434
EAST BAY MUNICIPAL UTILITY DISTRICT Bids will be opened at 1:30 pm, Wednesday, February 15, 2012 in the Board Room, Second Floor of the District’s Administration Building, 375 11 th Street, Oakland, California CONTRACT DOCUMENTS VOLUME I OF IV BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS 00-08) SPECIFICATION 2011 SET NO. ________________ ROUND HILL NO. 2 PUMPING PLANT

s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

EAST BAY MUNICIPAL UTILITY DISTRICT

Bids will be opened at 1:30 pm, Wednesday, February 15, 2012 in the Board Room, Second Floor of the District’s Administration Building, 375 11th Street, Oakland, California

CONTRACT DOCUMENTS

VOLUME I OF IV

BIDDING DOCUMENTS AND SPECIFICATIONS

(DIVISIONS 00-08)

SPECIFICATION 2011

SET NO. ________________

ROUND HILL NO. 2PUMPING PLANT

Page 2: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 3: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 00 01 10 - 1 Table of Contents

SPECIFICATION 2011

ROUND HILL NO. 2 PUMPING PLANT

TABLE OF CONTENTS

VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS 00 THROUGH 08)

DIVISION 00 - PROCUREMENT AND CONTRACTING DOCUMENTS 00 01 10 Table of Contents

00 11 13 Notice to Contractors

00 21 13 Instructions to Bidders

00 30 05 Offices to Contact

00 31 32 Geotechnical Data

00 41 01 Bid Form

00 42 00 Proposal

00 43 13 Bidder’s Bond

00 43 39 Contract Equity Program and Equal Employment Opportunity Guidelines

00 45 13 Bidder's Qualifications and References

00 45 14 Manufacturer Form

00 45 19 Declaration of Noncollusion

00 45 46 Declaration of Eligibility to Work on Public Works Projects

00 51 00 Execution of Contract

00 52 00 Contract

00 61 13.13 Faithful Performance Bond

00 61 13.16 Payment Bond

00 62 00 Insurance Requirements

00 62 16.11 Certificate of Workers' Compensation Insurance

00 62 16.13 Certificate of Commercial General and Auto Liability Insurance

00 62 16.14 Certificate of Pollution Liability Insurance

00 62 16.15 Certificate of Builder's Risk Insurance

00 72 00 General Conditions

00 73 00 Supplementary Conditions

Page 4: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 00 01 10 - 2 Table of Contents

DIVISION 01 - GENERAL REQUIREMENTS 01 11 00 Summary of Work

01 14 00 Work Restrictions

01 24 13 Value Engineering

01 29 00 Payment Procedures

01 31 19 Project Meetings

01 31 23.10 Web-Based Construction Document Management

01 32 00 Construction Progress Documentation

01 33 00 Submittal Procedures

01 35 24 Project Safety Requirements

01 35 44 Environmental Requirements

01 35 46 Environmental Mitigation

01 35 53 Security Procedures

01 42 19 Reference Standards

01 43 11 Seismic Requirements

01 45 27 Shop Inspection

01 50 00 Temporary Facilities and Controls

01 55 26 Traffic Regulation

01 61 00 Common Product Requirements

01 64 05 District-Furnished Materials

01 74 05 Cleaning

01 75 17 Field Testing and Startup

01 77 00 Closeout Procedures

01 79 00 Demonstration and Training

DIVISION 02 – EXISTING CONDITIONS 02 41 13 Selective Site Demolition

DIVISION 03 - CONCRETE 03 11 00 Concrete Forming

03 15 13 Waterstops

Page 5: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 00 01 10 - 3 Table of Contents

03 20 00 Concrete Reinforcing

03 30 00 Cast-in-Place Concrete

03 35 00 Concrete Finishing

03 39 00 Concrete Curing

03 48 00 Precast Concrete Specialties

03 62 00 Non-Shrink Grouting

DIVISION 04 – NOT USED

DIVISION 05 - METALS 05 05 14 Hot-Dip Galvanizing

05 05 24 Pipe Welding

05 05 26 Flange Bolting

05 12 00 Structural Steel Framing

05 31 00 Steel Decking

05 50 00 Metal Fabrications

DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06 10 53 Miscellaneous Rough Carpentry

06 82 00 Glass-Fiber-Reinforced Plastic

DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 12 00 Bituminous Waterproofing

07 19 00 Water Repellents

07 22 00 Roof and Deck Insulation

07 33 13 Asphalt Shingles

07 60 00 Flashing and Sheet Metal

07 92 00 Joint Sealants

DIVISION 08 - OPENINGS 08 31 10 Roof Hatches

08 34 73 Sound Control Door Assemblies

Page 6: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 00 01 10 - 4 Table of Contents

08 71 00 Door Hardware

08 91 00 Louvers

VOLUME II- SPECIFICATIONS (DIVISIONS 09 THROUGH 32)

DIVISION 09 - FINISHES 09 84 10 Acoustical Panels

09 91 00 Painting

09 96 35.05 Zinc-Rich Coatings

09 96 56.05 High-Build Epoxy Coatings

09 96 56.10 Fusion-Bonded Epoxy Coatings

09 96 57 Mechanical and Electrical Coating Systems

DIVISIONS 10 AND 11 – NOT USED

DIVISION 12 - FURNISHINGS 12 31 01 Shop Desk

DIVISIONS 13 THROUGH 21 – NOT USED

DIVISION 22 - PLUMBING 22 05 53.05 Pipe Identification

22 05 53.10 Equipment Identification

DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING 23 31 13 Metal Ducts

23 33 00 Air Duct Accessories

23 34 00 HVAC Fans

23 82 19 Fan Coil Units

DIVISIONS 24 AND 25 – NOT USED

Page 7: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 00 01 10 - 5 Table of Contents

DIVISION 26 - ELECTRICAL 26 05 00 Common Work Results for Electrical

26 05 19 Low-Voltage Electrical Power Conductors and Cables

26 05 26 Grounding and Bonding for Electrical Systems

26 05 33 Raceway and Boxes for Electrical Systems

26 05 43 Underground Ducts and Raceways for Electrical Systems

26 05 53 Identification for Electrical Systems

26 05 83 Low Voltage Motors

26 08 00 Commissioning of Electrical Systems

26 09 13 Electrical Power Monitoring and Control

26 09 23 Lighting Control Devices

26 22 13 Low Voltage Distribution Transformers

26 24 13 Switchboards

26 24 16 Panelboards

26 24 19 Motor Control Centers

26 27 26 Wiring Devices

26 28 13 Fuses

26 28 16 Enclosed Switches and Circuit Breakers

26 29 13.13 Across-The-Line Motor Controllers

26 42 13.05 Pipeline Cathodic Protection

26 51 13 Interior Lighting Fixtures, Lamps, and Ballasts

26 52 00 Emergency Lighting

DIVISION 27 - COMMUNICATIONS 27 05 00 Common Work Results for Communications

27 08 00 Commissioning of Communications Systems

27 15 43 Communications Faceplates and Connectors

27 22 05 RTU, RTU Control Panels, and Hardware

DIVISION 28 – ELECTRONIC SAFETY AND SECURITY 28 16 19 Intrusion Detection Remote Devices and Sensors

Page 8: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 00 01 10 - 6 Table of Contents

DIVISIONS 29 AND 30 – NOT USED

DIVISION 31 - EARTHWORK 31 11 00 Clearing and Grubbing

31 23 16 Excavation

31 23 19 Dewatering

31 23 23 Fill

31 23 23.15 Imported Backfill and Drain Rock Materials

31 23 23.33 Controlled Density Fill

31 23 33 Trenching and Backfilling

31 63 29 Drilled Shafts and Soldier Piles

DIVISION 32 - EXTERIOR IMPROVEMENTS 32 12 16 Asphalt Paving

32 31 13 Chain Link Fence and Gates

32 31 26 Wire Fences and Swing Gates

32 92 19.16 Hydraulic Seeding

VOLUME III- SPECIFICATIONS (DIVISIONS 33 THROUGH 44, AND APPENDICES)

DIVISION 33 - UTILITIES 33 09 11 Instruments and Recorders

33 10 01 Protection from Corrosion

33 11 03 Fabrication of ML&PCS Pipe

33 11 06 Fabricated Pipe Specials

33 11 13.05 Installation of Steel Piping

33 11 13.10 Polywrap

33 12 01 Basic Mechanical Materials and Methods

33 12 16.05 Miscellaneous Valves

33 12 16.11 Resilient-Seated Gate Valves

33 12 16.16 High Performance Butterfly Valves

33 12 16.20 Dual-Disk Check Valves

Page 9: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 00 01 10 - 7 Table of Contents

33 12 16.23 Resilient Seated Eccentric Plug Valves

33 12 16.32 Powered Valve Actuators

33 12 16.40 Surge Control-Pressure Relief Valve

33 12 23.10 Vertical Turbine Pumps

33 12 23.12 Vertical Turbine Pump Motors

33 12 27.11 Strainers And Filters

33 12 28.11 Miscellaneous Piping Specialties

33 46 16 Subdrainage Piping

33 46 23.19 Geosynthetic Filter Fabric

33 46 26 Geocomposite Drainage Mat System

DIVISIONS 34 THROUGH 39 – NOT USED

DIVISION 40 - PROCESS INTEGRATION 40 01 50 Supplemental O&M Manual Requirements

40 01 70 Supplemental Training Requirements

40 05 00 Common Work Results

40 20 20 Mechanical Piping

40 80 00 Commissioning of Process Systems

40 90 00 Instrumentation and Control for Process Systems

40 94 33 Operator Interface Unit

40 94 43 Programmable Logic Process Controllers

40 95 13 Process Control Panels and Hardware

40 95 33 Process Control Networks

40 95 73 Process Control Network Cables

40 96 10 Process Control Software Architecture

40 96 35 Process Control Software Programming

DIVISION 41 – MATERIALS PROCESSING AND HANDLING EQUIPMENT 41 22 13.16 Underhung Bridge Crane

DIVISIONS 42 THROUGH 44 – NOT USED

Page 10: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 00 01 10 - 8 Table of Contents

APPENDIX A – Forms and Schedules

APPENDIX B – Listing of Sole Source Products

APPENDIX C – CEQA Mitigation Monitoring and Reporting Plan

APPENDIX D – District Equipment Tag Numbering System

APPENDIX E – Contra Costa County Encroachment Permit Forms

VOLUME IV - DRAWINGS Volume IV is bound separately

Page 11: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 11 13 - 1 Notice to Contractors

DOCUMENT 00 11 13

NOTICE TO CONTRACTORS

Sealed proposals will be received in the office of the Purchasing Division, East Bay Municipal Utility District, until 1:30 p.m. Wednesday, February 15, 2012 and will at that hour be publicly opened and read in the Board Room, Second Floor, of the District's Administration Building, 375 11th Street, Oakland, California, for the ROUND HILL NO. 2 PUMPING PLANT -SPECIFICATION 2011.

Work includes: furnish and construct a 1.0 million gallon per day (mgd) water pumping plant consisting of a partially buried, reinforced concrete structure with a braced frame supported, composite shingle roof; excavate and construct a permanent soldier pile and lagging earth retaining wall; furnish and install three 50 HP vertical turbine pumps, motors, motor control equipment, related piping, and all mechanical and electrical equipment; furnish and construct fencing, drainage improvements, and paving work; furnish and install approximately 1,635 linear feet of 12-inch diameter mortar lined and plastic coated steel (ML&PCS) pipeline including all appurtenances, fittings and wet tap connections to existing District pipelines; hydroseeding and erosion control blanket placement; oak tree trimming, removal, and replacement as applicable; and performing related required work located on District property in Alamo, California.

Estimated cost of this work is between $2,000,000 and $2,500,000.

The District will conduct a pre-bid jobsite inspection tour to familiarize prospective bidders with the project site and conditions. The inspection will be conducted on Thursday, January 26, 2012 at 10:00 a.m. Bidders shall assemble at the project site at 455 Livorna Ave, Alamo, CA. This is the only time that the project site will be open for inspection. The inspection will last approximately 2 hours. All Attendees are required to have a photo ID.

The Prime Contractor and its subcontractors are strongly encouraged to attend the jobsite inspection where a “sign-in” sheet will be provided. Requirements of the District’s Contract Equity Program will be discussed and explained at the jobsite inspection.

For jobsite inspection questions only, call Javier Prospero at (510) 287-2065. To request a set of contract documents or to submit project questions, visit the project website at http://www.ebmud.com/current-construction-bids.

Project information, including plans, specifications, plan holders list, bid results, etc., can be found at http://www.ebmud.com/current-construction-bids. The District will make its best efforts to include information provided by bidders obtaining plans and specifications, such as bidder’s names, addresses, phone and fax numbers, and email and website addresses, on the website plan holders list.

Prospective bidders may obtain the contract documents by either downloading the files from the District’s website, obtaining a CD-ROM, or by requesting a hardcopy. Prospective bidders who download the documents from the website shall register online in order to be included on the

Page 12: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 11 13 - 2 Notice to Contractors

Plan Holders List. Note, in order to submit a bid, bidders are required to obtain a District-issuedhardcopy set of the plans and specifications.

Prospective bidders may obtain at no charge a numbered hardcopy set of SPECIFICATION 2011 for the proposed work by calling the Specifications Section at (510) 287-1040, or from the Specifications Section, Fifth Floor of the District's Administration Building, 375 11th Street, Oakland. Address written requests for the Specification to:

Specifications & Engineering Support SectionEast Bay Municipal Utility DistrictP.O. Box 24055Oakland, CA 94623-1055

Proposals to perform the work shall be made on the forms provided and shall be submitted complete, including bid bond and list of subcontractors, in accordance with the requirements of the Specifications.

Refer to Appendix B in the Specifications for details pertaining to sole source products specified by the District.

Bidders shall have an active Class A license from the Contractors' State License Board at the time of submitting bid.

All work covered by the contract shall be completed within four hundred fifty (450) calendar days after the issuance of the Notice to Proceed.

Performance and payment bonds for not less than 100 percent of the contract price are required.

In accordance with Public Contract Code Section 3400, the District has established a procedure which permits bidders to have their proposed unlisted “or equal” product or service submittals evaluated prior to the project bid opening. See Instructions To Bidders, Article 3 - “Submittals Prior To Opening Bid.” This procedure does not apply where products or services have been limited by specific designation per Public Contract Code Section 3400 (b). The intent of the prequalification process is not for bidders to submit all of their proposed “or equal” products, but only those that would, if rejected, affect the bidder’s bid amount.

This contract is a public work. Prevailing wages are required on this contract. The prevailing wage rates are available on the Internet at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm.

As provided in Section 22300 of the Public Contract Code of the State of California, the Contractor may substitute securities for monies withheld by the District to ensure performance of the work.

Lynelle M. Lewis Secretary of the DistrictOakland, California

Page 13: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 1 Instructions to Bidders

DOCUMENT 00 21 13

INSTRUCTIONS TO BIDDERS

1. QUESTIONS PRIOR TO OPENING BID

Questions regarding documents, discrepancies, omissions, or intent of specifications or drawings shall be communicated to the Engineer in writing at least ten days prior to opening of bids, to provide time for issuing and forwarding an addendum should the District consider an addendum necessary. The District will not be responsible for oral interpretation of the specifications and drawings.

2. DRAWINGS

The project drawings have been reduced to approximately one-half scale. Some standard and reference drawings may have been reduced also. Prior to bidding, prospective bidders may secure full-size prints of project and reference drawings by any of the following two methods:

A. Download the project drawing files from the District's website http://www.ebmud.com/current-construction-bids and then print the drawing file at full-size on a large format printer or plotter. Alternatively, the electronic drawing files can be printed at many copying stores or blue print shops

B. Request drawings through the District’s Engineering Records Unit, (510) 287-0425, at a charge of $1.50 per 22-inch x 34-inch sheet. Five work days shall be allowed for processing of these drawing requests, which will then be sent via US Mail or may be picked-up in person (call for appointment).

3. SUBMITTALS PRIOR TO BID OPENING

Pursuant to Section 3400 of the Public Contract Code, substitutions for a designated material, product, thing, or service by specific brand or trade name, which are of equal quality and possess the required characteristics for the purpose intended, may be proposed during the bidding period except where “no substitutions” is indicated. The intent of the prequalification process is not for bidders to submit all of their proposed “or equal” products, but only those that would, if rejected, affect the bidder’s bid amount. The bidder shall comply with the following:

A. Proposals for “or equal” substitutions, requested during the bidding period, shall be furnished in writing to:

Purchasing Division, Contract Supervisor (MS #102) East Bay Municipal Utility District P.O. Box 24055 Oakland, CA 94623-1055

Page 14: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 2 Instructions to Bidders

Proposals shall be submitted no later than 26 days prior to the date of the bid opening. Proposals shall be identified as described in Section 01 33 00 – Submittal Procedures, and submitted in the quantities specified. Outside of mailing envelope shall be marked “Submittal Request for Substitution, Specification No. 2011.”

B. Proposals shall be accompanied by complete technical and descriptive data necessary to determine equality of the material, product, thing, or service. Samples shall be provided when requested. The burden of proof as to availability, comparative quality, suitability, and performance of the proposed substitution shall be upon the bidder. The bidder will not be reimbursed for any work or costs necessary for making the substitution workable. Proposals will be evaluated and deemed accepted, rejected, or incomplete by the District; the District will be the sole judge as to such matters. If the substitution is accepted, bidders will be notified by addenda.

C. If a proposal for an “or equal” substitution is deemed incomplete by the District, the substitution may not be accepted prior to bid opening, but may be revised and resubmitted after the Notice to Proceed as a submittal pursuant to Section 01 33 00 .

4. PROPOSAL FORMS - SUBMITTAL

The proposal shall be made on the forms provided, with the blank spaces properly filled in. The phraseology shall not be changed, and no additions shall be made to the items mentioned therein. Unauthorized conditions, limitations, or provisos attached to a proposal will render it non-responsive and may cause its rejection.

Enclose all proposal forms (blue), except Contract Equity Participation (Form P-040), 00 45 13 Bidder’s Qualifications and References (Form E-061), and Good Faith Outreach Efforts Documentation (Form P-041), properly executed, in a sealed envelope. Type or write on the envelope "Proposal for" followed by the title and specification number and the date and time of bid opening as they appear on the cover of this Specification book, and the bidder's name and address. The envelope may be mailed, hand delivered, or delivered by courier or package delivery service.

Mailed proposals shall be addressed as follows:

Manager of PurchasingEast Bay Municipal Utility DistrictP.O. Box 24055Oakland, CA 94623-1055

Proposals that are hand delivered or delivered by courier or package delivery service shall be presented to:

Andrew A. Akelman Purchasing Division (MS #102) East Bay Municipal Utility District 375 11th StreetOakland, CA 94607

Page 15: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 3 Instructions to Bidders

Proposals received after proposal opening time as stated on the cover of this Specification book(s) or at any place other than the office of the Purchasing Division will not be considered. Prior to the stated proposal opening time, the proposal may be withdrawn without prejudice to the Bidder by submitting a written request for its withdrawal to the Manager of Purchasing.

The apparent low Bidder shall turn in the specification book(s) used in the preparation of the bid within 48 hours after bids are opened.

A "Bidder's Checklist" is included at the end of these instructions to aid Bidders in providing all necessary information with their bid.

5. 00 41 01- BID FORM

A) The Bidder shall include in its bid price(s) any and all expense or costs that may be necessary to complete the project in accordance with the requirements of the contract. The Contractor's bid shall include sufficient job-site overhead, home office overhead, and all other overheads for the full contract duration.

The Bidder shall state for each item on the bid form, in clearly legible figures, the unit price and item total or lump sum, as the case may be, for which the Bidder proposes to supply labor, materials, and equipment and to perform the work required by this Specification. Alteration of a price by erasure or interlineation must be explained or noted in the proposal over the signature of the Bidder.

In the case of a unit-price item, the amount set forth as the item total shall be the product of the estimated quantity times the unit-price bid. In the event of a discrepancy between the unit-price bid and the item total, the unit price shall prevail; however, if the unit price is ambiguous, unintelligible, or uncertain for any cause, or is omitted, or is the same amount as the entry for the item total, then the item total shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price.

In the event of a discrepancy between the unit price extension and the total amount bid or summaries of totals, the unit price extension total shall prevail.

B) SMALL BUSINESS DISCOUNT – Bidders who are Small Businesses (SBs), as described in the Contract Equity Program And Equal Employment Opportunity Guidelines, will be granted a bid discount resulting in an effective SB bid The effective SB bid will be used solely for comparison of the bids submitted by small businesses against those submitted by non-small businesses. The Effective SB Bid is calculated as follows:

Effective SB Bid = SB bid amount - discount amount discount amount (not to exceed $50,000) = 5% of the apparent lowest, responsive, and responsible bid

Page 16: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 4 Instructions to Bidders

To be eligible for the SB discount, bidders must check the Small Business box on the bid form. Upon request, the bidder must submit the support documentation to the District within 2 work days.

C) ADDENDA – Bidder shall acknowledge addenda on the Bid Form. Failure of the bidder to acknowledge addenda may deem the bidder’s bid non-responsive. Addenda, if any, will be issued to the Bidder by inclusion in the distributed hardcopy, or via mail, or facsimile, or electronic mail. Addenda will also be posted to the project website (https://portal.ebmud.com/construction-bid-opportunities) where the contract specifications and drawings are posted not later than 72 hours before bid opening. The District will make its best effort to transmit the addenda to the Bidder, and will not be responsible if the contractor fails to acknowledge the addenda. Prior to the bid opening, the Bidder shall regularly view the project website to access any addenda.

6. PROPOSAL (FORM E-058)

The full name, business address, zip code, and business telephone number with area code of the individual, partnership, joint venture, or corporation submitting the proposal shall be typewritten or legibly printed on the proposal Form E-058. Provide complete information on the Bidder’s California Contractor’s License in the spaces provided. The Bidder shall sign the proposal with its usual signature and complete information on California Contractor’s license.

An individual submitting a proposal or a partner signing for a partnership shall sign in the presence of a Notary Public and the notarial acknowledgment shall be attached to the proposal.

A partner shall sign for a partnership and the names and addresses of all partners shall be given.

An officer shall sign for a corporation and the names and titles of all officers of the corporation shall be given. A signature other than a corporate officer's will be accepted if an authenticated power of attorney is attached.

7. BID SECURITY

Each Bidder shall submit with its proposal a bid security for not less than 10 percent of the total amount bid. The bid security shall be one of the following:

A. Certified Check or Cashier’s Check - Check shall be made payable to the order of East Bay Municipal Utility District. The District will return checks, a) to unsuccessful bidders as soon as practicable after opening of the bids and b) to the successful bidders upon execution of contractual documents and bonds.

Page 17: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 5 Instructions to Bidders

B. Surety Bond –The surety bond shall be properly executed by the Bidder and by a sufficient, admitted surety insurer (ie: as listed on website http://interactive.web.insurance.ca.gov/webuser/idb_co_list$.startup) admitted to transact such business in California by the California Department of Insurance, using 00 43 13 "Bidder's Bond" (Form E-103) contained in this Specification. The corporate seal of the surety company must be affixed to the bond. The signature of the surety on the bond must be acknowledged before a Notary Public. The notarial acknowledgement and an executed power of attorney, indicating that the surety's representative is authorized to bind the surety, must accompany the bond. Any alteration of said form of bidder's bond, or imperfection in the execution thereof, as herein required, will render it informal and may, at the option of the District, result in the rejection of the proposal under which the bidder's bond is submitted. A Bidder submitting a bid bond may be required before the award of contract to furnish evidence that the persons signing such bond on behalf of the Bidder and the corporate surety are fully authorized to do so.

The bid security shall be a guarantee that the Bidder, if awarded the contract, will execute the required contract and bonds as provided in these Instructions to Bidders within fifteen days after such contract and bonds have been received by the Bidder or such additional time as may be allowed by the District. If the Bidder fails, is legally unable to, or refuses to execute the required contract and bonds within said time, the money and proceeds from bid security shall be applied toward payment of the damage to the District on account of the delay in the execution of the contract and bonds and the performance of the work thereunder, and the necessity of accepting a higher or less desirable proposal, resulting from such failure or refusal to execute the contract and bonds as required. The amount of bid security shall not constitute a limitation upon the right of the District to recover the full amount of such damage.

8. CONTRACT EQUITY PROGRAM AND EQUAL EMPLOYMENT OPPORTUNITY GUIDELINES

Attention is directed to the articles in the document "Contract Equity Program and Equal Employment Opportunity Guidelines" outlining the business enterprise contracting objectives and requirements, and the equal employment opportunity requirements.

The Bidder shall include with the bid the completed Employment Data and Certification (Form P-025) as required by the specification Document 00 43 39 Contract Equity Program and Equal Employment Opportunity Guidelines.

The apparent low and second low Bidders shall submit Contract Equity Participation (Form P-040) to the Specifications and Engineering Support Section within 48 hours after bids are opened. Any subsequent entries to the Form P-040 shall be identified and submitted with a Form P-025 as required in Article 9 below. Other Bidders shall complete and submit Contract Equity Participation upon request if they are being considered for award of contract. Additional copies of Form P-040 may be obtained from the Contract

Page 18: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 6 Instructions to Bidders

Equity Office or from the Specifications and Engineering Support Section. In the evaluation of compliance with its Contract Equity Participation, the District reserves the right to waive technical defects as the interests of the District may require.

All subcontractors included on Designation of Subcontractors (Form P-046) shall also be listed on Contract Equity Participation (Form P-040).

9. EMPLOYMENT DATA AND CERTIFICATION (FORM P-025) FOR SUBCONTRACTORS AND SUPPLIERS

The Employment Data and Certification forms for subcontractors are not required to be submitted with the bid proposal.

The apparent low Bidder shall, within 48 hours after bids are opened, submit completed Employment Data and Certification forms for:

A. All subcontractors and truckers, known at this time, that will perform work or provide services in an amount equal to or greater than $60,000.

B. All suppliers, known at this time, that will provide goods and/or services in an amount equal to or greater than $60,000.

The District may request completed Employment Data and Certification forms for subcontractors, truckers, and suppliers from any other Bidder that is being considered for award of contract. Such Bidders shall, within 48 hours after request by the District, submit completed Employment Data and Certification forms for:

A. All subcontractors and truckers that will perform work or provide services in an amount equal to or greater than $60,000.

B. All suppliers that will provide goods and/or services in an amount equal to or greater than $60,000.

P-025 forms for subcontractors, truckers, and suppliers that are not known at the time of the initial submission of the Form P-040 shall be submitted as soon as they are known.

10. DESIGNATION OF SUBCONTRACTORS (FORM P-046)

Complete all information required for all subcontracts in excess of one-half of one percent of the total bid. Subcontractors' names and addresses shall be complete and legible. Clearly state that portion of the work to be done by each subcontractor listed, by type and by estimated dollar amount. Designated subcontractors cannot be substituted after bid opening except as provided in Section 4107 of the Public Contract Code.

Page 19: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 7 Instructions to Bidders

The Bidder’s attention is called to the District’s additional restrictions on subcontractor substitution as stated under Contract Equity Participation (Form P-040).

11. BIDDER'S QUALIFICATIONS AND REFERENCES (FORM E-061)

Complete all information required, on both sides of the form. If no information is to be filled in a blank space, then write "none."

Sign the form. The bidder signing the Bidder's Qualifications and References Form E-061 shall meet all requirements for signing the proposal Form E-058.

The apparent low Bidder shall complete and submit Bidders Qualifications and References (Form E-061) within 48 hours after bids are opened.

12. DECLARATION OF NONCOLLUSION

Execute and submit with the proposal the Declaration of Noncollusion.

Sign the form. The Bidder signing the Declaration of Noncollusion shall meet all requirements for signing the proposal Form E-058.

13 DECLARATION OF ELIGIBILITY TO WORK ON PUBLIC WORKS PROJECTS (FORM E-102)

This contract is a public work and shall be performed as a public work as defined by Section 1771 of the California Labor Code. Execute and submit with the proposal the Declaration of Eligibility to Work on Public Works Projects.

Sign the form. The Bidder signing the Declaration of Eligibility to Work on Public Works Projects shall meet all requirements for signing the proposal Form E-058.

14. EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND SITE OF WORK

The Bidder shall examine carefully the site of the work contemplated and the proposal, drawings, and specifications therefor. The submission of a bid will be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, the difficulties to be encountered, and to the requirements of the proposal, drawings, specifications, and other contract documents.

The Bidder is required to ascertain the locations of the existing utility services, and other underground facilities, and to provide for carrying out its operations so as to cause the minimum possible inconvenience to the occupants of property along any streets affected.

Page 20: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 8 Instructions to Bidders

All work and costs involved in the safeguarding of the property of others shall be at the expense of the Bidder to whom the contract may be awarded.

The Bidder hereby certifies that he has examined the local conditions, has read each and every clause of the specifications, and that it has included all costs necessary to complete the specified work in its bid prices, and the Bidder agrees that if it is awarded the contract it will make no claim against the District based upon ignorance of local conditions or misunderstanding of any of the provisions of the contract. Should the conditions turn out otherwise than anticipated by him, the Bidder agrees to assume all risks incident thereto.

15. EXPERIENCE

Bidders, if required, shall present satisfactory evidence that they have been regularly engaged in furnishing such material and equipment and constructing such work as they propose to furnish or construct and that they are fully prepared with necessary capital, equipment, and material to begin work promptly and to conduct it as required by this Specification.

16. LICENSES REQUIRED

Bidders and all listed subcontractors shall be properly licensed by the Contractors' State License Board to perform the work of this contract. Pursuant to Section 7028.15 of the Business and Professions Code of the State of California, bids submitted by Bidders that are not properly licensed will be considered nonresponsive and will be rejected. At the time of bid, all listed subcontractors shall be properly licensed or the bid will be considered nonresponsive and will be rejected.

The Contractor shall at the time of bid and for the duration of the contract possess such state and local licenses as are required by law, and shall, at any time during the period of the contract, furnish satisfactory proof to the Engineer upon request that such licenses are in effect.

17. PRICES AND PAYMENTS

Approximate quantities listed in the Notice to Contractors and quantities listed for unit-price items on the bid form are rough estimates given for comparing bids, and no claim shall be made against the District for excess or deficiency therein, actual or relative. Payment at the prices agreed upon will be in full for the completed work and will cover materials, supplies, labor, tools, equipment, and all other expenditures incident to a satisfactory compliance with the contract, unless otherwise specifically provided.

Page 21: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 9 Instructions to Bidders

18. MODIFYING BID

Any Bidder may modify its bid by written communication, provided such communication is received by the Manager of Purchasing prior to the bid opening time. The modification shall have the original signature of the same individual who signed the bid proposal. The communication shall not reveal the bid price but shall state the addition or subtraction or other modification to the Bid Form so that the final prices or terms will not be known by the District until the sealed bid is opened. Bid modifications by facsimile transmission or electronic mail will not be accepted.

19. BID OPENING

All proposals will be opened and declared publicly at the time and place stated in the Notice to Contractors. Bidders, their representatives, and other interested parties are invited to be present.

After the bid opening, proposals may be inspected in the Board Room or at the Specifications and Engineering Support Section until 3:00 p.m. on the day of the bid opening.

20. BID PROTEST PRIOR TO AWARD

Any party with an interest in the contract has the right to protest.

A. Submitting a Protest - The protest shall be in writing, addressed to the Director of Engineering, and received by the District no later than 7 work days after the date of the bid opening. The protest document shall contain a detailed and complete statement as to the basis of the protest and shall include the name, address, and telephone number of the protestor or its authorized representative. All correspondence to the Director of Engineering shall be addressed as follows:

Director of Engineering and Construction East Bay Municipal Utility District P.O. Box 24055 Oakland, California 94623-1055

Upon receipt of the protest, the District will send the protestor an acknowledgement of receipt and will promptly investigate the circumstances. The District will also transmit copies of the protest document and any attached documentation to all other interested parties which may be affected by the outcome of the protest. The Director of Engineering will issue a written decision to the protestor.

B. Submitting an Appeal - If the decision of the Director of Engineering is not satisfactory to the protestor, the protestor can submit an appeal in writing to the

Page 22: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 10 Instructions to Bidders

Board of Directors. The appeal shall name the Board of Directors as the recipient and be sent to the following address:

Secretary of the District East Bay Municipal Utility District P.O. Box 24055 Oakland, California 94623-1055

Such an appeal shall set forth the grounds for the appeal and shall be received by the District no later than 5 work days after the day of receipt by the protestor of the Director’s decision.

C. Documents submitted by facsimile transmission or electronic mail will not be considered. If any documents are mailed, the protestor shall allow sufficient time for postal transit to ensure that all mailings are received by the District within the specified time limits. The District may dismiss the protest if the protestor fails to submit the protest within the specified time.

D. In addition to filing a written appeal, the protester may address the Board of Directors at the public meeting at which the contract is being considered for award.

21. AWARD

The right is reserved to reject any or all proposals and to waive technical defects, as the interest of the District may require. Award of contract or rejection of bid proposals will usually be made by the District at the second Board meeting following the bid opening.

District Board meetings are normally scheduled on 2nd and 4th Tuesdays of the month.

22. EXECUTION OF CONTRACT

Special attention is directed to Document 00 51 00 Execution of Contract which outlines the procedure and time constraints for the receipt and execution of contract.

In order to meet the specified time constraints, the Bidders are encouraged to arrange with their sureties and insurance companies for prompt execution on award.

The Bidder to whom award is made shall execute a written contract with the District and shall furnish good and approved bonds and insurance as specified within fifteen days after receiving the forms of contract and bonds for execution. If the Bidder to whom award is made fails to enter into the contract as herein provided and furnish the said bonds and insurance, this shall be just cause for the annulment of the award and the forfeiture of the Bidder's bond, and an award may, in the discretion of the Board of Directors of the District, be made to the Bidder whose proposal is next most acceptable in the opinion of

Page 23: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 11 Instructions to Bidders

the Board, and such Bidder shall fulfill every stipulation embraced herein as if it were the party to whom the first award was made.

A corporation, or a company, or partnership operating under a fictitious name, to which an award is made, will be required, before the contract is finally executed, to furnish evidence of its corporate existence and evidence that the persons signing the contract and bonds for the Contractor are duly authorized to do so.

23. CONTRACT

The Contract shall be on the form of contract of the District. The Notice to Contractors, Instructions to Bidders, Proposal, General Conditions, Specifications and addenda if any, and Drawings, contained in or by reference made part of this Specification will be deemed a part of the Contract.

Page 24: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 12 Instructions to Bidders

BIDDER'S CHECKLIST

This checklist has been prepared and furnished to aid Bidders in including all necessary supporting information with their bid. Bidders' bid submittal should include, but not limited to, the following:

ITEM CHECKED

1. Proposal (Form E-058) _____

2. Bid Form and Acknowledgement of Addendum (Form 00 41 01) _____

3. Declaration of Noncollusion _____

4. Declaration of Eligibility to Work on Public Works Projects (Form E-102) _____

5. Bid Security - Bidder's Bond (Form E-103) or Check _____

6. Power-of-Attorney for Surety's Agent to execute Bidder's Bond _____

7. Designation of Subcontractors (Form P-046) _____

8. Employment Data and Certification (Form P-025) _____

9. Contract Equity Program Guidelines Certification (Form P-042) (as required) _____

OTHER

Items 10 through 17 shall be delivered to the Specifications and Engineering Support Section, Fifth Floor, 375 11th Street, Oakland, CA, 94607-4240 within the times stated below.

10. Specification Book (by low bidder only) Within 48 hours of Bid Opening

11. Bidder's Qualifications and References (Form E-061) Within 48 hours (by low bidder only) of Bid Opening

12. Contract Equity Participation (Form P-040) Within 48 hours (by low and second low bidders) of Bid Opening

13. Good Faith Outreach Efforts Documentation (Form P-041) Within 48 hours (by low bidder only) of Bid Opening

14. "Good Faith Outreach Efforts” supporting documentation Within 2 Work (by low bidder only) Days of request

Page 25: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 21 13 - 13 Instructions to Bidders

15. Employment Data and Certification (Form P-025) for all Within 48 hours Subcontractors, Truckers, or Suppliers with of Bid Opening contracts of $60,000 or more. (by low bidder only)

16. Small Business Support Documentation. (by all bidders who Within 2 Work check the Small Business box on the bid form) Days of request

17. Manufacturer's Form (Document 00 45 14) Within 48 hours (by low bidder only) of Bid Opening

END OF DOCUMENT

Page 26: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 27: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 30 05 - 1 Offices to Contact

OFFICES TO CONTACT WITHIN THE EAST BAY MUNICIPAL UTILITY DISTRICT

Mailing Address: Street Address:

E.B.M.U.D.P.O. Box 24055 Oakland, CA 94623-1055

E.B.M.U.D.375 11th Street Oakland, CA 94607-4240

NOTE: WHEN CORRESPONDING WITH ANY OF THE OFFICES, USE MAILING ADDRESS ONLY

OFFICE TELEPHONE NUMBER

REQUEST FOR SPECIFICATIONS AND PREBID INFORMATION:

Engineering Services Division (510) 287-1040

Submit Questions Online through EBMUD’s Website: www.ebmud.comSelect “Business Opportunities” and “Construction”. Click on the “Current Construction Bid Opportunities Link” and submit a question through the online Q&A link on the project page for this specification.

CONTRACT EQUITY OFFICE ADMINISTRATOR:

Beverly D. Johnson 375 11th StreetOakland, CA 94607 (510) 287-0142

SUBMITTAL OF PROPOSALS:

Purchasing Division 375 11th StreetOakland, CA 94607 (510) 287-0454

Page 28: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 29: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 31 32 - 1 Geotechnical Data

DOCUMENT 00 31 32

GEOTECHNICAL DATA

1.1 EXISTING CONDITIONS

A. The following geotechnical memorandum is available for inspection on the project website at https://portal.ebmud.com/current-construction-bids or at the EBMUD Materials Engineering Section Office, Sixth Floor, 375 11th Street, Oakland, CA:

1. A memorandum titled “Round Hill No. 2 Pumping Plant – Geotechnical Design Recommendations”, prepared on February 5, 2010 by the Materials Engineering Section, East Bay Municipal Utility District.

B. The materials and conditions described in the memorandum are the result of investigations made by the District. There is no guarantee, either expressed or implied, that the conditions indicated are representative of those actually existing throughout the area or in any part of it, or that unforeseen developments may not occur. Interpretation of the reports presented is the responsibility of the bidder.

C. Contact Bilgin Atalay at (510) 287-1113 for an appointment to inspect the geotechnical information at the EBMUD office.

D. Limitations on Reliance by Bidder on Geotechnical Memorandum

1. The geotechnical memorandum referenced above is not part of the Contract Documents and is provided solely as an accommodation to the bidder. This memorandum was not prepared for the purpose of determining bid amounts, constructability, means and methods or other issues that may be relevant to the bidder in developing its bid or in executing the Work. Interpretations of technical data made by the District or its consultant to evaluate conditions affecting construction were developed for purposes of preparing general project budgets to establish funding requirements and shall not be relied upon by the bidder. To the extent the bidder uses any technical data in this memorandum, it does so at its own risk as to the sufficiency (e.g. quantity, extent and type) of the data, such as quantity and depth of borings. To the extent it uses any technical data in the geotechnical memorandum, the bidder is responsible for obtaining the services of one or more registered or licensed professionals as described in the Instructions to Bidders to analyze the technical data and to make independent interpretations and recommendations to the bidder. Technical data is defined as parameters that can be measured such as depth or penetration resistance. Technical data excludes interpretations, opinions and estimates contained in the reports, which bidder shall not rely on.

Page 30: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 31 32 - 2 Geotechnical Data

2. Boring logs and boring log location maps are considered technical data, and are subject to the following limitations:

a. The horizontal locations of the boring logs are accurate to only plus/minus 5 feet.

b. The materials shown on the boring logs are based on samples taken intermittently along the boring depth. The materials shown at depths between sample depths are extrapolations assumed by the District or its consultants.

c. Materials shown on a boring log represent conditions only at the location of the boring and at the elevations of the boring samples.

1.2 FIELD EXPLORATIONS BY BIDDERS

A. Bidders may perform field exploratory work such as borings or test pits at the site of the work with written approval from the District. Approval may be granted at locations where in the opinion of the District exploratory activities will not be in noncompliance with project environmental permit requirements. District representatives must escort bidders to all portions of the site and observe exploratory and site restoration activities.

B. For any site explorations, bidders shall obtain the property owner’s permission for performing the exploratory activities and shall obtain and comply with all necessary agency permits and environmental clearances, notify Underground Services Alert, protect all utilities and facilities, provide traffic control, and restore site to original condition. For excavation on agricultural properties, attention is drawn to the need to segregate topsoil from subsoil during excavation and to replace topsoil to its original location and depth.

C. Exploratory work is at the sole expense and risk of the bidder.

1.3 CONSIDERATION FOR GROUNDWATER:

A. The bidder shall make allowance for groundwater, whether or not specifically indicated on the project drawings or in the geotechnical investigation memorandum. In estimating groundwater conditions the bidder shall be aware that seasonal water fluctuations, perched groundwater, and other factors may result in the presence of groundwater in or near areas where borings do not indicate groundwater. Any costs for dealing with groundwater will be considered as included in the bid price for the contract work, and no separate payment will be made therefore except where a site condition differing materially or of an unusual nature is found in accordance with Article 7.7 of the General Conditions.

END OF DOCUMENT

Page 31: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122010 00 41 01 - 1 Bid Form

DOCUMENT 00 41 01 Bid Form

SPECIFICATION 2011ROUND HILL NO. 2 PUMPING PLANT

NAME OF BIDDER ____________________________________________

ITEM DESCRIPTIONLUMP SUM PRICE

(in figures)

1

Furnish and construct a 1.0 MGD water pumping plant consisting of a partially buried, reinforced concrete structure with a braced frame supported, composite shingle roof; excavate and construct a permanent soldier pile and lagging earth retaining wall; furnish and install three 50 HP vertical turbine pumps, motors, motor control equipment, related piping, and all mechanical and electrical equipment; furnish and construct fencing, drainage improvements, and paving work; furnish and install 1,635 linear feet of 12-inch diameter mortar lined and plastic coated steel pipeline including all appurtenances, fittings and wet tap connections to existing District pipelines; hydroseeding and erosion control blanket placement; and oak tree trimming, removal, and replacement as applicable; and perform related required work complete as shown on the drawings and as specified herein, for the lump sum of . . . .

$____________________

The lump sum price bid shall include all State, Federal, and other taxes applicable to the project, and shall be a firm offer for a period of SIXTY (60) days after the date of bid opening.

Award of contract will be based on the "LUMP SUM PRICE" above.

SMALL BUSINESS DISCOUNT - To be eligible for the SB discount, bidders must check the Small Business box below:

Small Business, as described in the Contract Equity Program And Equal Employment Opportunity Guidelines (Document 00 43 39).

The District reserves the right to request support documentation, such as tax records, articles of incorporation and board minutes to verify composition of ownership and business size.

THE BID FORM CONTINUES ON THE FOLLOWING PAGE.

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 32: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 33: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122010 00 41 01 - 2 Bid Form

(continued from previous page)

ADDENDA ACKNOWLEDGEMENT – Bidder shall check the project website for inclusion of addenda, if any, into this project and shall acknowledge the addenda, below.

ADDENDA - Receipt of the following addenda is hereby acknowledged: Addendum Number Date

_______________ ____________

_______________ ____________

_______________ ____________

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 34: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 35: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E-058 2/09 00 42 00 - 1 UE010-8A.doc

PROPOSAL

DATE

TO THE EAST BAY MUNICIPAL UTILITY DISTRICT, OAKLAND, CALIFORNIA:

Pursuant to the foregoing notice to contractors, the undersigned bidder herewith submits a proposal on the bidding form or forms attached hereto and made a part hereof, and binds itself on award by the East Bay Municipal Utility District under this proposal to execute in accordance with such award a contract, of which this proposal and the said notice to contractors, instructions to bidders, general conditions, specifications, and drawings shall be a part, and to furnish the bond or bonds and insurance required by the specifications. The notice to contractors, instructions to bidders, general conditions, designation of subcontractors form, contract equity participation form, specifications, and drawings are made a part of this proposal and all provisions thereof are hereby accepted. The undersigned swears and affirms under penalty of perjury that the information provided on the bidding form or forms is true and correct.

The bidder further agrees that, in case of its default in executing the required contract and the required bond or bonds, or furnishing the required insurance, the money payable under the bid bond accompanying this proposal shall be applied by the District towards payment of the damage to the District on account of such default, as provided in the specifications.

FIRM

BY (Signature)

TITLE

(Affix Notarial Acknowledgment of

Signature – if partnership or proprietorship)

ADDRESS

ZIP

PHONE

Nature of firm (corporation, partnership, etc.) and names of individual members of the firm, or names and titles of officers of the firm, or names and titles of officers of the corporation.

Corporation organized under the laws of the State of

Contractor’s License No. State of California

Class License Expiration Date

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 36: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 37: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

BIDDER’S BONDKNOW ALL PERSONS BY THESE PRESENTS:

That

as Principal (name and California address where service may be effected), and

as Surety (name and California address where service may be effected), are held and firmly bound unto the EAST BAY MUNICIPAL UTILITY DISTRICT, hereinafter called the District, in the sum equal to Ten Per Cent of the Total Amount of the Bid submitted by the Principal to the District under the Specifications accompanying this bond and which are incorporated by reference herein, or One Thousand Dollars ($1,000), whichever is greater, for the payment of which sum in lawful money of the United States of America to the District we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

The condition of the above obligation is such that, whereas the Principal has submitted said bid to the District;

NOW, THEREFORE, if the Principal is awarded a contract by the District and, within the time and in the manner required by said Specifications, enters into a written contract with the District and furnishes the requisite bond or bonds, then this obligation shall become null and void, otherwise to remain in full force and effect.

In the event suit is brought upon this bond by the District and judgment is recovered, the Surety shall pay all costs incurred by the District in such suit, including a reasonable attorney’s fee to be fixed by the Court.

DATE:

Principal

By

*Title

By

**Title

(SEAL OF SURETY) Surety

By

Title

Note: The signature of the Surety on this bond must be acknowledged before a Notary Public. An executed Power of Attorney indicating that the Surety’s representative is authorized to bind the Surety must accompany this bond.

Specifications / Proposal No.

E-103 3/07 UE010-8B.doc _______________________________________________________________________________________________________________________________*If corporation, Corporate President or CEO; if Partnership, Partner. ** Corporate Secretary or financial officer

00 43 13 - 1

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 38: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 39: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

C O N T R A C T E Q U I T Y P RO G R A M

A N D

E Q UA L E M P L OY M E N T O P P O RT U N I T Y G U I D E L I N E S

DECEMBER 2011

E A S T B A Y M U N I C I P A L U T I L I T Y D I S T R I C T

Contract Equity Office • P. O. Box 24055, Oakland, CA 94623-1055 • 510-287-0114 [email protected] • www.ebmud.com

Page 40: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 41: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

TABLE OF CONTENTS

I. CONTRACT EQUITY PROGRAM ___________________________________________ 1 A. Good Faith Outreach Efforts _______________________________________________ 2

B. Exemptions From Outreach Requirements ____________________________________ 3

C. Informational Meetings ___________________________________________________ 5

D. Documentation__________________________________________________________ 5

II. EQUAL EMPLOYMENT OPPORTUNITY ___________________________________ 6 A. Employment Data & Certification (Form P-025) _______________________________ 6

B. Good Faith Outreach Efforts Towards Equal Employment Opportunity _____________ 7

C. Contractors’ EEO Responsibilities Arising From The Performance Of The District Contract__________________________________________________________________ 8

D. Monitoring Compliance ___________________________________________________ 8

III. CONTRACT COMPLIANCE ______________________________________________ 9 A. Records________________________________________________________________ 9

B. Subcontractor Substitution or Replacement___________________________________ 10

IV. CONSEQUENCES OF NONCOMPLIANCE_________________________________ 12 A. Enforcement___________________________________________________________ 12

B. Contractor’s Noncompliance ______________________________________________ 12

C. Subcontractor’s Noncompliance ___________________________________________ 13

V. SUMMARY OF FORMS __________________________________________________ 14

VI. APPENDIX _____________________________________________________________ 15 Policy Statements _________________________________________________________ 15

Agencies With Business Directories___________________________________________ 16

Glossary of Terms_________________________________________________________ 17

December 2011

i

Page 42: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 43: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 1

I. CONTRACT EQUITY PROGRAM

The following Contract Equity Program Guidelines were established to enhance equal opportunities for business owners of all races, ethnicities and genders who are interested in doing business with the District pursuant to Policy 17 approved by the Board of Directors on June 9, 1998. Policy 17 was superseded by Policy 1.03 – Contract Equity Program and Policy 1.04 – Contractor’s Compliance with Equal Employment Opportunity, following the passage of Proposition 209. Further, the District provides assistance to all prospective bidders/proposers in obtaining subcontractor participation by all availability groups, including identification of possible business enterprises.

The Contract Equity Program requires bidders/proposers to conduct outreach to all potential subcontractors to ensure that opportunities to participate in District contracts are publicized as widely as possible. This outreach is intended to broaden the pool of competitive bidders, lower prices to the District, and help achieve diversity among District contractors1 and subcontractors. The District’s expectation is that with bidders’/proposers’ Good Faith Outreach Efforts to subcontractors of all races and both genders, the composition of District contractors and subcontractors will reflect the broad diversity present in the marketplace, consistent with the Contracting Objectives of the Contract Equity Program.

Additionally, contractors located in counties, such as Alameda, Contra Costa, San Joaquin, Calaveras, Amador and other counties that are directly impacted by District contracts and/or operations, should be targeted in outreach efforts.

A potential contractor’s noncompliance with these guidelines may deem a bid or proposal nonresponsive, and therefore, ineligible for contract award.

The requirement of the District’s Contract Equity Program is that all bidders/proposers mustdocument Good Faith Outreach Efforts in the ten areas set forth in Section A. Section B provides an exemption from this requirement for bidders/proposers who meet the District’s Contracting Objectives or obtain a waiver from the District’s Contract Equity Administrator.

Materiality: The documentation and certification required by the District are material, will govern the potential contractor and its subcontractors’ performance and will be made part of the bid/proposal and the resulting contract with the District.

Nondiscrimination: There shall be no discrimination or harassment or retaliation against any person, or group of persons, on account of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (genetic characteristics or cancer), age, marital status, or sexual orientation within the meaning of California Government Code Section 12940 in the performance of this contract.

1 A company, firm, joint venture or individual who enters into an agreement with the District to provide services, i.e., construction, professional services and general services, and delivery of materials, supplies, and equipment. A contractor may be a construction contractor, a consultant, a vendor, a supplier, or a trucker.

Page 44: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 2

The contractor shall not establish or permit any such practice(s) of discrimination, harassment or retaliation with reference to the contract or any part thereof. The contractor must post applicable EEO policies and the District’s “Working Together With Respect” poster to this effect in their workplaces where the District contract is being performed.

Severability: Should any part of the Contract Equity (CE) Program be declared to be unconstitutional, invalid, or beyond the authority of the District to enter into or carry out, by a final decision of a court or tribunal of competent jurisdiction, such decision shall not affect the validity of the remainder of the Program, which shall continue in full force and effect.

A. GOOD FAITH OUTREACH EFFORTS

All potential contractors must implement all ten of the Good Faith Outreach Efforts listed below which are based on California Public Contract Code Section 20002, subject to the provisions of Section B.

The apparent low bidder/recommended proposer shall submit Form P-041 documenting such Good Faith Outreach Efforts, as applicable, within 48 hours of bid opening or in accordance with submittal guidelines in the request for proposal, bid document, or Instruction to Bidders.

To demonstrate Good Faith Outreach Efforts in each of the ten areas, the potential contractor should have:

1. attended any pre-solicitation, pre-bid or pre-proposal meetings scheduled by the District to inform all bidders/proposers of the Contract Equity Program requirements, or

signed and submitted the Contract Equity Program Guidelines Certification, Form P-042, with the bid or proposal documents, certifying that the bidder is informed as to the Program requirements;

2. identified and selected specific subcontracting areas of the contract to be performed by enterprises in all availability groups;

3. advertised not less than 10 calendar days before the date the bids/proposals are due, in one or more daily or weekly newspapers, minority, women or other association publications, trade-oriented journals, or other media, specified by the District, for all business enterprises that may be interested in participating in the contract;

4. provided written notice of interest in bidding/proposing on the contract to a reasonable number of enterprises in all availability groups not less than 10 calendar days before the date the bids/proposals are due. The District’s business directory, which includes white men-, white women-, and ethnic minority-owned firms, is available free of charge3. A list of agencies that also provide business directories can be found in the appendix of these guidelines;

2 The District will apply Section 2000 to include ALL business enterprises (not limited to minority- and women-owned business enterprises); and the term “local agency” in that section has been changed to “District”.

3 The names of the firms listed in these directories are offered as a service. EBMUD has no independent knowledge regarding the composition of the firm’s ownership, or the quality of the work performed by any listed entity.

Page 45: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 3

5. followed up initial solicitations of interest by contacting the business enterprises to determine with certainty whether the enterprises are interested in performing specific items of the project;

6. provided interested business enterprises with information about the proposal, plans, specifications, and requirements for the selected subcontracting or material supply work;

7. requested assistance from community organizations or contractor groups; local, state, or federal business assistance offices, or other organizations that provide assistance in the recruitment and placement of business enterprises, if any is available;

8. negotiated in good faith with the business enterprises in all availability groups, and did not unjustifiably reject as unsatisfactory bids/proposals prepared by any such business enterprises, as determined by the District;

9. advised and/or made efforts, where applicable, to assist interested business enterprises in all availability groups in obtaining bonds, lines of credit, or insurance required by the District or potential contractor; and

10. implemented efforts that the District could reasonably expect to obtain business enterprise participation reflective of the broad diversity of contractors in the marketplace.

B. EXEMPTIONS FROM OUTREACH REQUIREMENTS

1. CONTRACTING OBJECTIVES

The District has Contracting Objectives4 based on the availability of all firms located in the District’s geographic market areas that are interested in and able to do business with the District. Contracting Objectives apply to all contractors, regardless of their gender or ethnicity and to all contracts that are determined to have subcontracting opportunities, including material or supply opportunities and trucking. The CE Program groups all businesses into three (business owner) availability groups5:

White Men White Women Ethnic Minority (both men and women)

Publicly held corporations managed and controlled by 51% of one of the three availability groups may count their participation towards meeting the contracting objective for that group.

Potential contractors who already meet the Contracting Objectives for all three availability groups, as described in the chart on page 4, are exempt from the Good Faith Outreach Efforts requirements set forth in Section A.

4 The Contracting Objectives represent percentages of the total value of a contract. The dollar value of the work performed by the contractor and his/her subcontractors is included in calculating the amount of participation by each availability group and determining if the Contracting Objectives are met. Contracting Objectives are based on the results of a Disparity Study conducted by the District which verified the number of businesses located within the District’s geographic market area available to perform prime and subcontract work in all contracting categories.

5 For example, when subcontracting opportunities are available, a $200,000 construction contract would have 25% ($50,000) or more of the work performed by white men-owned businesses, 9% ($18,000) or more by white women-owned businesses, and 25% ($50,000) by ethnic minority-owned businesses (both men and women.)

Page 46: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 4

CONTRACTING OBJECTIVES

CONTRACTING CATEGORIES AVAILABILITY

GROUP Construction Professional or

General Services Materials &

Supplies

White Men 25% 25% 25%

White Women 9% 6% 2%

Ethnic Minorities (Men and Women) 25% 25% 25%

Contract participation includes all written agreements with business enterprises for any goods and services required for the completion of the project. This includes participation as a:

ContractorJoint Venture Partner SubcontractorVendor/Dealer of materials/supplies incorporated or expended in the work Supplier/Broker of other services necessary to fulfill the requirements of the contract, such as shipping, transportation, testing, equipment rental, insurance services, etc.

All business enterprises must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of work and must carry out their responsibility by actually performing, managing and/or supervising the work.

The dollar value of the following is included for determining the amount of participation by each availability group for the Contracting Objectives:

the work to be performed by the contractor, the work to be performed by each member of a joint venture, the work to be performed by subcontractors at any tier material or supplies purchased from a manufacturer or dealer of such material or supplies, if not previously counted by contractor, joint venture, or subcontractor in their dollar value, reasonable fees and commissions for providing bona fide services to procure and/or deliver essential personnel, facilities, equipment, materials, or supplies required for performance of the contract, reasonable fees and commissions for providing bonds or insurance specifically required for the performance of the contract, and the dollar value of trucking is based on the following:

the amount to be paid to a trucker who performs the trucking with his/her own trucks, tractors, and employees, the amount to be paid to trucking brokers provided the broker has submitted to the District information identifying the availability groups of all truckers to be used on the project, or twenty percent (20%) of the amount to be paid to a trucking broker who has not provided such information.

Page 47: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 5

2. NO SUBCONTRACTING OPPORTUNITIES

Contracts which have no subcontracting, supplying, or trucking opportunities are exempt from the Good Faith Outreach Efforts requirements.

3. WAIVER

Under limited circumstances, at the discretion of the Contract Equity Administrator, and upon written request by the bidder/proposer, a waiver of the Contract Equity Program’s Good Faith Outreach Efforts requirements may be granted.

C. INFORMATIONAL MEETINGS

The District may hold pre-solicitation, pre-bid, and pre-proposal meetings to explain the technical specifications and the Contract Equity Program and Equal Employment Opportunity Guidelines for an individual project. All prospective bidders/proposers/subcontractors are strongly advised to attend such pre-meetings. The time and place of the meeting, if any, will be announced in the front section of the bid/proposal document.

Pre-award and/or pre-notice to proceed meetings may be held with the recommended awardee to ensure that the technical specifications and the Contract Equity Program and Equal Employment Opportunity Guidelines for the project are fully understood, and to discuss the contents of the submitted forms and documents.

D. DOCUMENTATION

1. CONSTRUCTION AND MATERIALS AND SUPPLIES CONTRACTS WITH SUBCONTRACTABLE ITEMS ONLY

Apparent low bidders may be required to document Good Faith Outreach Efforts to achieve subcontractor participation within 48 hours after bid opening unless this requirement is otherwise stated in the Instruction to Bidders. Failure to submit the required information by the time specified may be grounds for determining the bid nonresponsive.

Page 48: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 6

II. EQUAL EMPLOYMENT OPPORTUNITY Pursuant to Policy 1.04 – Contractors’ Compliance With Equal Employment Opportunity, approved by the Board of Directors, all business enterprises and their subcontractors performing work for the District must be Equal Employment Opportunity (EEO) employers. All business enterprises and their subcontractors shall assure that there is no discrimination, harassment or retaliation against any person based on sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (genetic characteristics or cancer), age, marital status, or sexual orientation within the meaning of California Government Code Section 12940, and shall be bound by all laws prohibiting such discrimination, harassment or retaliation in employment.

District contractors must have written policies and procedures that a) prohibit EEO discrimination, harassment and retaliation, and b) set forth the contractor’s investigation procedures for responding to EEO complaints. Contractors must submit documentation of those written policies and procedures upon request by the District in order to be considered as eligible for contract award.Contractors must also post applicable EEO policies, procedures and the District’s “Working Together With Respect” poster in their workplaces where the District contract is being performed.

A. EMPLOYMENT DATA & CERTIFICATION (Form P-025)

The Employment Data and Certification Form P-025 shall be completed as specified below or bid/proposal may be deemed nonresponsive:

1. For all Bidders/Proposers of the bid/proposal to be submitted with bid package:

Complete Sections A and B of Form P-025. In Section B, the required employment data shall be for the bidder’s/proposer’s permanent workforce6 only. An EEO-1 Report may be submitted in lieu of completing Section B. For informational purposes, the P-025 Form provides for a comparison of the bidder’s/proposer’s current workforce with the composition of the labor market in the Metropolitan Statistical Area or Areas (MSA) from which the bidder’s/proposer’s workforce is drawn. The bidder/proposer shall also complete Sections C and D of Form P-025.

2. For Subcontractors/Vendors/Truckers within 48 hours:

Each bidder/proposer shall submit a Form P-025 for each subcontractor/vendor/trucker known at this time performing work equal to or greater than $70,000 under this specification in accordance with submission requirements given in the Instructions to Bidders or the Request for Proposal. If no submission requirements are given, the Form P-025 must be submitted by the apparent low bidder or recommended proposer within 48 hours after bid opening or proposal submission due date. The form shall be completed as provided in Paragraph 1. For informational purposes, the P-025 Form provides for a comparison of the subcontractor’s/ vendor’s/trucker’s current workforce with the composition of the labor market in the MSA from which the subcontractor’s/vendor’s/trucker’s workforce is drawn.

6 Permanent workforce is defined as employees with 6 months or more of continuous service.

Page 49: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 7

B. GOOD FAITH OUTREACH EFFORTS TOWARDS EQUAL EMPLOYMENT OPPORTUNITY

Upon request, the apparent low bidder/proposer shall submit satisfactory documentation showing voluntary and legal Good Faith Outreach Efforts on its part to assure that its employment practices comply with EEO laws.

The District has not attempted to set forth either the minimum or maximum voluntary steps that contractors may take to address their respective employment situations. Contractors who do business with the District have flexibility to make those efforts that are best suited to their particular employment situation so long as those efforts are legal, in good faith and will best serve the goal of equal employment opportunity. Contractors have the option of submitting a copy of their Affirmative Action Plan, if they have one, or documentation of Good Faith Outreach Efforts which may include, but is not limited to, the following:

Disseminating an equal employment opportunity and affirmative action policy both within the organization and externally. Having a recruitment program designed to attract qualified members of all ethnic and gender backgrounds available in the relevant job market such as by:

Notifying community organizations when employment opportunities are available and maintaining records of the organizations’ responses; Maintaining a file of the names and addresses of every worker referred as a result of outreach efforts, indicating what action was taken with respect to each referred person, and if the person was not employed, the reasons why; Promptly notifying the District when the union(s) with whom the contractor or subcontractor has a collective bargaining agreement has not referred a worker, as requested; and Making periodic recruitment efforts at schools, organizations, recruitment and training centers.

Having a systematic plan to organize work and redesign jobs in ways that provide opportunities for persons lacking journey-level knowledge or skills to enter and, with appropriate training, to progress in a career field. Revamping selection procedures and seniority practices which have not yet been validated in order to reduce or eliminate exclusionary effects on particular groups in particular job classifications.Initiating measures designed to assure that members of all ethnic and gender backgrounds who are qualified to perform the job are included within the pool of persons from which the selection is made. Participating in community-based training programs and on-the-job training opportunities. Promoting after-school, summer and vacation employment for youth. Establishing a system to regularly monitor the effectiveness of the program for removing barriers to achieve equal employment opportunity, and the procedures for making timely adjustments in this program where effectiveness is not demonstrated.

Page 50: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 8

C. CONTRACTORS’ EEO RESPONSIBILITIES ARISING FROM THE PERFORMANCE OF THE DISTRICT CONTRACT

The District requires all contractors to comply with state and federal EEO laws.

Contractors are required to promptly and appropriately address all EEO concerns that arise from the performance of the District contract raised by:

Their employees, Their job applicants, EBMUD employees who allege EEO discrimination or harassment by the contractor or contractor’s employee, and/or Members of the public who allege EEO discrimination or harassment by the contractor or contractor’s employees.

All contractors must cooperate fully with any District investigation of EEO complaints arising from the performance of the District contract that involve District staff. In that event, the District will provide copies of its policies and procedures regarding such investigations, and will require the contractor’s cooperation in accordance with those policies and procedures.

All contractors must distribute copies of their EEO policy. EEO complaint procedure, and the District’s “Working Together With Respect” brochure/poster to all of their employees and post them in a prominent and accessible location in the workplace or on the project site. These documents must provide the name and contact information of the contractor’s staff responsible for responding to EEO concerns.

Contractors are required to provide training to all of their supervisors and managers to assure that they are aware of the contractor’s prohibition against EEO discrimination, harassment and retaliation, and understand the process to report EEO concerns; and supervisors and managers must respond appropriately when they become aware of EEO concerns. This training must comply with California Government Code Section 12950.1.

D. MONITORING COMPLIANCE

1. PRE-CONTRACT AWARD:

The District will evaluate the documentation provided by the apparent low bidder/ proposer under Section II.B and may request further documentation. The apparent low bidder/proposer shall submit all additional documentation required by the District in a timely manner or may be deemed a nonresponsive bidder/proposer. A nonresponsive bidder/proposer may be deemed ineligible for contract award.

2. POST-CONTRACT AWARD:

The District will evaluate the documentation provided by the contractor in response to EEO complaints filed per Section II.C and may request further documentation. Contractors who fail to submit the required documentation in a timely manner may be denied future contracts with the District or have their contracts terminated.

Page 51: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 9

III. CONTRACT COMPLIANCE

A. RECORDS

All firms doing business with the District shall:

maintain records of all business enterprises performing work on the project, and records of total award and payments made to those enterprises, permit authorized District staff and/or authorized District representatives to review such records as may be required to assure the accuracy of the submitted information, submit a summary of subcontractor payments to the District with each payment request/invoice on the Subcontractor Payment Report (Form P-047) in the format required by the District, maintain all employment and personnel records of employees who worked on the District project for a minimum of two years, and maintain records of action(s) taken to address EEO discrimination, harassment, and retaliation complaints filed during and arising from the performance of the EBMUD contract.

NOTE: Failure to submit the required information in a timely manner may cause the District to hire an auditor, at the contractor’s expense, to compile summary payment information, and/or may result in the withholding of payments and/or termination of the contract.

If requested by the District, the contractor shall submit the contractor’s and/or subcontractors’ records. These records are specified in the contract and may include any or all of the following:

All contracts or purchase orders entered into with subcontractors, truckers, suppliers, and/or vendors; Payment records reflecting total contract award and total dollars actually paid to subcontractors, truckers, suppliers, and/or vendors. Such records shall indicate the name, business address, and actual monthly amount for each firm. Upon completion of the contract, the contractor shall submit, within thirty (30) calendar days, a summary of all the monthly summaries showing total dollars actually paid each firm during the whole contract; Certified weekly payroll records showing all employees and workers hired and dollar amounts and wage rates paid for work on this contract. Such payroll records shall include the name, address, social security number, sex, race, and other sufficient information for each employee to allow District verification of contractor and/or subcontractor compliance with the requirements for Equal Employment Opportunity; Monthly Employment Utilization Reports within ten (10) calendar days after the end of the month;Documentation of all Good Faith Outreach Efforts utilized in order to solicit, promote and increase all availability groups’ participation;Records of action(s) taken to address EEO discrimination, harassment, and retaliation complaints filed during and arising from the performance of the EBMUD contract; and Any other records or documentation maintained by the contractor or its subcontractors which indicate their compliance with these Contract Equity Program and Equal Employment Opportunity Guidelines.

Page 52: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 10

The contractor and all its subcontractors shall maintain records which include for each employee their:

name,address,telephone number, construction trade/union affiliation/trade status (if any), dates of changes in trade status (if any), employee identification number (if any)/social security number, race,sex,hours worked per week in the indicated trade/task, and rate of pay.

Records shall be maintained in an easily understandable and retrievable form approved by the District.

B. SUBCONTRACTOR SUBSTITUTION OR REPLACEMENT

The contractor may request to substitute or replace any subcontractor, including truckers, vendors, and suppliers, listed on the Form P-040, Contract Equity Participation, filed with the District prior to award of contract. Such requests must be in writing, clearly state the reasons for the substitution or replacement, and provide supporting evidence or documentation as appropriate. No substitution or replacement shall occur without the prior written authorization of the District.

Authorization to utilize another subcontractor may be requested for the following reasons:

1. When the subcontractor listed in the bid after having had a reasonable opportunity to do so fails or refuses to execute a written contract, when that written contract, based upon the general terms, conditions, plans and specifications for the project involved or the terms of such subcontractor’s written bid, is presented to the subcontractor by the Contractor, or

2. When the listed subcontractor becomes bankrupt or insolvent, or 3. When the listed subcontractor fails or refuses to perform his subcontract, or 4. When the listed subcontractor fails or refuses to meet the bond requirements of the

Contractor as set forth in Section 4108 of the Public Contract Code, or 5. When the Contractor demonstrates to the District, subject to the further provisions set forth

in Section 4107.5 of the Public Contract Code, that the name of the subcontractor was listed as the result of an inadvertent clerical error, or

6. When the listed subcontractor is not licensed pursuant to the Contractors License Law, or 7. When the District determines that the work performed by the listed subcontractor is

substantially unsatisfactory and not in substantial accordance with the plans and specifications, or that the subcontractor is substantially delaying or disrupting the progress of the work, or

8. When the listed subcontractor is ineligible to work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code, or

9. When the listed subcontractor is not a responsible contractor.

Page 53: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 11

Prior to approval of the prime contractor’s request for the substitution the District shall give notice in writing to the listed subcontractor of the prime contractor’s request to substitute and of the reasons for the request. The notice shall be served by certified or registered mail to the last known address of the subcontractor. The listed subcontractor who has been so notified shall have five working days within which to submit written objections to the substitution to the awarding authority. Failure to file these written objections shall constitute the listed subcontractor’s consent to the substitution.

If written objections are filed, the District shall give notice in writing of at least five working days to the listed subcontractor of a hearing by the awarding authority on the prime contractor’s request for substitution.

The contractor whose bid is accepted may not:

(a) permit a subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the original bid, without the consent of the District.

(b) Other than in the performance of “change orders” causing changes or deviations from the original contract, sublet or subcontract any portion of the work in excess of one-half of 1 percent of the prime contractor’s total bid as to which his or her original bid did not designate a subcontractor.

If a subcontractor is replaced, the contractor shall make Good Faith Outreach Efforts as set forth in these Contract Equity Program and Equal Employment Opportunity Guidelines when replacing the original or listed subcontractor with another District-approved firm. The contractor shall not be entitled to any payment for such work or material unless it is performed or supplied by the listed subcontractor or by other forces (including those of the contractor) pursuant to prior written authorization of the District.

Page 54: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 12

IV. CONSEQUENCES OF NONCOMPLIANCE

A. ENFORCEMENT

During the performance of the contract, the District may review the contractor’s and its subcontractors’ compliance with these Contract Equity Program and Equal Employment Opportunity Guidelines. Compliance shall be evaluated and measured from the initial day of performance under this contract. Noncompliance may be deemed a substantial material breach of the contract and the contract may be terminated.

Where the District finds the contractor or any of its subcontractors to be in noncompliance, the District may take such actions and impose such sanctions and penalties, described below, as may be appropriate to enforce compliance and recover District costs for damages caused by the breach of contract.

The District will notify the contractor in writing where the contractor or any of its subcontractors are not in compliance with these Contract Equity Program and Equal Employment Opportunity Guidelines. The contractor shall then notify the District in writing within five (5) working days as to what corrective measures shall be implemented by the contractor and/or subcontractor, trucker, vendor, and supplier to effect compliance.

In the event that the contractor or any of its subcontractors is still in noncompliance fifteen (15) working days after the date of the District’s written citation, the contractor shall provide the District, within two (2) working days from the District request to do so, written documentation of all corrective measures and Good Faith Outreach Efforts implemented and their results.

B. CONTRACTOR’S NONCOMPLIANCE

In the event of the contractor’s willful or inadvertent noncompliance with these Contract Equity Program and Equal Employment Opportunity Guidelines during bidding/proposing, the contractor’s bid/ proposal may be deemed nonresponsive, and therefore, ineligible for contract award.

In the event of the contractor’s noncompliance with these Contract Equity Program and Equal Employment Opportunity Guidelines during the performance of the contract, whether willful or inadvertent, the contractor may be considered in material breach of contract. In addition to any other remedy which the District may have under this contract or by operation of law, the District in its sole discretion may impose the following provisions against the contractor:

Withhold progress payments to the contractor starting from the date of the District’s written notification of noncompliance to the contractor and continuing for up to sixty (60) working days after the notification date or until compliance is verified by the District, or the contractor demonstrates to the satisfaction of the District that Good Faith Outreach Efforts have been implemented to correct the noncompliance, whichever occurs first.

Page 55: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 13

In the event of willful noncompliance as determined by the District, cancellation or suspension of the contract in whole or in part with continuance thereof conditioned upon a satisfactory showing to the District of the contractor’s ability to comply.

C. SUBCONTRACTOR’S NONCOMPLIANCE

The contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Contract Equity Program and Equal Employment Opportunity Guidelines.

The contractor shall take such action, including sanctions and penalties as appropriate, with respect to any subcontract or purchase order as necessary to enforce the terms and conditions of these Contract Equity Program and Equal Employment Opportunity Guidelines. In the event that the District determines that a subcontractor is in noncompliance, the District may also ask the contractor to terminate any such subcontract and substitute an eligible subcontractor in lieu thereof, at no increase in the contract price or time for performance.

Failure of the contractor to enforce subcontractor compliance with these guidelines may also be deemed a substantial material breach of the contract. The District, in its sole discretion, may impose against the contractor any or all of the provisions noted for contractor’s noncompliance until such time that subcontractor’s compliance is achieved.

Page 56: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 14

V. SUMMARY OF FORMS

CONSTRUCTION BIDDERS MUST COMPLETE AND SUBMIT:

Form P-025 – Employment Data and Certification(all Bidders must submit with their bid; the apparent low Bidder must also submit for all known Subcontractors doing $70,000 or more worth of work within 48 hours of bid opening)

Form P-040 – Contract Equity Participation (apparent low and second low Bidders within 48 hours of bid opening)

Form P-041 – Good Faith Outreach Efforts Documentation(apparent low and second low Bidders within 48 hours of bid opening)

Form P-042 – Contract Equity Program Guidelines Certification Form(apparent low and second low Bidders within 48 hours of bid opening, if applicable)

Form P-046 – Designation of Subcontractors(all Bidders must submit with bid)

MATERIALS AND SUPPLIES BIDDERS MUST COMPLETE AND SUBMIT:

Form P-025 – Employment Data and Certification(all Bidders must submit with their bid; the apparent low Bidder must also submit for all known Subcontractors doing $70,000 or more worth of work within 48 hours of bid opening)

Form P-040 – Contract Equity Participation (apparent low and second low Bidders within 48 hours of bid opening)

Form P-041 – Good Faith Outreach Efforts Documentation (apparent low and second low Bidders within 48 hours of bid opening)

PROFESSIONAL/GENERAL SERVICES PROPOSERS MUST COMPLETE AND SUBMIT WITH PROPOSAL:

Form P-025 – Employment Data and Certification(all Proposers and their known Subcontractors doing $70,000 or more worth of work)

Form P-040 – Contract Equity Participation (all Proposers)

Form P-041 – Good Faith Outreach Efforts Documentation (recommended Proposer as requested)

Page 57: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 15

VI. APPENDIX

POLICY STATEMENTS

Policy 1.03 – Contract Equity Program

Prevent the District from participating in or perpetuating ongoing discrimination in the marketplace while avoiding the granting of preferences on the basis of race, gender and other protected categories as prohibited by Article 1, Section 31, of the California Constitution. The District will encourage balanced opportunities among all ethnic and gender groups by establishing objectives for contract participation based on the availability in its geographic market areas of businesses by race and gender that are willing and able to do business with the District. The contracting objectives will be reviewed regularly and the progress reported to the Board of Directors in order to steadily reach a fair and equal parity in contract participation among all ethnic and gender contracting groups.

Policy 1.04 – Contractors’ Compliance With Equal Employment Opportunity

Ensure that all enterprises that do business with the District take lawful and adequate steps to assure that their employment practices comply with EEO laws.

Equal employment opportunity is the law of the land. All contractors doing business with the District shall agree not to discriminate against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (genetic characteristics or cancer), age, marital status, or sexual orientation within the meaning of California Government Code Section 12940.

Contractors shall furnish all information and reports required by the District to ensure their compliance with this policy. Notification of this policy will be included in contract specifications and will serve as official notice in determining responsiveness and compliance. Contractors who fail to comply with this policy may be denied contracts with the District or have their contracts terminated.

Page 58: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 16

AGENCIES WITH BUSINESS DIRECTORIES

State of California – Department of TransportationCivil Rights Program – MS 79 1823 – 14th Street, Sacramento, CA 95814 916-324-8347, Fax: 916-324-1949, Toll Free: 866-810-6346 Email: [email protected]: http://www.dot.ca.gov/hq/bep/find_certified.htm

Publication Distribution Unit - Disadvantaged Business Enterprise Directory 1900 Royal Oaks Drive, Sacramento, CA 95815-3800 916-445-3520

City of Oakland – Contract Compliance & Employment Services Division 250 Frank H. Ogawa Plaza, Suite 3341, Oakland, CA 94612 510-238-3970, Fax: 510-238-3363 Email: [email protected]: http://cces.oaklandnet.com/ContComp

City and County of San Francisco – Human Rights Commission 25 Van Ness Avenue, Suite 800, San Francisco, CA 94102-6033 415-252-2530Email: [email protected] – Beverly Popek, Unit RepresentativeWebsite: http://sf-hrc.org/index.aspx?page=86

Port of Oakland 530 Water Street, Oakland, CA 94607 510-627-1419Email: [email protected] – Pamela Bell, SRD Contract ComplianceWebsite: http://www.portofoakland.com/srd/

Alameda County General Services Agency 1221 Oak Street, Room 249, Oakland, CA 94612 510-891-5500;Email: Patricia McFadden for SLEB Certification – [email protected] Wewetzer for Contract Compliance – [email protected]: http://www.acgov.org/auditor/sleb

Department of General Services – Office of Small Business & DVBE Services707 3rd Street, 1st Floor, Room 400, West Sacramento, CA 95605 916-375-4940, Fax: 916-375-4950 Email: [email protected]

EBMUD BUSINESS DIRECTORY

375 – 11th Street, Oakland, CA 94623 510-287-0114, Fax: 510-287-2158 Email: [email protected]

Page 59: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 17

GLOSSARY OF TERMS

AVAILABILITY GROUPS:White Men-Owned Business: An independent business that is at least 51% owned, operated and controlled by one or more nonethnic minority men who are citizens or lawful permanent residents of the United States. White Women-Owned Business: An independent business that is at least 51% owned, operated and controlled by one or more nonethnic minority women who are citizens or lawful permanent residents of the United States. Ethnic Minority-Owned Business: An independent business that is at least 51% owned, operated and controlled by one or more ethnic minority men and/or ethnic minority women from the following groups who are citizens or lawful permanent residents of the United States:

Black/African American Persons having origins in any of the racial groups of Africa

Hispanic/Latin American Persons of Mexican, Puerto Rican, Cuban, Central or South American origin

Asian-Pacific Island American Persons having origins from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U. S. Trust Territories of the Pacific, or the Northern Marianas

Asian-Indian American Persons having origins from India, Pakistan, or Bangladesh

Native American Persons having origins in any of the original peoples of the Americas who maintain cultural identification through tribal affiliation or community recognition

CONTRACTING OBJECTIVES:The minimum percentage of the total value of a contract to be represented by businesses in each availability group, depending on the type of contract.

CONTRACTOR:A company, firm, joint venture or individual who enters into an agreement with the District to provide services, i.e., construction, professional services and general services, and delivery of materials, supplies, and equipment. A contractor may be a construction contractor, a consultant, a vendor, a supplier, or a trucker.

CONTROL:There are two aspects of control: operational and managerial control. Under operational control, the 51% or more owner must show that he or she independently makes the basic decisions in daily and long-term business operations. To determine managerial control, the owner must demonstrate that he or she makes independent and unilateral business decisions that guide the future and destiny of payroll clerks, letters of credit, contractual matters, banking services, and other such agreements.

DEALER:One who owns, operates, or maintains a store, warehouse or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a dealer, the firm must engage in, as its principal business, and in its own name, the purchase and resale of the products in question. A dealer in such bulk items as steel, cement, stone, gravel, and petroleum products need not keep such products in stock, but must own and/or operate distribution equipment to receive full dollar credit.

Page 60: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

00 43 39

December 2011 18

INDEPENDENT BUSINESS:A business that is not inextricably associated with another firm through ownership, affiliation, or sharing of employees, facilities, profits, and losses.

GEOGRAPHIC MARKET AREA: Counties where most of the businesses are located which receive District contract awards based on contract type as identified in the District’s 1997 Disparity Study.

Construction: Alameda, Contra Costa, San Francisco, and San Mateo Counties

Professional & General Services: Alameda, Contra Costa, San Francisco, Santa Clara, and Marin Counties

Materials & Supplies: Alameda, Contra Costa, San Francisco, Santa Clara, and San Joaquin Counties

JOINT VENTURE:An undertaking by two or more persons, without a corporate or partnership designation, formed for the purpose of carrying out a single business enterprise for profit.

LOCAL BUSINESS ENTERPRISE: Businesses whose primary place of business is a fixed office located in counties, such as Alameda, Contra Costa, San Joaquin, Calaveras, Amador and other counties that are directly impacted by District contracts and/or operations. A fixed office is not a post office box, a temporary location, a movable property, a location that was established to oversee a project such as a construction project office, or work space provided in exchange for services, as opposed to monetary rent.

POTENTIAL CONTRACTOR:A company, firm, joint venture, or individual who has participated in a competitive bid process or a qualification selection process to do business with the District as a construction contractor, consultant, vendor, supplier, or trucker.

REASONABLE FEES AND COMMISSIONS: Fees and commissions that are not excessive as compared with those customarily allowed for similar services.

SMALL BUSINESS ENTERPRISE: An independently owned and operated business with 100 or fewer employees and average annual gross receipts of $14 million or less over the last three tax years or is a manufacturer with 100 or fewer employees.

SUBCONTRACTOR: A company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services on a District contract. A subcontractor may be a construction subcontractor, a subconsultant, a vendor, a supplier, or a trucker at any tier/level of participation.

SUPPLIER:A company, firm, joint venture, or individual who provides materials, supplies, or equipment.

VENDOR:A company, firm, joint venture, or individual who enters into an agreement with the District to provide services, i.e., construction, professional services and general services, and delivery of materials, supplies, and equipment. A contractor may be a construction contractor, a consultant, a vendor, a supplier, or a trucker.

Page 61: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

Note: If you have difficulty completing this form or need clarification of the instructions, contact the Contract Equity Office at (510) 287-0114 for

assistance prior to submitting your bid or proposal.

1

COMPLETION OF THIS FORM IS REQUIRED FOR ALL BIDS AND PROPOSALS.

AN IMPROPER OR INCOMPLETE FORM MAY RESULT IN REJECTION OF YOUR BID OR PROPOSAL OR

TERMINATION OF YOUR CONTRACT

The East Bay Municipal Utility District REQUIRES the completion of this form when submitting any formal bid in response

to an Invitation for Bid (IFB), Statement of Qualifications (SOQ), or Request for Proposal (RFP) for materials, equipment,

construction or professional or general services. It is the policy of the District to prohibit Equal Employment Opportunity

(EEO) discrimination, harassment, and retaliation by any contractor, subcontractor, vendor, supplier, or consultant based

on sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability,

medical condition (genetic characteristics or cancer), age, marital status, or sexual orientation within the meaning of

California Government Code Section 12940. Failure to complete all applicable sections of this form may be considered

a nonresponsive reply to the IFB, SOQ or RFP and may cause its rejection.

THE SECTIONS OF FORM P-025 ARE DESCRIBED BELOW WITH SPECIAL DIRECTIONS.

SECTION A

TYPE OF ORGANIZATION AND COMPOSITION OF OWNERSHIP

SECTION B

EMPLOYMENT DATA AND WORKFORCE LOCATIONA firm’s appropriate Metropolitan Statistical Area (MSA) is defined as the location in which the business solely or

predominantly operates to provide requested product(s) or service(s).

SECTION C

CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS

SECTION D

CERTIFICATION OF FIRM’S OWNERSHIP

FORM P-025 SUPPLEMENT

METROPOLITAN STATISTICAL AREA (MSA)(for use in Section B-1a for comparing workforce parity)

EMPLOYMENT DATA AND CERTIFICATION INSTRUCTIONS (P-025)

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Page 62: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

FIRM NAME

STREET ADDRESS (City, State, ZIP)

MAILING ADDRESS (City, State, ZIP)

PHONE NO. FAX NO. WEBSITE E-MAIL

Have you ever done business with EBMUD? YES NO

NONPROFIT CORP. PUBLICLY HELD CORP.

PRIVATE CORP. FOREIGN-OWNED

SECTION A

PRIME

SUB Submit a separate P-25 form for

each subcontractor/consultant

doing work for $70,000 or more.

Asian American

Non-Hispanic Origin

Asian-PacificIslander

American

A2. COMPOSITION OF OWNERSHIP

Indicate the percent of ethnic and gender ownership below

Names of Partners – Indicate whether (G) General or (L) Limited.

Name(s), title, family relationship(s) and percentage of stock ownership for all shareholders who own 25% or more of stock in the corporation.

%

%

%

%

%

NAME OF OWNER:

JOINT VENTURE

List of Participants – Indicate percentage of work to be realized by each.

A1. TYPE OF ORGANIZATION

STATE OF INCORPORATION:

AfricanAmerican

LatinAmericanCaucasian

2

Asian-Indian

AmericanNative

AmericanRefuse

to State*

MALE

FEMALE

TOTAL

Asian

* Firms that refuse to state will be classified as “Other”.

COMPLETION OF THIS FORM IS REQUIRED FOR ALL BIDS AND PROPOSALS

Other

Indicate

NAME TITLE FAMILY RELATIONSHIP PERCENTAGE

INDIVIDUAL

PARTNERSHIP

P-025 12/11

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 63: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

3

His

pa

nic

or

La

tin

o

No

t H

isp

an

ic o

r L

ati

no

JO

B C

AT

EG

OR

IES

RA

CE

/ET

HN

ICIT

Y (num

ber

of

em

plo

yees)

Mal

eF

emal

eN

ativ

eH

awai

ian

or O

ther

Pac

ific

Isla

nder

Mal

eFe

mal

eW

hite

Bla

ck o

r A

fric

anA

mer

ican

Two

orM

ore

Rac

esA

sian

Am

eric

anIn

dia

n or

Ala

ska

Nat

ive

Nat

ive

Haw

aiia

nor

Oth

erP

acifi

cIs

land

erW

hite

Bla

ck o

r A

fric

anA

mer

ican

Two

orM

ore

Rac

esA

sian

Am

eric

anIn

dia

n or

Ala

ska

Nat

ive

Exe

cutiv

e/S

enio

rLe

vel O

ffici

als

&

Man

ager

s

Firs

t/M

id-L

evel

Offi

cial

s &

Man

ager

s

Pro

fess

iona

ls

Tech

nici

ans

Sal

es W

orke

rs

Ad

min

istr

ativ

eS

upp

ort

Wor

kers

Cra

ft W

orke

rs

Lab

orer

s &

Hel

per

s

Ser

vice

Wor

kers

Fir

m’s

To

tal

Ba

y A

rea

* To

tal

* A

lam

ed

a,

Co

ntr

a C

osta

, M

arin,

Nap

a,

San F

rancis

co

, S

an M

ate

o,

So

lano

, S

ono

ma,

and

Santa

Cla

ra C

ounties

B1.

EM

PLO

YM

EN

T D

ATA

Ind

icate

belo

w t

he n

um

ber

of em

plo

yees in e

ach o

ccup

atio

nal cate

go

ry fo

r each o

f th

e e

thnic

gro

up

s lis

ted

fo

r yo

ur

firm

’s p

erm

an

ent

wo

rkfo

rce.

(Rep

ort e

mp

loye

es in

onl

y on

e ca

tego

ry. P

erm

anen

t wor

kfor

ce is

defi

ned

as fu

ll- a

nd p

art-

time

emp

loye

es w

th 6

mon

ths

or m

ore

of c

ontin

uous

ser

vice

.) Yo

u m

ay a

ttach y

our

EE

O1 r

ep

ort

in lie

u o

f co

mp

lete

ing s

ectio

n

belo

w. P

lease p

rovid

e b

oth

yo

ur

firm

’s c

onso

lidate

d a

nd

ind

ivid

ual esta

blis

hm

ent

EE

O1 r

ep

ort

s.

B1a

. Id

entify

the m

etr

op

olit

an s

tatistical are

a (M

SA

) fr

om

whic

h y

our

firm

’s t

ota

l p

erm

anent

wo

rkfo

rce is d

raw

n. (S

ee p

ag

e 5

)

B1b

. If y

our

firm

s t

ota

l p

erm

anent

wo

rkfo

rce is lo

cate

d in o

ne c

ounty

or

parish, p

lease

identify

:

B1c

. Is

em

plo

ym

ent

data

co

nfid

enta

l?

YE

S

N

O

B1d

. N

am

e o

f p

ers

on r

esp

onsib

le fo

r affi

rmative a

ctio

n a

nd

co

mp

liance w

ith e

qual

em

plo

ym

ent

op

po

rtunity law

s in y

our

firm

:

PR

INT

NA

ME

TIT

LE

TE

LE

PH

ON

E N

UM

BE

R

SE

CT

ION

B

P-0

2512

/11

SP

EC

2011

-RO

UN

DH

ILL

NO

.2P

UM

PIN

GP

LAN

T

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 64: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

SECTION C

CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS

CERTIFICATION OF FIRM’S OWNERSHIP

The undersigned has been (is) authorized to execute this certificate on behalf of _____________________________________

______________________________________________________________________________________________________ and

swears under penalty of perjury that the foregoing statements are true and correct and that they include all material information

necessary to identify and explain the operations of this firm as well as the ownership thereof. Any material misrepresentation

will be grounds for terminating any purchase orders or contracts which may be or was awarded and for initiating actions under

Federal or State laws concerning false statements. The District reserves the right to request support documentation, such as

tax records, articles of incorporation and board minutes to verify composition of ownership.

The undersigned has been (is) authorized to execute this certificate on behalf of ___________________________________________________________

________________________________________________________________________________________________________

and does hereby certify that the answers to this compliance form and the information stated herein are true and correct.

The undersigned does further certify that __________________________________________________________________________________________________________________

_____________________________________________________________________________________________________________________________________________________________________________

shall not discriminate against or harass or retaliate against any employee or applicant for employment on account of sex,

race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical

condition (genetic characteristics or cancer), age, marital status, or sexual orientation within the meaning of California

Government Code Section 12940, and shall comply with all applicable provisions of State and Federal requirements

regarding equal employment opportunity and affirmative action reporting and compliance programs including having a

District approved process for responding to complaints of discrimination, h arassment, and retaliation.

SECTION D

DATE

CITY, COUNTY, STATE

PRINT NAME TITLE

SIGNATURE PHONE NUMBER

NAME OF FIRM

NAME OF FIRM

NAME OF FIRM

4

EXECUTED IN

ON

BY

P-025 12/11

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 65: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

5

CA Statistical Areas WM% WW% EM%

Bakersfield 29.7% 24.6% 45.7%

Fresno 25.1% 21.6% 53.3%

Los Angeles-Long Beach 20.2% 16.4% 63.5%

Merced 24.9% 21.1% 54.0%

Modesto 33.0% 28.4% 38.6%

Oakland 28.0% 24.2% 47.8%

Redding 46.6% 41.5% 11.9%

Riverside-San Bernadino 28.2% 23.4% 48.3%

Sacramento 36.1% 32.3% 31.6%

San Diego 32.4% 27.5% 40.2%

San Francisco 30.8% 25.1% 44.0%

CA Counties WM% WW% EM%

9 Bay Area Counties* 32.3% 27.8% 39.9%

Alameda 24.5% 21.6% 53.9%

Contra Costa 33.3% 28.2% 38.5%

El Dorado 46.7% 39.4% 13.9%

Fresno 24.7% 21.4% 54.0%

Los Angeles 20.2% 16.4% 63.5%

Marin 42.8% 38.4% 18.8%

Mendocino 40.4% 37.0% 22.6%

Merced 24.9% 21.1% 54.0%

Monterey 23.8% 21.3% 54.9%

Napa 37.6% 33.6% 28.8%

Orange 30.9% 25.5% 43.6%

Riverside 30.1% 24.7% 45.3%

Sacramento 32.7% 30.0% 37.3%

CA Statistical Areas WM% WW% EM%

San Jose 26.9% 21.0% 52.1%

San Luis Obispo-Atascadero-Pasa Robles 42.3% 36.6% 21.1%

Santa Barbara-Santa Maria-Lompoc 31.8% 28.6% 39.6%

Santa Cruz-Watsonville 37.5% 32.1% 30.4%

Santa Rosa 39.8% 36.9% 23.4%

Stockton-Lodi 28.1% 24.5% 47.4%

Vallejo-Fairfield-Napa 30.2% 26.8% 42.9%

Ventura 33.3% 27.6% 39.1%

Yuba City 34.9% 31.0% 34.1%

CA Counties WM% WW% EM%

San Bernardino 26.5% 22.3% 51.1%

San Diego 32.4% 27.5% 40.2%

San Francisco 29.2% 22.5% 48.3%

San Joaquin 28.1% 24.5% 47.4%

San Luis Obisbo 42.3% 36.6% 21.1%

San Mateo 28.6% 23.6% 47.9%

Santa Clara 26.9% 21.0% 52.1%

Santa Cruz 37.5% 32.1% 30.4%

Shasta 46.6% 41.5% 11.9%

Solano 27.8% 24.6% 47.6%

Sonoma 39.8% 36.9% 23.4%

Stanislaus 33.0% 28.4% 28.6%

Yolo 31.7% 29.8% 38.5%

Yuba 36.7% 34.0% 29.4%

*Alameda, Contra Costa, Marin, Napa, San Francisco, San Mateo, Solano, Sonoma, And Santa Clara

STATES WM% WW% EM%

Alabama 40.8% 33.2% 26.0%

Alaska 40.2% 33.1% 26.7%

Arizona 37.0% 31.7% 31.3%

Arkansas 44.0% 37.5% 18.5%

California 28.0% 23.6% 48.4%

Colorado 42.2% 36.2% 21.6%

Conneticut 42.4% 37.8% 19.8%

Deleware 39.3% 35.5% 25.3%

District of Columbia 19.2% 18.0% 62.8%

Florida 35.7% 30.9% 33.4%

Georgia 35.9% 30.0% 34.2%

Hawaii 13.1% 11.1% 75.8%

Idaho 48.6% 40.8% 10.5%

Illinois 38.6% 33.6% 27.8%

Indiana 47.1% 40.6% 12.3%

Iowa 49.2% 44.8% 6.0%

Kansas 45.6% 40.1% 14.3%

Kentucky 48.4% 41.9% 9.7%

Louisiana 37.3% 30.0% 32.7%

Maine 50.6% 46.5% 2.9%

Maryland 34.0% 30.2% 35.8%

Massachusetts 44.0% 40.6% 15.3%

Michigan 44.1% 37.5% 18.4%

Minnesota 47.6% 43.1% 9.3%

Mississippi 36.1% 29.6% 34.3%

Missouri 45.6% 40.3% 14.1%

STATES WM% WW% EM%

Montana 49.1% 42.5% 8.4%

Nebraska 47.1% 42.7% 10.2%

Nevada 37.8% 31.3% 30.9%

New Hampshire 50.6% 45.0% 4.4%

New Jersey 36.7% 31.5% 31.7%

New Mexico 26.6% 23.1% 50.3%

New York 35.0% 30.9% 34.1%

North Carolina 39.1% 34.0% 26.9%

North Dakota 49.6% 44.4% 6.0%

Ohio 46.1% 40.2% 13.7%

Oklahoma 41.7% 35.4% 22.9%

Oregon 45.5% 39.5% 15.0%

Pennsylvania 46.4% 40.2% 13.4%

Rhode Island 44.1% 41.4% 14.5%

South Carolina 37.6% 32.4% 30.0%

South Dakota 48.0% 43.6% 8.4%

Tennessee 44.1% 37.1% 18.8%

Texas 31.5% 26.1% 42.4%

Utah 47.7% 39.1% 13.2%

Vermont 50.4% 46.3% 3.3%

Virginia 38.6% 34.0% 27.3%

Washington 43.6% 37.6% 18.8%

West Virginia 51.9% 43.3% 4.9%

Wisconsin 47.5% 42.8% 9.6%

Wyoming 49.0% 41.4% 9.6%

Total USA 39.0% 33.7% 27.2%

P-025 SUPPLEMENTInstructions to Determine Your Statistical Areas (SA): If you operate a business solely or predominantly within one of the SA’s listed below, use that location. If you have multiple facilities within a single state, use a State SA. If you have multiple facilities throughout the United States, use Total United States percentage. If you have any questions, call 510-287-0114.

WM = White Men, WW = White Women, EM = Ethnic Minority. Figures compiled from the 2000 Census of Population, U.S. Department of Commerce, Bureau of the Census.

Page 66: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 67: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

CONTRACT EQUITY PARTICIPATION (P-040)

1

BIDDER’S /

PROPOSER’S NAME PROJECT NAME

ADDRESS

SPEC. / PROPOSAL NO. (If applicable)

E-MAIL ADDRESS BID / PROPOSAL AMOUNT $

PHONE NO. FAX NO.

Note: This form shall be submitted by first and second apparent low bidders within 48 hours of bid for construction projects and by all proposerswith their proposal for professional and general services. All subcontractors1, truckers and suppliers shall be listed on this form and must also complete a P-025 form if they are doing work for over $70,000.

COMPANY AND CONTACT NAME, ADDRESS, OWNERSHIP TYPE OF WORK ESTIMATED PHONE NUMBER AND E-MAIL ADDRESS ETHNICITY2 GENDER TO BE DONE3 DOLLAR AMOUNT

M F

Note: Additional spaces are provided on the back of this form.

The above bidder/proposer shall enter into a formal agreement with the subcontractors, truckers and suppliers for work

listed in this schedule conditioned upon execution of a contract with East Bay Municipal Utility District. Substitution or

replacements of these subcontractors must comply with Section III.B. Substitution or Replacement in the Contract Equity

Program and Equal Employment Opportunity Guidelines.

Signature of Authorized Bidder / Proposer’s Official Date

Print Name Title

1 Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services on a District contract. A subcontractor may be a construction subcontractor, subconsultant, vendor, supplier, or trucker at any tier level of participation.

2 Ethnic Classifications: A/PIA Asian-Pacific Islander American H/LA Hispanic/Latin American W/CA White/CaucasianB/AA Black/African American NA Native American American

3 If 100% of items are not to be performed or furnished by the subcontractor, describe exact portion, location (if necessary) of item to be performed or furnished by that subcontractor.

P-040 12/11

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 68: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

CONTRACT EQUITY PARTICIPATION (P-040)

2

COMPANY AND CONTACT NAME, ADDRESS, OWNERSHIPTYPE OF WORK ESTIMATED

PHONE NUMBER AND E-MAIL ADDRESS ETHNICITY2 GENDER TO BE DONE3 DOLLAR AMOUNT M F

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 69: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

1P-041 • 12/05

GOOD FAITH OUTREACH EFFORTS DOCUMENTATION (P-041)

The apparent low bidder shall submit the following information to demonstrate that a good faith outreach effort to meet the contracting Objectives has been made if its Form P-040 Contract Equity Participation indicates that the Contracting Objectives will not be met. It is suggested that even if the Contracting Objectives appear to be met on Form P-040, this form still needs to be completed in case the contracting Objectives are determined by District evaluation to have not been met.

The complete description of the following items along with all of the Good Faith Outreach Efforts (GFOE’s) are in the Section IA of the Contract Equity Program and Equal Employment Opportunity Guidelines:

Items of works for which the bidder requested subbids, trucking or materials to be supplied by subcontractors in all availability groups

Information furnished interested subcontractors, truckers, or suppliers in the way of plans, specifications and require-ments for the work

Any breakdown of items of work into economically feasible units to facilitate subcontractor participation (GFOE’s #2 & 6)

ITEMS OF WORK OR SUPPLIES IDENTIFIED

1 6

2 7

3 8

4 9

5 10

INFORMATION FURNISHED

BREAKDOWN OF ITEMS

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 70: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

2P-041 • 12/05

GOOD FAITH OUTREACH EFFORTS DOCUMENTATION (P-041)

The names and dates of advertisements in the project’s geographic market area of each newspaper, trade paper, and availability group focus paper in which a request for subcontractor participation for this project was placed by the bidder (GFOE #3)

NAME OF PUBLICATION DATES OF ADVERTISEMENT

The names and dates of notices of all subcontractors in the project’s geographic market area solicited by direct mail, and the dates and methods used for following up initial solicitations to determine with certainty whether the subcontractors were interested (GFOE’s #4 & 5)

NAME OF SUBCONTRACTOR SOLICITATION FOLLOW UP FOLLOW UPSOLICITED DATES METHODS DATES

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 71: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

3P-041 • 12/05

GOOD FAITH OUTREACH EFFORTS DOCUMENTATION (P-041)

The names of subcontractors who submitted bids for any of the work indicated on page one of this form whose bids were not accepted

A summary of the bidder’s discussions and/or negotiations with them

The name of the subcontractor or supplier that was selected for that portion of the work, and the reasons for the bidder’s choice. (If the reason for rejecting a bid was price, give the price bid by the rejected subcontractor and the price bid by the selected subcontractor or supplier.) (GFOE #8)

NAME OF REJECTED SUMMARY OF NAME OF SELECTED SUBCONTRACTORSUBCONTRACTOR DISCUSSIONS / NEGOTIATIONS AND REASONS FOR THAT CHOICE

Please Note: Use additional sheets of paper, if necessary.

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 72: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

4P-041 • 12/05

GOOD FAITH OUTREACH EFFORTS DOCUMENTATION (P-041)

Assistance that the bidder has extended to rejected subcontractors identified above to remedy the deficiency in their subbids (GFOE #9)

NAME OF REJECTED SUBCONTRACTOR ASSISTANCE EXTENDED

Any additional data to support a demonstration of good faith efforts, such as contacts with subcontractor’s assistance agencies (GFOE #7):

NAME OF COMMUNITY ORGANIZATIONS OR CONTRACTORS GROUPS ADDITIONAL GOOD FAITH OUTREACH EFFORTS

Please Note: Use additional sheets of paper, if necessary. Appropriate documentation, such as copies of newspaper ads, letters soliciting bids, and telephone logs, should accompany this form.

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 73: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

CONTRACT EQUITY PROGRAM GUIDELINESCERTIFICATION (P-042)

1P-042 • 12/05

Pursuant to the East Bay Municipal Utility District’s (“District”) Contract Equity Program Guidelines, Section I,

Paragraph A.1, I hereby declare, under the penalty of perjury under the laws of the State of California, that

1) I am duly authorized to execute this certification on behalf of my company, corporation, joint-venture or sole-

proprietorship, which has submitted a bid/proposal to District Specification/Proposal No. _______________ ;

2) I am familiar with the District’s Contract Equity Program Guidelines, and have read and understood all of the

program’s requirements;

3) I understand and agree to comply with the District’s Contract Equity Program, and all of the requirements

therein, including each of the Good Faith Outreach Efforts; and

4) I understand and agree to comply with the District’s Equal Employment Opportunity (EEO) (nondiscrimination

and harassment and retaliation) policies and procedures. I will post and distribute applicable District-supplied

EEO material. My firm has a process for responding to complaints of EEO discrimination, harassment, and

retaliation and a copy will be provided upon request.

5) I understand, and expressly agree, on behalf of my company, corporation, joint-venture or sole-

proprietorship, that the District may disqualify the bid/proposal submitted if we have not complied with the

District’s Contract Equity Program, and all of the requirements therein.

EXECUTED IN

(City, County, State)

ON FOR

(Month, Date, Year) (Bidder’s / Proposer’s Company Name)

BY

(Print Name) (Title)

(Signature) (Phone Number)

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 74: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 75: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 76: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 77: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E-061 • 6/97 UE010- 8F.doc

Bidder’s Qualifications and References

Name of Bidder:

THE BIDDER SHALL COMPLETE THE FOLLOWING STATEMENTS:

1. The bidder has been engaged in the contracting business, under the present business name, for years.

2. Experience in work of a nature similar to that covered in the proposal extends over a period of years.

3. The bidder, as a contractor, has never failed to satisfactorily complete a contract awarded to him, except as follows: (Name any and all exceptions and reasons therefore.)

4. The following contracts have been satisfactorily completed in the last three years for the persons, firm, or authority indicated; and to whom reference is made. (Name five contracts.)

YEAR TYPE OF WORK CONTRACTAMOUNT LOCATION AND FOR WHOM PERFORMED

(a)

(b)

(c)

(d)

(e)

5. The following persons may be contacted for information concerning the contract work listed above. (List a reference for each contract named.)

NAME TITLE ADDRESS TELEPHONE

(a)

(b)

(c)

(d)

(e)

(see other side)

00 45 13 - 1

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 78: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E-061 • 6/97 UE010- 8F.doc

Bidder’sQualificationsand References

6. Reference is hereby made to the following bank or banks as to the financial responsibility of the bidder:

Bank Branch

Bank Branch

Bank Branch

7. Reference is hereby made to the following surety company or companies as to the financial responsibility and general reliability of the bidder:

Surety Company Phone

Surety Company Phone

8. Following is a list of plant and equipment that is owned by the bidder and is definitely available for use on the proposed work:

QUANTITY NAME, TYPE AND CAPACITY CONDITION LOCATION

(attach additional sheets as necessary)

9. All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted in conjunction with the proposal, as part thereof, and the truthfulness and accuracy of the information is guaranteed by the bidder.

Signature of Bidder

00 45 13 - 2

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 79: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

DOCUMENT 00 45 14

01/09/12 2011 00 45 14 - 1 Manufacturer Form

MANUFACTURER FORM (May also include Vendors, Suppliers, and Service Providers)

Project Name: Round Hill No. 2 Pumping Plant, Specification 2011

Contractor:________________________________

Bidder shall enter below the name and the location of the place of business of each manufacturer who will furnish materials, products or equipment render services, or perform other work or service to Contractor, for the portion of Work listed. Failure to submit the information requested below will result in the bid being determined as non-responsive/non-responsible.

Manufacturer(Name)

Place or Business (City/State)

Work to be performed by Manufacturer

Supplier of Vertical Turbine Pumps

Supplier of Vertical Turbine Pump Motors

Supplier of Switchboard

Supplier of ML&PCS Pipe

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 80: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 81: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E0.511/50 11/07 UE010-8C.doc

DECLARATION OF NONCOLLUSION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares, under penalty of perjury, that the bid submitted to the East Bay

Municipal Utility District for

is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,

association, organization, or corporation; that the bid is genuine and not collusive or sham; that

the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or

sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any

bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the

bidder has not in any manner, directly or indirectly, sought by agreement, communication, or

conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any

overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any

advantage against the public body awarding the contract of anyone interested in the proposed

contract; that all statements contained in the bid are true; and, further, that the bidder has not,

directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents

thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any

corporation, partnership, company, association, organization, bid depository, or to any member

or agent thereof to effectuate a collusive or sham bid.

Firm:

By: Date:

Signed At:

(Signature of Bidder)

County, State of:

00 45 19

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 82: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 83: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E-102 � 3/99 UE010- 8D.doc

DECLARATION OF ELIGIBILITY TOWORK ON PUBLIC WORKS PROJECTS

The undersigned hereby certifies under penalty of perjury under the laws of the State ofCalifornia that in connection with bidding on this project:

The bidder is eligible to bid on pub lic works projects in the State of California;

The bidder is not barred from bidding on or being awarded a contract for public works pursuant to California Labor code section 1777.1 and/or 1777.7;

The bidder has obtained from each and every sub-contractor it intends to employ on this project, a statement of eligibility to work on public works projects in the State of California; and

If at any time during the course of performing work for East Bay Municipal Utility District, the contractor (formerly known as the bidder) becomes, or any of its sub-contractors become, ineligible to work on public works projects in the State of California, the contractor will immediately notify East Bay Municipal Utility District of this fact in writing.

Date:Signature of Bidder

Title:

Signed at:(County)

State of:

00 45 46 - 1

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Do Not Submit In order to submit a Bid, you must obtain a hardcopy version of

the bid documents from the District

Page 84: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 85: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 51 00 - 1 Execution of Contract

DOCUMENT 00 51 00

EXECUTION OF CONTRACT

1.1 SPECIMEN FORMS

A. The forms of contract, faithful performance bond, and payment bond included in the Contract Documents shall be examined by each bidder, but are to be executed only by the Contractor to whom award is made.

1.2 EXECUTION OF CONTRACT AND BONDS

A. After award of contract the District will mail to the Contractor two copies of contract, bond, and insurance forms. Within 15 days after receiving the forms, the Contractor shall execute and return all forms by mail to:

Jimi Yoloye, Manager of Construction, MS #62 East Bay Municipal Utility DistrictBox 24055Oakland, CA 94623-1055

or have them hand or courier delivered to the:

Construction Division Office1100 – 21st Street Oakland, CA 94607

B. Both copies of the contract and bonds shall be signed by the Contractor. If the Contractor is a corporation, the contract and bonds shall be signed by the corporate officers authorized to do so.

C. Both copies of the bonds shall be executed by a sufficient, admitted surety insurer (ie: as listed on website http://interactive.web.insurance.ca.gov/webuser/idb_co_list$.startup) admitted to transact such business in California by the California Department of Insurance and as described in Article 9 of the General Conditions. After the contract is executed on behalf of the District, one copy will be returned to the Contractor.

1.3 INSURANCE

A. After award of contract, the Contractor shall promptly obtain the insurance certificates required by Document 00 62 00 Insurance Requirements of this Specification, and shall submit them to the Engineer as specified with the contract and bonds.

Page 86: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 51 00 - 2 Execution of Contract

B. Insurance requirements shall be met within the same period allowed for execution of the contract and bonds.

1.4 NOTICE TO PROCEED

A. See Article 8 of the General Conditions.

END OF DOCUMENT

Page 87: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E-006 4/09 1 of 2 00 52 00 - 1

CONTRACTDATE OF CONTRACT

CONSTRUCTION OR INSTALLATION

CONTRACTOR

CONTRACT FOR (Specification title, brief description of work, and bid items)

CONTRACT PRICE (Words and figures)

CONTRACT COMPLETION

CONTRACT DOCUMENTS: The Contract Documents include the District’s contract form and any exhibits attached thereto, Notice to Contractors, Instruction to Bidders, Proposal, General Conditions, Supplementary General Conditions, Designation of Subcontractors, Contract Equity Program Forms, Specifications, Addenda, Appendices, Approved Change orders, if any, and Drawings, contained in and by reference made part of the Specifications.

WITNESSETH: That the East Bay Municipal Utility District, a public corporation of the State of California, hereinafter called the District, and the individual, partnership, joint venture, or corporation named above, hereinafter called the Contractor, agree as follows:

1. The Contractor, at his own risk and expense, agrees to perform and complete the work set forth in the Contract Documents named above, all now on file in the office of the Secretary of the District, which said Contract Documents are hereby referred to for a definite and distinct description of the work to be performed under this Contract and are made part of this Contract the same as though fully set forth herein.

Page 88: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

CONTRACT

E-006 4/09 _______________________________________________________________________________________________________________________________________________________________ *If corporation, Corporate President or CEO; if Partnership, Partner. 2 of 2 ** Corporate Secretary or financial officer

00 52 00 - 2

2. The Contractor agrees to perform this Contract in compliance with and in conformity to said Contract Documents.

3. The District, in consideration of the performance of this Contract, agrees to pay the Contractor the Contract Price entered on thefirst page hereof in accordance with the bid of the Contractor which is hereby expressly referred to and made part of this Contract.

4. Payment(s) shall be made to the Contractor in accordance with the provisions set forth in the Contract Documents and the amount(s) to be paid the Contractor shall be paid in legally executed and regularly issued check(s) of the District, drawn on the appropriate fund or funds, as required by law and the order of the Board of Directors thereof.

5. The Contractor is skilled in the trade or calling necessary to perform this Contract, and the District relies upon the skill of the Contractor to perform this Contract in the most skillful and durable manner, and the Contractor guarantees so to do, and the acceptance of the work will not operate as a release to the Contractor or the Surety on the Contractor’s bonds from said guarantee.

6. The attention of the Contractor is directed to Article 12 of the General Conditions of the Specification entitled “Labor Provisions.”

7. The Contractor is aware of the provisions of Section 3700 of the Labor Code of the State of California which requires 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 the Contractor agrees to comply with such provisions before commencing the performance of the work of this Contract.

IN WITNESS WHEREOF the parties hereto have executed this agreement the day and year entered on the first page hereof.

(SEAL OF DISTRICT) EAST BAY MUNICIPAL UTILITY DISTRICT

By Secretary of the District

Contractor

By

*Title

By

**Title

Page 89: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E-199.1 12/06 00 61 13.13 - 1 1 of 2

DATE FAITHFUL PERFORMANCE BOND

CONTRACTOR (Name and California address where service may be effected)

SURETY (Name and California address where service may be effected)

AMOUNT OF BOND (Sum in words and figures)

CONTRACT DOCUMENTS (As named in the Contract)

KNOW ALL PERSONS BY THESE PRESENTS:

THAT, the contractor named above, hereinafter called the Contractor, as Principal, and the Surety named above, as Surety, are held and firmly bound unto the East Bay Municipal Utility District, hereinafter called the District, in the sum entered above, lawful money of the United States of America, for the payment of which sum well and truly to be made to the District, we, and each of us, bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmlyby these presents.

The condition of the above obligation is such that whereas the Contractor and the District entered into a Contract of even dateherewith, by the terms and conditions of which the Contractor agreed to perform and complete the work, or manufacture, complete, and deliver the material or equipment, set forth in the Contract Documents named in the Contract, all now on file in the office of the Secretary of the District, as will more fully appear by reference to said Contract, which is made a part ofthis bond;

Page 90: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E-199.1 12/06 00 61 13.13 - 2 2 of 2

FAITHFUL PERFORMANCE BOND

NOW, THEREFORE, if the Contractor shall well and truly carry out, execute and perform all things by the Contractor to be carried out, executed and performed, according to the terms and conditions of said Contract, including any and all warranty and guaranty obligations contained therein, then this obligation shall become null and void, otherwise to remain in full force and effect throughout the period of performance, including any warranty or guaranty period.

No prepayment or delay in payment, and no change, extension, addition, or alteration of any provision of said Contract or Contract Documents agreed to between the Contractor and the District, and no forbearance on the part of the District shall operate to release the Surety from liability on this Bond, and consent to make such alterations without further notice to or consent by the Surety is hereby given, and the Surety hereby waives the provisions of Section 2819 of the Civil Code and Section 359.5 of the Code of Civil Procedure of the State of California.

Each signator to this bond hereby declares under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

Dated the day and year entered on the first page hereof.

Contractor

By

*Title

By

**Title

(SEAL OF SURETY) Surety

By

Title

Note: The signature of the Surety on this bond must be acknowledged before a Notary Public. An executed Power of Attorney indicating that the Surety’s representative is authorized to bind the Surety must accompany this bond.

The foregoing Bond was accepted and approved this day of , 20

, East Bay Municipal Utility District

Specifications / Proposal No.

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

*If corporation, Corporate President or CEO; if Partnership, Partner. **Corporate Secretary or financial officer.

Page 91: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

E-008 7/01 00 61 13.16 - 1 1 of 2

DATE PAYMENT BONDCONTRACTOR (Name and California address where service may be effected)

SURETY (Name and California address where service may be effected)

AMOUNT OF BOND (Sum in words and figures)

CONTRACT DOCUMENTS (As named in the Contract)

KNOW ALL PERSONS BY THESE PRESENTS:

THAT, WHEREAS, the contractor named above, hereinafter called the Contractor, has this day entered into a Contract with East Bay Municipal Utility District, hereinafter called the District, to perform and complete the work set forth in the ContractDocuments named in the Contract, all now on file in the office of the Secretary of the District, as will more fully appear by reference to said Contract, which is made a part hereof; and

WHEREAS, Sections 3247 to 3252 inclusive of the Civil Code of the State of California (Statutes of 1969, Chapter 1362), and any amendments thereof, require contractors upon public work to file with the body by whom such contract was awarded a good and sufficient bond to secure the claims to which reference is made in said sections, NOW THESE PRESENTS

WITNESSETH: That the Contractor, as Principal, and the Surety named above, as Surety, are held and firmly bound unto any and all materialmen, persons, firms, or corporations furnishing materials, provisions, or other supplies used in, upon, for,or about the performance of the work contracted to be done, and to all persons, firms or corporations renting or hiring implements or machinery for or contributing to the said work to be done and to all persons who perform work or labor of any kind or nature thereon, or in connection therewith, and to all persons who supply both work and materials, in the sum entered on the first page hereof, lawful money of the United States of America, being not less than the total amount payable by the terms of said Contract, for which payment well, truly and promptly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly, and severally, firmly by these presents.

Page 92: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

PAYMENT BOND

E-008 7/01 00 61 13.16 - 2 2 of 2

The condition of the above obligation is such that if the Contractor, or the Contractor’s subcontractors, fail to pay for any materials, provisions or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, provided that any and all claims hereinunder shall be filed and proceedings had in connection therewith as required by the provisions of said Sections 3247 to 3252 inclusive of the Civil Code of the State of California, and any amendments thereof: PROVIDED ALSO, that in case suit is brought upon this Bond a reasonable attorney’s fee shall be awarded by the court to the prevailing party in said suit, said attorney’s fee to be fixed as costs in said suit, and to be included in the judgment therein rendered.

No prepayment or delay in payment and no change, extension, addition, or alteration of any provision of said Contract or Contract Documents agreed to between the Contractor and the District, and no forbearance on the part of the District, shall operate to release the Surety from liability on this Bond, and consent to make such alterations without further notice to or consent by the Surety is hereby given, and the Surety hereby waives the provisions of Section 2819 of the Civil Code of the State of California.

Dated the day and year entered on the first page hereof.

Each signator to this bond hereby declares under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

Contractor

By

*Title

By

**Title

(SEAL OF SURETY) Surety

By

Title

Note: The signature of the Surety on this bond must be acknowledged before a Notary Public. An executed Power of Attorney indicating that the Surety’s representative is authorized to bind the Surety must accompany this bond.

The foregoing Bond was accepted and approved this day of , 20

, East Bay Municipal Utility District

Specifications / Proposal No.

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

*If corporation, Corporate President or CEO; if Partnership, Partner. **Corporate Secretary or financial officer.

Page 93: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Insurance 2011 00 62 00 - 1 Requirements

DOCUMENT 00 62 00

INSURANCE REQUIREMENTS

1.1 GENERAL - INDEMNIFICATION

A. The Contractor has the entire responsibility for any and all injury to the public and to individuals; for all loss or damage arising from any obstructions or difficulties, either natural or artificial, which may be encountered in the project; for damage to property resulting from the performance of the work under this contract; for damage from any action of the elements prior to the final acceptance of the work; for damage from any act or omission not authorized by this Specification on the part of the Contractor or any agent or person employed by the Contractor.

1.2 INSURANCE REQUIREMENTS

A. Take out and maintain during the life of the Contract insurance as described in Article 9 of the General Conditions and as described in this Section.

1.3 WORKERS’ COMPENSATION INSURANCE

A. The Contractor shall procure and maintain for the duration of the contract, Workers' Compensation Insurance for all of its employees on the project. Likewise, Contractor shall require all of its subcontractors procure and maintain Workers’ Compensation Insurance. In lieu of evidence of Workers' Compensation Insurance, the District will accept a Self-Insuring Certificate from the State of California. The Contractor shall require its subcontractor(s) to provide it with a copy of proof of Worker’s Compensation Insurance, all in strict compliance with California State laws. Complete and submit the certificates to the District on the form provided in 00 62 16.11 Certificate of Workers’ Compensation Insurance.

1.4 COMMERCIAL GENERAL AND AUTO LIABILITY INSURANCE

A. The Contractor shall procure and maintain for the duration of the contract, Automobile and General Liability Insurance that provides protection from claims which may arise from operations or performance under this contract. The Contractor shall require subcontractor(s) to provide it with a copy of proof of the same liability insurance coverages. Complete and submit the certificate form provided in 00 62 16.13 Certificate of Commercial General and Auto Liability Insurance.

B. The amount of insurance for all policies shall not be less than $2,000,000.

Page 94: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Insurance 2011 00 62 00 - 2 Requirements

C. The following endorsements/coverages shall be included in the policy(ies):

1. The District, its Directors, officers and employees are Additional Insureds in the policy(ies) as to the work being performed under the contract.

2. The coverage is primary to any other applicable insurance carried by the

District.

3. The policy(ies) covers contractual liability.

4. The policy(ies) is written on an occurrence basis.

5. The policy(ies) covers District’s Property in Consultant’s/Contractor’s care, custody and control.

6. The policy(ies) covers personal injury (libel, slander, and wrongful entry and

eviction) liability.

7. The policy(ies) covers explosion, collapse, and underground hazards.

8. The policy(ies) covers products and completed operations.

9. The policy(ies) covers use of owned, non-owned and hired automobiles.

10. NOT USED

11. The policy(ies) shall not be canceled nor the above coverages/endorsements reduced without 30 days advance written notice to the District.

1.5 POLLUTION LIABILITY INSURANCE

A. The Contractor shall procure and maintain for the duration of the contract, Pollution Liability Insurance that provide protection from claims related to the release or threatened release of pollutants into the environment arising out of or resulting from Contractor’s performance under this contract. The Contractor shall require subcontractor(s) to provide it with a copy of proof of the same pollution liability insurance coverages. Complete and submit the certificate form provided in 00 62 16.14 Certificate of Pollution Liability Insurance.

B. Pollution Liability coverage shall not be less than $2,000,000 (claims made basis with 3 year tail coverage).

Page 95: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Insurance 2011 00 62 00 - 3 Requirements

1.6 BUILDERS RISK INSURANCE

A. The Contractor shall procure and maintain for the duration of the Contract, (in the name of the Contractor and the District), "All Risk" (excluding Earthquake and Flood) Builders Risk Insurance covering the entire work of this contract for 100% of the replacement value thereof, including items of labor and materials in place or to be used as part of the permanent construction, including surplus miscellaneous materials and supplies incident to the work, and such scaffoldings, staging, towers, forms and equipment not owned or rented by the Contractor, the Cost of which is not included in the cost of the work. Complete and submit the certificate form provided in 00 62 16.15 Certificate of Builders’ Risk Insurance.

B. Exclusions: This insurance does not cover any tools owned by mechanics, any tools, equipment, scaffoldings, staging, towers, and forms, rented or owned by the Contractor, the 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 workmen.

C. In the event of a loss by the perils insured against, of any or all of the work and/or materials herein provided for, at any time prior to the final completion of the contract and the final acceptance by the District, the Contractor shall promptly reconstruct, repair, replace or restore all work or materials so destroyed.

D. Nothing herein provided for shall in any way excuse the Contractor or its surety from the obligation of furnishing all the required materials and completing the work in full compliance with the terms of the contract.

E. Value of the materials furnished to the Contractor by the District is stated under Section 01 64 05 District-Furnished Materials.

END OF DOCUMENT

Page 96: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 97: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

RM-017 8/04 UF020-29.doc

00 62 16.11

CERTIFICATE OF WORKERS’ COMPENSATION INSURANCE

THIS IS TO CERTIFY TO: East Bay Municipal Utility District (EBMUD) Department: Engineering and Construction Street Address: 375 11th Street, MS# 62 Mailing Address: P.O. Box 24055 City, State, Zip: Oakland, CA 94623

THE FOLLOWING DESCRIBED POLICY HAS BEEN ISSUED TO:

District Contract Number:

Insured:

Address:

LOCATION AND DESCRIPTION OF PROJECT/AGREEMENT:

TYPE OF INSURANCE: Workers’ Compensation Insurance as required by California State Law.

INSURANCE COMPANY:

POLICY NUMBER:

POLICYTERM:

From: To:

The policy will not be canceled nor the above coverage reduced without 30 days written notice to East Bay Municipal Utility District at the address above.

IT IS HEREBY CERTIFIED the above policy provides insurance as required by the agreement between East Bay Municipal Utility District and the Insured.

Signed: Authorized Signature of Broker, Agent, or Underwriter Date: Firm:

Address:

Phone: “This certificate or verification of insurance is not an insurance policy and does not amend, extend, or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of the policies.”

2011

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Page 98: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 99: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

CERTIFICATE OF COMMERCIAL GENERAL ANDAUTO LIABILITY INSURANCE

THIS IS TO CERTIFY TO: East Bay Municipal Utility District (EBMUD) Department: Engineering and Construction Street Address: 375 11th Street, MS# 62 Mailing Address: P.O. Box 24055 City, State, Zip: Oakland, CA 94623

THE FOLLOWING DESCRIBED POLICY HAS BEEN ISSUED TO:District Contract Number: Insured: Address:

LOCATION AND DESCRIPTION OF PROJECT/AGREEMENT:

TYPE OF INSURANCE: Commercial General and Automobile Liability Coverage/Endorsements as required by agreement. LIMITS OF LIABILITY:

(MINIMUM) $ ,000,000/Occurrence, Bodily Injury, Property Damage-General Liability $ ,000,000/Occurrence, Bodily Injury, Property Damage-Auto Liability

SELF INSURED RETENTION ($): (Auto) (GL) (if applicable) Aggregate Limits (AUTO) (GL) (if applicable)

INSURANCE COMPANY(IES): (Auto) (GL) POLICY NUMBER(S): (Auto) (GL) POLICY TERM: From: (Auto) (GL) To: (Auto) (GL)

THE FOLLOWING COVERAGES OR ENDORSEMENTS ARE INCLUDED IN THE POLICY(IES):1. The District, its Directors, Officers and Employees are Additional Insureds in the policy(ies) as to work being performed

under this contract. ENDORSEMENT NO. 2. The coverage is Primary and non-contributory to any other applicable insurance carried by the District.

3. The policy(ies) covers contractual liability.

4. The policy(ies) is written on an occurrence basis.

5. The policy(ies) covers District’s Property in Consultant’s/Contractor’s care, custody and control.

6. The policy(ies) covers personal injury (libel, slander, and wrongful entry and eviction) liability.

7. The policy(ies) covers explosion, collapse, and underground hazards.

8. The policy(ies) covers products and completed operations.

9. The policy(ies) covers the use of owned, non-owned and hired automobiles.

10. NOT USED

11. The policy(ies) will not be canceled nor the above coverages/endorsements reduced without 30 days written notice to East Bay Municipal Utility District at the address above.

IT IS HEREBY CERTIFIED that the above policies provide liability insurance as required by the agreement between the East Bay Municipal Utility District and the insured.

Signed Firm Address Date Phone

“This certificate or verification of insurance is not an insurance policy and does not amend, extend, or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of the policies.”

RM 015 C11/11 UF020-30.doc

00 62 16.13

2011

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

22

Page 100: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 101: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

CERTIFICATE OF POLLUTION LIABILITY INSURANCE

THIS IS TO CERTIFY TO: East Bay Municipal Utility District (EBMUD) Department: Engineering and Construction Street Address: 375 11th Street, MS# 62 Mailing Address: P.O. Box 24055 City, State, Zip: Oakland, CA 94623

THE FOLLOWING DESCRIBED POLICY HAS BEEN ISSUED TO:

District Contract Number:

Insured:

Address:

LOCATION AND DESCRIPTION OF PROJECT/AGREEMENT:

TYPE OF INSURANCE: Pollution Liability (Claims Made Basis with a -year Tail)

MINIMUM LIMITS OF LIABILITY: $ ,000,000 each claim and in the aggregate.

INSURANCE COMPANY:

POLICY NUMBER:

POLICY TERM: From: To:

POLICY TAIL: From: To:

The policy will not be canceled nor the above coverage reduced without 30 days written notice to East Bay Municipal Utility District at the address above.

IT IS HEREBY CERTIFIED the above policy provides insurance as required by the agreement between East Bay Municipal Utility District and the Insured.

Signed: Authorized Signature of Broker, Agent, or Underwriter Date: Firm:

Address:

Phone: “This certificate or verification of insurance is not an insurance policy and does not amend, extend, or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of the policies.”RM-0xx 03/11 UF0xx-xx.doc

00 62 16.14

2011

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

3

2

Page 102: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 103: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

RM-014 8/04 UF020-28.doc

00 62 16.15

CERTIFICATE OF BUILDER’S RISK INSURANCE

THIS IS TO CERTIFY TO: East Bay Municipal Utility District (EBMUD) Department: Engineering and Construction Street Address: 375 11th Street, MS# 62 Mailing Address: P.O. Box 24055 City, State, Zip: Oakland, CA 94623

THE FOLLOWING DESCRIBED POLICY HAS BEEN ISSUED TO:

District Contract Number:

Insured:

Address:

LOCATION AND DESCRIPTION OF PROJECT/AGREEMENT:

TYPE OF INSURANCE: Builder’s Risk Insurance per EBMUD Contract Specification

MINIMUM LIMITS OF LIABILITY: 100% of the replacement value of the work in the project described above.

INSURANCE COMPANY:

POLICY NUMBER:

POLICY TERM: From: To:

The policy will not be canceled nor the above coverage reduced without 30 days written notice to East Bay Municipal Utility District at the address above.

IT IS HEREBY CERTIFIED the above policy provides insurance as required by the agreement between East Bay Municipal Utility District at the Insured.

Signed: Authorized Signature of Broker, Agent, or Underwriter Date: Firm:

Address:

Phone: “This certificate or verification of insurance is not an insurance policy and does not amend, extend, or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of the policies.”

2011

SPEC 2011 - ROUND HILL NO. 2 PUMPING PLANT

Page 104: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 105: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

Table of Contents – August 15, 2011 00 72 00-1 General Conditions

GENERAL CONDITIONS

TABLE OF CONTENTS

PAGEARTICLE 1 GENERAL PROVISIONS ...................................................................... 3

1.1 Interpretation................................................................................... 3 1.2 Definitions ...................................................................................... 3 1.3 Contract Documents ....................................................................... 7

ARTICLE 2 RIGHTS-OF-WAY AND PROPERTY ................................................... 9 2.1 Provided by the District ................................................................. 9 2.2 Additional Property ........................................................................ 9

ARTICLE 3 ADMINISTRATION OF THE CONTRACT .......................................... 9 3.1 Authority of the Engineer .............................................................. 9 3.2 Inspection and Non-Conforming Work ......................................... 9 3.3 Lines, Grades, and Measurements ................................................. 10 3.4 Disputes and Claims ...................................................................... 11

ARTICLE 4 CONTRACTOR’S RESPONSIBILITIES ............................................... 17 4.1 Responsibility of the Contractor .................................................... 17 4.2 Supervision of the Work ................................................................ 18 4.3 Contractor’s Employees ................................................................. 18 4.4 Materials and Workmanship .......................................................... 19 4.5 District’s Right to Perform Separate Work .................................... 20 4.6 Patents and Copyrights .................................................................. 20 4.7 Contractor’s Responsibility for Losses and Liabilities .................. 20 4.8 Protection of Property .................................................................... 23 4.9 Contractor Use of Premises ........................................................... 23 4.10 Documents On-Site ........................................................................ 24 4.11 Review of Contract Documents and Field Conditions .................. 24

ARTICLE 5 SUBCONTRACTORS AND SUPPLIERS............................................... 24

ARTICLE 6 SAFETY OF PERSONS AND PROPERTY ........................................... 25 6.1 Contractor’s Responsibility ........................................................... 25 6.2 Public Safety .................................................................................. 25 6.3 Engineer’s Responsibility .............................................................. 25 6.4 Emergency Work ........................................................................... 26

ARTICLE 7 CHANGES ............................................................................................... 26 7.1 General ........................................................................................... 26 7.2 Change Orders ............................................................................... 26

Page 106: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

Table of Contents – August 15, 2011 00 72 00-2 General Conditions

7.3 Determination of Costs for Force Account Change Order Work ......................................................................................................... 28 7.4 Lump Sum or Force Account Adjustments ................................... 31 7.5 Variation in Quantity in Unit Price Work ...................................... 32 7.6 Deleted Work .................................................................................. 33 7.7 Differing or Unusual Site Conditions ............................................ 33

ARTICLE 8 TIME ........................................................................................................ 34 8.1 Commencement, Prosecution, and Completion of Work .............. 34 8.2 Liquidated Damages ...................................................................... 35 8.3 Use of Facilities Prior to Completion of Contract ......................... 35 8.4 Delays and Extensions of Time ..................................................... 36 8.5 Weather Conditions Unfavorable for Prosecution of Work .......... 38

ARTICLE 9 INSURANCE AND BONDS ................................................................... 39 9.1 Faithful Performance and Payment Bonds .................................... 39 9.2 Insurance Requirements.................................................................. 39

ARTICLE 10 WARRANTY............................................................................................ 40

ARTICLE 11 TERMINATION OR SUSPENSION OF THE CONTRACT ................. 41 11.1 Termination by the District for Cause or Default ........................... 41 11.2 Termination by the District for Convenience ................................ 42 11.3 Termination of the Contract - Act of God or Force Majeure ......... 43 11.4 Suspension by the District ............................................................. 44

ARTICLE 12 LABOR PROVISIONS ............................................................................ 44 12.1 Prevailing Wages ........................................................................... 44 12.2 Payroll Records .............................................................................. 46 12.3 Hours of Labor ............................................................................... 47 12.4 Employment of Apprentices .......................................................... 47

ARTICLE 13 MISCELLANEOUS PROVISIONS ........................................................ 47 13.1 Governing Law .............................................................................. 47 13.2 Antitrust Claims ............................................................................. 48 13.3 Non-Discrimination Clause ............................................................ 48 13.4 Trenching and Shoring ................................................................... 48 13.5 Third Party Claims ......................................................................... 48

Page 107: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-3 General Conditions

GENERAL CONDITIONS

ARTICLE 1 - GENERAL PROVISIONS

1.1 Interpretation

1.1.1 The following interpretative rules apply throughout the Contract Documents.

.1 The provisions of the Contract Documents are complementary and should be interpreted viewing the Contract Documents as a whole.

.2 A concept phrased in the singular should be interpreted in the plural as required.

.3 Masculine includes feminine, and feminine includes masculine.

.4 The words “shall,” “will” and “must,” in any of their tenses, indicate mandatory requirements.

.5 The use of examples like “such as” or “including” does not limit or exclude examples not specifically mentioned.

.6 The words “provide,” “perform,” “construct,” and “install” mean, unless preceded by the word “only,” that the Contractor shall provide, perform, construct, and install and include all services necessary to provide, perform, construct and install.

1.2 Definitions

1.2.1 Throughout the Contract Documents, the terms below will have the following defined meanings:

.1 Addendum: A written change, clarification, or correction to the Contract Documents issued by the East Bay Municipal Utility District prior to bid opening.

.2 Bidder: Any individual, partnership, joint venture, or corporation submitting a proposal for the work contemplated, acting directly or through a duly authorized representative.

.3 Board or Board of Directors: The Board of Directors of the East Bay Municipal Utility District.

.4 Change Order: A Change Order is a written instrument used for modifying the contract with regards to the scope of Work, Contract Sum, and/or Contract Time. An approved Change Order is a Change Order signed by the District. An

Page 108: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-4 General Conditions

executed Change Order is a Change Order signed by both the District and the Contractor.

.5 Compensable Delay: A period of delay to the Contractor’s performance of the Work that meets all of the following criteria: a) the delay directly prevents the Contractor from performing critical path

Work; b) the delay is caused directly and solely by the District or by causes within

the exclusive control of the District; c) the delay is not concurrent with any other type of delay;d) the delay could not have been avoided by the Contractor through work-

arounds, rescheduling or other mitigation measures; and e) the Contractor gave timely notice of the delay to the District in compliance

with the terms of this contract.

.6 Concurrent Delay: Two or more independent causes of delay to the Contractor’s performance of the Work that meet all of the following criteria: a) the delays occur at the same time during all or a portion of the delay period

being considered; b) the delays directly prevent the Contractor from performing critical path

Work; c) each of the delays would have delayed the Contractor’s performance of

critical path work even in the absence of any of the other delays; d) none of the delays could have been avoided by the Contractor through

work-arounds, rescheduling or other mitigation measures required under this contract; and

e) the Contractor gave timely notice of the delays to the District in compliance with the terms of this contract.

.7 Contract Completion: The Work has been fully completed in accordance with the Contract Documents as determined by the Engineer and all governmental authorities with jurisdiction over the project have issued acceptance or a certificate of occupancy.

.8 Contract Documents: See Article 1.3.

.9 Contract Sum: The contract price stated in the contract form(Document 00 52 00) plus all Approved Change Orders.

.10 Contract Time: The number of days set forth in the contract to achieve Contract Completion. The required completion date is computed by adding the number of days to the effective date of the Notice to Proceed. If the required completion date falls on a District holiday or non-Work Day, that day is excluded and the following Work Day is counted. The Contract Time may only be adjusted by approved Change Order.

Page 109: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-5 General Conditions

.11 Contractor: The individual, partnership, joint venture, or corporation with whom the contract is made by the District.

.12 Critical Path: The sequence of schedule activities that determines the duration of the Work.

.13 Day: Unless otherwise specified, days are calendar days, measured from midnight to the next midnight.

.14 Deficiency Notice: A written notice issued by the Engineer informing the Contractor of non-conforming Work.

.15 District: The East Bay Municipal Utility District.

.16 Engineer: The Director of Engineering and Construction or the Director of Wastewater of the District acting directly or through authorized agents acting within the duties entrusted to them.

.17 Excusable Delay: A period of delay to the Contractor’s performance of the Work that meets all of the following criteria: a) the delay prevents the Contractor from performing critical path work; b) the delay is directly caused by events beyond the control of both the

District and the Contractor (including, but not limited to, adverse weather);c) the delay is not concurrent with an Inexcusable Delay as defined in this

contract;d) the delay could not have been avoided by the Contractor through work-

arounds, rescheduling or other mitigation measures required under the contract; and

e) the Contractor gave timely notice of the delay to the District in compliance with the terms of this contract.

.18 Fixed Costs (also known as Fixed Price): Any necessary labor, material, and equipment costs directly expended which remain constant regardless of the quantity of work done.

.19 Force Account: Method of compensation for Work performed that is billed at actual cost for labor, materials, equipment, taxes and other costs plus a specified percentage of markup for overhead and profit. Compensation rate for certain cost elements may be specified in the contract.

.20 Free Float (also known as Activity Float): The amount of time that a scheduled activity can be delayed without delaying the early start of any immediately following schedule activity.

.21 Inexcusable Delay: A period of delay to the Contractor’s performance of the Work caused by circumstances within the Contractor’s control or within the

Page 110: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-6 General Conditions

scope of the Contractor’s contract responsibilities. Delays attributable to or within the control of a Subcontractor of any tier, or a Supplier, shall be deemed to be delays within the control of the Contractor. Inexcusable Delays include, but are not limited to, any of the following: a) delays caused by the Contractor’s failure to perform its cooperation and

coordination responsibilities required by this contract;b) delays caused by the District’s enforcement of any government act or

regulation, or the provisions of the contract;c) delays caused by the District’s right to sequence the Work in a manner that

would avoid disruption to the District’s tenants, customers, contiguous property owners, and their contractors or other prime contractors and their respective Subcontractors;

d) any delay that is neither a Compensable Delay nor Excusable Delay as defined in this contract; and

e) delays of any kind that the Contractor fails to give timely notice to the District in compliance with the terms of this contract.

.22 Lump Sum Price: Pricing arrangement where the Contractor agrees to perform the scope of work for a fixed price that cannot be adjusted unless there is a Change Order. For the purpose of this contract, the terms Lump Sum Price and Fixed Price adjustment are used interchangeably.

.23 Notice to Proceed: A written directive, issued by the District, authorizing the Contractor to start performance of the work and establishing date of commencement of the work. The effective date is the date the Contractor acknowledges receipt of the Notice to Proceed or five days from mailing, whichever is earlier.

.24 Shop Drawings: Includes all drawings, specifications, diagrams, calculations, illustrations, product samples, brochures, catalog cuts, schedules, and other data which are prepared by the Contractor, a Subcontractor, tier-subcontractor, manufacturer, Supplier, or distributor, illustrating how specific portions of the Work shall be fabricated or installed.

.25 Shoring: A temporary structural system designed to support any and all loads for the purposes of excavation. Sloping of the soil shall not be considered as shoring.

.26 Subcontractor: The person or persons, co-partnership, firm or entity in direct contract with the Contractor or with any other Subcontractor for the purpose of furnishing materials, equipment, and/or performing a part of the contract Work.

.27 Superintendent: The Contractor's authorized on-site representative in charge of supervising the Work. Instructions and information given by the Engineer to the Superintendent shall be considered to have been given to the Contractor.

Page 111: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-7 General Conditions

.28 Supplier: A manufacturer, fabricator, distributor, or any person or organization who supplies materials or equipment for the contract Work, including that fabricated to a special design, but who does not ordinarily perform labor at the jobsite.

.29 Total Float: The amount of time that a schedule activity may be delayed from its early start without delaying the Contract Completion date, or violating a schedule constraint.

.30 Underground Utilities: All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities that are installed underground to furnish any of the following services or materials: water, sewage and drainage removal, electricity, gases, steam, liquid petroleum products, telephone or other communication systems, cable television, traffic, or other control or information systems.

.31 Unit Price: Pricing arrangement in which the total amount of compensation for performance of the work is computed by multiplying the actual quantity of Work performed by the line item unit price except as noted in Article 7.5.Measurement of the quantity of work performed shall be determined by the Engineer.

.32 Work: All labor, material, equipment, submittal, and appurtenances required to be furnished to properly complete construction of the work under the Contract Documents.

.33 Work Day: Unless specified elsewhere, work day includes all days of the year except Saturdays, Sundays, and District Holidays.

1.3 Contract Documents

1.3.1 The Contract Documents comprise the entire agreement between the District and the Contractor concerning the Work. The Contractor shall properly perform all requirements of the Contract Documents.

1.3.2 The Contract Documents include the District’s contract form and any exhibits attached thereto, including the Notice to Contractors, Instructions to Bidders, Bidding Form, Proposal, General Conditions, Supplementary General Conditions, Designation of Subcontractors, Contract Equity Program Forms, specifications, addenda, appendices, and approved Change Orders, if any.

1.3.3 The Contract Documents are intended to be complementary and include all items necessary for the Contractor’s proper execution and completion of the Work. Anything mentioned in the specifications and not shown on the drawings or shown on the drawings and not mentioned in the specifications shall be as if shown or

Page 112: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-8 General Conditions

mentioned in both. Any part of the Work not shown or mentioned on the drawings or in the specifications that is reasonably implied by either, or is necessary or usual for proper performance of the Work, shall be provided by the Contractor at its expense.

.1 In the case of conflicts, errors, or discrepancies in any of the Contract Documents, the order of precedence is as follows. Within the same order of precedence, specific requirements shall take precedence over general requirements.

1. Change Orders 2. Contract Forms 3. Addenda4. Contractor’s Bid (Bid Form) 5. Supplementary General Conditions 6. General Conditions 7. Specifications (Divisions 01 - 49) 8. Drawings/Plans 9. Referenced Standard Specifications

10. Remainder of Specifications (Division 00)

.2 With reference to the Drawings:

1. Numerical dimensions govern over scaled dimensions 2. Detailed drawings govern over general drawings 3. Addenda/Change Order drawings govern over contract drawings 4. Contract drawings govern over standard drawings 5. Notes apply only to the drawing where the notes appear, unless classified as

“typical” or intended to apply elsewhere in which case they apply to all drawings where the conditions or circumstance noted occurs

6. Typical details apply to all drawings unless a specific different detail is shown

1.3.4 “Related Sections” are referenced solely for the convenience of the Contractor and its Subcontractors and Suppliers, but does not, whether by omission or otherwise, lessen the requirements of the specification section where the related section is referenced.

1.3.5 Command type sentences used in the specifications refer to and are directed to the Contractor.

1.3.6 No interest in the contract shall be transferred to any other party without permission of the Board of Directors.

Page 113: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-9 General Conditions

ARTICLE 2 - RIGHTS-OF-WAY AND PROPERTY

2.1 Provided by the District

2.1.1 The District will provide reasonable access to the site for performance of the Work. Upon approval by the Engineer, the Contractor may use a suitable portion of the District's rights-of-way or property for working space and for storage of equipment and materials. The Contractor is responsible for any damage resulting from its use of the District’s rights-of-way or property and shall return and restore it to its pre-existing condition. The District will not be responsible for any loss or damage to equipment or materials stored on the work site or on the District’s rights-of-way or property.

2.1.2 The Contractor does not have exclusive use of the site or the rights-of-way and must coordinate its use with the District and others.

2.2 Additional Property

2.2.1 If the Contractor’s operations cause the contractor to require additional property that is not within the District's rights-of-way or property for its operations, the Contractor shall, at its own expense, arrange with the property owners to use the additional property.

2.2.2 Agreements with property owners for storing materials and equipment, or other purpose related to the Work shall be made in writing with a copy submitted to the Engineer.

ARTICLE 3 - ADMINISTRATION OF THE CONTRACT

3.1 Authority of the Engineer

3.1.1 The decision of the Engineer will be final and binding on both parties with respect to all questions concerning the intent of the Contract Documents, the acceptability of material or equipment, the classification of material, the execution of the Work, and/or conflicting interests of separate contractors performing related work.

3.2 Inspection and Non-Conforming Work

3.2.1 All materials furnished and Work completed under the contract is subject to inspection by the Engineer. The Engineer’s inspections are solely for the District’s benefit and do not constitute acceptance of any of the Contractor's work or waiver of the requirement that the Contractor's work conform to the requirements of the Contract Documents. The Contractor shall furnish, without extra charge, all necessary test pieces and samples, including facilities and labor for obtaining those pieces, as requested by the Engineer. The Engineer will have safe access to the

Page 114: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-10 General Conditions

work site or shop where the work, material or equipment subject to inspection is being performed or manufactured or where any off-site work is being performed, including shops, sites, and assembly facilities of Subcontractors and Suppliers.

3.2.2 All material, equipment or Work that does not conform to the Contract Documents is non-conforming work and will be rejected regardless of whether it may have been inspected by the Engineer or its representative. Installation of unapproved materials and equipment is non-conforming work until the materials or equipment are approved by the Engineer. Deficiency Notices may be issued by the Engineer to advise the Contractor of non-conforming work. However, lack of a Deficiency Notice shall not waive the Contractor’s obligation to correct any and all non-conforming work, patent or latent, through the expiration of the warranty period, or other such longer period as specified in the Contract Documents.

3.2.3 Within 10 Work Days after receipt of a Deficiency Notice, the Contractor shall submit its proposal and schedule for correcting all non-conforming work. The District may withhold 150% of the installed value identified or such reasonable costs as determined by the Engineer until the non-conforming work is completed in accordance with the requirements of the Contract Documents. Additional costs for engineering, observation, administrative, clerical or other work associated with or resulting from the Contractor’s failure to perform its work in conformance with the Contract Documents shall be borne solely by the Contractor, and the Engineer may elect to deduct the District’s additional costs from any future payments to the Contractor. If the Contractor refuses or neglects to replace the non-conforming work, the District may correct or replace the non-conforming work at the Contractor’s expense. The District’s expenses in correcting any non-conforming work will be calculated as fully burdened costs for labor, plus actual costs for materials and equipment, plus a 15% markup on materials and equipment.

3.2.4 Work completed without the Engineer’s inspection and approval may be required to be reconstructed or replaced upon the Engineer’s inspection. Work covered without prior approval of the Engineer may be required to be uncovered to the extent necessary for the Engineer to determine if the covered Work is satisfactory. The entire cost of replacing or uncovering and re-covering the Work, including the cost of materials furnished by the District, shall be borne by the Contractor, whether or not the Work uncovered or replaced is found to be defective.

3.3 Lines, Grades, and Measurements

3.3.1 Lines and grades will be established by the Engineer, unless otherwise noted, and the Contractor shall provide such assistance and materials as may be required. The Contractor shall be responsible for transferring grades from the survey stakes provided by the Engineer. The Contractor shall carefully preserve all stakes and reference points. Should any stakes, points or monuments be removed or destroyed without the approval of the Engineer, the stakes, points or monuments shall be reset, as necessary, at the Contractor's expense.

Page 115: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-11 General Conditions

3.3.2 The Contractor shall inform the Engineer at least four full Work Days in advance of the times and places that the Contractor requires establishment of lines, grades, or quantity surveys.

3.3.3 If the Contractor fails to provide timely notice to the Engineer regarding its survey requirements, no compensation will be made for the impact to the Contractor for resulting delays.

3.4 Disputes and Claims

3.4.1 Disputes

.1 If the Engineer issues an order or decision that requires the Contractor to perform Work that the Contractor believes is not required by the Contract Documents, the Contractor shall, within 48 hours of the order or decision, notify the Engineer in writing that it disputes the order or decision. The Contractor’s notice shall include the date and circumstances of the Engineer’s order or decision and the detailed basis for disputing the order or decision. Regardless of the basis of the dispute, the Contractor shall immediately perform the disputed Work or conform to the Engineer’s order or decision.

.2 Notice of Intent To File a Claim: The Engineer will consider and investigate the dispute and issue a written and final decision regarding the dispute. If the Contractor disagrees with the Engineer’s final decision, the Contractor shall, within 10 days of receipt of the decision, send the Engineer a written Notice of Intent To File a Claim.

.3 Waiver: Failure of the Contractor to comply with the notifications of Articles 3.4.1.1 and 3.4.1.2 within the specified time constitutes a waiver of the Contractor’s right to assert a Claim concerning such matter.

3.4.2 Claims

.1 Time to Submit Claim: The Contractor shall submit a written Claim within 30 days after submitting a Notice of Intent to File a Claim. The Claim shall relate directly to the circumstances addressed in the Notice of Intent to File a Claim, must identify the date of the Notice of Intent to File a Claim to which the Claim relates, and may not raise new issues or circumstances that were not identified in the Notice of Intent to File a Claim. The Claim shall clearly state that it is a Claim being submitted under this Article. Failure to submit a written Claim within the 30-day period waives any right to recover compensation or obtain an extension of Contract Time due to the issues referenced in the Notice of Intent to File a Claim.

Page 116: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-12 General Conditions

.2 Contents of Written Claim: The written Claim shall provide detailed information sufficient to allow the Engineer to evaluate entitlement and value of the Claim, including: a) Description of the event or events giving rise to the Claim; b) Identification of the date or dates of the event, or events giving rise to the

Claim; c) Identification of all statutory or contractual support for the Claim; and d) Detailed analysis of the asserted effect on the Contract Sum and the

Contract Time.

.3 Extensions in Contract Time: The Claim shall provide an analysis of schedule impact that describes how the Contractor will incorporate the alleged changed Work in the schedule and how that Work impacts the current accepted schedule. The analysis of schedule impacts shall contain a written narrative and a schedule diagram per Construction Progress Documentation set forth in Section 01 32 00 of the specifications depicting how the alleged changed Work affects other schedule activities and an analysis of the potential mitigation efforts. The written narrative shall describe the sequence of events surrounding the alleged change, the affect the events had or will have on the progress of the Work, an explanation regarding the cause of delay, the Contractor’s mitigation efforts taken to minimize time impacts to the project, and the Contractor’s determination whether additional compensation and/or an extension of the Contract Time is sought for delay. If the Contractor is requesting an extension in the Contract Time, the magnitude and cause of the delay shall be demonstrated in the analysis of schedule impacts.

.4 Delay Analysis Diagrams: The same scheduling software used for the project schedule and schedule update shall be used to create the analysis diagram. The analysis diagram shall be provided in an editable, electronic, file format as well as a printed copy. The results of the analysis diagram shall be tied to the affected sequence of schedule activities to enable the Engineer to evaluate the impact to the critical path as a result of the alleged changed work. The schedule diagram shall also show logic relationships and durations of new activities associated with the alleged change and logic and duration revisions to existing schedule activities due to the alleged change and mitigations taken to minimize impacts to the project. The Contractor is responsible for requesting extensions to its Contract Time based on the analysis of schedule impact.

.5 Adjustments to Contract Sum: The Claim shall also provide adequate financial data supporting any request for a change in Contract Sum. The Claim shall include a detailed cost breakdown of all items claimed, including all costs associated with delays, acceleration, overhead and profit, and the computations used in determining such costs. The Contractor’s proposal shall include detailed estimates with cost breakdowns for each Subcontractor whose break down will include the following categories: labor, material, equipment, overhead, and profit. Labor shall be broken down into hours and rate per hour.

Page 117: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-13 General Conditions

If applicable, the proposal shall include a breakdown for off-site labor (including factory labor, engineering, etc.). If the exact amount of a Claim is not ascertainable at the time the claim is made, the available supporting data shall be submitted and any supplemental data supporting the exact amount of the Claim shall be submitted as soon as available.

.6 Claim Format:

a) The Contractor shall submit the claim in the following format:

1) Cover letter and certification.

2) Summary of claim including:

(a) Underlying Facts.

(b) Entitlement.

(c) Mitigation Efforts.

(d) Calculations.

(e) Contract Provisions Supporting Relief.

3) List of documents relating to claim:

(a) Specifications.

(b) Drawings.

(c) Clarifications/Requests For Information.

(d) Schedules.

(e) Other.

4) Chronology of Events and Correspondence.

5) Analysis of Claim Merit.

6) Analysis of Claim Cost.

7) Analysis of Schedule Impact.

8) Attachments:

Page 118: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-14 General Conditions

(a) Specifications.

(b) Drawings.

(c) Clarifications/Requests For Information.

(d) Correspondence.

(e) Schedules.

(f) Other.

b) The Contractor, through a corporate officer or general partner, shall certify under penalty of perjury pursuant to the laws of the State of California for any Claim filed on behalf of itself or its Subcontractors or Suppliers, that:

1) The Claim is made in good faith;

2) Supporting data are accurate and complete to the best of the Contractor’s knowledge and belief; and

3) The amount requested accurately reflects the contract adjustment for which the Contractor believes the District is liable.

.7 If Contractor does not certify the Claim as required above, the Claim will be denied without any further recourse by, or remedy to, the Contractor.

.8 Condition Precedent (Government Code, Sections 930, et seq.):

a) The Disputes and Claims procedures set forth in Article 3.4 are the exclusive procedures for presenting any Claims exceeding $375,000 and are a condition precedent to filing a Government Code Claim, which, in turn, is a condition precedent to the right to initiating any action against the District related to the Claim. Claims may not be divided into amounts less than $375,000 to avoid the requirements of this Article 3.4 and any claims arising from the same facts or circumstances, or related facts or circumstances, will be deemed a single claim valued as the sum of all related claims. Failure to comply with the Disputes and Claims procedures offset forth in Article 3.4 is a waiver of any Claim arising from or related to the facts and circumstances described in the Claim or the Notice of Intent to File a Claim.

.9 For claims less than or equal to $375,000, the Contractor shall comply with Public Contract Code, Section 20104, et seq., which is set forth below in relevant part (as used therein, the term "local agency" means East Bay Municipal Utility District). This Public Contract Code section on Claim resolution does not supersede the Claim documentation requirements in this

Page 119: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-15 General Conditions

Article 3.4 and only becomes operative upon the timely notice and submittal of a Claim under the contract.

“20104. (a) (1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency.

(2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.

(b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California.

(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency.

20104.2. For any claim subject to this article, the following requirements apply:

(a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims.

(b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant.

(2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant.

(3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that

Page 120: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-16 General Conditions

taken by the claimant in producing the additional information, whichever is greater.

(c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant.

(2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant.

(3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater.

(d) If the claimant disputes the local agency’s written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute.

(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) or Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process.

(f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code.”

Page 121: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-17 General Conditions

All civil actions filed to resolve claims under this Act are subject to the provisions of Public Contract Code Section 20104.4 and 20104.6(b).

.10 The parties specifically and expressly agree that Government Code, Section 12650, et seq., applies. If a false claim is knowingly submitted (as the terms "claim" and "knowingly" are defined in the California False Claims Act, Government Code, Section 12650, et seq.), the District will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

.11 Under no circumstances will the Contractor be entitled to indirect, consequential, special and incidental damages.

ARTICLE 4 - CONTRACTOR'S RESPONSIBILITIES

4.1 Responsibility of the Contractor

4.1.1 Means and Methods. The Contractor shall complete the entire Work to the satisfaction of the Engineer in accordance with the Contract Documents. The Contractor is solely responsible for the means, methods, techniques, sequence, scheduling, workforce, and procedures of construction unless otherwise specified.The Contractor is solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of Work under the contract and shall comply and enforce all Cal/OSHA requirements on this project. The Contractor is the “controlling employer” for this project as defined by Cal/OSHA.

4.1.2 Work. The Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, transportation, utilities, and other facilities and services required for the proper execution and completion of the Work included in this contract.

4.1.3 Permit, Fee and Licenses. Unless otherwise specified, the Contractor shall secure and pay for all licenses, royalties, government fees, and permits necessary for proper execution and completion of the Work. The Contractor shall give notices as required by permits prior to commencement of the Work, and provide copies of all permits to the Engineer before starting on the Work.

4.1.4 Contractor’s Licensing Requirements. The Contractor shall have all required California State and local licenses and certificates for performance of the Work, and shall furnish satisfactory proof of licensing and certifications to the Engineer upon request. All required licenses and certificates shall be valid throughout construction of the project.

Page 122: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-18 General Conditions

4.1.5 Taxes. The Contractor shall pay all State, Federal, and local taxes applicable to the project, including all sales, use, gross receipts and similar taxes properly assessed against its equipment, materials, or property used or required in connection with the Work.

4.1.6 Compensation for Employees. In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to its employees, Subcontractors and Suppliers.

4.2 Supervision of the Work

4.2.1 Superintendent. The Contractor shall provide a qualified, competent superintendent at the project site to supervise and direct all Work being performed by the Contractor, Subcontractors, and their respective agents and employees to ensure that the Work is being carried out in accordance with the Contract Documents. The Contractor shall designate, in writing, the scope and authority of the superintendent before the Work begins. Instructions and information given by the Engineer to the Contractor's superintendent about the Work are binding on the Contractor.

4.2.2 Coordination of the Work. Before starting each portion of the Work, the Contractor shall: (i) review and compare the various Contract Documents relative to that portion of the Work, as well as any additional information furnished by the Engineer and approved Subcontractor submittals that may affect proper installation of the Work; (ii) field measure existing conditions related to that portion of the Work; and (iii) observe any conditions at the site that may directly impact that portion of the Work, promptly reporting any improper or defective Work to the Engineer. Any errors or inconsistencies in the Contract Documents shall be promptly reported to the Engineer in writing as a request for information or clarification.

4.2.3. Duty of Care. All Work shall be performed in a workmanlike manner meeting construction industry standards for a similar project located in California, regardless of any omission from the Contract Documents.

4.3 Contractor's Employees

4.3.1 The Contractor shall employ competent qualified personnel to construct the Work and shall maintain discipline and order at the project site.

4.3.2 Substitution of Key Personnel. The Contractor cannot substitute key personnel, lessen their level of effort, or reduce the amount of time key personnel are assigned to the project without written consent from the Engineer. If the Contractor proposed specific key personnel during prequalification, or in response to an invitation to bid, the Contractor shall provide the same personnel at the same level of effort and for the same duration and amounts of time per week.

Page 123: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-19 General Conditions

4.3.3 Removal of Personnel. The Contractor shall not remove or replace any key personnel without the prior written consent of the Engineer, which will not be unreasonably withheld. When required by the Engineer, the Contractor shall remove from the project any person who, in the Engineer’s opinion, is unfit, disorderly, dangerous, insubordinate, incompetent, or otherwise objectionable. Removed personnel may not be reemployed on the project without the Engineer’s prior written consent. Such removal shall not be the basis of any claim for compensation or damages against the District or any of its officers, directors or employees. Within one week of removal, the Contractor shall propose a replacement to the Engineer. The replacement person shall hold the same position or title and have approximately the same number of years of experience or more as the person that was removed from the project.

4.4 Materials and Workmanship

4.4.1 Materials and Workmanship. All materials and equipment incorporated into the Work shall be new, unexpired, of good quality, and of current manufacture unless otherwise specified. All materials shall be of the specified quality and equal to approved samples, if samples were required.

4.4.2 Substitution of Materials or Equipment. Materials, products, services or equipment specified or designated in the Contract Documents are intended to indicate the measure of quality and utility. Unless the Contract Documents specifically state that there are no substitutions, the Contractor may submit other brands of the specified product provided that the submitted product is of equal or better quality, possesses the required characteristics for the purpose intended and shall not involve additional cost to the District. By proposing a substitute, the Contractor warrants that it is equal to that specified and takes complete responsibility for any errors, omissions, conflicts, all modifications to existing piping, ductwork or electrical connections, or inconsistencies caused by using the substitute, including any additional costs of engineering or inspection, or necessary coordination with connections to make the substitute perform as specified. All submittals shall receive written approval from the Engineer prior to installation.

4.4.3 Procurement and Storage. All materials and equipment shall be furnished in ample quantities and procured in a timely manner to ensure uninterrupted progress of the Work. All materials and equipment shall be properly stored and protected and any loss or damage due to improper storage or protection shall be borne by the Contractor.

4.4.4 Site Logistics. The Contractor shall maintain its storage area and shall keep its storage areas clean, safe and secure. Any materials or equipment stored offsite shall be insured. The risk of loss shall remain on the Contractor for all materials and equipment stored off-site.

Page 124: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-20 General Conditions

4.5 District’s Right to Perform Separate Work

4.5.1 Separate Work. The District reserves the right to perform separate work at or near the project site at any time by the use of its own forces or other contractors. The Contractor shall coordinate its Work with the District and/or the District’s other contractors and shall cooperate with the District to avoid any delay or hindrance to the project schedule and the other’s work.

4.5.2 Delays and Defective Construction. The District shall be reimbursed by the Contractor for costs incurred by the District that are payable to its separate contractors as a result of the Contractor caused delays, improperly timed activities, damaged work, or defective construction.

4.6 Patents and Copyrights

4.6.1 The Contractor shall pay all license fees and royalties and all other costs incidental to use in the Work of any patented or copyrighted design, process, or product. The Contractor shall indemnify and hold harmless the District, its officers, agents, and employees against all costs and claims arising from any infringement of patents or copyrights incidental to use in the Work of any design, process, or product not specified in the Contract Documents.

4.7 Contractor's Responsibility for Losses and Liabilities

4.7.1 Risk of Loss. Until acceptance of the Work by the District, the Contractor bears all risk of loss or damage to the Work or to any part of the Work and to any materials or equipment ordered or purchased for the Work whether located at the project, suitably stored off-site or in transit regardless of the cause of loss or damage. However, the Contractor is not responsible for the cost of repair or restoration of damage to the Work caused by an Act of God as that term is defined in Section 7105 of the Public Contract Code.

4.7.2 Protection of Materials and Facilities

.1 The Contractor is responsible for the preservation, protection and care of equipment, materials and facilities whether located on the project site or elsewhere and if it does not do so, the District may, at its option, do so at the Contractor’s expense.

.2 The Contractor is responsible for any District-furnished material upon receipt and for protection of the Work until it is completed and accepted. The Contractor shall at its own expense replace damaged or lost material and repair damaged parts of the Work.

.3 The Contractor shall protect District facilities from damage resulting from its Work. District facilities damaged by or as a result of the Contractor's Work shall be repaired or replaced, at the Contractor's expense.

Page 125: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-21 General Conditions

.4 The Contractor shall maintain the project site in a clean, safe and orderly condition. Upon completion of the Work, the Contractor shall remove all temporary buildings and structures, rubbish, debris, abrasive blast media, unused material, concrete forms, and other materials used during construction that are not part of the completed work.

.5 The Contractor shall provide fire watch and be responsible for all fire prevention in connection with the Work. Open fires will not be permitted on the project site. The Contractor shall notify the Engineer before undertaking any torch cutting and welding operations. The Contractor shall take all necessary safety precautions during torch cutting and welding operations including, but not limited to, fire watch, providing fire extinguishers and fire blankets at the location where the operations are occurring. The Contractor shall be responsible for any damages caused by the Contractor or Subcontractor during such operations.

4.7.3 Laws and Regulations

.1 The Contractor, its agents and employees shall observe and comply with all Federal, State, Municipal and local laws, ordinances, rules, regulations, building codes and standards, orders, notices and requirements applicable to its Work on this project. Nothing in these Contract Documents may be construed to permit Work not conforming to such laws, ordinances, and regulations. If the Contractor should discover any aspect or portion of the Contract Documents that conflicts with any law, ordinance, regulation, order, or decree, the Contractor shall immediately report the conflict in writing to the Engineer.Where the applicable legal requirements of public authorities differ from those of the Contract Documents, the more stringent requirements shall apply.

.2 If an applicable law requirement was not in effect on the date of submission of bids, the Contract Sum and the Contract Time will be adjusted, if necessary, as provided in Article 7. Under no other circumstance will the Contract Sum or Contract Time be adjusted because of the effect of any applicable law, ordinance, regulation, order, decree or other legal requirement of public authorities in effect on the date of bid submission.

4.7.4 Duty to Defend. Notwithstanding assertions that the District, the Board, any member of the Board, or the District's officers, agents, or employees may have been actively or solely negligent, the Contractor shall assume the defense of the District, the Board, each member of the Board, and the District's officers, agents, and employees from all claims of any kind arising directly or indirectly out of the performance of, or on account of, the Work.

Page 126: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-22 General Conditions

4.7.5 Indemnity

.1 To the fullest extent allowed by law (including, but not limited to, Civil Code Section 2782), the Contractor shall indemnify and save harmless the District, the Board, each member of the Board, and the District's officers, agents, and employees (collectively “Indemnitees”) from all liability, claims, damage and loss, of any kind, including attorneys' fees, subject to the limitations set forth by law, that arise out of, on account of, or in connection with the performance of the Work, including, but not limited to, liability or claims arising out of or resulting from:

a) Any act or omission of the Contractor, its Subcontractors and Suppliers, or anyone directly employed by any of them for whom the Contractor may be liable, during the performance of the Work; in guarding or maintaining the Work; or from any improper materials, implement, or appliances used in construction of the Work;

b) Violation of any law, ordinance, regulation, order, or decree, whether by the Contractor, its Subcontractors, Suppliers or anyone directly employed by any of them for whom the Contractor may be liable;

c) The use or manufacture by the Contractor, its agents, or the District of any copyrighted composition, secret process, patented invention, article, or appliance, unless specifically specified in the Contract Documents;

d) Any breach of warranties, whether express or implied, made to the District by the Contractor, its Subcontractors, Suppliers or anyone directly employed by any of them for whom the Contractor may be liable;

e) The willful misconduct of the Contractor, its Subcontractors, Suppliers or anyone directly employed by any of them for whom the Contractor may be liable;

f) Any breach or default of the obligations assumed by the Contractor under this contract;

g) Injuries, sickness, disease or death of employees of the Contractor or its Subcontractors, Suppliers or anyone directly employed by any of them for whom the Contractor may be liable in connection with performance of the Work; and

h) Destruction of tangible property (other than the Work itself).

Page 127: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-23 General Conditions

.2 The Contractor’s duty to indemnify is not affected or in any way diminished because the District, the Board, any member of the Board, or the District's officers, agents, or employees jointly caused or contributed to the liability or claim by their acts, omissions, conduct, or negligence, except that the Contractor is not obligated to indemnify an Indemnitee against its sole or active negligence, willful misconduct, or for defects in designs furnished by the Indemnitee. The Contractor’s indemnification obligation is not limited by the Contractor’s insurance, if any, or by the amount or type of damages, compensation, or benefits payable by or for the Contractor or any Subcontractor or other person or organization under the Workers’ Compensation Act, Disability Benefit Act, or other employee benefit act. Said duty to indemnify shall not apply to the District’s active negligence, consistent with Civil Code Section 2782.

4.8 Protection of Property

4.8.1 The Contractor shall take all necessary precautions to provide for the safety and protection of all persons who may come in contact with the Work and for all property within and adjacent to the project site including, but not limited to, adequate precautions to protect existing sidewalks, curbs, pavements, utilities, shrubs, trees, and other adjoining property and structures. Should any facility, structure, or property be damaged by the operations of the Contractor, the Contractor shall immediately notify the proper owners or authorities and the Engineer. The precautionary measures shall apply continuously and not be limited to normal work hours.

4.8.2 If damage to persons or property occur as a result of the Work, the Contractor shall be responsible for proper investigation, documentation, including video or photography, to adequately memorialize and make a record of what transpired. The Contractor, at its own expense, shall rebuild, repair and restore, to the Engineer's satisfaction, all damage resulting from its operations as a condition of contract acceptance.

4.8.3 Pursuant to Public Contract Code, Section 9201, the District will provide timely notification to the Contractor of the receipt of any third-party claims relating to damaged property.

4.9 Contractor Use of Premises

4.9.1 The Contractor shall confine operations at the project site to areas permitted by the Contract Documents and shall not encumber the site with excessive material or equipment. The Contractor shall not impose load on any structure that will damage or endanger the structure. The Contractor shall take all actions necessary to prevent annoyance to occupants adjacent to or in the vicinity of the Work and shall not hinder access or operations of District personnel or equipment.

Page 128: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-24 General Conditions

4.10 Documents On-site

4.10.1 Contract Documents. The Contractor shall maintain a copy of all Contract Documents at the project site, including but not limited to, subcontracts; Change Orders; requests for information; site, health and safety plan; material safety data sheets; the current construction progress schedule; updated as-built drawings; all approved submittals and samples pertaining to the Work; and any governing authority required documents. The Engineer shall have access to the Contract Documents during the Contractor’s normal business hours.

4.11 Review of Contract Documents and Field Conditions

4.11.1 The Contractor shall carefully study and compare the Contract Documents for any errors, omissions, or discrepancies; and shall take field measurements and carefully compare such field measurements with the Contract Documents. The Contractor shall immediately inform the Engineer in writing of any apparent errors, omissions, or discrepancies and shall await instructions before proceeding with the Work.Instructions given by the Engineer, which are manifestly necessary to carry out the intent of the Contract Documents or which are customarily performed, shall be performed by the Contractor as if fully and correctly set forth in the Contract Documents at no additional cost to the District.

4.11.2 If the Contractor performs any construction activity that it either knows or should have known involves an error, omission, or discrepancy referred to inArticle 4.11.1 without notifying and receiving written instructions from the Engineer, the Contractor shall be responsible for resultant losses, including without limitation, the costs and time of correcting the defective Work.

4.11.3 Drawings indicate general and typical details of construction. Where conditions are not specifically indicated but are of similar character to details shown, similar details for construction shall be used, subject to review by the Engineer.

ARTICLE 5 – SUBCONTRACTORS AND SUPPLIERS

5.1.1 The Contractor is fully responsible to the District for the acts and omissions of Subcontractors, Suppliers, and of persons and/or persons or entities employed by the Contractor to the same extent the Contractor is responsible for its own acts and omissions.

5.1.2 All Subcontractors shall posses the appropriate California State contractor’s license and certifications at time of bid and during the performance of the Work. The Contractor shall comply with all requirements of the Subletting and Subcontracting Fair Practices Act commencing with Public Contract Code, Section 4100, et seq.Violation of the Subletting and Subcontracting Fair Practice Act are grounds for

Page 129: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-25 General Conditions

cancellation of the Contract under Public Contract Code, Section 4110, and disciplinary actions under Section 4111.

5.1.3 The Contractor shall coordinate all Subcontractors and Suppliers engaged in the Work. The Contractor shall ensure that all of its Subcontractors commence their respective work at the proper time and proceed with due diligence to avoid delays and/or damage to the Work. Any property damage caused by Subcontractors or Suppliers during the Work shall be repaired or paid for by the Contractor.

5.1.4 Nothing contained in the Contract Documents shall be construed as creating any contractual relationship between any Subcontractor, or Supplier, and the District. The District will not undertake to settle differences between the Contractor and its Subcontractors or Suppliers.

ARTICLE 6 - SAFETY OF PERSONS AND PROPERTY

6.1 Contractor’s Responsibility

6.1.1 Notwithstanding any other provision of the specifications, the Contractor is solely and completely responsible for conditions of the jobsite, including safety of all persons and property, during performance of the Work. This requirement applies continuously and is not limited to normal work hours. Health and safety provisions shall conform to applicable Federal, State, County, and local laws, regulations, ordinances, standards, and codes, including the Federal Occupational Safety and Health Act of 1970 (29 U.S.C., Section 651, et seq.) and California Code of Regulations, Title 8, Industrial Relations Division 1, Department of Industrial Relations, Chapter 4. Where any of these are in conflict, the more stringent requirement shall be followed.

6.2 Public Safety

6.2.1 During the performance of the Work, the Contractor shall erect and maintain necessary temporary fences, bridges, railings, lights, signals, barriers, or other safeguards as appropriate under the circumstance for the prevention of accidents. In addition, the Contractor shall take other precautions as necessary for public safety including, but not limited to, traffic control.

6.3 Engineer's Responsibility

6.3.1 The Engineer's review of the Contractor's construction performance and submittal documents is not intended to include review of the adequacy of the Contractor's safety measures in, on, or near the construction site.

6.3.2 The Engineer may suspend operations if it determines that an imminent safety hazard exists.

Page 130: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-26 General Conditions

6.4 Emergency Work

6.4.1 During Work Hours. The Contractor shall act, without previous direction from the Engineer in case of an emergency arising from the performance of the Work that threatens loss or injury to property and/or safety of life. The Contractor shall notify the Engineer of the emergency as soon as possible. Any compensation claimed by the Contractor, together with substantiated documents in regard to expense, shall be submitted to the Engineer within 15 calendar days after the emergency. Additional compensation, if allowed, will be paid for through Article 7.

6.4.2 Outside of Work Hours. The Engineer will notify the Contractor of all emergencies for which it is aware that arise outside of regular work hours as a result of the Work. The Contractor shall respond to the emergency immediately without delay and shall, with the least practicable inconvenience, make the necessary repairs, replacements, or perform other necessary work. If the Contractor does not act promptly in accordance with this requirement, or should the circumstances of the case require repairs, replacements, or performance of other necessary work before the Contractor can be notified or can respond, the District may, at its option, make the necessary repairs, replacements, or perform the necessary work and deduct its cost of labor, materials and equipment from the Contractor’s next progress payment. Performance of emergency work by District forces will not relieve the Contractor of any of its responsibilities, obligations, or liabilities under the contract.

ARTICLE 7 - CHANGES

7.1 General

The District reserves the right to make such alterations, deviations, additions to or deletions from the drawings and specifications, including increases or decreases to the quantity of any item or portion of work or omitting any item or portion of the work or any other changes in the Work that the Engineer determines to be necessary or advisable for proper completion or construction of the whole work. No change in the scope of work shall be authorized, and the Contractor shall not be eligible for compensation for any extra work performed, unless the change is ordered by the Engineer in writing.

7.2 Change Orders

7.2.1 Changes in the Work can only be made through a written contract Change Order issued by the Engineer. If the change causes an increase or decrease in the Contractor's Contract Sum, or a change in the Contract Time, an adjustment may be made as determined by the Engineer. The approved Change Order will specify increase or decrease to the Contract Sum and adjustment to the Contract Time, if any.

Page 131: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-27 General Conditions

7.2.2 Prior to issuing an approved Change Order, the Engineer may request that the Contractor submit a proposal covering the changes. The Change Order request will include a description of the work or revised drawings or specifications reflecting the proposed changes. Within 10 Work Days after receiving the request, the Contractor shall submit its proposal to the Engineer of all costs associated with the proposed change and any request for an extension of Contract Time. Contractor’s proposal shall include detailed estimates with cost breakdowns for each Subcontractor, including labor, material, equipment, overhead, and profit. Labor shall be broken down into hours and rate per hour. If applicable, the proposal shall include a breakdown for off-site labor (including factory labor, engineering, etc.). The Contractor’s proposal shall include an Analysis of Schedule Impact (SeeArticle 3.4.2) when the Contractor is requesting an adjustment in Contract Time. Costs associated with preparation of the proposal, including the Analysis of Schedule Impact, are considered to be covered in the markup allowances in Article 7.3.4. The Contractor shall be responsible for any delay associated with its failure to submit its change proposal within the time specified. If the Engineer decides not to issue an approved Change Order after requesting a proposal from the Contractor, the Contractor will be notified in writing. The Contractor is not entitled to reimbursement for Change Order preparation costs for cancelled Change Order requests.

7.2.3 If the Contractor agrees with the terms and conditions of the approved Change Order, the Contractor shall indicate its acceptance by signing the original copy and returning it to the Engineer within 10 Work Days after receipt or with reasonable promptness and in such sequence as to not delay the Work or activities of the District or of separate contractors, whichever is sooner. If notice of any change is required to be given to a surety by the provisions of any bond, the Contractor shall provide notice and the amount of each applicable bond shall be adjusted separately. Payment in accordance with the terms and conditions set forth in the executed Change Order shall constitute full compensation for all Work included in the Change Order and the District will be released from any and all claims for direct, indirect, and impact expenses and additional time impact resulting from the Work. If the Contractor disagrees with the terms and conditions of the approved Change Order, the Contractor shall indicate specific areas of disagreement and return the approved Change Order to the Engineer. The Contractor shall submit a written dispute in accordance with Article 3.4. No payment will be made on the disputed work until the approved Change Order is returned to the Engineer. However, whether or not the Contractor agrees with the terms and conditions of an approved Change Order, the Contractor shall immediately revise its sequence of operations as required to facilitate timely completion of the changed work and shall proceed with the revised work sequence.

7.2.4 The Engineer may, after having received a written cost quotation from the Contractor, order the Contractor, in writing, to proceed with the work prior to issuance of an approved Change Order through a change directive. The change directive will authorize the Contractor to proceed with the work subject to the cost

Page 132: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-28 General Conditions

quotation submitted by the Contractor. Within five days following receipt of the change directive, the Contractor shall submit a detailed change proposal as described in Article 7.2.2 documenting the amount of compensation. The Engineer will review the change proposal and, at its option, will either issue an approved Change Order for the work or direct the Contractor to perform the work through Force Account. Until the method of compensation is determined and the approved Change Order is received, the Contractor shall keep full and complete time and material records of the cost of the ordered work and shall permit the Engineer to have access to such records. An approved Change Order shall supersede any previously issued written change directive covering the same Work.

7.2.5 Accord and Satisfaction and Reservations of Rights: Every executed Change Order shall constitute a full accord and satisfaction, and release of all Contractor (and, if applicable, Subcontractor) claims for additional time, money or other relief arising from or relating to the subject matter of the change including, without limitation, impacts of all types, cumulative impacts, inefficiency, overtime, delay, and any other type of claim.

7.3 Determination of Costs for Force Account Change Order Work

7.3.1 Labor. The cost of labor used in performing the Change Order work, whether the employer is the Contractor and/or its Subcontractor, shall be the sum of the following:

.1 Actual Wages: Actual wages paid to workers, including foremen devoting their exclusive attention to the work in question. The actual wages shall include payments to, or on behalf of, workers for health and welfare, pension, vacation, travel, subsistence, and similar purposes, and shall be paid at the wage rate demonstrated by submitted certified payrolls or, if the certified payrolls were not available, at the rate set forth in the pertinent prevailing wage determinations issued by the Director of Industrial Relations for the wage class common to the work performed. Superintendent’s wages are included under the allowance for overhead and profit and shall not be included as part of these computations.

.2 Labor Surcharge: To the actual wages, as defined in Article 7.3.1.1 above lessthose for travel and subsistence, will be added 27 percent, which shall constitute full compensation for all payments imposed by State and Federal laws, such as taxes, and for insurance and all other payments made to, or on behalf of, the workers, other than actual wages as defined in Article 7.3.1.1 above.

7.3.2 Materials. Only materials incorporated in the Change Order work will be paid for, the cost of which shall be the cost to the purchaser, including sales tax, if applicable, whether the Contractor and/or its Subcontractor, from the Supplier thereof, except as the following are applicable:

Page 133: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-29 General Conditions

.1 If a cash or trade discount by the actual Supplier is offered or available to the purchaser, it shall be credited to the District notwithstanding the fact that such discount may not have been taken.

.2 If materials are procured by the purchaser by any method which is not a direct purchase from a direct billing by the actual Supplier to such purchaser, the cost of such materials shall be deemed to be the price paid to the actual Supplier as determined by the Engineer. No markup except for actual costs incurred in the handling of such materials will be permitted, and only application of one common markup to cover multiple handling.

.3 If the materials are obtained from a supply or source owned wholly or in part by the purchaser, payment therefor will not exceed the price paid by the purchaser for similar materials furnished from said source on contract items or the current wholesale price for such materials delivered on the job site, whichever price is lower.

.4 If the cost of such materials is excessive in the opinion of the Engineer, then the cost of such materials shall be deemed to be the lowest current wholesale price at which such materials are available in the quantities concerned and timely delivered to the job site, less any discounts as provided in Article 7.3.2.1 above.

7.3.3 Equipment. The Contractor and/or its Subcontractor will be paid for the use of equipment at the rental rates established as provided in Articles 7.3.3.1 and 7.3.3.2 below, which rates 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 Article 7.3.1 above.

Unless otherwise specified, manufacturers' ratings shall be used to classify equipment for the determination of applicable rental rates.

.1 Equipment on the Work: For the use of any equipment normally required for the contract regardless of whether the equipment is already on the work or is to be delivered to the project, the Contractor and/or its Subcontractor will be paid for the use of such equipment as follows:

a) If equipment is owned by the Contractor and/or its Subcontractor, payment will be at the rental rates listed for such equipment in the State of California’s Department of Transportation publication titled “Labor Surcharge and Equipment Rental Rates” that is in effect on the date that the Work is performed. The rental rates for equipment not listed under the schedules of rental rates set forth by the State of California shall be those agreed upon by the Contractor and/or its Subcontractor, and the Engineer, except that in no case shall the rental rates exceed those of established distributors or equipment rental agencies within the locality of the project.

Page 134: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-30 General Conditions

The Contractor and/or its Subcontractor shall provide full documentation to the satisfaction of the Engineer to support any proposed equipment rental rates. Documentation shall include a breakdown of costs perArticle 7.3.3, including amortized depreciation versus wear and tear, and maintenance expenses versus operating expenses.

Compensation for idle time of equipment through delays caused by the District will be made by applying the delay factor listed in the Caltrans User’s Guide for Labor Surcharge and Equipment Rental Rates (current version), or if unlisted at 50 percent of the rental rates listed in the State of California Department of Transportation publication entitled “Labor Surcharge and Equipment Rental Rates.” Compensation for idle time shall not exceed eight (8) hours per day and forty (40) hours per week.

b) If equipment is rented, payment will be the actual rental cost as indicated on the rental invoice.

Individual pieces of equipment or tools not listed and having a replacement value of $1,000 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made for their use on the Work.

In computing the rental of equipment, the minimum rental time to be paid per day shall be one hour. Rental time shall not be allowed while equipment is inoperative due to breakdowns or non-Work Days. Loading and transporting costs shall be allowed when the equipment is moved by means other than its own power.

.2 Equipment for Change Order Work: For the use of equipment not required under the Contract Documents, moved on the Work and used exclusively for Change Order work, the Contractor will be paid at the rates agreed upon by the Contractor and/or Subcontractor, and the Engineer through the Change Order process, except that in no case shall the rental rates paid exceed those of established distributors or equipment rental agencies.

The rental period shall begin at the time the equipment is required and unloaded at the site and shall terminate on the day that the Change Order work is completed, except that the minimum total rental time to be paid for shall be not less than four hours.

The Contractor and/or its Subcontractor will be reimbursed for the cost of transporting the equipment to and from the Work. Should the equipment be transported by low bed trailers, hourly rates charged by established haulers will be paid. Also, the District will pay for loading and unloading costs. Should the Contractor and/or its Subcontractor desire the return of the equipment to a location other than its original location, the District will pay the cost of

Page 135: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-31 General Conditions

transportation in accordance with the above provisions, provided such cost does not exceed the cost of moving the equipment to the project.

7.3.4 Markup Allowances. The Contractor and/or its Subcontractors or Suppliers that perform on-site work are entitled to compensation for overhead and profit for the performance of Change Order work. This compensation shall be in the form of markup percentages applied to the costs computed as provided for in Articles 7.3.1 through 7.3.3 and is full and complete payment for overhead and profit. Overhead includes, but is not limited to, superintendent costs, bond and insurance premiums, financing costs, project engineer, project manager, scheduler, estimator, drafting, small tools, home office expenses, field office expenses, and utilities (gas, electricity, sewer, water, telephone, fax, copier, etc.). The Contractor shall not receive payment for itemized costs which are considered to be included under the profit and overhead percentage markup.

.1 For work by the Contractor’s own organization or by its Subcontractor’s own workforce, the Contractor may apply, as a maximum, the following markup percentages as overhead and profit:

1. Labor 20 percent 2. Materials 15 percent 3. Equipment (owned or rented) 15 percent

.2 Under a fixed price adjustment basis, if work is performed by a Subcontractor with its own workforce, the Contractor may apply an additional 5 percent markup to the total which has been computed in accordance with Article 7.3.4.1. The Contractor shall reach agreement with the Subcontractor and any intermediate Subcontractor as to the division of the markup percentages between them.

.3 Under a force account basis, if work is performed by a Subcontractor with its own workforce, the Contractor may not apply an additional 5 percent markup, as provided for under Article 7.3.4.2, to the total which has been computed in accordance with Article 7.3.4.1. The Contractor shall reach agreement with the Subcontractor and any intermediate Subcontractor as to the division of the markup percentages between them.

7.4 Lump Sum or Force Account Adjustments

7.4.1 Change Order work will be paid for by either a Lump Sum adjustment of the Contract Sum or on a Force Account basis, or a combination of both, as determined by the Engineer. Change Order work will not be paid for unless ordered in writing by the Engineer.

7.4.2 In the event the Contractor fails to submit its proposal within 15 days after receipt of a written request for proposal, or the Engineer and the Contractor fail to agree

Page 136: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-32 General Conditions

upon a negotiated Lump Sum adjustment, within a reasonable time, or if in the judgement of the Engineer, it is impracticable because of the nature of the Work or for any other reason to fix the price for completion before the work order is issued, the Engineer has the option of authorizing payment on the basis of a Force Account.

7.4.3 The Contractor shall notify the Engineer in writing of the day and time on which Force Account work will commence prior to beginning work. All Force Account work shall be reported daily on daily extra work reports furnished by the Engineer to the Contractor and signed by both parties, which daily reports shall thereafter be considered the true record of Force Account work completed. Completely detailed invoices covering the Force Account work shall be submitted for payment consideration not later than 15 days after the completion of the work. The charges for Work performed by the Contractor or a Subcontractor shall be reported separately. Substantiating invoices from Suppliers and Subcontractors shall be included with the Contractor's invoices. The Contractor shall permit examination of accounts, bills, and vouchers relating to the Force Account work when requested by the Engineer. Payment for the Work done under Force Account will be made after receipt of an executed Change Order issued to cover the increase in the Contract Sum.

7.4.4 Payment for the Work completed under Lump Sum adjustment will be made after receipt of an executed Change Order issued to cover the change in the Contract Sum and/or Contract Time.

7.5 Variation in Quantity in Unit Price Work

7.5.1 General. The estimated quantities for Unit Price work listed in the Bid Form are established for the sole purpose of bid comparison and do not constitute a guarantee to the Contractor of the quantities of work to be performed under this contract. The Contractor shall be compensated only for the actual quantities of work performed which were directed by the Engineer. The amount of compensation for each item of Work shall be computed by multiplying the actual quantity by the appropriate bid Unit Price except as follows:

.1 Increases of more than 20 percent: If the actual quantity of work performed on an item of Work exceeds the estimated quantity by more than 20 percent, the quantity in excess of 120 percent of the estimated quantity shall be paid for based upon (a) actual unit cost or (b) as mutually agreed to by the Contractor and the Engineer. The Engineer will determine which method is to be utilized. If the actual unit cost method is utilized, the actual unit cost is determined by calculating the total cost incurred for completing 120 percent of the estimated quantity using the markups allowed under Article 7.3.4, which is then divided by the quantity of work performed, i.e., 120 percent of the estimated quantity. If costs applicable to the Work performed include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments

Page 137: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-33 General Conditions

made to the Contractor for 120 percent of the estimated quantity at the bid Unit Price. In computing the actual unit cost, such fixed costs shall be excluded.

At the discretion of the Engineer, the Engineer can make payment on the quantity in excess of 120 percent of the estimated quantity using exactly the provisions and procedures in the “Force Account” Articles 7.3 and 7.4.3.

.2 Decreases of more than 20 percent: If the actual quantity of work performed on an item of Work is less than 80 percent of the estimated quantity, the quantity shall be paid for (a) based upon actual cost using the markups allowed under Article 7.3.4, or (b) as mutually agreed to by the Contractor and the Engineer.

Payment for the actual quantity of work performed shall, in no case, exceed the payment which would have been made for performance of 80 percent of the estimated quantity at the bid Unit Price.

7.6 Deleted Work

7.6.1 Deleted Work. If work is deleted, payment will be made to the Contractor for costs incurred in connection with the deleted work if incurred prior to notification of deletion by the Engineer.

If approved material is ordered by the Contractor for the deleted work prior to the notification by the Engineer, and if orders for such materials cannot be canceled, payment for such material will be the actual cost to the Contractor. In such case, the material shall become the property of the District. If the material can be returned to the vendor, and if the Engineer so directs, the material shall be returned and the Contractor will be paid for the actual costs or charges made by the vendor for returning the material including any stocking charges.

The costs incurred or charges paid to the Contractor for Work completed prior to deletion shall be computed using the markups allowed in Article 7.3.4. Payment for deleted work will be based on the approved schedule of costs or other mutually agreed value. A minimum of a 10 percent credit shall be provided to the District for overhead, profit and markup associated with the deleted work.

7.7 Differing or Unusual Site Conditions

7.7.1 Pursuant to Public Contract Code, Section 7104, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of: (1) material that the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code (other than material indicated in the Contract Documents) and that is required by law to be removed to a Class I, Class II, or Class III disposal site; (2) subsurface or latent physical conditions at the site differing materially from those indicated in this contract; or (3) unknown physical

Page 138: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-34 General Conditions

conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this contract.

7.7.2 The Engineer will promptly investigate the conditions. If the Engineer finds that the conditions do materially differ, or do involve hazardous waste, and do cause an increase or decrease in the Contractor's Contract Sum and/or the Contract Time a contract adjustment will be made through the Change Order process, as determined by the Engineer.

7.7.3 If the Contractor and the Engineer disagree whether the conditions do materially differ or whether a hazardous waste is involved or whether the conditions cause an increase or decrease in the Contractor's Contract Sum and/or Contract Time, the Contractor shall nevertheless proceed with all Work to be performed under the contract and shall comply with the completion dates required by the contract. The Contractor waives any rights to an increase in Contract Time, or an increase in Contract Sum, unless it timely follows the Disputes and Claims procedures in Article 3.4.

ARTICLE 8 - TIME

8.1 Commencement, Prosecution, and Completion of Work

8.1.1 Notice to Proceed. The Notice to Proceed will not be issued until the contract is properly executed, bonds are furnished, proof of insurance submitted by the Contractor, and both the bonds and the insurance are approved by the District. The Contract Time will not be extended, and the Contractor will not receive any additional compensation, because of delays caused by receipt, review and approval by the District of the Contractor’s bonds and insurance. Except as required elsewhere, the Contractor is not authorized to perform any Work under this contract until it has received an official Notice to Proceed.

8.1.2 Prosecution of the Work. Work shall proceed at all times with such force and equipment as will be sufficient to complete the Work within the Contract Time.

8.1.3 Required Contract Completion. The Contractor expressly agrees that it will complete the Work within the Contract Time, subject to approved Change Orders that impact time.

8.1.5 Early Completion. The Contractor shall not be entitled to claim damages for expenses due to the District not authorizing early completion.

Page 139: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-35 General Conditions

8.2 Liquidated Damages

8.2.1 Should the Contractor fail to complete all or any portion of the Work within the specified time therefor or within such extra time as may be allowed for delays by formal extensions granted by the District, deductions will be made from the Contractor's earnings for the time that the Work remains incomplete beyond the specified completion time. Liquidated damages will be apportioned such that the Contractor will be responsible for all delays not otherwise properly subject to time extensions.

8.2.2 Liquidated damages cover only certain damages and are limited to the cost of administration, overhead, and general loss of use of the facility by the District as a result of a delay, and does not cover any other type of damages set forth in Section 8.2.3. It being impracticable or extremely difficult to fix the actual amount of damage for the above-referenced categories of damages, the parties agree that the amounts set forth in this Contract as liquidated damages will be deducted from any money due the Contractor under the contract. Should the amount of the damages exceed the amount due the Contractor, the Contractor and its sureties shall be liable for the excess.

8.2.3 Liquidated damages shall not be deemed to include within their scope additional damages or administrative costs arising from defective work, lost revenues, interest expenses, cost of completion of the Work, cost of substitute facilities, claims and fines of regulatory agencies, damages suffered by others or other forms of liability claimed against the District as a result of delay (e.g., delay or delay-related claims of other contractors, Subcontractors or tenants), and defense cost thereof. The Contractor shall be fully responsible for the actual amount of any such damages it causes, in addition to the liquidated damages otherwise due the District.

8.3 Use of Facilities Prior to Completion of Contract

8.3.1 If the Contractor has received and provided to the District a temporary certificate of occupancy from governmental authorities having jurisdiction over the project and/or in the Engineer’s opinion, the Work under the contract, or any portion of the Work, is in a condition suitable for the District’s use, the District may, after written notice from the Engineer to the Contractor, use (which includes, but is not limited to, taking over or placing into service) any portion or portions of the project designated by the Engineer.

8.3.2 Even if the District elects to use the Work or a portion of the Work prior to Contract Completion, the Contractor will nonetheless make all necessary repairs, renewals, changes, or modifications in the Work or any portion of the Work that does not meet the requirements of the Contract Documents or is deficient due to defective materials or workmanship, unless the deficiency is solely caused by ordinary wear and tear.

Page 140: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-36 General Conditions

8.3.3 The use of any portion of the Work by the District does not relieve the Contractor of any of its responsibilities or liabilities under the Contract Documents or constitute a waiver by the District of any claims. Said use shall not cancel liquidated damages as of the first date of use, or any continuance thereof, nor impair, reduce, or change the amount of liquidated damages.

8.4 Delays and Extensions of Time

8.4.1 The Contractor shall take reasonable precautions to foresee and prevent delays to the Work including, but not limited to, maintaining construction schedules that are properly updated to reflect current conditions and the actual critical path, and continuous monitoring of critical and dependent activities of the Contractor, Subcontractors, Suppliers, the District, agencies and other third parties. When the Contractor foresees a delay event, and in any event upon the occurrence of a delay event, the Contractor shall immediately notify the Engineer in writing of the probability or the actual occurrence of a delay in the Contract Time, and its cause. With respect to all delays (compensable, excusable and/or inexcusable), the Contractor shall reschedule its Work and/or revise its operations, to the extent possible under the terms of the contract, to mitigate the effects of the delay through work-arounds, overtime and acceleration of the project schedule, re-sequencing the Work, or other methods commonly utilized in the construction industry.

8.4.2 For Inexcusable Delay (as defined in Article 1.2.1.21), the Contractor shall not be entitled to an extension of time or compensation for any loss, cost, damage, expense or liability resulting directly or indirectly from the Inexcusable Delay including, but not limited to, extended field or home office overhead, field supervision, cost of capital, interest, escalation charges, labor costs, materials expense, or acceleration costs.

8.4.3 For Excusable Delay (as defined in Article 1.2.1.17), the Engineer will grant the Contractor an extension of time in an amount equal to the period of Excusable Delay based on the analysis of schedule impact and delay analysis diagram, which shall be the Contractor’s sole and exclusive remedy for such delay. Excusable Delays shall include labor strikes, adverse weather as defined in Article 8.5, and Acts of God.

8.4.4 For Compensable Delay (as defined in Article 1.2.1.5), the Engineer will grant the Contractor an extension of Contract Time with compensation in an amount that represents the Contractor’s actual direct costs incurred as a direct result of the Compensable Delay. The Contractor may recover its direct costs only and may not recover (and waives) all other types of indirect, consequential, special and incidental damages.

8.4.5 For Concurrent Delay (as defined in Article 1.2.1.6), the following rules apply: if one or more of the Concurrent Delays are excusable or compensable, then the

Page 141: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-37 General Conditions

District will treat the period of Concurrent Delay as an Excusable Delay; and if all of the Concurrent Delays are inexcusable, then the District will treat the Concurrent Delay as inexcusable. These rules for Concurrent Delay shall be the Contractor’s sole and exclusive remedy for periods of Concurrent Delay, and the Contractor’s entitlement shall be limited to the measures of recovery defined herein for Inexcusable, Excusable and Compensable Delay, as applicable.

8.4.6 No time extension will be granted to the Contractor for encountering delays while performing Work after the specified or formally extended Contract Completion date, except for causes of delay specified in Article 8.4.4.

8.4.7 The Contractor shall provide notice and documentation of delays in accordance with the following rules:

.1 Within five days of knowing about an event that may cause a delay in the project schedule, the Contractor shall notify the Engineer in writing about the delay in the Work, the impact it may have on the project schedule, and the causes of the delay. The Contractor’s notice shall set forth the anticipated impact of the delay on the critical path, specify any additional time requested, and provide a detailed description of the cause or causes of the delays.

.2 If the Contractor intends to request an extension of time or compensation for damages resulting from delay, then the Contractor shall make the request in writing to the Engineer not more than 15 days after the end of such delay. If any delay exceeds 30 days, however, then the request shall be made monthly and then updated every month after that (as applicable). The Contractor shall provide an Analysis of Schedule Impact of the delay (see Article 3.4.2.3 and 3.4.2.4) and update it monthly (as applicable). The Contractor shall also provide documentation showing that the delay was either excusable or compensable and that the Contractor has revised its construction schedule, to the extent possible, to mitigate the delay. No compensation for damages resulting from delay will be granted unless supported by cost records justifying the costs claimed in connection with the delay.

8.4.8 The Contractor’s failure to give written notice of a delay or to submit or document a request for an extension of time or for damages resulting from delay in the manner and within the times stated above shall constitute a waiver of all rights thereto.

8.4.9 An extension in Contract Time must be approved by the Engineer to be effective.An extension of Contract Time with or without consent of the sureties, shall not release the sureties from their obligations, which shall remain in full force until the discharge of the contract.

Page 142: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-38 General Conditions

8.4.10 The Engineer will investigate the facts and ascertain the extent of the delay, and issue a written statement regarding its findings. If the Contractor disagrees with any decision of the Engineer regarding delays and extensions in Contract Time, the Contractor may dispute the Engineer’s decision in accordance with Article 3.4.

8.5 Weather Conditions Unfavorable for Prosecution of Work

8.5.1 The Engineer may suspend the Work whenever weather conditions or conditions resulting from inclement weather are unfavorable for the prosecution of the Work. The delay caused by such suspension may entitle the Contractor to an extension in Contract Time, but not to any other compensation.

8.5.2 If the Contractor believes that the Work should be suspended under this Article, the Contractor may request such suspension. The delay caused by the suspension may entitle the Contractor to an extension of Contract Time, but not to any other compensation. The Contractor’s request for suspension must be agreed to by the Engineer in order to be granted an extension of Contract Time.

8.5.3 No extension of time will be granted for suspension of Work unless the suspension impacts the Contract Completion date or the timely completion of a milestone completion date for a portion of the Work. Determination that suspension of the Work for inclement weather conditions or conditions resulting from inclement weather impacts timely completion and entitles the Contractor to an extension of Contract Time shall be made and agreed to in writing by the Engineer and the Contractor for each day that work is suspended. In the event of failure to agree, the Contractor may protest under the provisions of Article 3.4.

8.5.4 If the Work is suspended and an extension of Contract Time is granted under this Article, the Contractor will be entitled to a one Work Day extension of time for each Work Day that the Contractor is unable to perform the Work for at least one-half of its current normal Work Day; and if the Work is suspended at the regular starting time on any Work Day and the Contractor's workforce is dismissed as a result of the suspension, then the Contractor will be entitled to a one Work Day extension of Contract Time whether or not conditions change thereafter and the major portion of the day is suitable for work.

8.5.5 The Contractor shall use best available technologies to secure the site to mitigate/minimize the effects of inclement weather in conformance with applicable Federal, State, and regional regulatory requirements.

Page 143: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-39 General Conditions

ARTICLE 9 - INSURANCE AND BONDS

9.1 Faithful Performance and Payment Bonds

9.1.1 The Contractor shall furnish to the District a Faithful Performance Bond, and maintain it in an amount not less than 100 percent of the current Contract Sum, conditioned upon the faithful performance by the Contractor of all covenants and stipulations in the contract.

9.1.2 The Contractor shall furnish to the District a Payment Bond and maintain it, in an amount not less than 100 percent of the current Contract Sum.

9.1.3 The Payment Bond and the Faithful Performance Bond shall be on the forms of the District as provided for in Documents 00 61 13.16 and 00 61 13.13 and shall be properly executed as described therein.

9.1.4 If, at any time, during the performance of the Work any of the sureties, in the opinion of the District, are or become financially irresponsible, the District may require the Contractor to furnish other or additional sureties to the satisfaction of the District within 10 days after receipt of notice. If the Contractor fails to provide satisfactory sureties within the 10-day period, the contract may be terminated for cause under Article 11, and the materials purchased or the Work completed as provided in Article 11.

9.1.5 The Contractor and its sureties understand and agree that no modifications or alterations made in the Contract Documents shall operate to release any surety from liability on any bond or bonds required to be provided in this contract.

9.2 Insurance Requirements

9.2.1 The Contractor shall procure and maintain during the period of the contract all required insurance and shall submit certificates of insurance and additional insured endorsements to the policies to the Engineer for review and approval. The certificates of insurance shall be on the forms provided by the District. The insurance requirements must be met within the same period allowed for contract execution, as provided for in the Instructions to Bidders.

9.2.2 The Contract will not be executed until the certificates of insurance and endorsements to the policies have been received and accepted by the District. Acceptance of the certificates of insurance and endorsements by the District shall not relieve the Contractor from compliance with any of the insurance requirements or liability arising from said failure.

9.2.3 The District may require the Contractor to provide insurance policies to the Engineer for review. If requested, the Contractor agrees to provide the District with complete copies of the policies within 10 days following the request.

Page 144: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-40 General Conditions

9.2.4 If the Contractor does not maintain all of the required insurance, or fails to timely deliver requested insurance policies to the District, the District reserves the right to stop the Work, and/or terminate the Contractor’s right to proceed under the contract, in whole or in part. Any delay caused by the Work stoppage is an Inexcusable Delay.

ARTICLE 10 - WARRANTY

10.1 The Contractor warrants that any Work performed under the contract shall be performed in a competent manner in accordance with the duty of care set forth in Section 4.2.3; that any material furnished will be the best of its class; and that the Work shall fully meet the requirements of the Contract Documents.

10.2 The Contractor warrants workmanship, including subcontracted work, against defects for a period of one year from the date of Contract Completion unless a longer period of time is required by the Contract Documents.

10.3 The Contractor shall provide a similar one-year warranty for all materials and equipment provided under this contract unless a longer period of time is required by the Contract Documents.

10.4 If the District elects to use any portion or portions of the Work before Contract Completion, the warranty for those portions shall begin upon commencement of such use. The warranty for the remainder of the Work shall begin on the Contract Completion date.

10.5 If the District notifies the Contractor, within one year from the Contract Completion, or within any longer period of time required by the Contract Documents or another warranty period for partial occupancy as established under Section 10.4, that any portion of the Work fails to fulfill any of the requirements of the Contract Documents, the Contractor shall repair or replace the defective, non-conforming or otherwise unsatisfactory Work, without delay or further cost to the District in a manner that least inconveniences the District’s operations. With regard to any defective work or material repaired or replaced by the Contractor, the one-year warranty will be measured from the date of the latest repair or replacement.

10.6 Should the Contractor fail to act promptly in accordance with this requirement, or should the exigencies of the case require repairs or replacements to be made before the Contractor can be notified or can respond to the notification, the District may, at its option, make the necessary repairs or replacements, or perform the necessary Work, and the Contractor shall pay to the District the actual cost of such repairs plus the markup percentages shown in Article 3.2.3.

10.7 If equipment has repeatedly malfunctioned, is unreliable, requires excessive maintenance, or if repair of the equipment will not result in equipment that is equivalent to that required

Page 145: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-41 General Conditions

by the Contract Documents (both in functionality and useful life), the Contractor shall replace, rather than repair, the equipment under the warranty.

10.8 The Contractor is responsible for all costs incidental to making good any and all of its warranties and agreements. These warranties and agreements are covenants that are binding on the Contractor and its sureties.

ARTICLE 11 - TERMINATION OR SUSPENSION OF THE CONTRACT

11.1 Termination by the District for Cause or Default

11.1.1 The District may terminate the Contractor’s right to proceed under the contract, in whole or in part, for cause at any time after the occurrence of any of the following events:

.1 The Contractor becomes insolvent or files for relief under the bankruptcy laws of the United States.

.2 The Contractor makes a general assignment for the benefit of its creditors or fails to pay its debts as the same become due.

.3 A receiver is appointed to take charge of the Contractor's property.

.4 The Contractor abandons the Work. Abandonment is conclusively presumed when the District requests a written plan to cure a default and the Contractor does not submit the plan within five Work Days of the District’s request.

11.1.2 If any of the following events occur, the District may require that the Contractor submit a written plan to cure its default:

.1 The Contractor fails to supply skilled supervisory personnel, an adequate number of properly skilled workers, proper materials, or necessary equipment to prosecute the Work in accordance with the Contract Documents.

.2 The Contractor fails to make progress so as to endanger performance of the Work within the Contract Time.

.3 The Contractor disregards legal requirements of agencies having jurisdiction over the Work, the Contractor, or the District.

.4 The Contractor materially fails to execute the Work in accordance with the Contract Documents.

.5 The Contractor is in default of any other material obligation under the Contract Documents.

Page 146: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-42 General Conditions

11.1.3 The District may terminate the Contractor’s right to proceed under the contract in whole or in part for default if the written plan is not received by the District within five days after the District’s request or if the District does not accept the Contractor’s plan for curing its default.

11.1.4 Upon any of the occurrences referred to in Articles 11.1.1, 11.1.2 and 11.1.3, the District may, at its election and by notice to the Contractor, terminate the contract in whole or in part; accept the assignment of any or all of the subcontracts; and then complete the Work by any method the District may deem expedient. If requested by the District, the Contractor shall remove any part or all of the Contractor's materials, supplies, equipment, tools, and construction equipment and machinery from the Work within seven days of such request; and, if the Contractor fails to do so, the District may remove or store, and after 90 days sell, any of the same at the Contractor's expense.

11.1.5 If the contract is terminated by the District as provided in Article 11.1, the Contractor shall not be entitled to receive any further payment until the expiration of 35 days after acceptance of all Work by the District.

11.1.6 No termination or action taken by the District after termination shall prejudice any other rights or remedies of the District provided by law or by the Contract Documents.

11.1.7 If, after termination for default, it is determined that the Contractor was not in default, or that default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for convenience pursuant to Article 11.2.

11.2 Termination by the District for Convenience

11.2.1 The District may, at its option, and for its convenience, terminate this contract at any time by giving written notice to the Contractor specifying the effective date of termination. Upon such termination, the Contractor agrees to comply with the notice and further agrees to waive any claims for damages, including loss of anticipated profits, on account of the termination in accordance with Article 11.2.5; and, as the sole right and remedy of the Contractor, the District shall pay the Contractor in accordance with Article 11.2.4.

11.2.2 Upon receipt of notice of termination under Article 11.2, the Contractor shall, unless the notice directs otherwise, do the following:

.1 Immediately discontinue the Work to the extent specified in the notice.

Page 147: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-43 General Conditions

.2 Place no further orders or subcontracts for materials, equipment, services, or facilities, except as may be necessary for completion of a portion of the Work that is not discontinued or is necessary to secure the project site.

.3 Promptly cancel, on the most favorable terms reasonably possible, all subcontracts to the extent they relate to the performance of the discontinued portion of the Work.

.4 Thereafter, do only such Work as may be necessary to preserve and protect Work already in progress and to protect materials, plants, and equipment in transit to or on the project site.

11.2.3 Upon termination, the obligations of the contract shall continue as to portions of the Work already performed and, subject to the Contractor's obligations under Article 11.2.2, as to bona fide obligations assumed by the Contractor prior to the date of termination.

11.2.4 Upon such termination, the District will pay to the Contractor the sum of the following:

.1 The amount of the Contract Sum allocable to the portion of the Work properly performed by the Contractor as of the effective date of termination, less sums previously paid to the Contractor.

.2 Previously unpaid costs of any items delivered to the project site that were already fabricated for subsequent incorporation into the Work.

.3 Any proven losses with respect to materials and equipment directly resulting from the termination.

.4 Reasonable demobilization costs.

11.2.5 The above reimbursement is the sole and exclusive remedy to which the Contractor is entitled in the event the contract is terminated for convenience; and the Contractor expressly waives any other claims, damages, demands, compensation or recovery related to this contract or project. The Contractor agrees to sign a general release incorporating this waiver.

11.3 Termination of the Contract - Act of God or Force Majeure

11.3.1 “Act of God” has the meaning set forth in Section 7105 of the Public Contract Code. “Force Majeure” shall solely have the meaning set forth in Section 1511, Subparagraph 2 of the Civil Code. If an Act of God or Force Majeure occurs, the Engineer may, by written notice, suspend or terminate this contract. If the contract is not suspended or terminated, or if the contract is resumed

Page 148: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-44 General Conditions

after suspension, the Contractor shall fully restore the work except as limited by Public Contract Code, Section 7105(a), in the case of an “Act of God.”

11.3.2 If the contract is terminated because of an Act of God or Force Majeure, the Contractor will be paid for Work performed prior to the Act of God or Force Majeure at either (i) the Unit Prices named in the contract; or (ii) in the event no unit prices are named, a sum equal to the percentage that the Contract Sum for the Work completed, at the time of occurrence of the Act of God or Force Majeure bears to the Contract Sum for all Work to be performed under the contract as determined by the Engineer. In no event will the District be liable to the Contractor for breach of contract, extra work, or damages because the contract is terminated due to an Act of God or Force Majeure.

11.4 Suspension by the District

11.4.1 The Engineer may, in his or her sole discretion, order the Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for as long as 90 days from the date of delivery of a written order of suspension. The order shall be specifically identified as a "suspension order" under this Article. The work may be suspended for a longer period or periods if the parties agree. Upon receipt of a suspension order, the Contractor shall comply with its terms and take all reasonable steps to minimize costs related to the suspension of the Work or the portion of the Work. Within 90 days after the issuance of the suspension order, or such extension to that period as is agreed upon by the Contractor and the District, the District will either cancel the suspension order or delete the suspended Work.

11.4.2 If a suspension order is canceled or expires, the Contractor shall resume the suspended Work. A Change Order may be issued to cover any adjustments of the Contract Sum or an extension of Contract Time necessarily caused by the suspension. If the Contractor disputes the adjustment of the Contract Sum or the Contract Time, the Contractor shall submit a claim per Article 3.4.

11.4.3 Costs directly associated with the suspension will be at the District’s expense if the suspension is not due to any fault of the Contractor.

11.4.3 A suspension order shall not be required to stop the Work as permitted or required under any other provision of the Contract Documents.

ARTICLE 12 - LABOR PROVISIONS

12.1 Prevailing Wages

12.1.1 Pursuant to Section 1773 of the Labor Code, the District has obtained from the Director of Industrial Relations of the State of California, the general prevailing rates of per diem wages and the general prevailing rates for holiday and overtime

Page 149: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-45 General Conditions

work in the locality in which the Work is to be performed, for each craft, classification, or type of worker needed to execute the contract. A copy of the prevailing wage rates is on file and available for inspection by any interested party on request at the District's Specifications and Engineering Support Section.

12.1.2 The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification, or type of worker employed on the Work.

12.1.3 The Contractor shall post a copy of the general prevailing rate of per diem wages at the jobsite pursuant to Section 1773.2 of the Labor Code.

12.1.4 Pursuant to Section 1774 of the Labor Code, the Contractor and any of its Subcontractors shall not pay less than the specified prevailing rate of wages to all workers employed in the execution of the contract.

12.1.5 As set forth with more specificity in Section 1773.1 of the Labor Code, "per diem" wages include employer payments for health and welfare, pension, vacation, travel, subsistence and, in certain instances, apprenticeship or other training programs, and shall be paid at the rate and in the amount spelled out in the pertinent prevailing wage determinations issued by the Director of Industrial Relations.

12.1.6 The Contractor shall, as a penalty to the State or the District, forfeit not more than the maximum set forth in Section 1775 of the Labor Code for each calendar day, or portion thereof, for each worker paid less than the prevailing rates for the work or craft in which the worker is employed under the contract by the Contractor or by any Subcontractor under him. The difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which such worker was paid less than the stipulated prevailing wage rate shall be paid to such worker by the Contractor.

12.1.7 The specified wage rates are minimum rates only and the District will not consider and shall not be liable for any claims for additional compensation made by the Contractor because of its payment of any wage rate in excess of the general prevailing rates. All disputes in regard to the payment of wages in excess of those specified herein shall be adjusted by the Contractor at its own expense.

12.1.8 General prevailing wage determinations have expiration dates with either a single asterisk or a double asterisk. Pursuant to California Code of Regulations, Title 8, Section 16204(b), the single asterisk means that the general prevailing wage determination shall be in effect for the specified contract duration. The double asterisk means that the predetermined wage modification shall be paid after the expiration date. Notwithstanding what is stated in Article 3.4 and Article 4.7 of the General Conditions, no adjustment in the Contract Sum will be made for the Contractor’s payment of these predetermined wage modifications.

Page 150: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-46 General Conditions

12.2 Payroll Records

12.2.1 The Contractor and each Subcontractor 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 in connection with the Work. The payroll records shall be certified and shall be available for inspection in accordance with the provisions of Section 1776 of the Labor Code.

12.2.2 The Contractor shall submit for each week in which any contract Work is performed a copy of all payroll records to the Engineer. The Contractor shall be responsible for submission of copies of payroll records of all Subcontractors.Payroll records shall be completed and submitted by the 25th of the month for the previous 30-day period which started on the 15th of the previous month to the 15th

of the current month.

12.2.3 Certified payroll records shall be on the forms provided by the Department of Industrial Relations (reduced size sample in Appendix A) or contain the same information required on the Department’s form. Copies of the form may be obtained from:

Division of Labor Standards Enforcement Bureau of Field Enforcement 2031 Howe Avenue, Suite 100 Sacramento, CA 95825-5378 (916) 263-1811

(916) 263-5378

The Contractor or Subcontractor shall certify the payroll records as shown on the reverse of the State form. In addition, the records shall be accompanied by a statement signed by the Contractor or Subcontractor certifying that the classifications truly reflect the Work performed and that the wage rates are not less than those required to be paid.

12.2.4 In the event of noncompliance with the requirements of Section 1776 of the Labor Code, the Contractor shall have 10 days in which to comply subsequent to receipt of written notice specifying in what respects such Contractor must comply with said Section. Should noncompliance still be evident after such 10-day period, the Contractor shall, as a penalty to the State or the District, forfeit the amount set forth in Section 1776(g) of the Labor Code 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, such penalties shall be withheld from progress payments then due.

Page 151: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-47 General Conditions

12.3 Hours of Labor

12.3.1 Pursuant to the provisions of Sections 1810, et seq. of the Labor Code and any amendments thereof:

.1 Eight hours of labor constitutes a legal day's Work under the contract.

.2 The time of service of any worker employed upon the work shall be limited and restricted to eight hours during any one calendar day, and forty hours during any one calendar week except as provided in Article 12.3.1.4 below.

.3 The Contractor shall, as a penalty to the State or the District, forfeit the amount set forth in Section 1813 of the Labor Code for each worker employed in the execution of the contract by the Contractor or by any Subcontractor for each calendar day during which such worker is required or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week in violation of this Article and the provisions of Labor Code, Sections 1810, et seq.

.4 Work performed by employees of the Contractor in excess of eight hours per day, and forty hours during any one calendar week, shall be permitted upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay.

.5 The Contractor and every Subcontractor shall keep an accurate record showing the name of and the actual hours worked each calendar day and each calendar week by each worker employed by him in connection with the Work; the record shall be kept open at all reasonable hours to the inspection of the District and to the Division of Labor Standards Enforcement of the State of California.

12.4 Employment of Apprentices

12.4.1 In the performance of the contract, the Contractor and any Subcontractor shall comply with the provisions concerning the employment of apprentices in Section 1777.5 of the Labor Code and any amendments thereof.

12.4.2 In the event the Contractor or any Subcontractor willfully fails to comply with the aforesaid section, such Contractor or Subcontractor shall be subject to the penalties for noncompliance in Labor Code, Section 1777.7.

ARTICLE 13 - MISCELLANEOUS PROVISIONS

13.1 Governing Law

The contract is governed by the laws of the State of California.

Page 152: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

August 15, 2011 00 72 00-48 General Conditions

13.2 Antitrust Claims

By entering into the contract, the Contractor offers and agrees to assign to the District 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 contract. The Contractor shall include in each subcontract a provision corresponding to the foregoing binding the Subcontractor to offer and agree to assign to the District such rights, title, and interest held by the Subcontractor. Such assignment shall be made and become effective at the time the District tenders final payment to the Contractor without further acknowledgment by the parties.

13.3 Non-Discrimination Clause

There shall be no discrimination against any person, or groups of persons, per Government Code 12940, Labor Code, Section 1735 or Title VII of the United States Civil Rights Act of 1964 in the performance of this contract. The Contractor shall not establish or permit any such practice(s) of discrimination with reference to the contract or any part thereof. Contractors determined to be in violation of this section shall be deemed to be in material breach of the contract. The Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts.

13.4 Trenching and Shoring

The Contractor shall comply with Labor Code, Sections 6500, 6705, and 6707, and Public Contract Code, Section 7104, regarding trenching and shoring, and not withstanding any other provisions of the Contract Documents.

13.5 Third Party Claims

Pursuant to Public Contract Code, Section 9201, the District will provide Contractor with timely notification of the receipt of any third-party claims relating to this contract.

END OF DOCUMENT

Page 153: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 00 73 00 - 1

Supplementary Conditions

DOCUMENT 00 73 00

SUPPLEMENTARY GENERAL CONDITIONS

The following supplements shall modify, delete, and/or add to the General Conditions. Where any article, paragraph, or subparagraph in the General Conditions is supplemented by one of the following paragraphs, the provisions of such article, paragraph, or subparagraph shall remain in effect and the supplemental provisions shall be considered as added thereto. Where any article, paragraph, or subparagraph in the General Conditions is amended, voided, or superseded by any of the following paragraphs, the provisions of such article, paragraph, or subparagraph not so amended, voided, or superseded shall remain in effect.

1. After Article 8.2.3, add:

8.2.4. The deductions for liquidated damages shall be:

8.2.4.1 $1,500/day from date of required “ready for service” until the actual “ready for service” date as defined in Section 01 11 00 Summary of Work.

8.2.4.2 $1,000/day from date of actual “ready for service” or required Contract Completion, whichever occurs later, until Contract Completion asdefined in Document 00 72 00 General Conditions.

8.2.5 At the District’s option, the deduction for liquidated damages will begin with the first progress payment following the incurrence of liquidated damages.

8.2.6 The above liquidated damages are necessary to ensure timely completion and to defray costs of additional construction inspection and contract administration. Timely completion is required to improve the water storage and distribution system and to assure adequate water for fire fighting and for public health.

END OF DOCUMENT

Page 154: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 155: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 11 00 - 1 Summary of Work

SECTION 01 11 00

SUMMARY OF WORK

PART 1 - GENERAL

1.1 WORK COVERED BY CONTRACT DOCUMENTS

A. Work includes furnishing and installing approximately 1,635 linear ft of 12-inch diameter mortar lined and plastic coated steel (ML&PCS) pipeline, including all appurtenances, fittings and wet tap connections to existing District pipelines; hydroseeding and erosion control blanket placement; and oak tree trimming, removal, and replacement as applicable; and performing related required work, located as shown on Drawing W-9790-1.

B. Work covers furnishing and constructing a 1.0 million gallon per day (mgd) water pumping plant consisting of a partially buried, reinforced concrete structure with a braced frame supported, composite shingle roof; excavate and construct a permanent soldier pile and lagging earth retaining wall; furnish and install three 50 HP vertical turbine pumps, motors, motor control equipment, related piping, and all mechanical and electrical equipment; furnish and construct fencing, drainage improvements, and paving work; field testing and startup; providing approved as-built drawings and operations & maintenance manuals; and performing related required work, located as shown on Drawing 2107-Z-000.1.

C. Perform related required work complete as shown on the drawings, and as specified herein, located on District property in Alamo, Contra Costa County, California.

1.2 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK

A. Notice to Proceed. See Article 8 of the General Conditions.

B. Following issuance of the Notice To Proceed, the Contractor shall commence with identifying, gathering, and turning in all required submittals for review and approval of the District. The Contractor is not allowed to perform any work on the site(s) until the issuance of the Notice To Commence Field Work. Submittals requiring approval or acceptance by the District prior to the issuance of this notice include, at a minimum, the following:

1. A Schedule of Costs as specified in Section 01 29 00.

2. Initial Construction Schedule as specified in Section 01 32 01.

3. A Schedule of Submittals as specified in Section 01 33 00.

Page 156: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 11 00 - 2 Summary of Work

4. Project Safety and Health Plan and Fall Protection Procedures as specified in Section 01 35 24.

5. Water Control and Disposal Plan, Spill Prevention and Response Plan, and Dust Control and Monitoring Plan as specified in Section 01 35 44.

C. A Notice To Commence Field Work for the site(s) will be issued within 10 calendar days after the Notice To Proceed, pending receipt of acceptable required submittals; no site construction work shall occur prior to issuance of the Notice To Commence Field Work.

D. Required Contract Completion

1. Facility shall be made ready for service within four hundred twenty (420) calendar days after the Notice to Proceed.

2. "Ready for service" means all functional, startup, pressure, and leakage testing is satisfactorily completed; all water quality testing for pipelines, pumping plants, and related appurtenances is satisfactorily completed and facility is ready to be placed into service in the distribution system; all electrical and mechanical equipment is installed and protected from weather; lighting and access are adequate for facilities to be operational; California DOSH Safety Standards complied with; marked-up as-built and record drawings have been submitted and approved; final operation and maintenance manuals have been submitted and approved; and the facilities are capable of being operated.

3. All work covered by the contract including approval of final operations & maintenance manuals, as-built drawings, and all testing shall be completed within four hundred fifty (450) calendar days after the Notice to Proceed.

1.3 CONTRACT DRAWINGS

A. The drawings which form a part of this specification are bound in a separate volume and are listed on Drawing 2107-Z-000.1. The District will accept no responsibility for errors resulting from misinterpretation or scaling of the drawings. The project drawings and some standard and reference drawings have been reduced in scale approximately one half.

1. Prior to bid opening, full-size drawings are available as provided in the Instructions to Bidders.

2. After Notice to Proceed the Contractor will be provided with a minimum of 2 sets of full-size Project Drawings. Additional sets will be provided upon request.

B. The booklet "Standard Drawings for Installation of Water Mains 20" and Smaller", July, 2008 edition, is also part of this specification and will be provided upon request.

1.4 CHANGES

Page 157: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 11 00 - 3 Summary of Work

A. Changes to the work will be set forth in written Contract Change Orders that specify the work to be done or change to be made, and the payment to be made or credit to be taken and the adjustment of time, if any. See General Conditions, Article 7.

B. A copy of the District's standard Contract Change Order form is in Appendix A

1.5 COMMUNICATIONS REGARDING THE WORK

A. After award of contract, all communications regarding the work covered by this Specification shall be addressed to Jimi Yoloye, Manager of Construction, and mailed to:

Construction Division, MS #62 East Bay Municipal Utility DistrictP.O. Box 24055Oakland, CA 94623-1055

or hand or courier delivered to the:

Construction Division Office1100 – 21st Street Oakland, CA 94607

1.6 INDUSTRIAL WELFARE COMMISSION ORDER NO 16-2001

A. Post at the job site and comply with Industrial Welfare Commission Order No. 16-2001. Copies of this order may be obtained from the Department of Industrial Relations Public Information Office, P.O. Box 420603, San Francisco, CA 94142-0603, telephone (415) 703-5070, or on the internet at http://www.dir.ca.gov/iwc.

1.7 DISTRICT EQUAL EMPLOYMENT OPPORTUNITY (EEO) POSTERS

A. Post in a prominent and accessible location on the project site District-furnished EEO posters. The posters shall be maintained for the duration of the project. Request additional posters from the Engineer if their replacement becomes necessary.

1.8 LOCAL EMPLOYMENT AND TRAINING PROGRAM.

A. The District encourages Contractors (and their subcontractors), who have active District contracts, to provide job training and employ local residents with little work experience and/or residents who are returning to work from welfare.

PART 2 - NOT USED

PART 3 - NOT USED

END OF SECTION

Page 158: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 159: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 14 00 - 1 Work Restrictions

SECTION 01 14 00

WORK RESTRICTIONS

PART 1 - GENERAL

1.1 DESCRIPTION

A. This section describes special requirements, permit requirements, and construction constraints that may affect the work. These requirements and constraints are in addition to those appearing elsewhere in the specifications.

B. Contractor shall install swing gates and paving at entrance to temporary construction easement prior to mobilizing on site. See drawing 2107-C-001 and Section 32 31 26, Wire Fences and Swing Gates.

C. Contractor is responsible for coordinating with the property owner on the use of the temporary construction easement. The property owner will be storing and moving equipment immediately adjacent to the easement during construction. The contractor shall delineate the boundaries of the temporary construction easement, as applicable, with construction stakes, cones, or temporary construction fencing in a manner acceptable to the property owner.

1.2 RELATED SECTIONS

A. Section 01 11 00 – Summary of Work

B. Section 01 35 24 – Project Safety Requirements

C. Section 01 35 44 – Environmental Requirements

D. Section 01 35 53 – Security Procedures

E. Section 01 50 00 – Temporary Facilities and Controls

F. Section 01 55 26 – Traffic Regulation

G. Section 32 31 26 – Wire Fences and Swing Gates

1.3 SUBMITTALS

A. Provide copies of all permits obtained by the Contractor for this project.

1.4 WORK HOURS

A. Work or activity of any kind shall be limited to the hours from 7:00 a.m. to 5:00 p.m. Monday through Friday.

B. Working hours may be restricted to non-commute hours for pipeline work in Livorna Road. All work in Contra Costa County streets shall be performed in

Page 160: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 14 00 - 2 Work Restrictions

accordance with the conditions of the encroachment permit obtained by the Contractor.

C. Work in excess of eight hours per day, work on Saturdays, work on Sundays, or work on District holidays requires prior consent of the Engineer and is subject to Cost of Overtime Construction Inspection.

D. District holidays

1. Holidays are:

New Years DayMartin Luther King Day (3rd Monday in January)Lincoln's Birthday Washington's Birthday (3rd Monday in February) Chavez’s Birthday Memorial Day (last Monday in May) Independence DayLabor Day (1st Monday in September) Admission Day Columbus Day (2nd Monday in October) Veteran's Day Thanksgiving Day and following FridayChristmas Day

2. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. When a holiday falls on Saturday, the preceding Friday shall be observed as the holiday.

1.5 COST OF OVERTIME CONSTRUCTION INSPECTION

A. Overtime construction work performed at the option of, or for the convenience of, the Contractor will be inspected by the District at expense of the Contractor. For any such overtime beyond the regular 8-hour day and for any time worked on Saturday, Sunday, or holidays the charges will be as shown in the following schedule:

Charge per Hour

Senior Engineer $97.00 Associate Engineer $84.00 Assistant Engineer $76.00 Senior Construction Inspector $74.00 Construction Inspector $67.00 Junior Engineer $66.00

Pickup truck $13.00

Page 161: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 14 00 - 3 Work Restrictions

B. There will be no charges for the inspection of overtime work ordered by the Engineer or required by the specifications.

1.6 COOPERATION WITH OTHER WORK FORCES

A. Other contractors, other utilities and public agencies or their contractors, other District contractors, and District personnel may be working in the vicinity during the project construction period.

B. Any costs for providing cooperation with other work forces shall be considered as included in the bid price for the various contract items of work and no separate payment will be made therefor.

1.7 SCHEDULING RESTRAINTS

A. Exceptions to the work hour constraints in Article 1.4 will be made upon application to the Engineer, if required for concrete pours or pipeline wet taps.

B. All work in Contra Costa County streets shall be performed in accordance with the conditions of the encroachment permit obtained by the Contractor.

C. All work will be in accordance with Section 01 35 46 Environmental Mitigation including restrictions regarding pre-construction biologic surveys by the District that might cause temporary delays in the affected work area.

1.8 CONSTRUCTION NOISE

A. Contractor is responsible for taking appropriate measures, including muffling of equipment, selecting quieter equipment, erecting noise barriers, modifying work operations, and other techniques as necessary to reduce construction noise to as low as reasonably achievable.

B. 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 said muffler.

C. Work or activity of any kind shall be limited to the hours from 7:00 a.m. to 5:00 p.m., Monday through Friday. Contractor personnel arriving at the site prior to 7:00 a.m. shall keep noise to a minimum, including turning off radios, minimizing conversations, and shutting off vehicles, as applicable.

D. Impact equipment, such as jack hammers or hoe rams, shall only be used from 9:00 am to 3:00 pm, Monday through Friday.

E. Contractor shall keep vehicle speeds to fifteen (15) mph or less when driving on site, and on the residential streets immediately adjacent to the site, in order to reduce vehicle noise.

Page 162: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 14 00 - 4 Work Restrictions

1.9 OUTSIDE AGENCY PERMITS

A. Comply with all requirements of any permits and be responsible for all associated costs.

B. The Contractor is responsible for paying for and obtaining an encroachment permit from Contra Costa County for the excavation and pipeline work in Livorna Road and Legacy Drive. See Appendix E for sample forms, instructions, and fees.

C. Where requirements of the permits differs from those of the drawings and specifications, the more stringent requirements shall apply.

D. Neither a building permit nor an electrical permit is required.

1.10 PG&E WORK

A. PG&E will require approximately 30 calendar days to complete the installation of electrical service after the Contractor installs the related electrical items and conduit as shown on the drawings. Provide minimum 2 weeks' advance notice to the District of date that electric service switchboard, below-grade transformer vault, and conduit installation will be completed so that PG&E installation can be scheduled by the District. The permanent PG&E installation will be paid for by the District.

1.11 AVAILABLE UTILITIES

A. The District will provide the contractor water for hydrostatic testing, flushing and chlorinating the pipeline, and facility washdown as per Section 01 50 00. The Contractor shall obtain the water from the hydrants shown on Drawings 2107-C-002 and W-9790-7.

B. The Contractor can obtain water from the hydrants for all other construction activities; however, the Contractor is responsible for paying for the construction water via a hydrant meter available from the District.

PART 2 - NOT USED

PART 3 - NOT USED

END OF SECTION

Page 163: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Value Engineering 2011 01 24 13 - 1

SECTION 01 24 13

VALUE ENGINEERING

1.1 GENERAL

A. This Section applies to Contractor developed value engineering change proposals (VECPs) that:

1. Require a change to the existing contract to implement.

2. Reduce the contract price without impairing essential functions or characteristics.

3. Will not have an adverse financial impact on the District when the costs of operating and maintenance through the life-cycle of the item are considered.

4. Are not based solely on changes in deliverable quantities.

B. Contractor will share in the net contract savings realized from accepted VECPs.

1.2 DEFINITIONS

A. Gross Savings: The difference between Contractor's estimated cost of performing the work in accordance with the existing requirements and Contractor's estimated cost of performing work in accordance with the proposed change. Cost of performing work may include overhead but not profit.

B. Contractor Development and Implementation Costs: Reasonable costs incurred by the Contractor in developing, testing, preparing, and submitting the VECP and costs incurred by the Contractor to make contractual changes required by District acceptance of the VECP.

C. District Costs: Reasonable costs incurred by the District for evaluating and implementing the VECP, such as analyzing, testing, and redesign, where required. Does not include normal administrative costs of processing the VECP.

D. Net Savings: Gross Savings less Contractor Development and Implementation Costs and District Costs.

1.3 SUBMITTALS

A. As a minimum, the following information shall be submitted by the Contractor with each VECP:

1. Description of existing contract requirements.

Page 164: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Value Engineering 2011 01 24 13 - 2

2. Description of proposed change.

3. Discussion of differences between existing requirements and proposed change. Give advantages and disadvantages of each, justify any changes to function or characteristics, and give effect of the change on performance of the item.

4. Analysis - Identify and describe each part of the existing requirements that must be changed to implement this VECP, and recommend how to make such change.

5. Life-Cycle Cost Effects - State the estimated effect of the proposed change on cost of operating and maintenance throughout the life-cycle of the item.

6. Time for Implementation of this VECP - State the latest time for acceptance of this VECP by the District to obtain maximum cost reduction during remainder of contract.

7. Time of Completion - State the effect on contract completion if this VECP is accepted.

8. Cost Analysis:

a. Detailed estimate of the cost of performing the work in accordance with existing contract requirements.

b. Detailed estimate of the cost of performing the work in accordance with proposed contract change.

c. Gross Savings to the Contractor.

d. Implementation Costs:

1) Detailed breakdown of Contractor Development and Implementation Costs.

2) Estimated District Costs.

9. Estimated Value Engineering Savings.

10. Estimated Net Savings to Contractor (c. minus d. above).

B. Submit using a format similar to that of Value Engineering Change Proposal in Appendix A.

PART 2 - NOT USED

PART 3 - EXECUTION

Page 165: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Value Engineering 2011 01 24 13 - 3

3.1 CONTRACTOR

A. Submit VECP in accordance with the applicable provisions of Section 01 33 00 Submittal Procedures.

B. After Notice to Proceed, Contractor may request a preliminary determination from the District that the proposed VE change does not impair an essential function or characteristic, and that a formal VECP may be accepted. Prior to Notice to Proceed, the District will not comment on any VECP.

1. Requests should be in writing and sufficiently detailed to enable a District determination.

2. Requests should be submitted prior to any significant expenditure of time or effort to develop a VECP.

C. Until a VECP is accepted by the District and an implementing change order is issued by the Engineer and executed by the Contractor, the Contractor shall perform in accordance with the existing contract.

D. The Contractor shall have the right to withdraw, in whole or in part, any VECP at any time prior to acceptance by the District.

3.2 DISTRICT

A. The Engineer will evaluate the VECP. Final determination of the effect of the proposed change on essential functions and characteristics, of the effect of the proposed change on performance of the item, and of the life-cycle costs and District implementation costs will be made by the Engineer.

B. The District will not be liable for any delay in acting upon any proposal submitted.

C. The Engineer will notify the Contractor of the status of the VECP within 15 work days after receipt. If additional time is required, the Engineer will notify the Contractor within the 15-day period and provide the reason for the delay and the expected date of decision.

D. The Engineer may request additional data for clarification or for modification of the proposal.

E. If the formal VECP is not accepted, the Engineer will notify the Contractor in writing, explaining the reasons for rejection.

3.3 ACCEPTANCE

A. The District may, within its sole discretion, accept or reject, in whole or in part, any VECP submitted. Acceptance will be by contract change order.

Page 166: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Value Engineering 2011 01 24 13 - 4

B. The decision of the Engineer to accept or reject, in whole or in part, any VECP under this contract shall be final and shall not be subject to protest.

C. If a VECP submitted by the Contractor is accepted, the contract price will be reduced by an amount equal to 50% of Net Savings expressed by the formula:

Reduction = 0.5 x (Net Savings)

D. If a VECP submitted by the Contractor is not accepted, the Contractor will not be entitled to an extension of time or to any other compensation for the effort expended in developing and submitting the VECP.

3.4 SUBCONTRACTS

A. Contractor shall include VE provisions in any subcontract of $25,000 or greater, and may include such provisions in subcontracts of lesser value. Subcontracts shall contain a provision that any benefits accruing to Contractor as a result of an accepted VECP initiated by a subcontractor shall be shared by Contractor and subcontractor.

B. To compute adjustment of the contract price, the Contractor's cost of development and implementation of a VECP which is accepted under this contract shall include any development and implementation costs of a subcontractor.

3.5 DATA RESTRICTION

A. The District reserves the right to duplicate, use, and disclose any part of a VECP or any part of the supporting data submitted by the Contractor, in any manner and for any purpose whatsoever, except that the Contractor's estimated cost of performing work or of developing and implementing the VECP will not be disclosed outside the District.

END OF SECTION

Page 167: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 29 00 - 1 Payment Procedures

SECTION 01 29 00

PAYMENT PROCEDURES

1.1 GENERAL

A. Payment will be made at the price bid for each item listed on the bid form or as extra work as provided in the General Conditions.

B. Initial progress payment will not be made prior to approval by the Engineer of the Schedule of Costs, the Construction Progress Schedule, the Subcontractor Payment Report (Form P-047), and the Schedule of Submittals.

C. No subsequent progress payment will be made prior to receipt by the Engineer of the monthly revision of the Construction Progress Schedule and of the Subcontractor Payment Report (Form P-047) as specified in Article 1.3. below.

D. No subsequent progress payment will be made prior to receipt by the Engineer of Certified Payrolls for the previous month. If the Certified Payrolls are not complete or contain errors, the Engineer will withhold from payment the gross amount of the portion of previous month’s payroll that is in question until the matter is resolved.

1.2 SCHEDULE OF COSTS FOR PAYMENTS

A. Submit to the Engineer, within 10 work days after Notice to Proceed, seven (7) copies of a Schedule of Costs. The Schedule of Costs shall be a detailed breakdown of labor, materials, and equipment required to perform and complete the contract.

B. To facilitate adjustments to bid item quantities and costs during construction, the Schedule of Costs shall include a breakdown of all costs included in each Bid Item, such as labor, material, equipment, fixed cost elements, incidental expenses, jobsite and home office overhead, and profit.

C. To facilitate payment of Lump Sum Bid Items the Schedule of Costs shall also include a breakdown by items of the work for each Lump Sum Bid Item. The total of the price breakdown shall agree with the lump-sum price bid. The price breakdown shall, as a minimum, show the cost of each item of the Construction Progress Schedule, Section 01 32 00. Any additional breakdown of the Schedule of Costs, by quantities and prices of work and materials, considered necessary by the Engineer will be as determined by the Engineer. The price breakdown shall not be unbalanced, shall be subject to adjustment between the Engineer and the Contractor, and will be used as a basis for progress payments.

D. Acceptance of the Schedule of Costs by the Engineer shall not relieve the Contractor of the responsibility of performing all the work needed to complete the project at the price bid.

Page 168: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 29 00 - 2 Payment Procedures

1.3 SUBCONTRACTOR PAYMENT REPORT (FORM P-047)

A. List all subcontractors on Subcontractor Payment Report (Form P-047, Appendix A). Furnish the following information:

1. Name, address, phone number, and type of work to be performed.

2. Contact name.

3. White Men (WM), White Women (WW), or Ethnic Minority (EM) composition of ownership.

4. Original dollar amounts, revised dollar amounts, total payments to date, and projected total payments.

B. The listing of subcontractors shall be obtained from Contract Equity Program Summary (Form P-035) which will be prepared by the District after verifying information provided by the Contractor on Contract Equity Participation (Form P-040). A copy of Form P-035 will be furnished to the Contractor after award.

C. Submit an updated Subcontractor Payment Report (Form P-047) showing dollars expended for each listed subcontractor no later than the 25th day of each month thereafter.

1.4 PROGRESS PAYMENTS

A. The Engineer will make an approximate measurement of all approved materials delivered to the jobsite and work performed by the Contractor through the 25th day of each calendar month for the purpose of making a progress payment. No payment will be made for the fabrication or production of materials off the jobsite, or for materials stored off the jobsite. However, at the discretion of the Engineer, payment may be made for approved materials that have been properly stored and insured off the jobsite. The Engineer will classify the work according to items listed on the Bid Form and will estimate the value thereof on the basis of the prices shown, or as extra work. The classification of the work performed and the value thereof will be based on the Schedule of Costs submitted by the Contractor.

B. From the amount thus determined, five percent thereof will be deducted as retention by the District for performance security. The amount of all payments previously made to the Contractor and any amounts due the District from the Contractor for supplies, materials, services, damages, or otherwise deductible under the terms of the contract will be deducted from the remainder.

C. In addition to the retention under Paragraph B above, the whole or part of any payment of the estimated amount due the Contractor may be withheld as an additional retention if such course be deemed necessary to protect the District from loss due to the Contractor's failure to perform any of the following: (1) meet his obligations; (2) expedite the work; (3) correct rejected work; (4) settle damages as

Page 169: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 29 00 - 3 Payment Procedures

provided; or (5) produce substantial evidence that no claims will or have been filed, and/or if it has been determined that unpaid balances may be insufficient to complete the work.

D. The remaining amount, after the deductions given above, will be paid as a progress payment by the District to the Contractor. Payment will normally be made on the third Friday of the succeeding month. If payment is not made within 30 days from the 25th day of the month for undisputed progress payments, then the District will pay interest to the Contractor in accordance with Section 20104.50 of the Public Contract Code.

E. All material and work covered by progress payments thereupon become the sole property of the District, but this provision shall not be construed as relieving the Contractor from sole responsibility for all materials and work upon which payments have been made or the restoration of any damaged work or as a waiver of the District's right to require fulfillment of all of the contract terms.

1.5 SUBSTITUTION OF SECURITIES

A. Pursuant to Public Contract Code Section 22300 and upon Contractor's request, the District will make payment of funds retained from progress payments for performance security under Article 1.4, Paragraph B if the Contractor deposits in escrow with the District Treasurer or with a state- or federal-chartered bank acceptable to the District as escrow agent, securities eligible for the investment of District funds under Government Code Section 16430 or bank or savings and loan certificates of deposit, upon the following terms and conditions:

1. The Contractor shall bear the expense of the District and the escrow agent, either the District Treasurer or the bank, in connection with the escrow deposit made.

2. Securities or certificates of deposit shall be of a value at least 100 percent of the amounts of retention to be paid to the Contractor pursuant to this section.

3. The Contractor shall enter into an escrow agreement using the District's standard Retention Agreement form, which includes provisions governing inter alia:

a. The amount of securities to be deposited.

b. The Contractor shall be the beneficial owner of any securities substituted and shall receive any interest or dividends thereon.

c. The providing of powers of attorney or other documents necessary for the transfer of the securities to be deposited.

d. Conversion to cash to provide funds to meet defaults by the Contractor.

e. The decrease in value of securities on deposit.

Page 170: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 29 00 - 4 Payment Procedures

f. The termination of the escrow upon completion of the Contract.

4. The Contractor shall obtain the written consent of the surety to the escrow agreement.

5. A copy of the District’s standard escrow agreement form is in Appendix A. Submit three original copies executed by the escrow agent and the Contractor to the District.

1.6 FINAL PAYMENT AND RELEASE OF CLAIMS

A. Notice of acceptance and final payment:

Upon the completion of the work as determined by the Engineer, a notice of Contract Acceptance will be issued and recorded with the County. The District will pay to the Contractor within 35 days after filing of the notice of acceptance, or as soon thereafter as practicable, the remaining amount due the Contractor, less all prior payments and advances withheld whatsoever to or for the account of the Contractor for supplies, materials, services, damages, or otherwise deductible under the terms of the contract. All prior estimates and payments including those relating to extra work shall be subject to correction by this payment, which throughout this contract is called "final payment".

B. Release of claims:

Neither the final payment nor any part of the retained percentage shall become due until the Contractor shall have delivered to the District a complete release of all claims against the District arising under and by virtue of this contract and related to undisputed amounts, including claims of subcontractors and suppliers of either materials or labor. If disputed contract claims in stated amounts are unresolved 35 days after filing of the notice of Contract Acceptance, a progress payment of undisputed amounts and retained funds will be made by the District upon receipt of a release specifically excluding the disputed contract claims. Upon resolution of disputed claims, the Contractor shall execute a supplemental release and, upon delivery, the District will make final payment. A copy of the release form is included in Appendix A.

PART 2 – NOT USED

PART 3 – NOT USED

END OF SECTION

Page 171: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 31 19 - 1 Project Meetings

SECTION 01 31 19

PROJECT MEETINGS

PART 1 - GENERAL

1.1 PRECONSTRUCTION CONFERENCE

A. Upon receipt of the Notice to Proceed, or at an earlier time if mutually agreeable, the Engineer will arrange a preconstruction conference to be attended by the Contractor's project representative authorized to commit on the behalf of the Contractor and to direct the performance of the Work by others as well as the Contractor's superintendent, the Engineer, District representatives, major subcontractors, and others involved in the execution of the Work.

B. The purpose of this conference will be to establish a working relationship and understanding between the parties and to discuss project organization, job communications, the Construction Schedule, shop drawing submittals and processing, cost breakdown payment applications and their processing, extra work procedures, safety requirements, permits and inspections, and such other subjects as may be pertinent for the execution of the Work.

1.2 WEEKLY PROGRESS MEETINGS

A. The Engineer will arrange and conduct weekly progress meetings. The Engineer will prepare and circulate an agenda for each meeting.

B. Progress meetings will be conducted at a time that is mutually agreed upon by the Engineer and the Contractor. Progress meetings shall be attended by the Engineer, District Operations personnel, Contractor's project representative and superintendent, and representatives of all subcontractors required by the Contractor or requested by the Engineer.

C. Progress meetings will be held at any of the following locations, as determined by the Engineer:

1. The Construction Division Office at 1100 21st Street Oakland.

2. Construction trailer at project job site.

3. Other locations as determined by the Engineer.

D. The purpose of the meetings will be to facilitate the work of the Contractor and any subcontractor or other organization that is not up to schedule, resolve conflicts, identify and resolve any potential delays and, in general, coordinate and facilitate the execution of the Work.

E. The agenda of progress meetings shall include review of work progress and the latest Construction Progress Schedule, potential project delays, submittal reviews, review

Page 172: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 31 19 - 2 Project Meetings

neighborhood/ community concerns, information requests, safety concerns, and extra work items.

F. The Construction Progress Schedule will be reviewed for conformance to the requirements of Section 01 32 00 and to verify at a minimum:

1. Actual start and finish dates of completed activities since the last progress meeting.

2. Durations, progress, and productivity rates of all activities not completed.

3. Critical submittals/materials delivery problems.

4. Potential project delays.

5. Any activity behind schedule and the Contractor's plan to bring it back on schedule.

6. Coordination of system outage requests or access restrictions.

7. Labor and equipment availability.

8. Contractor readiness to implement contingency plans necessary to keep the project on schedule.

9. Potential impacts from District operation and maintenance activities.

G. If the logic of the submitted Look-Ahead Schedule deviates significantly from the current schedule, a reconciliation of the two schedules shall be required.

H. The Engineer will prepare and distribute minutes of the meetings.

1.3 SUBMITTALS

A. A combined three (3) week Look-Ahead Schedule with a one (1) week As-Constructed Schedule for the previous week shall be submitted by Contractor to Engineer for review and approval at each progress meeting. This Look-Ahead Schedule may be derived from the General Superintendent’s notes in a format other than Primavera Project Planner; however, the Look-Ahead Schedule logic shall be a representation of the approved Baseline Construction Schedule or the approved Monthly Construction Progress Schedule logic, whichever is most current (i.e. activity identification numbers and descriptions). See Section 01 32 00 Construction Progress Documentation.

PART 2 - NOT USED

PART 3 - NOT USED END OF SECTION

Page 173: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Web-Based Construction 2011 01 31 23.10 - 1 Document Management

SECTION 01 31 23.10

WEB-BASED CONSTRUCTION DOCUMENT MANAGEMENT

PART 1 - GENERAL

1.1 SUMMARY

A. The Contractor, and its subcontractors and suppliers shall utilize EADOC (EADOC is a registered trademark of EADOC LLC.) for submission of all data and documents (unless specified otherwise herein and in this specification) throughout the duration of the Contract. “Copy” or Copies” shall refer to electronic copies unless a hard copy is specified. Where a hard copy is specified, both electronic and paper versions shall be submitted.

1. EADOC is a webbased construction management software hosted by EADOC LLC.

2. EADOC is paid for by the District.

3. EADOC will be made available to all Contractor’s personnel, subcontractor personnel and suppliers working under the Contract.

4. The joint use of this system is to facilitate electronic exchange of information, automation of key processes, and overall management of Contract Documentation.

5. EADOC shall be the primary means of project information submission and management.

B. Related Sections:

1. Section 01 32 00, Construction Progress Documentation

2. Section 01 33 00, Submittal Procedures.

1.2 USER ACCESS LIMITATIONS

A. The Engineer will establish the Contractor’s access to EADOC by allowing access and assigning user profiles to accepted Contractor personnel. User profiles will define levels of access into the system, and determine assigned function-based authorizations and user privileges to enter and access information in EADOC. Subcontractors and suppliers will be given access to EADOC by and through the Contractor. Entry of information exchanged and transferred between the Contractor and its subcontractors and suppliers on EADOC shall be the responsibility of the Contractor.

Page 174: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Web-Based Construction 2011 01 31 23.10 - 2 Document Management

1.3 OWNERSHIP OF DATA

A. Data entered in a collaborative mode (entered with the intent to share as determined by permissions and workflows within the EADOC system) by the Engineer and the Contractor will be jointly owned.

1.4 AUTOMATED SYSTEM NOTIFICATION AND AUDIT LOG TRACKING

A. Review comments made (or lack thereof) by the District on Contractor-submitted documentation shall not relieve the Contractor from compliance with requirements of the Contract Documents. The Contractor is responsible for managing, tracking, and documenting the Work to comply with the requirements of the Contract Documents. District’s acceptance via automated system notifications or audit logs extends only to the face value of the submitted documentation and does not constitute validation of the Contractor’s submitted information.

1.5 PRECONSTRUCTION SUBMITTALS

A. See Section 01 33 00, Submittal Procedures.

B. Within five work days after receiving the Notice to Proceed, Contractor shall submit:

1. List of Contractor’s personnel responsible for EADOC administration, as well as that for the Contractor’s subcontractors and suppliers.

2. Include descriptions of key personnel’s roles and responsibilities for this project. Contractor shall also identify its organization’s administrator on the list.

1.6 COMPUTER REQUIREMENTS

A. The Contractor shall use PC based computer hardware and software that meets the requirements of EADOC system as recommended by EADOC LLC and as described herein to access and utilize EADOC. As recommendations are modified by EADOC, the Contractor shall upgrade its system(s) to meet or exceed the recommendations. Upgrading of the Contractor’s computer systems shall not be justification for a cost or time modification to the Contract.

B. The Contractor shall ensure that connectivity to the EADOC system is accomplished through DSL, cable, T-1 or wireless communications systems. The minimum bandwidth requirement for using the system is 128 kb/s. It is recommended that a faster connection be used when uploading pictures and files into the system.

C. EADOC currently supports Mozilla’s Firefox v3.0-3.6, Apple’s Safari v3.0-5.0, and Microsoft’s Internet Explorer v7.0-8.0 web browsers for accessing the application.

D. The Contractor shall use Adobe Acrobat Professional Version 7.0.

Page 175: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Web-Based Construction 2011 01 31 23.10 - 3 Document Management

1.7 CONTRACTOR RESPONSIBILITY

A. Contractor shall be responsible for scanning or otherwise converting to electronic format all project submittals and Contractor correspondence, drawings, sketches, etc., and uploading them to the EADOC web site.

B. The Contractor shall be responsible for the validity of its information placed in EADOC.

C. Accepted users shall be knowledgeable in the use of computers, including Internet Browsers, email programs, CAD drawing applications, and Adobe Portable Document Format (PDF) document distribution program.

D. The Contractor shall utilize the existing forms in EADOC to the maximum extent possible. If a required form does not exist in EADOC, the Contractor shall include a form of its own or one provided by the Engineer (if available) as an attachment to a submittal.

E. Adobe PDF documents shall be created through electronic conversion rather than optically scanned whenever possible. If optically scanned, the document shall be converted through an OCR (Optical Character Reader) so that all documents are searchable. If the documents have multiple sections then the Contractor shall provide a “bookmark” for each section. The Contractor is responsible for the training of its personnel in the use of EADOC (outside what is provided by the District) and the other programs indicated above as needed.

F. User Access Administration

1. Provide a list of Contractor’s key EADOC personnel for the Engineer’s acceptance. Contractor is responsible for informing the Engineer of additional personnel, subcontractors and suppliers to be added to the system, or of personnel, subcontractors and suppliers to be removed from the system. The Engineer reserves the right to perform a background check on all potential users.

1.8 CONNECTIVITY LIMITATIONS

A. EADOC is a web-based environment and therefore, subject to the inherent speed and connectivity limitations of the Internet. The Contractor is responsible for its own connectivity to the Internet. EADOC response time is dependent on the Contractor’s equipment, including processor speed, Internet access speed, etc. and current traffic on the Internet. The District will not be liable for any delays associated from the usage of EADOC including, but not limited to: slow response time, down time periods, connectivity problems, or loss of information. The Contractor shall ensure connectivity to the EADOC system (whether at the home office or job site). Under no circumstances will usage of EADOC be grounds for a time extension or cost adjustment to the Contract.

Page 176: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Web-Based Construction 2011 01 31 23.10 - 4 Document Management

1.9 TRAINING

A. The District will provide training consisting of one classroom seminar and two web-based seminars in conjunction with a conference call. The training seminars are 2 hours each.

B. Contractor shall arrange and pay for the facilities and hardware/software required to facilitate the Contractor’s own training.

PART 2 - PRODUCTS

2.1 DESCRIPTION

1. EADOC project management application (no substitutions) provided by EADOC LLC www.EADOCsoftware.com.

PART 3 - EXECUTION

3.1 EADOC UTILIZATION

A. EADOC shall be utilized in connection with all document and information management required by these Contract Documents. Documents and information to be submitted electronically include, but are not limited to, the documents described below.

1. Submittals:

a. Shop Drawings

1) Shop drawings and design data documents shall be submitted as MicroStation or AutoCAD format files and PDF attachments to the EADOC submittal work flow process and form. Examples include, but are not limited to:

a) Standard manufacturer installation drawings.

b) Drawings prepared to illustrate portions of the work designed or developed by the Contractor.

c) Steel fabrication, piece, and erection drawings.

d) Electrical interconnection drawings.

b. Product Data

1) Product data and manufacturers instructions shall be submitted as PDF attachments to the EADOC submittal work flow process and form. Examples include, but are not limited to:

a) Manufacturer’s printed literature.

Page 177: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Web-Based Construction 2011 01 31 23.10 - 5 Document Management

b) Preprinted product specification data and installation instructions.

c. Samples

1) Sample submittals shall be physically submitted as specified in Section 01 33 00 - Submittal Procedures; additionally, Contractor shall enter submittal data information into EADOC with a copy of the submittal form(s) attached to the actual sample. Examples include, but are not limited to:

a) Product finishes and color selection samples.

b) Product finishes and color verification samples.

c) Finish/color boards.

d) Physical samples of materials.

d. Administrative Submittals

1) All correspondence and pre-construction submittals shall be submitted using EADOC. Examples include, but are not limited to:

a) Permits.

b) List of project personnel.

c) Requests for Information (RFI).

d) System Outage Requests.

e) Monthly Subcontractor Payment Reports (P-047 Form).

f) Certified payrolls.

g) Plant Inspection Requests

h) Survey Requests

i) Requests for Meetings

2) All schedules and associated reports and updates shall be submitted as specified in these Contract Documents and as a native backed-up file of the scheduling program being used. The schedule shall be posted as a PDF file in the format specified in these Contract Documents and as backed-up file.

3) Plans for safety, demolition, environmental protection, and similar activities.

Page 178: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Web-Based Construction 2011 01 31 23.10 - 6 Document Management

4) Outage Plans.

5) Meeting minutes for weekly construction meetings, progress meetings, pre-installation meetings, etc.

6) Any general correspondence submitted.

e. Compliance Submittals

1) Test reports, certificates, and manufacture field report submittals shall be submitted on EADOC as PDF attachments. Examples include, but are not limited to:

a) Field test reports.

b) Quality Control certifications.

c) Manufacturers documentation and certifications for quality of products and materials provided.

f. Record and Closeout Submittals

1) Operation and maintenance data closeout submittals shall be submitted on EADOC as PDF documents during the approval and review stage as specified, with actual hardcopy set of documents submitted for final (in addition to the final being submitted via EADOC). Examples include, but are not limited to:

a) Operation and Maintenance Manuals: Final documents shall be submitted as specified.

b) Extra Materials, Spare Stock, etc.: Submittal forms shall indicate when and where actual materials are submitted.

g. Financial Submittals

1) Schedule of Costs, Pay Estimates, Daily Extra Work Reports, and Change Order Requests shall be submitted on EADOC. Supporting material for Pay Estimates and Change Order Requests shall be submitted on EADOC as PDF attachments. Examples include, but are not limited to:

a) Contractor’s Schedule of Costs utilizing both the EADOC Schedule of Costs format and as required by the Contract Documents in both PDF and Microsoft Excel.

b) Contractor’s Monthly Progress Payment Requests utilizing EADOC.

c) Contract Change proposals requested by the District.

Page 179: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Web-Based Construction 2011 01 31 23.10 - 7 Document Management

2) The Contractor shall provide the craft, material, and equipment data via EADOC, which will be utilized for Daily Extra Work Reports and Change Order Requests.

END OF SECTION

Page 180: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 181: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 1 Documentation

SECTION 01 32 00

CONSTRUCTION PROGRESS DOCUMENTATION

PART 1 - GENERAL

1.1 SUMMARY

A. Work included:

1. Submit an Initial Construction Schedule for the work with subschedules of related activities.

2. Submit updated Monthly Construction Progress Schedules after Notice to Proceed until contract completion.

3. The Contractor, and its subcontractors and suppliers shall utilize EADOC (EADOC is a registered trademark of EADOC LLC.) for submission of all data and documents (unless specified otherwise) throughout the duration of the Contract. See Section 01 31 23.10, Web-based Construction Document Management.

B. By submitting the Initial Construction Schedule and each Monthly Construction Progress Schedule, the Contractor certifies that in the progress of preparing the initial contract schedule and the monthly updates, it has consulted with all key Subcontractors and suppliers, has incorporated all relevant scheduling information from the Subcontractors and suppliers, and has obtained their agreement that they will comply with the planned start dates, sequencing, durations and completion dates reflected in the Initial Construction Schedule and each monthly update. The Contractor, alone, is responsible for coordinating and scheduling all Work and is solely responsible for any claims from Subcontractors or suppliers arising from or related to the coordination and scheduling of their work.

C. The Contractor’s scheduler shall have verifiable training and credentials in preparing and maintaining a computerized CPM construction schedule using the specified software. The scheduler shall have performed CPM scheduling on two completed construction projects each having total contract values greater than 75% of this project’s total contract value and having at least 75% as many schedule items as this project. Unless otherwise agreed by the Engineer, the identified scheduler shall remain actively responsible for project scheduling through completion.

D. A cost of $10,000 shall be assigned to preparation and submittal of each construction schedule beginning with the first Monthly Construction Progress Schedule. Payment will be made for schedules submitted by the required time indicated in Article 1.2 and which are acceptable to the Engineer. Payment will not

Page 182: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 2 Documentation

be made for schedules submitted after the required time indicated in Article 1.2 or for schedules which fail to meet the requirements of this Section and are identified as unacceptable by the Engineer.

E. Related Sections:

1. Section 01 33 00 Submittal Procedures.

2. Section 01 31 23.10, Web-based Construction Document Management.

1.2 SUBMITTALS

A. All schedules shall be created using Primavera Project Planner (P3.1 or P5.0), latest version, CPM format or equal as approved by Engineer.

B. Initial and Monthly Construction Progress Schedules shall include seven (7) printed copies and an electronic copy of the schedules together with printouts of the associated supporting data. Submit the electronic copy on a CD ROM, DVD+/-R or as an email attachment and include both the electronic file in its native format and as an Adobe Acrobat (.pdf) copy.

C. The Initial Construction Schedule shall be submitted within 10 work days after the Notice to Proceed. The submittal shall identify the person responsible for preparing the Initial Construction Schedule and Monthly Construction Progress Schedules and verifications of his or her qualifications.

D. The Monthly Construction Progress Schedules shall be submitted before the 25th day of each month beginning with the month after submission of the Initial Construction Schedule.

E. Submit all required schedules to the Engineer for review. Engineer will review the schedules and if unacceptable, return the review copy. If required by Engineer, Contractor shall make any changes or corrections required by Engineer and resubmit the schedule within 5 work days after receiving it from the Engineer. Contractor is solely responsible for any means, methods, coordination or scheduling of the Work regardless of any review or comment by Engineer.

1.3 DESCRIPTION

A. Initial Construction Schedule:

1. Prepare an Initial Construction Schedule with details as noted below.

2. The Initial Construction Schedule shall be a time-scaled computerized detailed task level CPM diagram in precedence diagramming method (PDM) format. A clear delineation of construction activities shall be shown on the Initial Construction Schedule. This schedule shall be manpower, resource and cost loaded.

Page 183: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 3 Documentation

3. Network Logic Diagram:

a. Network logic diagrams shall be printed on 24” x 36” paper with title block indicating:

1) Contract name and specification number.

2) Data and plot dates.

3) Contractor name.

4) Schedule revision number and update number.

4. Mobilization, bond and insurance costs may be shown separately in the Initial Construction Schedule; however, other general requirement costs, overhead, profit, etc., shall be prorated throughout all the activities. The cost-loaded activities of the Initial Construction Schedule shall roll up into cost accounts from the Schedule of Values, which shall be in Construction Specifications Institute (CSI) format and shall be the basis for establishing the distribution of costs within the Schedule of Values. Costs relating to each activity shall be distributed evenly over the duration of the activity.

5. The work activities comprising the Initial Construction Schedule shall be of sufficient detail to ensure adequate planning and execution of the Work and such that the schedules provide an appropriate basis for monitoring and evaluating the progress of the Work. A work activity is defined as a singular task that requires time and resources (manpower, equipment, and/or material) to complete in a continuous operation (excepting submittal activities, review/approval activities, and fabrication and procurement activities). Activities shall be organized by facility or major sub-area. Work activities shall be clearly labeled to identify the scope of work involved and shall have measurable beginning and ending points. Activities labeled “start”, “continue” or “completion” without measurable increments of work will not be acceptable. No activity shall be less than one (1) nor more than fifteen (15) days in duration nor exceed $50,000 in value for any on-site operation unless otherwise accepted in writing by the Engineer. This fifteen day duration requirement does not apply to submittal preparation, submittal review, or fabrication and delivery of materials.

a. All observed holidays and non-working days shall be identified by way of calendar designations. If the work involves crews on different work schedules (e.g. different days per week or hours per day or shifts per day) then separate calendars shall be provided for each work schedule and the work activities linked to the appropriate calendar.

6. In the preparation of Initial Construction Schedule, Contractor shall take into account all constraints and requirements specified.

Page 184: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 4 Documentation

7. The project critical path consisting of Critical Work Activities shall be clearly shown and highlighted in red. Duration and logic connections for each activity shall be identified.

a. Critical Work Activities are defined as Work activities which, if delayed or extended, will delay the scheduled completion date of the Work. All other Work activities are defined as non-critical Work activities and are considered to have float.

8. Show the dates for the beginning and completion of each major element of construction conforming to all limitations listed.

9. Identify District activities necessary for completion of the Work.

10. Products availability schedule:

a. Show the fabrication, delivery and availability dates for contractor furnished equipment affecting the progress of the work.

b. Indicate the required delivery dates for District furnished materials and equipment as detailed in Section 01 64 05 District-Furnished Materials.

c. Indicate required installation date for PG&E-furnished equipment.

11. Contractor shall provide the following information for all activities and print layouts for network diagrams and associated printouts:

a. Activity identification numbers and description. Activity identification numbers shall be in multiples of ten.

b. Status date and original/remaining duration.

c. Activity percentage complete (for updates).

d. Activity duration and remaining duration.

e. Activity early start and early finish dates.

f. Activity late start and late finish dates.

g. Activity Float.

h. Total Float.

i. Percent Complete.

j. Cost Loading.

k. Responsibility (i.e. specific firm completing the work).

Page 185: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 5 Documentation

l. The predecessor and successor activities for each individual activity.

m. Designation of the planned work day/work week for each activity.

n. Scheduled and actual manpower loading by trade for each activity.

o. Production rates for major operations including excavation, haul and placement of fill material and pipe installation.

p. Scheduled and actual resource utilization for each activity. Subcontract work shall be clearly indicated.

12. The schedule shall include the project calendar(s) indicating all non-working periods and indicating all District Holidays that will be observed during construction.

13. Seasonal weather conditions shall be considered in the planning and scheduling of the Work. When weather days are experienced and are approved by the District, a new activity will be added to the schedule to reflect the occurrence of the weather day(s).

14. The schedule shall indicate the sequence and interdependency of all work activities. Contractor shall not sequester float through strategies including extending activity duration estimates to consume available float, using preferential logic, using extensive or insufficient crew/resource loading, using Zero Total Float constraints or imposed dates. All activities shall be linked by finish-to-start (FS) relationships only. No other relationships including start to start, and finish to finish shall be permitted without prior written permission of the Engineer. If and only if approved, other relationships shall be clearly and explicitly identified. Constraints on activities shall be kept to a minimum, shall be explicitly identified, and are subject to the written permission of the Engineer. Positive lags on finish to start relationships and negative lags on start to start or finish to finish activities will not be permitted.

15. Specific items to be covered include, but are not limited to, the following:

a. Notice to Proceed and Notice to Commence Field Work.

b. Submittal Schedule including permit requirements.

c. Lay Drawings

d. Exploratory work (e.g., test holes)

e. Mobilization

f. Monthly as-built drawing preparation and review in accordance with Section 01 33 00

Page 186: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 6 Documentation

g. Fabrication and delivery of pipe and major equipment

h. Excavation and grading

i. Soldier pile and lagging retaining wall construction

j. Pressure testing of pipeline

k. Flushing of pipeline

l. Connection to existing pipe network

m. Excavation and foundation for structures

n. Pumping plant construction

o. Installation of pump barrels

p. Install suction and discharge lines

q. Install drain lines

r. Install pumping plant piping

s. Submit O&M manuals (preliminary and final) for approval

t. Install PG&E transformer and switchboard pads

u. Install pumps and motors

v. Install ventilation equipment

w. Install electrical equipment

x. Electrical hook-up

y. Training of District personnel

z. Equipment functional testing

aa. Equipment performance testing

bb. Submit final as-built and record drawings including electronic copies

cc. Startup test

dd. Ready for service

ee. Site work (fencing and paving)

Page 187: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 7 Documentation

ff. Painting

gg. Clean-up and demobilization

hh. Contract completion

16. Failure by Contractor to include any element of the work required for the performance of this Contract and completion of the Work shall not excuse Contractor from completing all work required within the time for completion, notwithstanding Engineer’s acceptance of the Initial Construction Schedule.

17. Show cost of each item. The costs shall agree with the Schedule of Costs, Section 01 29 00.

18. The Contractor shall allow the Engineer to review the as-built drawing sets and as-built log at the 25th day of each month to determine payment in accordance with the schedule of costs. The as-built drawings shall be marked as per Section 01 33 00, Submittal Procedures, to reflect all work and field information obtained as of the 25th day of that month.

a. The assigned cost for monthly preparation of as-built mark-ups shall be at least $5,000 for each month.

1.4 CONTENTS OF REPORTS, LISTINGS AND ASSOCIATED SUPPORTING DATA

A. Identification of listings: Major elements of construction. See Article 1.3.

1. Provide supporting data reports including:

a. Activity listings sorted by area and by total float, identifying the early start (ES), early finish (EF), late start (LS), late finish (LF) and Total Float for each activity or work item.

b. Activity listings sorted by area and activity identification number, identifying the ES, LS, EF, LF and Total Float for each activity.

c. Activity listings sorted by area and activity identification number, identifying the predecessor and successor links for each activity.

d. Activity listings sorted by activity identification number showing resources required for each activity and total cost per activity.

e. Activity Listings shall be printed on 8½” x 11” paper in chronological order of the start of each activity with the following header/footer information:

(1) Contract name and specification number.

(2) Data date.

(3) Contractor name.

(4) Schedule revision number and update number.

Page 188: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 8 Documentation

f. A list of near-critical activities with ten (10) working days or less of total float.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 BASELINE SCHEDULE AND DELAY ANALYSIS

A. If approved by the Engineer, the Initial Construction Schedule (including any revisions required based upon the Engineer’s review), will be the Baseline Construction Schedule for the Project. Engineer’s Approval of the Baseline Construction Schedule is for conformance with contract requirements and does not relieve Contractor from its sole responsibility for means, methods, coordination or scheduling of the Work.

B. Delay analyses will be based upon the Approved Baseline Construction Schedule or the latest approved Monthly Schedule in effect at the time of start of the alleged delay. No time extensions will be granted, nor delay damages paid until a delay occurs which extends the work beyond the contract milestones. In no event, however, will contract time be extended, or compensation granted, for potential delays that do not actually occur.

C. The Baseline Construction Schedule shall be used by Contractor for executing the Work of the Contract, including planning, organizing and directing the Work, and reporting its progress until subsequently revised by a Monthly Construction Progress Schedule. No unilateral changes shall be made to the Baseline Construction Schedule or Monthly Construction Progress Schedule logic and activities without the prior approval and consent of the Engineer, excepting only the reporting of Actual Start, Actual Finish, and Activity Progress.

D. Delays of any non-critical Work shall not be the basis for an extension of Contract Time until the delays consume the float associated with that non-critical Work activity and cause the Work activity to become critical. Contract Time will only be extended through written Change Orders signed by the Engineer or his/her designee.

3.2 FLOAT

A. Activity Float is defined as the difference, in work days, between an activity’s late finish and its early finish.

B. Total Float is defined as the difference, in work days, between the contract duration and the sum of the work day duration of the critical path activities.

C. Total Float and Activity Float is not for the exclusive use or benefit of either the District or the Contractor, but is a resource available to and shared by both parties as needed to meet contract milestones and the contract completion date.

D. In the event the Contractor submits a viable, contractually compliant construction schedule that indicates project completion at a date earlier than the contractually

Page 189: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 9 Documentation

provided contract duration, the acceptance of such a schedule will not change the contract time. Instead, a schedule activity entitled “project float”, of a duration equal to the difference between the proposed construction duration and the contract duration, will be added to the schedule and will be a resource available to and shared by both parties as needed to meet contract milestones and the contract completion date. The Contactor shall not be entitled to claim damages for expenses due to the District not authorizing an early completion.

E. District reserves the right to make changes to the Work that will reduce the amount of work to be performed, reduce the difficulty of the work, change performance, inspection or specification requirements, reduce work restrictions, or otherwise make changes to increase productivity. Any resulting reduction in delay, or increase in float, are to be used first by the District, in its sole discretion, to offset any existing or anticipated District-caused delays. Thereafter, any remaining float created will be a resource available to and shared by both parties as needed to meet contract milestones and the contract completion date.

3.3 MONTHLY CONSTRUCTION PROGRESS SCHEDULES

A. Revise and submit Monthly Construction Progress Schedules to reflect actual progress to date and any changes in the plan to complete the work. Identify the first Monthly Construction Progress Schedule update as Revision 1 and number sequentially thereafter. The Monthly Construction Progress Schedule will contain all of the information required in the Initial Construction Schedule and the following:

1. Actual progress to date for each activity based on agreed percentage complete used for calculation of Monthly Progress Payments as described in Section 01 29 00.

2. District directed work and Approved Change Orders including weather delays granted that affect Schedule logic, durations, milestones or add or delete activities.

3. Actual Start and Finish dates for each activity started or finished since the last monthly update.

B. For Monthly Construction Progress Schedules, include:

1. Provide a comparison between the current update and the Baseline Construction Schedule or previously accepted Monthly Construction Progress Schedule. Revisions and updated information shall be clearly highlighted. Include agreed revisions as discussed in the Weekly Progress Meetings. See Section 01 31 19 Project Meetings.

2. Submittal of the monthly reports and schedule updates by Contractor are required regardless of the approval status of the Baseline Construction Schedule or any monthly revision to the Baseline Construction Schedule.

C. Provide a printed listing of any activities that have been added or deleted, or modifications to the schedule logic and dependencies, changes to planned activity durations, resources and quantities, and early-start and late finish dates or other change

Page 190: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Construction Progress 2011 01 32 00 - 10 Documentation

in the means and methods for performing the work which result in changes to the order, sequence, duration, or number of planned activities, or to the planned schedule logic. Do not change activity IDs or reuse activity IDs from deleted activities.

D. Provide a narrative report as needed to define:

1. Work completed since the last update and a list of activities clearly showing revised percent complete and actual start and finish dates and a description of overall project status.

2. Description of the current critical path, including changes to the critical path since the last update and a summary of days gained or lost on the critical path.

3. Other changes in construction sequence.

4. Describe areas of work where production rates have changed and how these changes have impacted work progress.

5. Problem areas, including identification of activities where actual progress has lagged planned progress as well as anticipated delays, reference to pending change orders as appropriate and other possible impacts on the schedule.

6. For any anticipated delays, indicate:

a. Cause of the delay,

b. Corrective action and schedule adjustments to correct the delay, including a detailed listing of labor, additional crews, overtime, additional supervision, equipment, materials, and material expediting for recovering lost progress on critical activities.

c. Known or potential impact of the delay on other activities and milestones.

7. Status of pending items, including pending change orders, time extension requests, and other issues relating to contract time.

8. Contract Completion Date Status, including number of calendar days behind or ahead of schedule.

9. The effect of changes on schedules of other contractors involved with the work.

E. As a condition precedent to final acceptance of the Work, submit a final As-Constructed Schedule and all final reports which accurately reflect the manner in which the Work was constructed and includes actual start and completion dates for all work activities on the Baseline Construction Schedule.

END OF SECTION

Page 191: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 1 Submittal Procedures

SECTION 01 33 00

SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included:

1. The requirements of this section apply to all submittals in the Contract Documents.

2. Submit samples, drawings, and data for the Engineer's approval which demonstrate fully that the construction, and the materials and equipment to be furnished will comply with the provisions and intent of this Specification. All submittals shall be written in Standard American English and all numerical data, whether in drawings, test reports, engineering calculations, manufacturer’s literature, or maintenance manuals, shall be in United States Customary System (USCS) measuring units (foot, pound, gallons, etc). If original design work was completed in metric units, their equivalent USCS dimension and unit shall be indicated. All submittals, in printed or electronic format, shall be original quality and completely legible. Any obfuscation or loss of clarity of original which may result in ambiguous interpretation is not acceptable.

3. Specific items to be covered by the submittals shall include, as a minimum, the following:

a. For structures, submit all shop, setting, equipment, miscellaneous iron and reinforcement drawings and schedules necessary.

b. For pipelines, submit a detailed layout of the pipeline with details of bends and fabricated specials and furnish any other details necessary. Show location of shop and field welds.

c. For equipment which requires electrical service, submit detailed information to show power supply requirements, wiring diagrams, control and protection schematics, shop test data, operation and maintenance procedures, outline drawings, and manufacturer's recommendation of the interface/interlock among the equipment.

d. For mechanical equipment submit all data pertinent to the installation and maintenance of the equipment including shop drawings, manufacturer's recommended installation procedure, detailed installation drawings, test data and curves, maintenance manuals, and other details necessary.

Page 192: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 2 Submittal Procedures

e. Key Personnel: Prior to the commencement of the Work, the Contractor shall provide the Engineer with a schedule of the key personnel assigned to the project indicating their name, title, function, duration on the project, and the hours per week each will be working on this project.

f. Site Logistics: The Contractor shall provide a site logistics plan, as required, that schedules and coordinates delivery and storage of equipment and materials and the sequencing of the Work.

g. Substitutions.

4. Additional submittals required: See pertinent sections of this specification.

5. Submit a Schedule of Submittals.

B. Related sections:

1. Section 01 29 00 - Payment Procedures.

a. This section is not applicable to proposals for “or equal” substitutions made prior to bid opening as permitted pursuant to Public Contract Code (PCC) Section 3400 (see Instructions To Bidders, Article 3).

2. Section 01 31 23.10 Web-Based Construction Document Management.

a. This section is not applicable for proposals for “or equal” substitutions made prior to bid opening as permitted pursuant to PCC Section 3400 (see Instructions To Bidders, Article 3).

3. Section 01 32 00 - Construction Progress Documentation.

a. This section is not applicable for proposals for “or equal” substitutions made prior to bid opening as permitted pursuant to PCC Section 3400 (see Instructions To Bidders, Article 3).

4. Section 01 61 00 – Common Product Requirements.

1.2 PRODUCT HANDLING

A. Submittals shall be accompanied by a letter of transmittal and shall be in strict accordance with the provisions of this section.

B. Submit priority of processing when appropriate.

C. Submit materials to the EBMUD Materials Testing Laboratory when so specified. Submit other submittals to Construction Division, EBMUD, in accordance with Article 3.1 and Section 01 31 23.10 unless specified otherwise.

Page 193: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 3 Submittal Procedures

D. Proposals for “or equal” substitutions made prior to bid opening, pursuant to PCC Section 3400 (see Instructions To Bidders, Article 3), shall be delivered after coordinating the delivery with the District. Contractor shall coordinate with the District’s Purchasing Division at the following telephone numbers: (510) 287-0355, (510) 287-1253, or (510) 287-2017.

PART 2 - PRODUCTS

2.1 SCHEDULE OF SUBMITTALS

A. Schedule of Submittals shall be in the form of a submittal log similar to that shown in Appendix A.

B. Complete columns (a) through (e) showing all submittals required by the specifications.

1. Dates in column (e) shall be coordinated with the construction progress schedule to ensure sufficient time is allowed for processing of submittals and procurement of material prior to start of a construction activity.

A Schedule of Submittals is not required for proposals for “or equal” substitutions made prior to bid opening pursuant to PCC Section 3400 (see Instructions To Bidders, Article 3).

2.2 SHOP DRAWINGS

A. Scale required:

1. Make all shop drawings accurately to a scale sufficiently large to show all pertinent features of the item and its method of connection to the work.

B. Type of prints required:

1. Make all shop drawing prints in black line on white background. Reproductions of District drawings are not acceptable.

C. Size of drawings required:

1. The overall dimensions of each drawing submitted to the Engineer shall be equal to one of the District's standard sheet sizes as listed below. The title block shall be located in the lower right hand corner of each drawing and shall be clear of all linework, dimensions, details, and notes.

Sheet Sizes Height x Width

11" x 8-1/2" 11" x 17" 22" x 34"

Page 194: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 4 Submittal Procedures

D. Stamp or permanently print on each drawing “Reference EBMUD Drawing _____________” and enter the pertinent drawing number.

2.3 COLORS

A. General:

1. Unless the precise color and pattern are specified elsewhere, submit accurate color charts and pattern charts to the Engineer for his review and selection whenever a choice of color or pattern is available in a specified product. Label each chart naming the source, the proposed location of use on the project, and the project.

2.4 MANUFACTURERS' LITERATURE

A. Where contents of submitted literature from manufacturers include data not pertinent to the submittal, clearly show which portions of the contents are being submitted for review.

B. Clearly mark the literature with the materials and options being provided to illustrate conformance with the specification details.

C. Provide the complete part number and include the legend containing the descriptive details that define the meaning of each digit of the number.

2.5 SUBSTITUTIONS

A. Engineer's approval required:

1. The contract is based on the materials, equipment, and methods described in the Contract Documents. Any Contractor-proposed substitutions are subject to the Engineer's approval.

2. The Engineer will consider proposals for substitution of materials, equipment, and methods only when such proposals are accompanied by full and complete technical data, and all other information required by the Engineer to evaluate the proposed substitution.

3. Where substitutions are proposed for consideration, Contractor shall submit a written request for the substitution and shall show that it is equal to the specified item. The proposed substitution shall be identified separately and included with the required submittal for the item. When submitting a variation or substitution the Contractor warrants that:

a. The contract has been reviewed to establish that the substitution, when incorporated, will be compatible with other elements of work.

Page 195: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 5 Submittal Procedures

b. The Contractor shall perform all necessary work for making substitutions workable and shall bear any additional cost necessary because of the proposed substitution.

4. Substitutions not specifically requested, although accepted through oversight, may be rejected at any stage of the work. The Contractor shall, at his own expense, reconstruct all work affected by the later rejection of a substitution that was not specifically requested.

B. Trade names and "or equal as approved by the Engineer" provision:

1. See Article 4.4 of the General Conditions.

2. See Instructions To Bidders, Article 3, for proposals for “or equal” substitutions made prior to bid opening as permitted pursuant to PCC Section 3400.

2.6 OPERATIONS AND MAINTENANCE MANUALS

A. The provisions of this article are considered minimal requirements and do not supersede any requirements in individual sections of this specification.

B. When O&M manuals are required to be submitted covering items included in this work, prepare all such manuals in approximately 8-1/2" x 11" format in durable, three ring plastic binders. Each manual shall be identical and include at a minimum information identified on the O&M Manual Review Checklist attached in Appendix A. In addition, furnish the following:

1. Binder Cover: Identification on, or readable through, the front cover stating the District’s specification (project) number and project title, District facility or facilities where the equipment will be installed, specification section number, and the system or equipment described in the manual.

2. Binder Spine Label: Include the system or equipment name as shown on the binder cover along with the specification section number.

3. Title page including applicable equipment tag numbers and equipment manufacturer’s name, address, and telephone number. In addition, provide name, address and telephone number of the local manufacturer's representative.

4. Table of contents organized and referenced to manual section dividers.

5. Complete instructions regarding storage, handling, installation, operation, servicing, and maintenance of all equipment involved.

Page 196: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 6 Submittal Procedures

6. Comprehensive replacement parts list, with complete nomenclature of all replaceable parts, their part numbers, current cost, and name and address of nearest vendor of parts.

7. Detailed description of handling, replacement, and disposal of all fluids and replacement parts.

8. Copies of Material Safety Data Sheets (MSDS) as required.

9. Copies of all guarantees and warranties issued including the start and end dates for the warranty period or conditions for the initial start date and the duration.

10. Copies of drawings with all data concerning changes made during construction.

11. Copies of calculations or reports appropriately prepared including sketches, given or known information with the source of the data, equations with each variable defined and applicable units, cross-references, code/standard references, annotations and footnotes.

12. All field and factory test data.

13. Engineering calculations or reports pertinent to the content of the O&M manual. See Article 2.8 Engineering Calculations or Reports.

14. Provide a separate section with tab divider for documents developed in the field after the O&M manual has been approved. These documents include, but not limited to the following: manufacturer’s certificate of proper installation, field test results, etc.

C. Materials shall be word-processed or type written.

D. Manufacturer’s literature shall be originals, or original quality copies. Specifically identify all equipment models and features being provided. Delete or cross out any extra information provided in standard manufacturer’s literature that does not apply to the equipment furnished.

E. Operating and Testing Procedures, and Diagrams: All manufacturers’ standard procedures shall be customized or rewritten as necessary to accurately describe the system as it is installed and operated for the project. Procedures shall include District device tag numbers (as shown on the P&IDs) whenever available. All diagrams illustrating the system shall be customized to show installed conditions, and shall include District device tag numbers whenever available.

F. Three-hole punch shall not obliterate any information. Reduce original material as necessary to provide a suitable margin for three-hole punching or provide three-hole punched clear plastic pockets for inserting single sheet material.

Page 197: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 7 Submittal Procedures

G. O&M Manual Review Checklist:

1. The manufacturer’s representative shall fill out one O&M Manual Review Checklist form per submittal (See Appendix A) and include a copy in each submitted manual. Clearly identify the location in the O&M Manual for each element in the Technical Content section (O&M tab number and page number). If the content is in multiple locations or on multiple pages, identify each location in the space provided or in the Comments column on the form.

2. All portions of the form shall be completed prior to submittal, or the submittal may be returned unreviewed. Submittals may also be returned unreviewed if the O&M Manual Checklist form contains multiple error and/or omissions.

H. O&M Manual Review Process

1. Preliminary O&M Manuals: Submit five (5) copies of the O&M Manuals for review. The District may return all copies of the O&M Manuals to the Contractor along with comments identifying necessary corrections or additions to the manuals. The District reserves the right to keep possession all of the O&M manuals, and have the Contractor arrange to correct the manuals to comply with the reviewer comments.

2. Final O&M Manuals:

a. The manuals shall not be consider final until the submittal has received an “Approved” review status, and the District has possession of all five manuals.

b. Final O&M manuals shall be submitted and accepted prior to the delivery of the respective equipment or system.

I. Electronic Files:

1. After the District has approved each O&M Manual, two copies of an electronic version shall be supplied in addition to the required number of hard copies.

2. Electronic files shall be created using both Adobe Acrobat Version 7.0 andMicrosoft Word 2003. The security features of all submitted files shall be disabled.so that the District can perform future editing. Custom-developed drawings included in the O&M manuals (i.e. loop diagrams, system interconnection diagrams, etc.) shall also be submitted electronically in both Adobe Acrobat Version 7.0 format and the native CAD (MicroStation or AutoCAD) file format for future editing of the drawings by the District. For AutoCAD files, the associated Acrobat files shall be saved such that all AutoCAD layering is preserved in the Adobe Acrobat file.

3. Electronic versions shall match the hard copy page for page with blank pages deleted. Electronic files shall be converted to Adobe Acrobat directly rather

Page 198: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 8 Submittal Procedures

than using optical scanning. For any document not already in electronic format, the documents shall be scanned using optical character recognition to provide searching capability in the document.

4. All electronic files shall be submitted to the Engineer on CD +/-R 700 MB CD or DVD +/-R4.7 GB DVD if the file is larger than 700 MB along with the approved O&M manuals.

J. Maintenance Summary Forms

1. Furnish a completed Maintenance Summary Form (see Appendix A for typical format) as part of the O&M Manual. Include all typical, routine, or preventive maintenance required to ensure satisfactory performance during warranty period and longevity of the equipment. Manufacturer’s representative shall sign and date the form certifying accuracy of the information.

2. Briefly summarize each maintenance activity on the form. Specific references to more detailed maintenance information located elsewhere in the O&M manual may be placed in the “Comments” column. However, simply referencing other sections in the O&M manual without a brief description of the maintenance activity is not acceptable.

3. Information on the form shall be word-processed, or typewritten.

4. Maintenance Summary Forms shall be on 8-1/2 inch by 11-inch paper and may be as many pages as required to completely summarize the required maintenance. However, the order and format must be in accordance with the supplied form. The Maintenance Summary Forms will be provided in electronic format (MS Word) upon request.

2.7 AS-BUILT DRAWINGS

A. Marked-up as-built drawings:

1. Two sets of full-size contract and shop drawing mark-ups shall be kept on file in the Contractor's site office exclusively for recording all as-built data associated with this work, including all addenda, force-account work, clarifications, and contract change orders. Information to be recorded shall include but not be limited to the following:

a. Actual routing of electrical conduits including those conduits only indicated in general or diagrammatically on the drawings.

b. Actual detail used where more than one option is allowed by the contract documents.

c. Actual location of electrical manholes, handholes, junction boxes, and terminal boxes.

Page 199: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 9 Submittal Procedures

d. Actual profiles of all underground electrical ductbanks.

e. Actual alignment of installed pipe.

f. Specific details of pipe connections and manhole structures.

g. Specific details on the installation and connection of mechanical and electrical equipment (e.g., location, wiring, mounting, overall dimensions, etc.).

h. Actual details of all material lists and schedules including quantities, descriptions, sizes, model numbers, and materials of construction.

i. Field dimensions where they differ from those on the drawings.

j. Other details showing as-built conditions that are shown differently or only in general on the drawings.

k. Any deviations between the project drawings and the “as found” conditions encountered during the Contractor’s work including location of existing buried features uncovered during construction.

2. The Contractor shall record dimensions and changes during construction, and shall permit the Engineer to review the accuracy and completeness of the as-built data on a monthly basis in accordance with Section 01 32 00.

a. Red pencil shall be used to indicate additions and/or modifications to the drawings.

b. Green pencil shall be used to indicate deletions to the drawings.

c. Yellow highlighter or yellow pencil shall be used to indicate portions of the drawing that have been field verified to confirm portions installed as designed and to show construction progress.

d. All marks on drawings shall be dark and legible. Text shall be legibly printed in block style letters

e. Only symbols and abbreviations shown on District Standard Drawings included in the contract reference drawings shall be used. Where no District symbol or abbreviation is available, industry association standards such as ISA, IEEE, ANSI, etc. shall be applicable.

B. Record as-built shop and vendor drawings shall be created as described below:

1. Submit record as-built shop and vendor drawings to document any and all design work developed for this project by the Contractor, subcontractors, equipment manufacturer’s, vendors, or suppliers.

Page 200: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 10 Submittal Procedures

2. Create record as-built shop drawings utilizing MicroStation or AutoCAD software. Drawings shall be sized 22-inch by 34-inch. Other drawing sizes are not acceptable. Manually drafted shop drawings in pencil or ink are not acceptable. Provide one set of record as-built shop drawings in addition to the number and type of shop drawings specified in Article ”SUBMITTAL QUANTITIES” below. Record as-built shop drawings may be submitted in Adobe Acrobat Version 7.0.

3. Text size used on drawings shall have a minimum height of 1/10 inch, if computer generated or typed, and 1/8" if printed by hand.

4. Drawings shall contain a 2-1/2" wide by 3/4" high blank box for the District's use, which shall be placed directly against the margin at the bottom right corner of the drawing.

5. Drawings shall also contain the manufacturer's title block at the bottom right side in a boxed area with a maximum size of 8" wide by 4" high. The manufacturer's title block shall contain the manufacturer's name, address, and telephone number, the name of the project as it appears on the cover of the project specifications, the District specification number, a descriptive title for the drawing, the date the drawing was approved, the total number of drawings included in the set of drawings, and the manufacturer's drawing number.

C. As-Built Log

1. The Contractor shall develop and maintain a spreadsheet or database type log recording all construction correspondence documents that identify modifications to the as-built drawings. The construction correspondence documents shall include RFIs, clarifications, change orders, field directives, submittals, letters, and any other construction correspondence that identifies modifications to the as-built drawings. At a minimum, the as-built log shall contain separate fields for the following information:

a. Log Number: sequential integer numbering system

b. Correspondence type (e.g. RFI, change order, letter, etc.)

c. Correspondence number (if available)

d. Title correspondence (if available)

e. Correspondence date

f. Contract drawing referenced in correspondence

2. Each as-built log entry (row) shall contain only one as-built drawing reference. For instance, if the response to a change order results in modifications to three as-built drawings, then three separate as-built log entries are required, one for

Page 201: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 11 Submittal Procedures

each as-built drawing referenced in the change order. (Similarly, if 3 change orders affect a specific drawing, then three separate as-built log entries are required).

3. Provide an electronic file in Microsoft Excel format of the complete up-to-date as-built log at any time upon request from the Engineer.

D. Schedule for submitting Record As-Built Drawings.

1. One final marked-up set of contract and shop drawings shall be submitted within 30 days after Ready for Integration Programming as a prerequisite for establishing that the facility is ready for service.

2. Final electronic files and one (1) complete full-size hardcopy shall be submitted at least 30 days prior to the beginning of the Startup Test. This submittal shall include all record as-built contract drawings and record as-built shop drawings. If there is not a Startup Test, the final electronic files and 1 complete full-size hardcopy print shall be turned over to the Engineer upon Contract Completion.

3. Marked-up contract drawings or record as-built contract drawings refers to those drawings originally included in the bid documents, as modified by the Contractor (via hand-markup and electronic update, respectively) to reflect as-built conditions.

2.8 ENGINEERING CALCULATIONS OR REPORTS

A. Engineering calculations/reports required by this specification shall be based on well-established engineering theories and principles. Each calculation/report shall be a complete and independent package.

B. The calculations/reports shall be comprehensive for each structure or item, in that all calculations/reports are contained within the individual structure or item’s calculation/report document (i.e., no calculation/report references to other calculation documents).

C. Presentation format shall be similar to that described in Article 2.6-Operations and Maintenance Manuals. As a minimum, all calculations/reports shall be bound in an appropriately labeled binder, and contain the following elements:

1. Facility title, including substructure number, equipment description, applicable equipment tag number(s), and applicable specification section.

2. Table of Contents.

3. Introduction, including description of structure or item, purpose of calculation/report, design assumptions with justification, software utilized for the analysis including the version, and codes/standards used.

Page 202: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 12 Submittal Procedures

4. A list of references used to provide the bases for assumptions, equations, or data used in the calculation/report.

5. Calculations or reports appropriately prepared, including sketches, given or known information with the source of the data, equations with each variable defined and applicable units, cross-references, code/standard references, annotations and footnotes.

6. Results shall be clearly identified. Summary tables shall be used for large amounts of data (especially if a software application is used).

7. Final design details, ready for transmittal to design drawings or shop drawings.

8. Professional Engineer’s Seal or signature, as appropriate, of the individual(s) who prepared the calculations/reports.

9. Appendices, including input and output files from computer design, and photocopies of catalog sheets for any special material or equipment (e.g., manufacturer sheet for equipment, ICBO reports for anchors, etc.), and checker markups.

D. When any part of the calculation/report has been prepared by computer software, a copy of the input and output files shall be included as part of the final design calculation.

E. Shop drawings shall not be submitted until all design calculations/reports have been appropriately reviewed, checked and signed. The checker markups and comments shall also be included in an appendix to each calculation.

2.9 SUBMITTAL QUANTITIES

A. Submit four (4) copies of all data and drawings unless specified otherwise.

B. Submit one (1) electronic copy of the scanned data and drawings using Adobe Acrobat Version 7.0.

C. Submit three (3) of each sample, unless specified otherwise.

D. Submit five (5) copies of each manual unless specified otherwise.

E. Submit quantity specified of materials submitted to the EBMUD Materials Testing Laboratory.

2.10 ELECTRONIC SUBMITTALS

A. Provide electronic submittals created using Adobe Acrobat Version 7.0. All portions of the electronic submittals shall be legible and shall be in full color identical to the original material. Provide manufacturer’s literature in original electronic file, if available.

Page 203: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 13 Submittal Procedures

B. Provide one electronic submittal file for each submittal except as noted hereinafter. The electronic submittal file name shall use the following format: submittal number – specification section number - description (e.g.: “001.1-01 33 00-Coating of Widgets”). Providing multiple electronic files for a single submittal (except as noted hereinafter) is not acceptable. The Contractor shall merge multiple files into a single electronic file.

C. For larger submittals containing multiple volumes, submit one electronic file for each hardcopy volume and each electronic submittal file name shall include the corresponding hard copy volume number (e.g. “001.1-01 33 00-Coating of Widgets – Volume 3”).

D. Upon acceptance of the electronic submittal (noted as Approved, Accepted, Approved As Noted, or Acknowledged Receipt), submit three (3) hardcopy sets of the submittal. The hardcopies shall be edited with highlighting, addressing/incorporating District review comments. A revised electronic file shall accompany the hardcopy submission, and shall match the hard copy submittal page for page including cover transmittal forms, title pages, and blank pages.

E. Exceptions requiring hardcopy material initially, are:

1. O&M processing, per Article 2.6,

2. As-built processing, per Article 2.7,

3. When hardcopy material is originally in a form larger than 11” x 17”; the material shall not only be included in the electronic submittal, but shall also be submitted in hardcopy form along with the original electronic submittal required in Paragraphs A and B above. Seven (7) submittal copies of the large materials shall be provided.

F. The Contractor is solely responsible for verifying that the hardcopy submittal and accompanying electronic submittal are identical and address/incorporate prior District review comments.

G. All portions of the electronic submittals shall be provided with text searching capabilities whenever possible. For any document not already in electronic format, the documents shall be scanned using optical character recognition to provide text searching capability in the document.

H. Electronic files shall be submitted to the Engineer in accordance with Section 01 31 23.10 – Web-Based Construction Document Management and as specified.

Page 204: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 14 Submittal Procedures

PART 3 - EXECUTION

3.1 GENERAL

A. Prepare and use a transmittal form for submittals that includes the following information:

1. *Round Hill No. 2 Pumping Plant, Specification 2011

2. *Date of submittal

3. *"To: Construction Division, MS #62 East Bay Municipal Utility District P.O. Box 24055 Oakland, CA 94623-1055 ATTN: Supervising Administrative Engineer”

Or

If and only if, this submittal is a proposal for “or equal” substitutions made prior to bid opening pursuant to PCC Section 3400 (see Instructions To Bidders, Article 3), use the following address (envelope shall be marked: “Submittal Request for Substitution, Specification No. 2011”):

“To: Purchasing Division, Contract Supervisor, MS #102 East Bay Municipal Utility District P.O. Box 24055 Oakland, CA 94623-1055

4. *"From:" Name and address of Contractor

5. Name and address of subcontractor

6. Name and address of supplier

7. Name of manufacturer

8. *Spec. Section, Article Number, Paragraph and Subparagraph Number and/or drawing number and detail references

9. Location of use

10. *Submittal number

11. *Signature and title of transmitter

12. *Original submittal or resubmittal

Page 205: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 15 Submittal Procedures

Note: All transmittals shall include asterisked items as a minimum to be acceptable for review.

B. Use the "Item Number" on the Schedule of the Submittal for the corresponding submittal number. On a resubmittal, add a numerical suffix to the original submittal number. For example, 6.1 indicates the first resubmittal of submittal Number 6.

C. Use a separate transmittal form for each specific item or class of material or equipment within a division for which a submittal is required. Transmittal of a submittal of multiple items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer's "package" or when items are so functionally related that review of the group as a whole is appropriate.

D. If a submittal contains multiple items, then each item shall be clearly labeled throughout the submittal, or indexed in a manner eliminating confusion in identifying how each item relates to the whole. When submittal items have been assigned a “District equipment tag number” in the contract documents, each tag number shall be included throughout the submittal to clearly associate the specific submittal information to specific tag numbers.

E. Stamp or permanently print on each submittal the following certification statement.

"I hereby certify that the (equipment) (material) (article) shown and marked in this submittal is that proposed to be incorporated into Specification Number 2011, is in compliance with the Contract drawings and specifications, can be installed in the allocated spaces, and is submitted for District (record/approval).

Certified by ________________________________Date ___________"

3.2 SCHEDULE OF SUBMITTALS

A. Submit initial Schedule of Submittals within 15 days after Notice to Proceed.

B. Submit revised Schedule of Submittals within 15 days after date of request from the Engineer. Engineer will review Schedule of Submittals and will notify Contractor that schedule is acceptable or not acceptable within 10 days after receipt.

C. The Schedule of Submittals shall identify Contractor “or equal” substitution proposals made prior to bid opening (see Instructions To Bidders, Article 3), which have been accepted by the District.

3.3 COORDINATION OF SUBMITTALS

A. General:

1. Prior to submittal for Engineer's review, use all means necessary to fully coordinate all material, including the following procedures:

Page 206: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 16 Submittal Procedures

a. Determine and verify all field dimensions and conditions, materials, catalog numbers, and similar data.

b. Coordinate as required with all trades and with all public agencies involved.

c. Secure all necessary approvals from agencies having jurisdiction and signify with agency stamp, or other means, that approvals have been secured.

d. Clearly indicate all deviations from the Contract Documents.

B. Grouping of submittals:

1. Unless otherwise specifically permitted by the Engineer, make all submittals in groups containing all associated items; the Engineer may reject partial submittals as not complying with the provisions of the Contract Documents.

C. Resubmittals:

1. The Contractor shall include a Comment and Response sheet with each resubmittal. The Comment and Response sheet shall be the first item after the submittal transmittal form. The Comment and Response sheet shall include each review comment (word for word) from the previous submittal cycle, followed by the Contractor’s response clarifying how the comment has been addressed in the resubmittal. All responses shall at a minimum have a general description of what new information in the resubmittal addresses the review comment; and where in the resubmittal this new information can be located (tab number, page number, etc).

2. Resubmittals that do not comply with the requirements set forth in subparagraph C.1 above will be returned to the Contractor without review. The Contractor shall resubmit with an appropriate Comment and Response sheet as specified herein.

3.4 TIMING OF SUBMITTALS

A. Article 3.4 – Timing of Submittals, is not applicable for proposals for “or equal” substitutions made prior to bid opening pursuant to PCC Section 3400 (see Instructions to Bidders, Article 3).

B. General:

1. Make all submittals far enough in advance of scheduled dates of installation to provide all required time for reviews, for securing necessary approvals, for possible revision and resubmittal, and for placing orders and securing delivery.

Page 207: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 17 Submittal Procedures

2. In scheduling, unless otherwise noted, allow at least twenty (20) work days for the Engineer's review, plus the transit time to and from the District office.

3. The following sections’ submittals will require longer Engineer review periods due to the submittal size and/or complexity. The construction schedule (see Section 01 32 00 Construction Progress Documentation) shall allow the minimum number of work days shown for each of the sections listed:

Specification Section Minimum Work Days for Submittal Review

40 90 00 - Instrumentation and Control for Process Systems

30

4. Timing of the submittal of As-Built drawings shall conform to Article 2.7.

3.5 APPROVAL BY DISTRICT

A. Approval of each submittal by the Engineer will be general only and shall not be construed as:

1. Permitting any departures from the contract requirements.

2. Relieving the Contractor of the responsibility for any errors and omissions in details, dimensions, or of other nature that may exist.

3. Approving departures from additional details or instructions previously furnished by the Engineer.

B. One copy of each submittal, except manuals and as-built drawings, will be returned to the Contractor marked "Approved", "Approved as Noted", "Revise and Resubmit", or "Acknowledged Receipt", except that in some cases, all copies of a submittal may be returned to the Contractor marked "Returned without Review". See paragraph 3.5.E. for proposals for “or equal” substitutions made prior to bid opening pursuant to PCC Section 3400 (see Instructions To Bidders, Article 3).

1. "Approved" indicates that item covered by the submittal may proceed provided it complies with requirements of the specifications. Final acceptance will depend upon that compliance.

2. "Approved as Noted" indicates that item covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the specifications. Final acceptance will depend on that compliance.

Page 208: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 33 00 - 18 Submittal Procedures

3. "Revise and Resubmit" indicates that the Contractor shall not proceed with any phase of the item covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the notations and requirements of the specifications.

4. "Acknowledged Receipt" indicates that the item is required to be submitted to the District primarily for information or record purposes, and is not subject to District review.

5. "Returned without Review" indicates that the submittal was not reviewed by the District due to the submittal being incomplete, illegible, inadequate, or otherwise failing to conform to the requirements of the specification. Contractor shall prepare a new submittal for this item.

C. Resubmit revised drawings or data as indicated, in seven (7) copies unless otherwise specified.

D. Work requiring District approval shall not begin until the submittals for that work have been returned as "Approved" or "Approved as Noted".

E. Proposals for “or equal” substitutions made prior to bid opening pursuant to PCC Section 3400 (see Instructions To Bidders, Article 3) will be evaluated by the District, and if accepted, bidders will be notified by addenda.

3.6 CHANGES TO APPROVED SUBMITTALS

A. A resubmittal is required for any proposed change to a submittal that has been "Approved" or "Approved as Noted". Changes which require resubmittal include, but are not limited to, drawing revisions, changes in materials and equipment, changes to installation procedures and test data. All resubmittals shall include an explanation of the necessity for the change.

B. Minor corrections to an approved submittal may be accomplished by submitting a "Corrected Copy".

END OF SECTION

Page 209: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 1 Project Safety Requirements

SECTION 01 35 24

PROJECT SAFETY REQUIREMENTS

PART 1 - GENERAL

1.1 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 Contractor’s procedures and to develop mutual understandings relative to compliance with the safety requirements and administration of the Contractor’s project safety programs.

4. Provide for public safety, as applicable, during construction.

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; and Construction Safety Order 1529 - Asbestos.

2. Physically delineate and assign work areas and restrict access by unauthorized persons during the course of Work. See Section 01 35 53 Security Procedures 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.

Page 210: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 2 Project Safety Requirements

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 District property or while engaged in contract Work.

7. Contractor shall provide safe access for construction inspectors and other authorized District employees in order to inspect or review Work in progress.

C. Related Sections

1. Section 00 62 00 – Insurance Requirements

2. Section 01 14 00 – Work Restrictions

3. Section 01 33 00 - Submittal Procedures

4. Section 01 35 44 – Environmental Requirements

5. Section 01 50 00 – Temporary Facilities and Controls.

1.2 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.

Page 211: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 3 Project Safety Requirements

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.

I. Safe Work Notice, or Safe Work Permit: A Notice or Permit required to be completed by the Contractor and District 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.

1.3 SUBMITTAL OF PLANS AND PROCEDURES

A. General:

1. Prepare and submit in accordance with the applicable provisions of Section 01 33 00- Submittal Procedures.

2. Allow 20 work days minimum for the Engineer's review plus transit time to and from the District 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 Submittal Procedures.

a. “Reviewed” indicates that the plan has been reviewed for the protection of District employees in the Contractor work zones. Notations entered by the District will be applicable to District employees only.

b. Work described under the plan shall not begin until the submitted plan has been returned as “Reviewed” or “Acknowledged Receipt”.

Page 212: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 4 Project Safety Requirements

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: 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.

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.

E. Fall Protection Procedures

Page 213: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 5 Project Safety Requirements

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 7½ 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.

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.

1.4 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.

1.5 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 for Safeguarding Building Construction Operations (NFPA No. 241) shall be followed.

PART 2 - NOT USED

Page 214: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 6 Project Safety Requirements

PART 3 - EXECUTION

3.1 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 District 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 District 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.

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.

3. Each sample shall have an identifying sample number assigned by the Contractor when the sample is taken with the prefix SPEC 2011.

Page 215: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 7 Project Safety Requirements

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.

3.2 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.

Page 216: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 8 Project Safety Requirements

8. Coordinate entry operations with the Engineer when both Contractor personnel and District 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 acceptance 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 District 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.

Page 217: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 9 Project Safety Requirements

c. No changes or deviations from a protective system designed by a registered engineer shall be made without prior approval of the designing engineer.

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 7½ 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 (2009) 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 (2009) 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.

Page 218: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 24 - 10 Project Safety Requirements

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 District to share and reach agreement for implementation with LOTO plans and planning for any District 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,

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.

3.3 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 District 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.

END OF SECTION

Page 219: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 1 Environmental Requirements

SECTION 01 35 44

ENVIRONMENTAL REQUIREMENTS

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work Included:

1. Contractor shall be responsible for maintaining compliance with applicable Federal, State and Local environmental regulations in its execution of the work.

2. Implement mitigations for construction impacts detailed in the mitigation monitoring and reporting plan (MMRP) certified under the California Environmental Quality Act (CEQA) for this project (See Appendix C).

3. Contractor is responsible for obtaining all necessary local, state and federal permits to perform the Work as specified.

4. Implement the required environmental plans, procedures, and controls during performance of the Work.

5. Meet with the Engineer prior to commencement of the Work to review the project environmental requirements as applicable to the Contractors procedures and to develop mutual understandings relative to compliance with the environmental protection requirements and administration of the Contractor’s environmental pollution control programs.

B. Site Activities

1. No debris, soil, silt, sand, bark, slash, sawdust, asphalt, rubbish, paint, oil, cement or concrete or washings thereof, oil or petroleum products, or other organic or earthen materials from construction activities shall be allowed to enter into storm drains or surface waters or be placed where it may be washed by rainfall or runoff outside the construction limits. When operations are completed, excess materials or debris shall be removed from the work area as specified in the Construction and Demolition Waste Disposal Plan.

2. Excess material shall be disposed of in locations approved by the Engineer consistent with all applicable legal requirements and disposal facility permits.

3. Do not create a nuisance or pollution as defined in the California Water Code. Do not cause a violation of any applicable water quality standards for receiving waters adopted by the Regional Board or the State Water Resources Control Board, as required by the Clean Water Act.

Page 220: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 2 Environmental Requirements

4. Clean up all spills and immediately notify the Engineer in the event of a spill.

5. Stationary equipment such as motors, pumps, and generators, shall be equipped with drip pans.

6. Divert or otherwise control surface water and waters flowing from existing projects, structures, or surrounding areasfrom coming onto the work areas. The method of diversions or control shall be adequate to ensure the safety of stored materials and of personnel using these areas. Following completion of Work, ditches, dikes, or other ground alterations made by the Contractor shall be removed and the ground surfaces shall be returned to their former condition, or as near as practicable, in the Engineer's opinion.

7. Maintain construction sites to ensure that drainage from these sites will minimize erosion of stockpiled or stored materials and the adjacent native soil material.

8. Furnish all labor, equipment, and means required and shall carry out effective measures wherever, and as often as necessary, to prevent Contractor’s operations from causing visible dust emissions to leave the work areas. These measures shall include, but are not limited to, providing additional watering equipment, reducing vehicle speeds on haul roads, restricting traffic on haul roads, covering haul vehicles, and applying an Engineer-approved, environmentally safe, dust palliative to well traveled haul roads. The Contractor shall be responsible for damage resulting from dust originating from its operations. The dust abatement measures shall be continued for the duration of the Contract. Water the site in the morning and evening, and as often as necessary, and clean vehicles leaving the site as necessary to prevent the transportation of dust and dirt onto public roads. Dust control involving water shall be done in such a manner as to minimize runoff from the site.

9. Furnish all labor, equipment and means required to prevent excessive noise from its Work activities.

10. All construction equipment shall be properly serviced and maintained in good operating condition to reduce emissions. Contractor shall make copies of equipment service logs available upon request.

11. Any chemical or hazardous material used in the performance of the Work shall be handled, stored, applied, and disposed of consistent with all applicable federal, state, and local laws and regulations.

12. Any contaminated materials excavated and removed from the construction area shall be disposed of consistent with all applicable local, state, and federal laws and regulations.

C. Related Sections

1. Section 00 62 00 – Insurance Requirements

2. Section 01 14 00 – Work Restrictions

3. Section 01 35 24 – Project Safety Requirements

Page 221: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 3 Environmental Requirements

4. Section 01 35 46 – Environmental Mitigation

5. Section 01 50 00 – Temporary Facilities and Controls.

1.2 Definitions

A. Hazardous waste: A waste or combination of wastes as defined in 40 CFR 261.3, or regulated as hazardous waste in California pursuant to Chapter 11, Division 4.5, Title 22, California Code of Regulations, and Chapter 6.5, Division 20, California Health and Safety Code, or those substances defined as hazardous wastes in 49 CFR 171.8.

B. See also Section 01 35 24, Article 1.2.

1.3 Submittals

A. Storm Water Management

1. Storm Water Construction General Permit

a. Prepare Permit Registration Documents (PRDs), including a Storm Water Pollution Prevention Plan (SWPPP), for the Engineer's review, that meet the requirements of the SWRCB, for coverage under the new Storm Water Construction General Permit (CGP; Order No. 2009-0009-DWQ) on or after July 1, 2010. Upon acceptance by the Engineer, the District will electronically file the PRDs using the SWRCB's Stormwater Multi-Application and Report Tracking System (SMARTS).

b. The Contractor shall be responsible for complying with the requirements of the new Storm Water CGP. The Contractor’s responsibilities include, but are not limited to, providing qualified professionals as defined in the permit to prepare and certify all permit-required documents/submittals and to implement effective storm water/non-storm water management practices, conducting inspections and monitoring as required by the permit, and ensuring permit coverage termination upon construction completion by preparing a Notice of Termination (NOT) for acceptance and electronic filing by the Engineer.

B. Water Control and Disposal Plan:

1. Submit a detailed water control and disposal plan for the Engineer's acceptance prior to any work at the jobsite.

a. Plan shall comply with all requirements of the Specification and with regulations of the California Regional Water Quality Control Board, California Department of Fish and Game, County Flood Control Districts, and any other regulatory agency having jurisdiction.

b. Plan shall include the sampling and analytical program for characterization of any wastewater, as needed, prior to disposal.

Page 222: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 4 Environmental Requirements

c. Plan shall describe measures for containment, handling, and disposal of groundwater (if encountered), runoff of water used for dust control, tank heel, wash water, test water and construction water or other liquid that has been in contact with any interior surfaces of District facilities.

2. Obtain and provide to the Engineer documentation from the agency having jurisdiction, authorizing the Contractor to dispose of the liquid and describing the method of disposal. If disposal is not by discharge onto the ground, provide documentation indicating acceptance for disposal by a wastewater treatment plant or other disposal facility.

3. All information pertinent to the characterization of the liquid shall be disclosed to the District and the disposal facility. Submit copies of any profile forms and/or correspondence between the Contractor and the disposal facility.

4. Submit name and Environmental Laboratory Accreditation Program Certificate number of laboratory that will analyze samples for suspected hazardous substances. Include statement of laboratory's certified testing areas and analyses that laboratory is qualified to perform. Submit prior to any laboratory testing.

C. Construction and Demolition Waste Disposal Plan:

1. Prepare a Construction and Demolition Waste Disposal Plan and submit a copy of the plan for the Engineer's acceptance prior to disposing of any material (except for water wastes which shall be addressed in the Water Control and Disposal Plan).

a. The plan shall identify how the Contractor will remove, handle, transport, and dispose of all materials required to be removed under this contract in a safe, appropriate, and lawful manner in compliance with all applicable regulations of local, state, and federal agencies having jurisdiction over the disposal of removed materials.

b. Include a list of reuse facilities, recycling facilities and processing facilities that will be receiving recovered materials.

c. Identify materials that are not recyclable or not recovered which will be disposed of in a landfill (or other means acceptable by the State of California and local ordinance and regulations).

d. List the permitted landfill, or other permitted disposal facilities, that will be accepting the disposed waste materials.

e. Identify each type of waste material to be reused, recycled or disposed of and estimate the amount, by weight.

Page 223: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 5 Environmental Requirements

f. Plan shall include the sampling and analytical program for characterization of any waste material, as needed, prior to reuse, recycle or disposal.

2. Materials or wastes shall only be recycled, reused, reclaimed, or disposed of at locations approved of by the District.

3. Submit permission to reuse, recycle, reclaim, or dispose of material from reuse, recycling, reclamation, or disposal site owner along with any other information needed by the District to evaluate the acceptability of the proposed reuse, recycling, or disposal site prior to removing any material from the project site.

4. All information pertinent to the characterization of the material or waste shall be disclosed to the District and the reuse, recycling, reclamation, or disposal facility. Submit copies of any profile forms and/or correspondence between the Contractor and the reuse, recycling, reclamation, or disposal facility.

5. Submit name and Environmental Laboratory Accreditation Program Certificate number of laboratory that will analyze samples for suspected hazardous substances. Include statement of laboratory's certified testing areas and analyses that laboratory is qualified to perform. Submit prior to any laboratory testing.

D. Spill Prevention and Response Plan

1. Submit plan detailing the means and methods for preventing and controlling the spilling of known hazardous substances used on the jobsite. The plan shall include a list of the hazardous substances proposed for use or generated by the Contractor on site, including petroleum products, and measures that will be taken to prevent spills, monitor hazardous substances, and provide immediate response to spills. Spill response measures shall address notification of the Engineer; spill-related worker, public health, and safety issues; spill control, and spill cleanup.

2. Submit a Material Safety Data Sheet (MSDS) for each hazardous substance proposed to be used prior to delivery of the material to the jobsite.

E. Dust Control and Monitoring Plan:

1. Submit a plan detailing the means and methods for controlling and monitoring dust generated by work on the site for the Engineer’s acceptance. The plan shall also include measures for the control of paint overspray generated during the painting of exterior surfaces. The plan shall detail the equipment and methods used to monitor compliance with the plan. The handling and disposal of water used in compliance with the Dust Control Plan shall be addressed in the Water Control and Disposal Plan.

Page 224: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 6 Environmental Requirements

F. Hazardous Waste Manifests:

1. Contractor shall use the new “Uniform Hazardous Waste Manifest,” EPA form 8700-22. Print manifest on an USEPA approved printer as listed at http://www.epa.gov/epawaste/hazard/transportation/manifest/registry/printers.htm. Contractor shall prepare and District will review all hazardous waste manifests for acceptability prior to use.

2. Submit the “Generator’s Initial Copy” and a legible photocopy of the first page of hazardous waste manifests, land disposal restriction forms, or other documentation required by applicable regulations governing transport and disposal of hazardous wastes for disposal of hazardous substances within 5 days of offhaul.

3. Submit proof that the transporter is certified by the State to transport hazardous wastes prior to any offhaul of hazardous wastes.

4. Submit name of disposal site where hazardous waste will be disposed of for Engineer’s approval. Hazardous waste may only be disposed of at hazardous waste disposal facilities approved by the District.

G. Analytical Test Results:

1. Submit laboratory analysis results of samples taken and analyzed, include collection methods, locations, and frequencies.

a. Include analytical methods for each material sampled.

b. Include sampling chain of custody from testing laboratory and QA/QC reports.

c. Specify any follow-up analysis to be run based on results.

d. Submit results of all follow-up analysis.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 SAMPLING AND ANALYSIS

A. Contractor is responsible for characterizing all solid and liquid wastes.

B. Sampling and Testing of Waste Materials:

1. All sampling and testing shall be performed by a laboratory that complies with and is certified under the Environmental Laboratory Accreditation Program (ELAP) of the California Department of Health Services.

Page 225: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 7 Environmental Requirements

2. Sampling and analysis of wastes shall be conducted according to methods listed in Environmental Protection Agency Document SW 846. Sampling and analysis of wastes and solids shall be representative of total waste volume.

3. Each sample shall have an identifying sample number assigned by the Contractor when the sample is taken. 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. 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.

4. Engineer will witness sampling and may take samples for District records and for additional analyses if required. Notify the Engineer at least 24 hours prior to sampling.

3.2 WASTE DISPOSAL

A. Engineer will review laboratory analysis results and accept Contractor Characterization of waste classification.

B. Engineer will obtain a Hazardous Waste Generator's EPA ID Number if required for disposal of hazardous wastes.

C. Engineer will give Contractor written notice to dispose of all or a portion of the waste material at a Class I disposal site if the Engineer determines that such disposal is required based on review of Contractors waste characterization and the analytical results of samples collected. Payment for disposal will be in accordance with Article 7 of the General Conditions. Non-hazardous waste shall be disposed as outlined in the approved Construction and Demolition Waste Disposal Plan.

D. Waste materials from different sites shall not be transported or mixed until the material is determined to be non-hazardous. Excavation materials shall be stored or stockpiled at each site until classified.

E. Transport materials in accordance with all local, state, and federal laws, rules, and regulations.

F. Contractor shall be responsible for all costs of disposal of construction and demolition waste material and liquid wastes, along with any waste generated by the Contractor’s work including Hazardous Waste generated from hazardous materials identified in Document 00 31 24 Material Assessment Information except as outlined in paragraph C.

Page 226: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 8 Environmental Requirements

3.3 DUST CONTROL AND MONITORING

A. Dust Control

1. Contractor shall implement all necessary dust control measures, including but not limited to the following:

a. Rock and/or water all dust-generating construction areas as directed by Engineer to reduce the potential for airborne dust from leaving the site;

b. Cover all haul trucks entering/leaving the site and trim their loads as necessary;

c. Stabilize and backfill excavations as soon as possible following completion of any soil disturbance;

d. Repave trenched portion of roadway after backfilling;

e. Sweep Livorna Road adjacent to the site at least twice daily; and

f. Restrict on-site construction vehicle speeds to fifteen (15) mph or less.

B. Dust Monitoring During Demolition and Construction:

1. Provide air monitoring per the Dust Control and Monitoring Plan along the perimeter of the job site. A minimum of 4 stations, one on each side of the District property, shall be established, capable of daily measurement of total particulate concentration when any dust generating activity is occurring.

a. All environmental and personal air sampling equipment shall be in conformance with the Association of Industrial Hygiene and National Institute of Safety and Health (NIOSH) standards.

b. All analysis shall be completed by a California Department of Health Services certified laboratory for the specific parameters of interest.

c. The Contractor shall provide to the Engineer, within 72 hours of sampling all test results.

C. The dust control system shall comply with the Dust Control and Monitoring Plan, the requirements of this section, and any applicable laws and regulations.

3.4 EMISSIONS CONTROL

A. Air Emissions Control

1. Contractor shall implement standard air emissions controls such as:

a. Use line power instead of diesel generators where line power is available;

b. Minimize the use of diesel generators where possible;

Page 227: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 44 - 9 Environmental Requirements

c. Limit idling of mobile construction equipment to 5 minutes or less;

d. Follow applicable regulations for fuel, fuel additives, and emission standards for stationary, diesel-fueled engines;

e. Locate generators at least 100 feet from adjacent homes; and

f. Perform regular low-emission tune-ups on all construction equipment, particularly haul trucks and earthwork equipment.

3.5 SOUND CONTROL

A. Contractor is responsible for taking appropriate measures, including muffling of equipment, selecting quieter equipment, erecting noise barriers, modifying work operations, and other techniques as necessary to reduce construction noise to as low as reasonably achievable.

B. Work or activity of any kind shall be limited to the hours from 7:00 a.m. to 5:00 p.m., Monday through Friday. Contractor personnel arriving at the site prior to 7:00 a.m. shall keep noise to a minimum, including turning off radios, minimizing conversations, and shutting off vehicles, as applicable.

C. 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 said muffler.

D. Impact equipment, such as jack hammers or hoe rams, shall only be used from 9:00 am to 3:00 pm, Monday through Friday.

E. Contractor shall keep vehicle speeds to fifteen (15) mph or less when driving on site, and on the residential streets immediately adjacent to the site, in order to reduce vehicle noise.

END OF SECTION

Page 228: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 229: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 35 46 - 1 Environmental Mitigation

SECTION 01 35 46

ENVIRONMENTAL MITIGATION

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Contractor shall perform Work in ways to minimize environmental impacts and shall comply with all laws, regulations, permits, plans, and agreements applicable to the Work. Contractor shall conduct operations to:

1. Minimize impacts to existing biologic resources to the extent possible.

2. Contractor shall replace any oak trees removed during construction on a 3 to 1 basis.

3. Minimize physical and chemical degradation of aquatic habitats by controlling sediment deposition and runoff of contaminants.

4. Minimize the impact of construction on the community and sensitive resources.

5. Restore the construction area to pre-project condition and in accordance with the Contract Documents.

B. Confine construction activities and equipment to the permanent easement, temporary construction easements, and public right-of-ways as shown on the drawings.

C. Before construction, restricted areas will be identified by the District and demarcated by the Contractor with temporary orange construction fencing and posted as a restricted area. Each area shall be walked by Contractor with District to verify restricted areas and buffer zones. Keep construction equipment and personnel out of designated restricted areas.

D. All Contractor personnel shall attend an on-site environmental briefing (approximately 30 minutes in length) conducted by the District. Contractor is responsible for ensuring that all workers requiring training are identified to the District in advance of the briefing.

E. The District will perform pre-construction biologic surveys that might cause temporary delays in the affected work area. If pre-construction biologic surveys or construction monitoring indicate the need for restricted areas in addition to those specified herein, or if Contractor is required to stop work and relocate work activities as described herein, the Contractor’s costs associated with these protective measures will be borne by the District and payment will be made in accordance with Article 7 of the General Conditions.

Page 230: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 35 46 - 2 Environmental Mitigation

F. Any delays to the Contractor’s progress due to protection of biological resources as specified herein will be treated as differing site conditions. Refer to Article 7 of the General Conditions. Contractor shall be responsible for enforcement of work restrictions with all Subcontractors, suppliers, and agents.

1.2 DEFINITIONS

A. Certified Arborist: Contractor provided individual certified by the International Society of Arboriculture who will provide professional tree services (trimming, caring, planting, monitoring, etc.).

B. Environmental Coordinator: District employee who will monitor Contractor compliance with the project specific Mitigation Monitoring and Reporting Plan (see Appendix C).

C. Environmentally Sensitive Areas (ESAs): Areas of ecological or cultural sensitivity where Work is restricted or prohibited.

D. Pre-Construction Survey – Biologic resources field evaluation performed by the District in advance of construction activities.

E. Protected Trees: Trees designated as protected and all trees outside of the Work area.

F. Restricted Area: Any area outside of the limits of construction where work is prohibited.

G. Staging Area: That area shown on the plans for the use of the contractors where construction-related activities will occur, including long-term and short-term equipment storage and maintenance, materials storage (both temporary and long term), parking, office space, etc.

H. Tree Drip Line: Outside perimeter of tree branch spread.

1.3 RELATED SECTIONS

A. Section 01 14 00 – Work Restrictions

B. Section 01 35 44 – Environmental Requirements

C. Section 01 50 00 - Temporary Facilities and Controls

D. Section 01 55 26 - Traffic Regulation

1.4 DISTRICT PREPARED STUDIES, REPORTS, AND PLANS

A. The District has prepared the following documents for the use of the Contractor, who shall adhere to the requirements set forth therein:

Page 231: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 35 46 - 3 Environmental Mitigation

1. Round Hill Pressure Zone Improvement Project, Mitigated Negative Declaration, Mitigation Monitoring and Reporting Plan (see Appendix C).

1.5 QUALITY CONTROL AND ACCOUNTABILITY

A. Many of the requirements contained in this Section are based on conditions attached to environmental permits and agreements obtained by District. Violation of these conditions can result in monetary fines, requirements for restoration of or compensation for damage, or stoppage of Work. Fines imposed upon the District resulting from Contractor noncompliance with environmental requirements included in the Contract Documents shall be paid by the Contractor.

B. Contractor shall comply with and carry out all requirements of the Mitigation Monitoring and Reporting Plan (see Appendix C), as applicable. The District will monitor Contractor compliance with the requirements.

C. Environmental Coordinator provided by the District represents the District and will have the authority to enforce the environmental requirements of all relevant project documents and can halt any non-compliant activities that may pose an immediate or imminent threat to biological, water or cultural resources.

D. Contractor shall be held fully responsible for any damage resulting from Contractor operations, to natural vegetation, wildlife, cultural resources, waters of the United States and water quality, and any other environmental resources located either:

1. Outside the Work areas permitted in the Contract Documents or

2. Inside the Work areas but clearly marked by Engineer on the drawings or in the field to indicate that avoidance of that resource is required.

E. Engineer may require the Contractor to remove construction personnel that cause flagrant and/or repeated violations of the mitigation specifications. Engineer or Environmental Coordinator will monitor Contractor compliance and will record non-compliance events. Copies of non-compliance forms will be given to Contractor within 24 hours. District may require remedial actions of Contractorincluding, but not limited to, additional training of Contractor personnel.

F. Whenever a non-compliance occurs, submit to the Engineer memoranda documenting remedial action taken to address the instance of non-compliance with environmental mitigation measures. Contractor memoranda shall specify the environmental mitigation addressed, how compliance was met, what problems were encountered, and any corrective remedial actions taken or planned to prevent further occurrences. The Engineer may issue an order stopping all or part of the Work until satisfactory corrective action has been taken. No equitable adjustments will be allowed to the Contractor for any such suspensions.

1.6 PROTECTION OF BIOLOGICAL RESOURCES

A. Protection of biologic resources include:

Page 232: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 35 46 - 4 Environmental Mitigation

1. Native and nonnative trees protected under local ordinances;

2. Roosting and nesting habitat for raptors and other protected bird species; and

3. Special status plant or wildlife species.

B. The District will conduct biologic and tree surveys in advance of construction and will conduct biologic and arboreal monitoring during construction. The results of the surveys and monitoring actions will indicate requirements to be implemented by the Contractor.

C. Tree Protection

1. Pruning and tree trimming shall be completed by the Contractor and shall be performed by a certified arborist or tree worker holding a C-61/D49 contractor’s license and approved by the Engineer. Pruning shall adhere to the Tree Pruning Guidelines of the International Society of Arboriculture. All trees within the construction limits and to be retained by the project shall be cleared of dead wood of a diameter greater than 1-inch.

2. Erect exclusion fencing along the drip lines of trees to be protected as provided in Article 3.1.

3. No equipment shall be permitted within the area beneath a tree canopy, except as provided in Article 3.1.

4. Tree roots exposed during trench excavation shall be pruned cleanly at the edge of the excavation and treated to the satisfaction of the District.

5. Any tree injured during construction shall be evaluated as soon as possible by the District.

D. Woody Riparian Communities

1. Pre-construction surveys will identify the locations of woody riparian communities that are adjacent to the construction area. These areas will be shown on project drawings.

2. To the extent feasible, an appropriate buffer shall be established for each drainage in the project area that supports woody riparian vegetation and that could be affected by construction activities. The buffer would minimize the flow of sediments and construction-related pollutants into the riparian areas. This buffer will be established in the field and will generally extend from the outer edge of the riparian vegetation. The width of the buffer will be identified before initiation of construction activities and will be based on site-specific conditions, seasonal restrictions for wildlife, local planning department specifications, and resource agency (e.g., USFWS and DFG) requirements.

Page 233: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 35 46 - 5 Environmental Mitigation

3. Demarcate the outer edge of the designated riparian protection buffer using flagging or temporary orange mesh construction fencing as directed by Environmental Coordinator.

E. Special-Status Plant Populations:

1. To minimize impacts on sensitive vegetation immediately adjacent to designated construction areas, the District will designate areas containing sensitive vegetation as “Restricted Areas”.

2. Keep construction equipment and personnel out of designated restricted areas. Depending on the proximity of the populations to the construction work area, populations will be monitored to ensure inadvertent impacts are avoided.

1.7 COLLECTION AND HARASSMENT OF SPECIES

A. Comply with applicable federal and state laws that provide protection to plants and animals.

B. Do not intentionally “take” (meaning harm, harass, pursue, hunt, shoot, wound, trap, kill, capture, or collect) any species that are listed as threatened, endangered, or special status. Protection extends to animals, dead or alive, and all their body parts. The exceptions are those incidentally taken during normal clearing of the Work Area in conformance with the above acts and all permits or agreements obtained for this Work under these acts. Do not intentionally “take” any other species of plant or wildlife at or around the construction site. This includes all fish, snakes, lizards, frogs, turtles, birds, and mammals.

C. In the event that any threatened or endangered species, or other special status wildlife, are found in or near the Work where they could be affected by construction activities, notify Engineer and proceed with construction after District has removed these species. Immediately report to Engineer any incidental “takings,” as defined above, of animals or plants listed.

D. The Environmental Coordinator will accomplish capture and relocation of special status animals, including permitting requirements, as appropriate. The Contractor shall adjust his operations as necessary to accommodate such capture and relocation program.

1.8 PROTECTION OF CULTURAL ARTIFACTS AND PALEONTOLOGICAL RESOURCES

A. In the event that potential cultural or paleontological resources are discovered at the site of construction, the following procedures shall be instituted:

1. Discovery of an artifact in one location requires that all Work immediately cease at the location of the discovery and within 100 feet of the find.

Page 234: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 35 46 - 6 Environmental Mitigation

2. Immediately notify Engineer who will engage the Environmental Coordinator to evaluate the find.

3. Stop work if any human remains are found and notify Engineer and County Coroner immediately.

B. If District determines that the find requires further evaluation, at the direction of Engineer, Contractor shall suspend Work at the location of the find.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 PROTECTION OF BIOLOGICAL RESOURCES

A. Implement procedures and methods for protection of biologic resources within all construction operations and schedules as indicated and specified, as required by permit and agreement terms and conditions, as applicable, and as directed by the Engineer.

B. Erect and maintain a temporary minimum 3-foot high orange plastic mesh exclusion fence at the locations as directed by the District. The fence posts shall be six-foot minimum length steel shapes, installed at 10-feet minimum on center and be driven into the ground. Exclusion fencing shall remain in place until construction is completed and the Engineer approves its removal.

3.2 TREE REPLACEMENT

A. Contractor shall replace all trees that are removed during construction on a 3 to 1 basis.

B. Contractor shall replace a minimum of four Coast Live Oak (Quercus agrifolia) trees along the pipeline route in locations shown on 2107-C-001. Additional trees that are damaged or removed by the Contractor’s activities shall be replaced by the Contractor as well.

C. Contractor shall plant the replacement trees (5-gallon size) in the forest adjacent to the pipeline route in locations, and at spacing, acceptable to the Engineer and the Environmental Coordinator.

D. Contractor shall water the replacement trees, as applicable, during the first sixty (60) days after planting.

END OF SECTION

Page 235: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 53 - 1 Security Procedures

SECTION 01 35 53

SECURITY PROCEDURES

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work Included:

1. Requirements of this section apply to work located at the Round Hill No. 2 Pumping Plant Project.

2. Contractor shall comply with the District’s protocol as described herein for personnel identification, site access control, and contractor deliveries.

3. Unless otherwise specified in the Contract Documents, Security of this site and the Contractor’s equipment and tools shall be the Contractor’s responsibility from commencement of work through contract completion.

4. Contractor’s site security monitor shall be on-site and available at all times while work is being performed ensuring that requirements of this section are met. This individual may be the superintendent.

B. Related Sections:

1. Section 01 11 00 – Summary of Work

2. Section 01 14 00 – Work Restrictions

3. Section 01 35 24 – Project Safety Requirements

4. Section 01 50 00 – Temporary Facilities and Controls

1.2 SUBMITTALS

A. Provide daily sign-in log to the Engineer identifying all personnel on the job for that workday. Logs shall be provided to the Engineer at the end of each workday. Log shall include: individuals’ full name, company and company phone number.

B. Provide a legible photo copy of the personnel’s current California Driver’s License, California Identification Card (issued by the California Department of Motor Vehicles), or current driver’s license or photo identification card from another State in the United States for all personnel working on site whether or not they have been issued a District photo identification badge. Provide these copies no later than the first day the personnel report to the work site. These copies shall be retained by the Engineer for the duration of the project and will be returned to the contractor or

Page 236: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 53 - 2 Security Procedures

shredded, at Contractor’s discretion, once the project is completed and all materials between District and Contractor are closed out.

C. Submit to the Engineer the key control plan per Article 1.5 B.

D. Submit name of individual(s) designated as the site security monitor(s), and that individual’s cell phone contact number.

E. Submit to the Engineer acknowledgement of Contractor Deliveries requirements prior to allowing deliveries to the site.

1.3 PERSONNEL IDENTIFICATION AND BADGING

A. Contractor and all other people associated with the work that enter the site are required to possess and carry a valid and current California Driver’s License, California Identification Card (issued by the California Department of Motor Vehicles), or current driver’s license or photo identification card from another State in the United States. This identification shall include a photograph and signature of the holder. Personnel without such identification shall be removed from the site by the Contractor.

1.4 BACKGROUND CHECKS

A. Upon request and at no additional cost to the District, the Contractor shall provide such information as necessary and as allowed by law to complete a background check on any person that enters the site.

B. The District reserves the right to deny access to the site to any person as allowed by law.

1.5 SITE ACCESS CONTROL

A. At the end of each workday, any gates, hatches, doors, windows, manways, and exterior ladders, etc. shall be secured, closed, and locked. Any alarmed system which is activated or disabled during the workday shall be tested through to the alarm monitoring station for proper actuation.

B. At the end of each workday secure all equipment, hazardous materials, tools, materials, and flammable fluids. The Contractor shall maintain key control to assure only authorized personnel have access to equipment, hazardous materials, tools, materials, and flammable fluids. Prepare a key control plan outlining the lock system to be used along with the list of personnel who will be issued keys and are authorized to use said keys. Upon loss of critical keys, the Contractor shall replace all corresponding locks and re-issue keys to prevent unauthorized access.

C. Unless otherwise indicated on the Drawings, existing fences and gates at the site shall remain intact and in use throughout construction. The existing perimeter security of the site shall be maintained at all times. Fences and gates that are breached due to construction (e.g., construction of a utility crossing under a fence),

Page 237: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 53 - 3 Security Procedures

shall be restored by the end of work hours each day. The District reserves the right to request additional fencing around any areas of the construction site. Additional fencing shall be paid as extra work.

D. Contractor-requested modifications to existing fences and gates are subject to Engineer’s approval.

E. Site shall be made secure with temporary security fencing consisting of a minimum of 6 foot tall chain link fencing with closed mesh, green wind screen.

F. Perimeter gates are normally opened only for emergency or infrequent vehicle ingress/egress. Perimeter gates are to be kept closed at all other times.

G. The Contractor is advised that all persons seeking entry to the site will be required to show proof of identification (e.g. driver’s license). All Contractor’s trucks and drivers are subject to the same identification and search requirements.

H. At all times, security measures at the site shall, at a minimum, be equal to the security measures prior to initiation of the project as determined by the Engineer.

1.6 DAILY SITE ACCESS PATH

A. General:

1. All personnel shall take the most direct path from their point of site entry to their work area and shall not loiter in non-work areas.

1.7 VEHICLE AND EQUIPMENT SEARCH

A. All vehicles and packages shall be subject to search by District designated security personnel or the Engineer.

B. Vehicles typically may be required to wait depending upon the amount of traffic. If the driver/owner of a vehicle will not allow the search, access to the site will be denied. All vehicles on District property may be searched for items that may pose a threat to the facility or to personnel.

1.8 PHOTO CONTROL

A. Complete the Photo Confidentiality Agreement in Appendix A.

B. Restrict photos to work zone.

C. Photos, negatives, and other images of the project shall be destroyed at project completion when all claims are resolved.

D. The District reserves the right, at any time, to disallow photography at any site, of any District facilities, equipment, or processes which are deemed to be sensitive in nature, either due to current threat-level conditions or internal assessment of the business need and benefit to the District.

Page 238: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 35 53 - 4 Security Procedures

1.9 CONTRACTOR DELIVERIES – UNSTAFFED FACILITY

A. All deliveries shall be stopped and inspected at the gate or at the site access point by the Contractor.

B. All deliveries shall be made during normal work hours as defined in Section 01 14 00.

C. Follow the guidelines in US Postal Inspection Service Publication 166, Mail Center Security Guidelines. A copy of these guidelines can be found at: http://www.usps.com/cpim/ftp/pubs/pub166.pdf.

D. Deliveries shall be permitted to enter the site only after:

1. The source and contents of the larger packages, crates, equipment, or materials are verified by the Contractor, and

2. The driver and others entering the site provide the Contractor with sign-in information, as required in Article 1.2.A.

E. All freight and bulk deliveries made to the site may be subject to search regardless of the final delivery destination. The Contractor shall inform all delivery companies and drivers in advance that all freight entering the site is subject to search.Contractor shall submit acknowledgment from all freight and bulk delivery companies that the companies have been informed of and consent to such searches.

1.10 PRODUCTIVITY LOST AND COST INCURRED DUE TO SECURITY REQUIREMENTS

A. Time lost and/ or costs incurred due to compliance with District security measures (e.g., deliveries or personnel held at the gate without badges or identification, refusal of package deliveries, etc.) shall be deemed an inexcusable delay.

B. Failure to comply with these security measures may lead to the termination of the Contractor’s right to proceed under the contract, in accordance with 11.1.2 of the General Conditions and may lead to termination of the contract, in accordance with 11.1.3 of the General Conditions.

1.11 PAYMENT

A. Full compensation for doing all work and furnishing all materials required to comply with site security requirements as specified in these Specifications shall be included in the price bid for the contract.

PART 2 - NOT USED

PART 3 – NOT USED

END OF SECTION

Page 239: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 42 19 - 1 Reference Standards

SECTION 01 42 19

REFERENCE STANDARDS

1.1 GENERAL

A. Referenced Standards:

The standards referred to, except as modified, shall have full force and effect as though printed in this Specification, and shall be the latest edition or revision thereof in effect on the bid opening date, unless a particular edition or issue is indicated. Copies of these standards are not available from the District. Abbreviations and terms, or pronouns in place of them, shall be interpreted as follows:

AASHTO: American Association of State Highway and Transportation Officials, Standard Specifications

ACI: American Concrete Institute, Standards

AISC: American Institute of Steel Construction, Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings, and the AISC Code of Standard Practice

AMCA: Air Movement and Control Association International, Standards

ANSI: American National Standards Institute

APA: American Plywood Association

API: American Petroleum Institute

APWA: American Public Works Association, Standard Specifications for Public Works Construction

ASCE American Society of Civil Engineers

ASHRAE: American Society of Heating, Refrigerating and Air Conditioning Engineers

ASME: American Society of Mechanical Engineers

ASNT: American Society for Nondestructive Testing Standards

ASTM: American Society for Testing and Materials, Standards

AWPA: American Wood-Preservers' Association, Standards

AWS: American Welding Society

Page 240: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 42 19 - 2 Reference Standards

AWWA: American Water Works Association, Standards

CBC: California Building Code

CEC California Electrical Code

CISPI: Cast Iron Soil Pipe Institute, Standards

CMAA: Crane Manufacturers' Association of America

CRSI: Concrete Reinforcing Steel Institute, Standards

CSS: CalTrans Standard Specifications, State of California, Department of Transportation

DOSH: Division of Occupational Safety and Health, State of California, Department of Industrial Relations

ICEA: Insulated Cable Engineers Association

IEEE: Institute of Electrical and Electronic Engineers

ISA: Instrumentation, Systems, and Automation Society

MSS: Manufacturers Standardization Society

NAAMM: National Association of Architectural Metal Manufacturers

NACE: NACE International, Standards

NEC: National Electrical Code

NEMA: National Electrical Manufacturers' Association, Standards

NETA: InterNational Electrical Testing Association

NFPA: National Fire Protection Association

NSF: National Sanitation Foundation

RIS: Redwood Inspection Service, Standard Specifications

SDI: Steel Door Institute

SEI Structural Engineering Institute

SMACNA: Sheet Metal and Air Conditioning Contractors National Association

SSPC: Society for Protective Coatings

Page 241: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 42 19 - 3 Reference Standards

UBC: Uniform Building Code of the International Conference of Building Officials

UL: Underwriters Laboratories

WCLIB: West Coast Lumber Inspection Bureau, Standard Grading and Dressing Rules

END OF SECTION

Page 242: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 243: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 43 11 -1 Seismic Requirements

SECTION 01 43 11

SEISMIC REQUIREMENTS

1.1 GENERAL

A. All products to be furnished under this contract shall be designed, constructed, and installed in conformance with the seismic requirements contained in the 2007 edition of the California Building Code (CBC) as modified below.

B. Reference Standards:

1. ASCE 7 - 2005, American Society of Civil Engineers, Minimum Design Loads for Buildings and Other Structures.

1.2 STRUCTURAL INTEGRITY AND ANCHORAGE

A. Architectural elements, mechanical and electrical components, equipment housings and their attachments, supporting structures, and anchorages shall comply with the requirements of Section 13 of ASCE 7-05, using the following values:

SDS = 1.24

Ip = 1.50

1.3 SEISMIC QUALIFICATION AND CERTIFICATION

A. The equipment and components listed in Section 26 05 00, Article 1.3.C.2 shall not undergo loss of their function after application of the Code prescribed seismic forces. Certification that the equipment is seismically qualified for the above requirements shall be demonstrated as prescribed in Section 13.2 of ASCE 7-05.

1.4 PROOF OF COMPLIANCE

A. Structural integrity and anchorage.

1. Structural integrity and anchorage shall be certified by an approved calculation that demonstrates the adequacy of the anchorage system for seismic forces. This calculation may be based on principles of structural analysis and engineering mechanics, or based on similarity to approved shake table tests.

2. Contractor shall submit for review and approval test data or calculations certified by a Civil or Structural Engineer registered in the State of California to show compliance with the above requirements.

PART 2 - NOT USED

PART 3 - NOT USED

END OF SECTION

Page 244: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 245: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 45 27 - 1 Shop Inspection

SECTION 01 45 27

SHOP INSPECTION

PART I - GENERAL

1.1 DESCRIPTION

A. Work included: Provide notification of all work performed off the project site in fabrication, assembly, and coating plants; provide safe access to all areas where work to be inspected is being performed; and reimburse the District for travel expenses described in this Section. See General Conditions, Article 3.2.

B. See individual sections, listed in Article 1.4, for specific processes requiring shop inspection.

1.2 WITNESS NOTIFICATION

A. Provide the District with advanced written notification of the dates for the fabrication and testing processes described in this Section for each site.Contact the District’s Plant Inspection Section at (510) 287-1132.

1. For sites where the travel is less than 75 miles one way from Oakland provide notification 3 work days prior to required presence of Engineer.

2. For sites where the travel is between 75 and 200 miles one way from Oakland provide notification a minimum of 7 work days prior to required presence of Engineer.

3. For sites within the continental United States where the travel is 200 miles or more one way from Oakland provide notification a minimum of 15 work days prior to required presence of Engineer.

4. For international locations and sites outside the continental United States provide notification a minimum of 30 work days prior to the required presence of the Engineer.

B. If the required notification is not given, the District will schedule the inspection at its convenience and the activity to be witnessed shall not proceed until the Engineer arrives or the District notifies the Contractor that it is choosing to waive its witness inspection requirement. In the event that the required notification is not given and the activity has occurred in the absence of the Engineer, the Engineer may reject the processes completed to date and require the activity to be redone.

Page 246: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 45 27 - 2 Shop Inspection

1. Delays resulting from waiting on the witness inspection for the reasons given in paragraph B above will be non-excusable. Expenses incurred by delays; repeat of the work process; or to correct unacceptable work shall be borne by the Contractor.

1.3 WITNESS TRAVEL EXPENSES

A. Travel expenses include hotel lodging at an establishment rated three diamond or better by California State Automobile Association (AAA), or comparable listing, and $61 meal allowance per day for the duration of the trip.

B. The Contractor shall include in the bid price all travel expenses for the Engineer to conduct the witness inspections noted above if any of the inspections are to be performed at a locality exceeding 125 miles one way from Oakland.

C. If travel exceeds 200 miles one way from Oakland, travel expenses shall also include round trip direct route coach airfare from Oakland, San Francisco, Sacramento, or San Jose Airports to manufacturer's plant or testing facility, mid-sized car rental or taxi services, fuel, tolls, ground transportation to and from the airport, and airport parking at the departing airport.

1. For international or travel outside the continental United States, per diem rates are those established by the US Department of State for the specific location and dates of travel. Travel expenses may include the direct cost of securing passports, visas, language interpreters, document translators, communications, and internet access.

2. If weekend stays are requested to defray transportation costs, reimbursement for the inspectors stay over the weekend will include meal allowance, hotel expenses, phone and internet access charges, rental car or transportation charges to and from eating establishments, laundry service, language interpreters, or other necessary business expenses or services.

3. Reimburse the District for any witness inspection that has to be repeated due to repair or rework of unacceptable work Reimbursement shall include District inspector’s wages, or if done by a District agent, the agent’s complete invoice for the needed inspection.

D. All fees incurred such as airline reservation change fees, loss of fare due to purchase of nonrefundable tickets, etc., due to Contractor-requested changes to the inspection schedule after the initial notification shall be borne by the Contractor.

Page 247: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 45 27 - 3 Shop Inspection

1.4 WITNESS SCHEDULE

A. The District will witness the following processes as specified in the applicable specification section listed below or as required elsewhere in the Contract Documents. For purposes of estimating, anticipate that one inspector will cover only one shift of shop inspection work per plant site. The costs for additional inspection required by the operation of more than one work shift per day or by more than one shop inspection site per day shall be included in the bid costs.

Spec.Section

Spec. Section Title and Description

05 05 14 Hot-Dip Galvanizing

05 05 24 Pipe Welding

05 12 00 Structural Steel Framing – Fabrication, welding, inspections and tests, and coating

05 50 00 Metal Fabrications – Fabrication and coating

08 31 05 Access Hatches and Vault Hatches

09 96 35.05 Zinc-Rich Coatings – Surface preparation, coating application and testing

09 96 56.05 High-Build Epoxy Coatings – Surface preparation, coating application and testing

09 96 56.10 Fusion-Bonded Epoxy Coatings - Surface preparation, coating application and testing

09 96 57 Mechanical and Electrical Coating Systems - Surface preparation and coating application

33 11 03 Fabrication of Steel Pipe - All phases of pipe fabrication

33 11 06 Fabricated Pipe Specials – All phases of pipe fabrication

33 12 16.11 Resilient-Seated Gate Valves

33 12 16.16 High Performance Butterfly Valves – Performance, leakage tests, dimensional and materials check against submittals.

33 12 16.20 Dual-Disk Check Valves - Performance, leakage, hydrostatic tests, and lining

33 12 16.32 Electric Valve Actuators - Performance tests

33 12 23.10 Vertical Turbine Pumps

PART 2 – NOT USED

PART 3 – NOT USED END OF SECTION

Page 248: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 249: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Temporary Facilities 2011 01 50 00 - 1 and Controls

SECTION 01 50 00

TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Provide temporary construction facilities, utilities, and controls needed for the work.

B. Furnished by the District:

1. Water: Contractor can obtain construction water from the District hydrants shown on drawings; however, the Contractor is responsible for paying for the construction water via a hydrant meter available from the District. The District will furnish water for hydrostatic testing of the completed facility. Water for initial testing and disinfecting will be furnished without charge. See Section 01 14 00 Work Restrictions.

C. Water – Recycled

1. Recycled water may be available. Visit the District website at http://www.ebmud.com/environment/conservation-and-recycling/recycling/recycled-water-truck-program for information on recycled water truck programs and conditions of use for recycled water.

1.2 SUBMITTALS

A. Submit a written plan, approved by Contra Costa County, for the storage of construction materials, and for the parking of construction equipment on any public road, street, or right-of-way, prior to any field work.

B. Submit written evidence, acceptable to the District, that restoration of County streets and sidewalks damaged by the Contractor work activities have been accepted by Contra Costa County.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 TEMPORARY FIELD OFFICE TRAILER FOR CONTRACTOR

A. Contractor shall provide, maintain, and subsequently remove as its property, one temporary field office trailer for exclusive use of the Contractor. The trailer shall be placed in the approximate location shown on drawings.

Page 250: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Temporary Facilities 2011 01 50 00 - 2 and Controls

B. Provide sanitary units at the Contractor’s field office trailer. Sanitary units shall be serviced twice weekly or more frequently if directed by the Engineer.

3.2 TEMPORARY FIELD OFFICE TRAILER FOR ENGINEER

A. Contractor shall provide, maintain, and subsequently remove as its property, one temporary field office trailer as specified below, for the exclusive use of the Engineer and the Engineer's representatives.

B. Engineer's field office trailer, equipped as specified below, shall be available for Engineer's use prior to the start of work at project site, and shall remain on the site for 10 days after final acceptance of all work. The trailer shall be placed in the approximate location shown on drawings.

C. Trailer and related facilities:

1. General: Provide and continuously maintain throughout the project duration the Engineer’s field office trailer, consisting of one trailer located adjacent to the work site. The trailer and contents shall be in exceptionally good condition and shall be subject to inspection and approval by the Engineer prior to delivery to the site.

2. Description: The Engineer's field office trailer shall be nominally 24 feet long and 8 feet wide, have a minimum inside length of 20 feet, and be divided into a minimum of two separate offices. The trailer shall be leveled, blocked, tied down, and skirted as directed.

3. The Engineer’s field office trailer shall be equipped with the following features and equipment, new or like new in appearance and function:

a. All-metal frame.

b. All metal exterior sides and roof.

c. Insulated double walls, floor, and roof.

d. Self-contained, built-in electric heater with fan that may be used for cooling and self-contained air conditioning unit.

e. Fluorescent ceiling lights.

f. 110-volt electric wall plugs.

g. Vinyl composition floor tile.

h. Railed stairway to entrances.

i. Separate entrance and exit doors, with outside door hasps and solid core deadbolt locks, keyed alike.

Page 251: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Temporary Facilities 2011 01 50 00 - 3 and Controls

j. Number of locking Windows with Blinds or Drapes: 4.

k. Security guard screens on all windows and a security alarm system.

l. Bottled Water Service: One with cooler capable of producing hot water and cold water.

m. Paper Cup Dispenser with Cups: 1.

n. Desk: 30-inch by 60-inch.

o. Swivel Chairs: 2.

p. Four-Drawer Steel File with Lock: 2, legal width.

q. Bookcase: 2.

r. Wastepaper Basket: 2.

s. Clothes Rack: 1.

t. First-Aid Kit: 1.

u. Carbon Dioxide (10-Pound) Fire Extinguisher: 2.

v. Side tables, 30" x 60": 2.

w. Microwave oven, small: 1.

x. Printer, see below: 1.

y. Refrigerator, 10 CF, with freezer compartment: 1.

4. Printer: Provide service and maintenance of a digital printer. Printer shall be leased and equal to a Hewlett Packard Model HPLJ 4000N. The printer shall be provided with a maintenance contract that provides on site service within 24 hours of notification. During any time that this equipment is non-operative, the Engineer may utilize commercial services at the Contractor's expense until the equipment is restored.

5. Maintain the trailer in good repair and acceptable appearance. Provide weekly cleaning service and maintenance and replenishment, as applicable, of paper cups, bottled water service, and other expendables.

6. Provide sanitary unit at the Engineer’s field office trailer. Sanitary unit shall be serviced twice weekly or more frequently if directed by the Engineer.

7. All of the above referenced facilities shall be subject to approval by the Engineer. No monthly partial payments will be processed until such time as the Engineer’s field office facilities are completed and approved.

Page 252: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Temporary Facilities 2011 01 50 00 - 4 and Controls

8. Contractor shall provide water cooler service and power service to the Engineer’s field office; and service, maintain, and clean the sanitary units.

9. Contractor shall pay all costs relating to electric power and hookups.

10. Contractor shall pay all costs related to relocating the Engineer’s field office trailer should it become necessary in order to accommodate the different phases of construction at the site of the trailer. Costs shall include the disconnection and reconnection of power service. Contractor shall include in the bid price for the work all cost associated with relocating the trailer twice after the initial installation.

3.3 TEMPORARY UTILITIES

A. The Contractor shall provide and pay for all necessary temporary power and sanitary accommodations. Contractor shall have all necessary utilities available prior to the start of work at the project site(s).

B. The temporary facilities to be provided by the Contractor as described above shall conform to all requirements in regard to operation, safety, and fire hazards of State and local authorities and of Underwriters.

3.4 WATER

A. Provide all construction water except that provided by the District for hydrostatic testing.

B. Provide all potable water required for drinking or other purposes.

C. Provide and maintain all necessary equipment and facilities for conveying water, including water for testing and disinfection, to places where it will be used and for increasing the pressure if required.

D. Plan and perform work in a manner which will avoid waste of water.

E. Plan and provide for collection and testing of wastewater prior to discharge. See Section 01 35 44, Environmental Requirements.

3.5 TRASH CONTROL

A. All food waste shall be placed in closed containers and disposed of daily at an authorized disposal site, as necessary, to avoid attracting animals. The Work Area and other construction areas shall be checked daily by Contractor, and any garbage shall be collected and removed by the end of each day.

B. Keep the Work Area and other areas used in a neat and clean condition, and free from any accumulation of rubbish. Dispose of all rubbish and waste materials of any nature occurring at the construction site, and establish regular intervals (end of each week at a minimum) for collection and disposal of such materials and waste. Keep

Page 253: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Temporary Facilities 2011 01 50 00 - 5 and Controls

haul roads free from rubbish, and unnecessary obstructions. Disposal of all rubbish and surplus materials shall be off the construction site in accordance with local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety laws, and to the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction.

3.6 DUST AND LITTERING

A. Provide and maintain dust control to prevent operations from causing dust damage or nuisance to property or persons.

B. All trucks shall be loaded in a manner which will prevent dropping of materials or debris on streets. The loads shall be trimmed and all material shall be removed from shelf areas of vehicles to prevent spillage. Take precautions when necessary to avoid creating dust and littering by watering the load after trimming and by promptly sweeping the pavement to remove dirt and dust.

C. See also Section 01 35 44 Environmental Requirements.

3.7 CONSTRUCTION CLEANING

A. Maintain the site and all stored items in a neat and orderly condition allowing maximum access, not impeding drainage or traffic, and providing the required protection of materials.

B. Sweep Livorna Road in front of the work area on a daily basis, or more frequently as required by the Engineer. A mobile sweeper shall be equipped with a dust suppression system and capable of collecting rock, gravel, sand and dust.

C. Prior to completion of the work, remove from the job site all tools, surplus materials, equipment, scrap, debris, and waste. Conduct final cleaning to enable the District to accept a completely clean project.

3.8 SAFETY AND SECURITY

A. Provide and maintain such temporary security fences, barricades, signs, and warning lights as may be required to provide safety against theft, vandalism, and accidents and to comply with all permit requirements. See also Section 01 35 24 Project Safety Requirements.

3.9 ACCESS CONTROLS

A. Public Access

1. Convenient access to driveways and buildings in the vicinity of work shall be maintained at all times. Temporary approaches to, and crossing of, intersecting traffic lanes shall be provided and kept in good condition.

Page 254: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Temporary Facilities 2011 01 50 00 - 6 and Controls

2. 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.

3.10 PUBLIC INFORMATION

A. Install and maintain two District furnished project signs, approximately 4 ft. x 6 ft., one at each end of project, at locations selected by the Engineer. Contractor shall furnish two posts 4" x 4" x 10' minimum. Mount the sign 3 ft. above the ground and embed posts 3 ft. in the ground. Remove signs when project is complete and return to the District. Restore area to "as-found" condition.

3.11 PETS, CAMPING, FIREARMS, AND USE OF AREA

A. No camping shall be allowed on the Work area or at any construction site. Only authorized off-site, established camping areas may be used by construction personnel.

B. No pets shall be allowed on the Work area, staging areas, access roads, or any other construction sites.

C. No firearms shall be allowed in the Work area or at any construction site. This includes firearms displayed in gun racks, contained in vehicles, or any other container or storage feature. See Section 01 35 53 Security Procedures.

D. Construction workers and other Contractor personnel, equipment, materials, spoil, and all activities shall stay within the designated Work area or facility site during Work activities. Exceptions that will not cause environmental impacts may be granted only after permission is obtained from the property Owner and approved by the Engineer.

3.12 RESTORATION

A. Site and facilities shall be returned to their original "as-found" condition or as otherwise specified, at the completion of the project.

B. A final inspection and acceptance by the agency having jurisdiction will be required prior to acceptance by the District.

END OF SECTION

Page 255: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 55 26 - 1 Traffic Regulation

SECTION 01 55 26

TRAFFIC REGULATION

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Contractor shall prepare a traffic control plan, obtain an encroachment permit from Contra Costa County, and comply with the requirements as specified herein. See Appendix E for sample forms.

B. Where specific requirements are not detailed herein or in permits, comply with the requirements of the most current version of the CalTrans Manual of Traffic Controls for Construction and Maintenance Work Zones.

C. Related requirements specified elsewhere:

1. Section 01 14 00 Work Restrictions.

1.2 QUALITY ASSURANCE

A. No changes or deviations from the approved detailed traffic control plan shall be made, except temporary changes in emergency situations, without prior approval of the Engineer, and all agencies having jurisdiction.

B. Immediately notify the Engineer, and the agencies having jurisdiction, of occurrences that necessitate modification of the approved traffic control plan.

1.3 JOB CONDITIONS

A. Contractor shall meet the requirements of the contractor prepared traffic control plan and encroachment permit for all pipeline work in Contra Costa County streets. See Appendix E for sample forms.

B. Contractor shall maintain safe pedestrian traffic around the construction zone at all times.

PART 2 - PRODUCTS

2.1 TRAFFIC CONTROL DEVICES

A. Traffic signs, flashing lights, barricades and other traffic safety devices used to control traffic shall conform to the requirements of the agency having jurisdiction.

1. Portable signals shall not be used unless permission is given in writing by the agency having jurisdiction.

Page 256: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 55 26 - 2 Traffic Regulation

2. Warning signs used for nighttime conditions shall be reflectorized or illuminated. "Reflectorized signs" shall have a reflectorized background and shall conform to the current State of California Department of Transportation specification for reflective sheeting on highway signs.

PART 3 - EXECUTION

3.1 GENERAL

A. Except where public roads have been approved for closure, traffic shall be permitted to pass through designated traffic lanes with as little inconvenience and delay as possible.

B. Install temporary traffic markings where required to direct the flow of traffic.Maintain the traffic markings for the duration of need and remove by abrasive blasting when no longer required.

C. Convenient access to driveways and buildings in the vicinity of work shall be maintained as much as possible. Temporary approaches to, and crossing of, intersecting traffic lanes shall be provided and kept in good condition.

D. 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.

E. Provide barricades, cones, temporary signs and other devices as required by the traffic control plan and remove signs when no longer required. Cover signs when not in use.

F. All lanes shall be opened to normal traffic flow at the end of each work day, unless approved otherwise.

G. Trench plates shall be non-skid plates and shall be replaced when non-skid surfacing is worn down. Asphalt ramps shall be applied around the perimeter of the plates to transition from the road surface to the plate and to prevent plates from sliding.

3.2 FLAGGING

A. Provide flaggers to control traffic where required by the approved traffic control plan.

1. Flaggers shall perform their duties and shall be provided with the necessary equipment in accordance with the current "Instructions to Flaggers" of the California Department of Transportation.

2. Flaggers shall be employed full time on traffic control and shall have no other duties.

END OF SECTION

Page 257: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Common Product 2011 01 61 00 - 1 Requirements

SECTION 01 61 00

COMMON PRODUCT REQUIREMENTS

PART 1 - GENERAL

1.1 DESCRIPTION

A. The Contractor shall furnish all materials needed to complete the work and installations required under the terms of this contract, except those materials specified to be furnished by the District.

B. The Contractor shall submit satisfactory evidence of compliance with the specifications of such materials to be furnished and used in the work as the Engineer may require. Materials incorporated in the work and not specifically covered in the specifications shall be the best of their kind. See Article 4.4 of the General Conditions.

C. Similar products shall be by the same manufacturer unless otherwise specified.

D. Provide identical products when products are required in quantity.

1.2 APPROVAL OF MATERIALS

A. The Contractor shall furnish without additional cost to the District such quantities of construction materials as may be required by the Engineer for test purposes. The Contractor shall place at the Engineer's disposal all available facilities for and cooperate with the Engineer in the sampling and testing of all materials and workmanship. The Contractor shall prepay all shipping charges on samples. No samples are to be submitted with the bids unless otherwise specified.

B. Each sample submitted shall be labeled. A letter, in duplicate, submitting each shipment of samples shall be mailed to the Engineer by the Contractor. Both the label on the sample and the letter of transmittal shall indicate the material represented, its place of origin, the names of the producer and the Contractor, the Specification number and title, and a reference to the applicable drawings and specification paragraphs.

C. Materials or equipment of which samples are required shall not be used on the work until approval has been given by the Engineer in writing. Approval of any sample shall be only for the characteristics or for the uses named in such approval and no other. No approval of a sample shall be taken in itself to change or modify any contract requirement.

D. Failure of any material to pass the specified tests will be sufficient cause for refusal to consider under this contract any further sample of the same brand or make of that material.

Page 258: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Common Product 2011 01 61 00 - 2 Requirements

1.3 SPECIAL TOOLS, HARDWARE, AND SOFTWARE

A. Furnish any special tools necessary for normal operation, and/or maintenance of all equipment, systems, and devices furnished under this contract.

B. Furnish all hardware devices and software necessary for operation, maintenance, calibration, setup, adjustment, testing, programming/reprogramming, and any other activity associated with the equipment or systems furnished under this Contract. This includes all hardware devices necessary to interface with standard PCs. Furnish a minimum of one copy of all software and include all licenses and a minimum of 1 year software service agreement (where applicable).

C. The Contractor shall make all subcontractors, suppliers, and manufacturers furnishing products under this contract aware of these requirements.

1.4 HANDLING

A. Deliver manufactured products in the manufacturers' original unbroken containers or packaging, with identifying labels intact and legible.

B. Immediately on delivery, assure and document product compliance with requirements of Contract Documents and reviewed submittals, and verify that products are properly protected and undamaged.

C. Handle products and packages in a manner to avoid soiling or damaging.

D. Promptly remove damaged or defective products from the site, and replace at no cost to the District.

1.5 INSPECTION

A. One copy of each of the Contractor's purchase orders for materials forming a portion of the work shall be furnished to the Engineer, if requested. Each such purchase order shall contain a statement that the materials included in the order are subject to inspection by the District. Materials purchased locally will be inspected at the point of manufacture or supply, and materials supplied from points outside the San Francisco Bay Area will be inspected upon arrival at the job, except when other inspection requirements are provided for specific materials in other sections of this Specification.

1.6 STORAGE

A. Store manufactured products in accordance with the manufacturer's instructions, with seals and labels intact and legible.

1. Store products subject to damage by the elements in weathertight enclosures.

2. Maintain temperature and humidity within the ranges specified by the manufacturers.

Page 259: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Common Product 2011 01 61 00 - 3 Requirements

B. Exterior Storage

1. Store fabricated products above the ground, on blocking or skids, to prevent soiling and staining.

2. Cover products subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation.

3. Store loose granular material in a well drained area on solid surfaces to prevent mixing with foreign matter.

C. Arrange storage to facilitate inspection.

D. Periodically inspect stored products to assure that specified conditions are maintained and the products are free from damage or deterioration.

E. Protection after Installation

1. Provide coverings necessary to protect installed products from damage due to traffic or construction operations. Remove coverings when no longer needed.

2. Maintain temperature and humidity conditions for interior equipment and finish products in accordance with the manufacturers' instructions.

PART 2 - NOT USED

PART 3 - NOT USED

END OF SECTION

Page 260: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 261: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 64 05 - 1 District-Furnished Materials

SECTION 01 64 05

DISTRICT–FURNISHED MATERIALS

1.1 GENERAL

A. The District will furnish, without charge, those materials so designated and listed in this Specification or on the drawings. All other material necessary and required for the work under this contract, including flanges, bolts, nuts, gaskets, and miscellaneous items, shall be furnished by the Contractor.

B. Unless another condition is specified, District-furnished materials are assumed to be in perfect condition upon delivery to the Contractor. The Contractor shall inspect and ascertain the condition of the materials at the time of delivery to him and shall assume all responsibility for the materials from time of delivery until final acceptance of the work by the District. Any material found to be defective after delivery to the Contractor and before final acceptance of the work by the District shall be replaced and installed by the Contractor at its own expense.

C. Upon completion of the required work, all excess materials furnished by the District shall be returned promptly to the location designated by the District. The value as carried on the District's books of all materials furnished to the Contractor and not accounted for by being incorporated in the work or by being returned to the District will be deducted from the Contractor's final payment. Value of the materials to be furnished to the Contractor by the District is estimated to be $20,000.

1.2 DELIVERY AND RETURN

A. In all cases, materials to be furnished by the District will be issued only upon approval of the Engineer. Receipts for materials signed by the Contractor shall be conclusive evidence of delivery.

B. Delivery of District-furnished materials shall be taken by the Contractor at the District location designated by the Engineer, either Oakport Storage Center, 5601 Oakport Street, Oakland (hours 8:30 a.m. to 11:45 a.m. and 12:15 p.m. to 3:30 p.m.) or at Central Warehouse, 1200 – 21st Street, Oakland (hours 8:30 a.m. to 3:30 p.m.)

C. At the completion of the job, all excess materials furnished by the District shall be returned promptly to the location designated on Material Return Order (Form P-015) made out by the Engineer. Materials that were assembled by the Contractor shall be disassembled prior to their return.

D. All handling, loading, and hauling from their delivery point of materials furnished by the District shall be performed by the Contractor, unless otherwise specified. All loading, hauling and unloading of materials returned to designated locations shall be

Page 262: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 64 05 - 2 District-Furnished Materials

performed by Contractor. Contractor shall provide all necessary materials handling equipment (including forklift), tiedowns, and dunnage.

1.3 MATERIALS FURNISHED

A. The following listed materials will be furnished to the Contractor by the District. The quantities listed for some items may not be the exact amount required; however, sufficient material will be supplied by the District to complete the work.

Item Quantity

EBMUD Project Sign 1

Valve, Gate, 8 " Flanged with Nut Operating Extension As Req'd

Combination Air and Vacuum and Air Release Valve, 1" and 2", except Items B-G, I, and O-P as shown on Dwg. 189-EA, Type B As Req'd

4” Blowoff as shown on Dwg. 169-EA except Items 1, 2, 4, 10, 12-16 17, and 18 (for suction pipe only, not for high pressure use)

1

Galvanic Anodes except plastic tape, cement mortar, epoxy putty, and exothermic welding kit

As Req'd

Pipeline Marker Posts As Req’d

Split Tees for Wet Taps as per Standard Dwg. 282-EA As Req’d

Chlorination Taps as per Standard Dwg. 9020-GB As Req’d

Valve Pots and Covers As Req’d

Meter Boxes, Type 1 As Req’d

END OF SECTION

Page 263: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 74 05 - 1 Cleaning

SECTION 01 74 05

CLEANING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Perform the work necessary for cleaning during construction and final cleaning on completion of the work.

B. Cleaning for specific products or work is specified in the individual specification sections.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 GENERAL

A. At all times maintain areas covered by the Contract and public properties free from accumulations of waste, debris, and rubbish caused by construction operations.

B. Conduct cleaning and disposal operations to comply with local ordinances and anti-pollution laws. Do not burn or bury rubbish and waste materials on project site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways.

C. Use only cleaning materials recommended by manufacturer of surface to be cleaned.

D. Use cleaning materials only on surfaces recommended by cleaning material manufacturers.

3.2 CLEANING DURING CONSTRUCTION

A. During execution of work, clean site and public properties and legally dispose of waste materials, debris, and rubbish to assure that buildings, grounds, and public properties are maintained free from accumulations of waste materials and rubbish. All soil and any other material tracked onto the streets by the Contractor shall be cleaned immediately. The Contractor shall comply with all rules and regulations as applicable for its cleaning method.

B. Dispose of all refuse off District property as often as necessary so that at no time shall there be any unsightly or unsafe accumulation of rubbish.

C. Wet down dry materials and rubbish to lay dust and prevent blowing dust.

D. Provide approved containers for collection and disposal of waste materials, debris, and rubbish.

Page 264: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 74 05 - 2 Cleaning

E. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from exposed and semi-exposed surfaces.

F. Repair, patch, and touch up marred surfaces to specified finish to match adjacent surfaces.

G. Vacuum clean all interior spaces, including inside cabinets. Broom clean paved surfaces; rake clean other surfaces of grounds.

H. Handle materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights.

I. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly painted surfaces.

J. Vacuum clean interior of shop building areas when ready to receive finish painting and continue vacuum cleaning on an as-needed basis until successful completion of the Startup Test as defined in Section 01 75 17 Field Startup and Testing.

3.3 FINAL CLEANING

A. At the completion of work on all portions of the contract and immediately prior to final inspection, cleaning of the entire project will be accomplished according to the following provisions:

1. Thoroughly clean, sweep, wash, and polish all work and equipment, including finishes. The cleaning shall leave the structures and site in a complete and finished condition to the satisfaction of the Engineer.

2. Should the Contractor not remove rubbish or debris or not clean buildings and site as specified above, the District reserves the right to have the cleaning done at the expense of the Contractor.

B. Employ professional cleaners for final cleaning.

C. In preparation for contract completion, conduct final inspection of sight-exposed interior and exterior surfaces, and of concealed spaces.

D. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight-exposed interior and exterior finished surfaces; polish surfaces so designated to shine finish.

E. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces.

F. Broom clean paved surfaces; rake clean other surfaces of grounds.

G. Replace air-handling filters if units were operated during construction.

Page 265: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 74 05 - 3 Cleaning

H. Clean ducts, blowers, and coils, if air-handling units were operated without filters during construction.

I. Clean luminaries in accordance with manufacturer's recommendations and relamp. Clean all light fixtures.

J. Clean debris from roofs, gutters, and downspouts.

K. Remove from District property all temporary structures and all material, equipment, and appurtenances not required as a part of, or appurtenant to, the completed work.

L. Leave watercourses, storm drains, inlets, and ditches open and clear.

END OF SECTION

Page 266: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 267: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-1 Field Testing and Startup

SECTION 01 75 17

FIELD TESTING AND STARTUP

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Perform field testing, and startup of installed equipment and systems, as well as other manufacturer services.

B. Related work specified elsewhere:

1. Section 01 79 00 – Demonstration and Training

2. Section 26 05 00 – Common Work Results for Electrical.

3. Section 33 09 11 - Instruments and Recorders.

C. For factory testing and other testing requirements, see technical sections.

D. District Furnished Services: The District will furnish potable water required for testing.

E. All equipment and systems testing and startup activities shall be allowed for and shown on the Contractor’s Construction Progress Schedule, in accordance with Section 01 32 00 Construction Progress Documentation.

1.2 DEFINITIONS

A. Test Procedures: Test procedures shall include testing methods, acceptance criteria, procedures, and test data forms for functional, performance and startup tests.

B. Functional Test: The field testing required to determine if installed equipment or system will operate in a satisfactory manner and as specified. The Functional Test is a point-by-point test to confirm that all components associated with the equipment or system are operating properly. Functional testing is not intended to measure efficiency and performance.

C. Performance Test: The field testing required to demonstrate the individual equipment or system meets all of the specified performance requirements.

D. Startup Test: A test of all systems operating together to demonstrate satisfactory performance of the facility as a whole for a continuous period.

E. Startup: The process of performing startup testing of the facility.

Page 268: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-2 Field Testing and Startup

1.3 FIELD TESTING INSTRUMENTS

A. Contractor shall provide all instruments and materials necessary to complete the field tests unless otherwise specified.

B. All instruments shall be calibrated prior to the start of testing. Certificates of calibration shall be current, and shall be at the job site during testing and provided upon request or when specified. If it can be demonstrated that an uncalibrated instrument was used in the test, then the entire test shall be redone with calibrated instruments at the Contractor’s sole expense including labor costs and other expenses incurred by District staff to witness the retest.

C. Performance test will be measured using data furnished by the following instruments unless otherwise specified:

1. Sound - District's sound level meter.

2. Vibration - District's vibration meter.

3. Flow rate- the plant flow meter and District manometer (either or both may be used at the District’s discretion).

4. Water pressure – District’s test gauges.

5. Power – PG&E’s service power meter.

1.4 QUALITY ASSURANCE

A. All tests shall be subject to approval of the Engineer, and shall be witnessed by the District. The Contractor shall provide a minimum of 5 work days written notice confirming testing dates to the Engineer to enable witnessing of the testing.

1.5 SUBMITTALS

A. Submit a minimum of 60 calendar days prior to testing:

1. Test procedures for all field tests.

2. Startup test plan.

3. Comprehensive Testing Schedule.

4. Manufacturer's representative’s resume demonstrating their qualifications and ability to perform the specified services.

B. Test Reports:

1. Test Reports shall be submitted for complete systems; which is typically by specification section. Submitting partial test reports is not acceptable.

Page 269: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-3 Field Testing and Startup

2. Upon completion of testing for each equipment item or system, the Contractor shall submit typewritten or word processed test reports and forms for review and acceptance. Submit test results with signed statement by manufacturer’s representative that results meet specification requirements and manufacturer standards; when a manufacturer’s representative is not required to be present during testing, this signed statement shall be provided by the Contractor. Upon acceptance, all test reports (including all factory and field testing) shall be inserted by the Contractor into their respective O&M manuals.

1.6 MANUFACTURERS’ SERVICES

A. A manufacturer's authorized representative shall perform all services when manufacturer's services are specified in the technical sections. The authorized representative shall be factory trained and experienced in the technical applications, installation, operation, and maintenance of the equipment, subsystem, or system. Additional qualifications may be specified elsewhere.

B. Manufacturer’s representatives shall be subject to acceptance by the District. No substitute representatives will be allowed without prior written approval by the District.

1.7 TEST AND STARTUP SCHEDULE

A. Updated test schedules shall be submitted on a monthly basis after the first test schedule submittal.

B. List all equipment testing by specification section number and name. Include the following for each equipment/system:

1. Specification section and paragraph number.

2. Test type (functional, performance, startup).

3. Test procedure submittal date.

4. Testing and startup dates.

5. Test report submittal date.

C. Estimate dates as necessary, include actual dates when known.

1.8 TEST PROCEDURES

A. The manufacturer's representative shall compose test procedures for each required Functional and Performance test. All field test procedures specified in the individual equipment specifications shall be included in the field test procedures.

Page 270: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-4 Field Testing and Startup

B. Unless otherwise specified, the Contractor shall compose test procedures for the Startup Test. Coordinate with the District to determine the operating requirements of adjacent or related systems that may be required to complete the Startup Test.

C. Prior to submitting for District review, the Contractor shall review all test procedures to verify completeness and compliance with the specifications.

D. All test procedures shall be comprehensive, neatly organized, and word-processed.Test procedures shall include the following:

1. Detailed test methods including sample calculations as required.

2. Test setup procedures including details of all necessary adjustments, balancing, required equipment isolations or configurations, testing equipment, and testing instruments.

3. Step-by-step testing procedures (number each step). Specifically identify each test instrument (including tag numbers) used during testing.

4. Acceptance Criteria: For each test phase, specifically indicate what is considered an acceptable test result.

5. Data Forms: Include test name, equipment (with tag numbers as applicable) or system name, specification section and paragraph number, test instrument tag numbers, test date, space for testing personnel names, test data names and units, reference equations for all calculated values, and signature lines for manufacturer's representative, Contractor, and District witness.

6. Test Procedures: Testing schedule and manufacturer representative’s resumes shall be approved by the District prior to performing any tests.

1.9 FUNCTIONAL TESTS

A. Functional tests shall not proceed until the District has received and approved the below listed items. The Contractor shall ensure that copies of these materials are on-site during testing.

1. Interconnection diagrams.

2. As-builts.

3. Manufacturer's Certificate of Proper Installation (when required).

4. Equipment or system technical submittal.

5. Final O&M Manuals.

6. All factory test reports.

Page 271: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-5 Field Testing and Startup

7. Calibration certificates (for all instruments used during testing).

8. Approved functional test procedures.

B. Field Commissioning of Instruments

1. All instruments that will be used as part of a functional test shall be properly commissioned prior to the start of the test.

2. EBMUD “Field Calibration Tags” shall be properly completed and hung on all instruments in a system and in any related sub-system prior to functional testing of any equipment or other device in that system.

C. Equipment ID Tags:

1. All ID tags on equipment, valves, instruments, and other devices directly or indirectly related to the functional test shall be installed by the Contractor and verified by the Engineer prior to conducting the functional test.

D. Functional tests include:

1. Installation Check: Check for proper rotation, adjustment, alignment, mechanical and electrical connections, proper lubrication, and any other conditions which may damage or impair functioning.

2. Operation Check: Check for the proper operation of all system components.

3. Controls Check: Demonstrate proper function of all local and remote controls, instrumentation, and other equipment functions.

4. Alarms Check: Simulate alarm conditions and verify the proper operation of each alarm at the specified set point. Simulations shall be by means of direct element stimulation whenever possible, or by other means when direct element stimulation is not practical as determined by the Engineer.

5. Run Check: Each system or equipment item shall be operated continuously for 1 hour, minimum, to verify satisfactory operation. Additional operating time may be required as specified in the individual technical specifications, or as recommended by the manufacturer.

6. The individual technical specifications or the manufacturer may specify additional functional test requirements for each component or system.

7. If any part of a unit shows evidence of unsatisfactory or improper operation during the one-hour test period, or the test period specified by equipment technical specifications, correction or repairs shall be made, and the full test operation, as specified herein, shall be repeated after all parts operate satisfactorily.

Page 272: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-6 Field Testing and Startup

1.10 PERFORMANCE TESTS

A. Performance tests shall not proceed until the Functional Test has been successfully completed.

B. Copies of all prior test results (factory, and field functional tests) shall be available on-site, prior to proceeding with performance tests.

C. Performance tests shall demonstrate that the equipment or system meets all specified performance requirements; see technical specification sections.

1.11 STARTUP TEST

A. The facilities startup test shall not proceed until all of the following have been completed:

1. All other required tests have been completed and accepted by the District. At the District’s discretion, selected performance tests may be conducted during the Startup Test period.

2. All District training has been satisfactorily provided.

3. All piping, conduit, equipment and systems have been properly tagged and labeled.

4. Copies of all prior tests (factory, field functional, and performance tests) shall be available on-site.

5. Startup test plan has been accepted by the District.

B. Facility Startup tests shall be scheduled no sooner than 7 calendar days after the projected completion of Functional Testing on all related systems. All equipment/systems required by these specifications shall be included in the Startup Test.

C. Startup Test Plan: The Contractor shall develop a written startup test plan to systematically start each system at the facility in preparation for the Startup Test.The Contractor shall coordinate with District staff as necessary to develop the startup test plan.

D. The Contractor shall coordinate with District staff to startup the facility equipment and systems as outlined in the Contractor’s startup test plan. The Contractor shall then conduct a seven (7) day continuous (24 hours per day) Startup Test of the completed facilities to demonstrate to the District’s satisfaction that all equipment and systems required by these specifications operate together as intended.

E. The Contractor shall provide qualified personnel to supervise startup and testing, and appropriate construction trade personnel to correct malfunctions and

Page 273: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-7 Field Testing and Startup

deficiencies at any time during the Startup Test. Only District personnel shall operate the equipment and systems.

F. The District will provide Contractor-trained operating personnel for the duration of the Startup Test. The District’s operating personnel shall be monitored by the Contractor and/or the manufacturer's representatives to assure each system is being operated as intended.

G. The District will determine facility operating parameters such as pumping plant flow rates and which systems or equipment will be operated at any given time. All systems and equipment will be operated within their normal operating ranges.

H. All defects in operation, materials, or workmanship that appear during the Startup Test shall be immediately corrected by the Contractor. In case of a system interruption, the Contractor shall repeat the Startup Test of the affected systems and any other system directly related to the operation of the affected system. The Startup Test shall not be accepted as complete until all systems have successfully operated together to the satisfaction of the District for a continuous seven (7) day period. All costs for corrective work and retesting shall be born by the Contractor.

I. System interruptions include the following:

1. Malfunction or deficiency that results in a shut down or partial shut down of any system.

2. Malfunction or deficiency in any backup system that cannot be corrected by the Contractor within 4 hours after notification of the problem.

3. Malfunction or deficiency that results in system or equipment performance that is less than specified.

J. The Contractor shall maintain the appropriate staff (either onsite or on call) to be able to respond immediately (24-hours per day) to system or equipment related questions and to correct deficiencies.

K. The District will maintain a log of equipment or system deficiencies along with the date and time when the Contractor was notified of the deficiency and the date and time when the Contractor notifies the District that the deficiency has been corrected. All corrected deficiencies must be inspected and approved by the District.

L. The Contractor shall maintain a log of equipment or system deficiencies along with a description of the required repairs necessary to correct the problem. The Contractor shall furnish up-to-date copies of this log to the District upon request.

M. If the Startup Test is interrupted through no fault of the Contractor, the test may resume at the earliest mutually agreeable time at no additional cost to the District.

Page 274: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-8 Field Testing and Startup

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 GENERAL

A. The Contractor shall perform all functional and performance testing of installed equipment unless otherwise specified.

B. The Contractor shall complete all testing in accordance with the District approved test procedures.

C. The Contractor, at a minimum, shall maintain and provide to the District, the following records:

1. Daily logs indicating all equipment testing and startup activities and activities of all manufacturer’s representatives.

2. Records of all tests, calibrations, inspections, adjustments, services and corrective actions taken.

3. Copies of all test data collected at the end of each day of testing.

D. In addition to the tests specified in the individual technical specifications, the Contractor shall perform additional tests as required by the Engineer to demonstrate to the Engineer's satisfaction that all equipment and systems required by the specifications will operate as intended.

E. If the testing of any equipment may affect the operation of existing District facilities, the testing shall be done under direct supervision of the Engineer. The Contractor shall comply with directions given by the Engineer.

F. Table 1 is a summary of equipment/systems that require functional, and performance tests. Additional testing may be required when specified elsewhere.

Table 1: Testing Summary

(Additional tests may be required in other specification sections.)

Specification Section & Paragraph

System / Equipment Name FunctionalTest Required

Performance Test Required

05 59 05 Monolithic Insulating Joints Yes No

Page 275: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-9 Field Testing and Startup

Table 1: Testing Summary

(Additional tests may be required in other specification sections.)

Specification Section & Paragraph

System / Equipment Name FunctionalTest Required

Performance Test Required

08 34 73 Sound Control Door Assemblies Yes Yes

23 34 00 HVAC Fans Yes Yes

23 82 19 Fan Coil Units Yes Yes

26 08 00 Commissioning of Electrical System Yes

26 09 23 Lighting Control Devices Yes

26 24 13 Switchboards Yes No

26 24 19 Motor Control Centers Yes No

26 29 13.13 Across the Line Motor Controllers Yes

26 42 13.05 Pipeline Cathodic Protection Yes

33 09 11 Instruments and Recorders Yes Yes

33 12 16.05 Miscellaneous Valves Yes No

33 12 16.11 Resilient-Seated Gate Valves Yes No

33 12 16.16 High Performance Butterfly Valves Yes No

33 12 16.20 Dual-Disk Check Valves Yes No

33 12 16.23 Resilient-Seated Eccentric Plug Valves Yes No

33 12 16.32 Powered Valve Actuators Yes No

33 12 16.40 Surge Control/Pressure Relief Valve Yes No

33 12 23.10 Vertical Turbine Pumps Yes Yes

33 12 23.12 Vertical Turbine Pump Motors Yes Yes

33 12 28.11 Miscellaneous Piping Specialties Yes No

Page 276: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 01 75 17-10 Field Testing and Startup

Table 1: Testing Summary

(Additional tests may be required in other specification sections.)

Specification Section & Paragraph

System / Equipment Name FunctionalTest Required

Performance Test Required

40 94 43 Programmable Logic Process Controllers Yes No

40 95 13 Process Control Panels and Hardware Yes

41 22 13.16 Underhung Bridge Crane Yes No

All equipment/systems required by these specifications shall be included in the Startup Test.

END OF SECTION

Page 277: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 77 00 - 1 Closeout Procedures

SECTION 01 77 00

CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.1 DESCRIPTION OF PROJECT CLOSEOUT

A. Project Closeout is hereby defined to include general requirements near the end of the contract time, in preparation for final acceptance, final payment, normal completion of contract, occupancy by the District and similar actions evidencing completion of the work. Individual specification sections may contain additional requirements.

B. Related Sections:

1. Section 01 29 00 – Payment Procedures

2. Section 01 50 00 – Temporary Facilities and Controls

3. Section 01 74 05 – Cleaning

1.2 SUBMITTALS

A. Project Closeout items: Required prior to release of final payment.

1. As-Built and Record Drawings: As required in Section 01 33 00 – Submittal Procedures.

2. Equipment and Parts Close-out List: A summary list of materials and parts required by the individual specification sections.

3. Operations and Maintenance Manuals: As required in Section 01 33 00.

4. Special Bonds, Special Warranties, and Service Agreements: As required by individual specification sections. Provide written evidence that these bonds, warranties, and agreements have been satisfactorily performed.

5. Releases of Claims: As required in Section 01 29 00 – Payment Procedures.

6. Releases from Agreements: As required by individual specification sections.

7. Spare Parts, Special Tools and Extra Material: As required by individual specification sections. Include inventory.

8. Cleaning: As required in Section 01 74 00 – Cleaning.

9. Field Records: As required by individual specification sections.

Page 278: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 77 00 - 2 Closeout Procedures

10. Training: As required by Section 01 79 00 – Demonstration and Training

11. Commissioning Report: Materials as described in Sections 26 08 00, 27 08 00, 28 08 00 and 40 80 00.

12. Inspections and certifications from outside agencies: As required by individual specification sections.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 FINAL CLEANING

A. Upon completion of work or a part thereof and immediately prior to Contractor’s notice of completion, clean the facilities and areas of work or parts thereof, as applicable to this project, per Section 01 74 05.

3.2 RESTORATION OF DAMAGED WORK

A. Restore or replace damaged materials and finishes caused by movement of equipment or other operations as specified or directed by the Engineer, at no additional cost to the District.

B. Restoration shall be equal to the original Work, and finishes shall match the appearance of existing adjacent Work.

3.3 REMEDIAL WORK

A. Replace Work due to faulty workmanship or materials at no additional cost to the District.

B. Coordinate Work with the District and perform at such time and manner to cause minimal interruption and inconvenience to the District’s operations.

3.4 SPARE PARTS, SPECIAL TOOLS AND EXTRA MATERIAL

A. Upon completion of work for a given facility and immediately prior to Ready for Service, Contractor shall deliver to the District any spare parts, special tools, and extra material if specified by individual specification sections and as required by Section 01 61 00 Common Product Requirements.

1. Products shall be packaged for storage as recommended by the manufacturer. Extra material shall be in original, opened packaging.

2. Products shall be clearly identified by Project name, Specification Section, Article Number, Paragraph and Subparagraph Number, Facility Name, and Tag Number.

Page 279: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 77 00 - 3 Closeout Procedures

3. Delivery shall be to the job site.

4. Provide inventory of all spare parts, special tools, or extra materials provided.

3.5 WARRANTIES

A. Article 10 of the General Conditions cover the Contractor’s responsibility to remedy defects due to faulty workmanship and materials that appear within one year, unless noted otherwise, from the date of final acceptance.

B. Special warranties are required by various sections of the specifications. Assemble written warranties, label and submit to the Engineer.

1. Equipment warranties shall be written in the manufacturer’s standard form and shall be countersigned by the subcontractor or supplier and the Contractor.

2. All other warranties shall be written on the subcontractor’s or supplier’s letterhead and shall be countersigned by the Contractor.

C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the work that incorporates the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor.

D. Additional Requirements

1. Related Damages and Losses: When correcting warranted work that has failed, remove and replace other work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted work.

2. Reinstatement of Warranty: When work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

3. District's Recourse: Written warranties made to the District are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the District can enforce such other duties, obligations, rights, or remedies.

a. Rejection of Warranties: The District reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents.

4. The District reserves the right to refuse to accept work for the Project where a special warranty, certification, or similar commitment is required on such work

Page 280: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 77 00 - 4 Closeout Procedures

or part of the work, until evidence is presented that entities required to countersign such commitments are willing to do so.

E. Bind warranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-inch by 11-inch paper.

1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name, of the product, and the name, address and telephone number of the installer.

2. Identify each binder on the front and the spine with the typed or printed title "WARRANTIES AND BONDS", the Project title or name, and the name of the Contractor.

3. When operating and maintenance manuals are required for warranted construction, provide additional copies of each required warranty, as necessary, for inclusion in each required manual.

3.6 FINAL INSPECTION

A. Prior to requesting Engineer’s final inspection for certification of final acceptance and final payment, as described in Section 01 29 00 Payment Procedures, complete the following and list known exceptions (if any):

1. Submit copy of Engineer’s final punchlist of itemized work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, endorsed and dated by Engineer.

B. Contractor shall provide a “Notice of Completion.” This notice shall certify in writing that the work has been completed in accordance with the Contract Documents, and request Engineer’s final inspection.

C. Within seven (7) days after receipt of the Contractor’s notice that the work has been completed, including punchlist items resulting from earlier inspections, and excepting incomplete items delayed because of acceptable circumstance, the Engineer will reinspect the work. Upon completion of reinspection, Engineer will either prepare a certificate of final acceptance or advise the Contractor of work not complete or obligations not fulfilled as required for final acceptance. If necessary, inspection procedure will be repeated.

3.7 RELEASES FROM AGREEMENTS

A. Furnish District written releases from property owners or public agencies where agreements or special easements have been made, or where Contractor’s operations have not been kept within the District’s construction right-of-way.

Page 281: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 01 77 00 - 5 Closeout Procedures

B. In the event Contractor is unable to secure written releases, inform the District of the reasons:

1. District or its representatives will examine the site, and District will direct Contractor to complete work that may be necessary to satisfy terms of the agreement.

2. Should Contractor refuse to perform this work, District reserves the right to have it done by separate contract and deduct the cost of same from the contract price, or require the Contractor to furnish a satisfactory bond in a sum to cover legal claims for damages.

3. When District is satisfied that work has been completed in agreement with the Contract Documents and terms of agreements, the right is reserved to waive the requirement for written release if: (1) Contractor’s failure to obtain such statement is due to the grantor’s refusal to sign, and this refusal is not based upon any legitimate claims that Contractor has failed to fulfill the terms of the agreement, or (2) Contractor is unable to contact or has had undue hardship in contacting the grantor.

END OF SECTION

Page 282: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 283: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Demonstration 2011 01 79 00-1 and Training

SECTION 01 79 00

DEMONSTRATION AND TRAINING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Perform training of District personnel for furnished or installed equipment, systems and facilities operation. Develop training program including scheduling, and coordination of training activities and training materials. Specific training procedures and requirements found in the technical sections shall also apply.

B. Related work specified elsewhere:

1. Section 01 32 00 – Construction Progress Documentation

2. Section 01 75 17 – Field Testing and Startup.

3. Section 26 05 00 – Common Work results for Electrical.

4. Section 33 09 11 – Instruments and Recorders.

5. Section 40.94.43 – Programmable Logic Process Controllers.

C. All training activities shall be shown on the Contractor’s construction schedule in accordance with Section 01 32 00.

D. Contractor shall meet with the District Training Administrator to review training requirements including, training schedules, lesson plans, learning objectives, content outline, instructional delivery methods, and other details as determined by the Contractor and/or the District. This meeting shall occur prior to submitting training documentation, and will be held at the District’s Administration Building (375 11th

St., Oakland), or other location as determined by the Engineer. Subsequent meetings may be required if all issues cannot be adequately addressed. All manufacturers’ training representatives should be present at this meeting. If the Contractor elects to act on the behalf of the manufacturer’s representative, then the Contractor shall insure that the various manufacturers’ training representatives are available for teleconferencing during the meeting. The Contractor shall bring O&M manuals (hardcopy and electronic format), for all systems requiring training, to the meeting.

1.2 SUBMITTALS

A. Submit a minimum of 90 calendar days prior to training:

1. Comprehensive training schedule identifying all training by specification section and paragraph number.

Page 284: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Demonstration 2011 01 79 00-2 and Training

2. The Contractor’s Training Coordinator name.

3. Training lesson plans for each specification section requiring training. Each lesson plan shall include learning objectives and a content outline with approximate time scheduled for each topic.

4. Manufacturer's training representative’s resume demonstrating their qualifications and ability to perform the specified training services.

5. Contractor shall advise the Engineer in writing of any special coordination required for any system or equipment outages.

1.3 TRAINING OF DISTRICT PERSONNEL

A. Operation and maintenance training of District personnel shall be provided as specified under this section (see Table 1 at end of section) or as required under other sections. These training services shall be provided by the manufacturer's representative and shall include classroom and hands-on instruction.

B. The Contractor shall provide all equipment and materials required for training.

C. Unless otherwise specified, provide a minimum of two 4-hour training sessions (not including trainer’s travel time) for class sizes of no more than 12 trainees for each piece of equipment or system.

D. Training Locations: All classroom training shall be at District facilities or other locations within the San Francisco Bay Area as determined by the District unless otherwise specified. Coordinate the exact locations for training sessions with the District.

E. Training schedules shall be developed by the Contractor and approved by the District, and shall be in accordance with the following:

1. All training shall be completed prior to start of Startup Testing and prior to “Ready for Service”.

2. Training for an individual system or piece of equipment shall not proceed until after the system or piece of equipment has successfully passed its Functional Test.

3. Training shall be conducted during normal District working hours and shall be scheduled on Tuesday through Thursday, unless otherwise approved by the Engineer.

4. Each person-day of training is equivalent to 8 hours of instruction regardless of the number of calendar days required to complete the training.

Page 285: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Demonstration 2011 01 79 00-3 and Training

5. Only one 4-hour training session shall be scheduled per calendar day unless otherwise approved by the Engineer. If class duration is longer than 4 hours, then the class shall be scheduled on multiple days in 4-hour or less increments.

6. Training sessions shall not be scheduled concurrently unless approved by the Engineer.

F. All trainers shall familiarize themselves with the installation site prior to the training.

G. The District reserves the right to videotape any or all training sessions.

H. Training Content:

1. O&M Manual Review: Provide a thorough discussion of the contents of the final approved O&M Manuals, including the following:

a. Procedures for contacting the manufacturer's representative for equipment field service.

b. Procedures for ordering parts.

c. Discussion of equipment warranty.

2. Maintenance Training:

a. Training objectives.

b. Routine and preventive maintenance.

c. Adjustment procedures.

d. Overhaul procedures.

e. Identify lubrication and adjustment locations.

f. Maintenance access locations.

g. Maintenance safety precautions.

h. Trouble shooting guide.

i. Field test procedures.

3. Operations Training:

a. Training objectives.

b. Principles of operation.

Page 286: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Demonstration 2011 01 79 00-4 and Training

c. Discussion of all design features.

d. Startup, shutdown, and emergency operating procedures.

e. Operational safety precautions.

I. Training Acceptance: Training that does not meet the following training criteria may not be accepted, and the training shall be repeated at the Contractor’s expense including all costs for District trainee time.

1. Training shall present all information necessary to properly operate and maintain the system or equipment.

2. Training shall present all material as submitted in the approved training lesson plan.

3. The trainer’s expertise shall be sufficient to accurately respond to questions posed by the trainees related to the system or equipment operation, maintenance, or principles of operation.

4. Training shall be efficient and without unrelated or irrelevant discussion.Breaks during training sessions shall be limited to 30-minutes total for each four-hour session.

5. Training Evaluation: Training will be evaluated at the end of each training session by the trainees. The evaluations will be one means used by the District to determine if the training adequately instructed District personnel on the proper operation and maintenance of the systems and equipment provided. A typical training evaluation form is included in Appendix A.

1.4 TRAINING COORDINATOR

A. The Contractor shall designate one member of the Contractor’s staff to be the Training Coordinator. To maintain training continuity, the Training Coordinator shall not be replaced throughout the duration of the Contract unless the Training Coordinator is unable to continue the work (termination of employment, long-term illness, etc.), or unless specifically agreed to by the District.

B. The Training Coordinator’s responsibilities shall include, but not be limited to:

1. Develop a training schedule that is coordinated with all project schedules, and is acceptable to the District.

2. Work with the District Training Administrator to identify and schedule training locations at District facilities or other locations as needed.

3. Coordinate and supervise all facets of each training session. Provide any necessary training materials including computers, overhead projectors, screens, white boards, flip charts, etc.

Page 287: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Demonstration 2011 01 79 00-5 and Training

4. Coordinate scheduling of manufacturer visits for training.

5. Coordinate professional video taping of all training sessions, and participate in editing of the final training videotapes before submittal to the District.

6. Provide refreshments for each training session (coffee, tea, juice, cold soft drinks, a selection of bakery items and fresh fruit, etc.).

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 GENERAL

A. Table 1 is a summary of equipment/systems that require training. Additional training may be required when specified elsewhere.

Table 1: Training Summary

(Additional Training May be Required in Other Sections)

Specification Section & Paragraph System / Equipment Name

26 24 19 Motor Control Center

26 24 13 Switchboard

33 09 11 Instruments and Recorders

33 12 16.16 High Performance Butterfly Valves

33 12 23.10 Vertical Turbine Pumps

33 12 23.12 Vertical Turbine Motors

40 94 43 Programmable Logic Process Controllers

END OF SECTION

Page 288: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 289: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 02 41 13 - 1

Selective Site Demolition

SECTION 02 41 13

SELECTIVE SITE DEMOLITION

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Perform selective demolition including removal and disposal of existing cattle guard, gate, barbed wire fencing, drainage culverts, paving, and other work as shown on the drawings and as specified herein.

B. Related work specified elsewhere:

1. Section 01 35 44 - Environmental Requirements.

1.2 JOB CONDITIONS

A. Promptly repair damages caused to existing improvements by demolition operations at no cost to the District.

B. Maintain existing utilities indicated to remain, keep in service, and protect against damage during demolition operations.

C. Blasting is not permitted.

1.3 SUBMITTALS

A. Submit Construction and Demolition Waste Disposal Plan in accordance with Section 01 35 44.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 GENERAL

A. Demolition operations shall be conducted in accordance with Article 31 of the Construction Safety Orders, Title 8, California Code of Regulations.

B. Conduct demolition operations and removal of debris to ensure minimum interference with roads, walks, and other adjacent occupied or in-use facilities to remain as shown on the drawings.

C. Ensure safe passage of persons around area of demolition. Conduct operations to prevent injury to adjacent buildings, structures, other facilities, and persons.

Page 290: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 02 41 13 - 2

Selective Site Demolition

D. Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations.

E. Remove, handle, and dispose of off-site, in a safe, appropriate, and lawful manner, and in accordance with Site Safety and Health Plan, all materials and equipment that are required to be removed under this contract.

3.2 PREPARATION

A. Utilities:

1. Notify District or appropriate utilities to turn off affected services before starting demolition.

2. Remove utility lines exposed by demolition excavation.

3.3 DEMOLITION

A. Drawings define minimum portions of structures, facilities, and equipment to be removed. Unless otherwise shown, rough cuts or breaks may be made exceeding limits of demolition shown.

B. Remove material from existing improvements as required to permit connection of new work. Avoid both damage to the portion to remain, and interference with the use and operation of existing structures and utilities.

1. Pavement to be removed shall be saw cut to a uniform line prior to removal.

2. Shut off, cap, or otherwise protect existing public utility lines in accordance with the requirements of the public agency or utility having jurisdiction.

3. Completely remove all materials designated for removal as shown on the drawings.

C. Remove piping from areas to be backfilled. Pipe, valves, and fittings adjacent to those to be removed may also be removed as salvage.

D. Cut off concealed or embedded piping, conduit, boxes, reinforcing steel, anchor bolts, or other materials a minimum of 3/4" below the final finished surface.

E. Patch existing surfaces to create a neat, smooth appearance. Use non-shrink grout to patch concrete or masonry surfaces. Use like materials for other surfaces.

Page 291: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 02 41 13 - 3

Selective Site Demolition

3.4 DISPOSAL OF DEMOLISHED MATERIALS

A. Remove, handle, and dispose of off-site, in a safe, appropriate and lawful manner, and in accordance with Section 01 35 44, all materials that are required to be removed under this contract.

B. Underground conduits, pipes, and drainage facilities that are to be demolished shall be removed flush with any excavation and a 0.5 foot thick plug of concrete placed securely in the pipe end to provide closure.

C. Burning of removed materials is not permitted on the site.

END OF SECTION

Page 292: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 293: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 11 00 - 1 Concrete Forming

SECTION 03 11 00

CONCRETE FORMING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install formwork and concrete formliners for cast-in-place concrete.

B. Related work specified elsewhere:

1. Section 03 30 00 - Cast-in-Place Concrete.

2. Section 03 35 00 – Concrete Finishing.

1.2 QUALITY ASSURANCE

A. Design Criteria:

1. Formwork, including forms, falsework, shoring, bracing, and accessories such as ties, anchors and hangers, shall be designed in accordance with Chapter 1 of ACI 347 - American Concrete Institute Standard Recommended Practice for Concrete Formwork.

2. The design and construction of forms and form supports shall be subject to approval of the Engineer, but responsibility for their adequacy shall rest with the Contractor.

B. Tolerances:

1. Formwork shall be constructed and maintained as required to produce completed work within the tolerance limits specified in Chapter 2 of ACI 347.

2. The following construction tolerances are hereby established and apply to finished walls and slabs unless otherwise shown:

Item ToleranceVariation of constructed linear outline from the established position in plan.

In 10 feet: 1/4-inch; In 20 feet or more: 1/2 inch

Variation from the level or from the grades shown. In 10 feet: 1/4-inch; In 20 feet or more: 1/2 inch

Variation in the thickness of slabs and walls. Plus 1/2 inch , Minus 1/4-inch

Variation in the location and sizes of slabs and wall openings

Plus or minus 1/4-inch

Page 294: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 11 00 - 2 Concrete Forming

1.3 SUBMITTALS

A. Submit detailed plans of the falsework proposed to be used to the Engineer for acceptance. Such plans shall be in sufficient detail to indicate the general layout, sizes of members, anticipated stresses, grade of materials to be used in the falsework, means of protecting existing construction which supports falsework, and typical soil conditions. Submit prior to start of work.

B. Submit literature for the Engineer's approval on:

1. Metal forms.

2. Bond breaker.

3. Formliners

1.4 JOB CONDITIONS

A. Falsework and vertical shoring:

1. Design, construction, inspection, and removal of falsework and vertical shoring shall be in full conformance with the provisions of Section 1717 of the Construction Safety Orders, Title 8, California Code of Regulations.

2. All falsework or vertical shoring installations where the height of the falsework or vertical shoring, as measured from the top of the sills to the soffit of the superstructure, exceeds 14 feet, or where individual horizontal span lengths exceed 16 feet shall be approved and signed by a civil engineer, registered in the State of California.

3. A copy of the approved falsework plan or shoring layout shall be available on the job site at all times.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Plywood for forms shall be Plyform Class I, B-B EXT-APA, conforming to the specifications of the U. S. Department of Commerce Product Standard PS-1 requirements.

B. Metal forms may be used on approval of the Engineer.

C. Alternate form materials, such as hard bond fiberglass or steel, may be used to provide an F3 finish (See Section 03 35 00).

Page 295: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 11 00 - 3 Concrete Forming

D. Form ties:

1. Form ties shall be of sufficient strength and number to prevent spreading of the forms during the placement of concrete and to permit ready removal of the forms without spalling or damaging the concrete.

a. Space ties at uniform intervals across surface; align in horizontal and vertical directions.

2. Wire ties for holding forms will not be permitted.

3. No form-tying device or part thereof other than metal shall be left imbedded in the concrete.

4. Forms for outside surfaces shall be constructed with stiff wales at right angles to the studs, and all form ties shall extend through and be fastened to wales.

5. All form ties shall have a one-inch minimum breakback and removable plastic cones.

a. Maximum diameter of cones for rod ties, or of other removable form tie fasteners shall not exceed one inch, and all such fasteners shall be such as to leave holes of regular shape.

b. Fill cone holes as specified in Section 03 30 00.

E. Bond breaker:

1. When required to prevent bond, forms shall be treated with an approved compound which is not deleterious to concrete and which will not cause discoloration of the finished surface.

2. Use a resin base bond breaker on concrete to be painted.

F. Falsework and shoring:

1. Falsework and forms shall be constructed to produce in the finished work the lines and grades indicated on the drawings.

a. Suitable jacks, wedges, or camber strips shall be used in connection with falsework to set the forms to the required grade or camber and to take up any settlement in the formwork either before or during the placing of concrete.

b. Falsework shall be formed upon solid footing safe against undermining and protected from softening.

Page 296: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 11 00 - 4 Concrete Forming

2. Manufactured shores of adjustable type shall not be used if wear, damage, or defects make them incapable of supporting the loads for which they were designed.

G. Contractor shall provide and install two different types of concrete formliners as shown on architectural drawing 2107-A-002.

1. The concrete formliners shall have a weathered tongue and groove appearance with approximately 7 ½” wide planks and ½” x ¼” reveals, and a standard split faced 8” x 16” CMU block with 3/8” mortar joint appearance.

2. Acceptable Products:

a. Spec Formliners, Inc. 530 East Dyer Road, Santa Ana, CA 92707, Telephone (714) 429-9500 – Pattern Number 1213 (Weathered Tongue and Groove) and Pattern 1407 (8” x 16” Split Face Block).

b. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 PREPARATION

A. Surfaces of all forms in contact with concrete shall be clean, rigid, tight, and smooth unless otherwise specified.

B. Reusable forms shall be of such a type that they can be entirely removed and remain watertight.

3.2 CONSTRUCTION OF FORMS

A. Form panels that are attached directly to the studding or joists, shall be not less than 5/8-inch thick, and the studding or joists shall be placed not more than 12 inches center-to-center.

B. Form panels less than 5/8-inch thick, otherwise conforming to the requirements specified in this section, may be used with a continuous backing of surfaced material 3/4-inch thick.

C. Form panels more than 5/8-inch thick attached to studding or joists spaced at more than 12 inches center-to-center may be used, provided that deflection of the panel between studding or joists does not exceed that of a 5/8-inch panel attached to studding or joists spaced at 12 inches center-to-center.

D. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar defects in the finished concrete exceeding the allowable irregularities for the formed finishes specified.

Page 297: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 11 00 - 5 Concrete Forming

E. Exposed edges on the outside and inside of structures shall be chamfered with triangular fillets 3/4" by 3/4", unless otherwise noted on the drawings or ordered by the Engineer.

F. Openings shall be provided sufficient in size and number to permit convenient access to clean, inspect, and place concrete within the forms properly.

G. Where forms for continuous surfaces are placed in successive units, the forms shall fit tightly over the completed surface so as to prevent leakage of mortar from the concrete and to maintain accurate alignment of the surface.

H. Reset forms shall overlap the hardened concrete with sufficient tie bolts so as to prevent loss of mortar or spreading of the forms when concrete placement is resumed.

I. Set and maintain concrete forms so as to ensure that the completed work is within the tolerances specified herein.

3.3 INSTALLATION OF FORMLINERS

A. Attach formliners to formwork using TEK screws through the face of the formliner, spaced 12-inches on center.

3.4 REMOVAL OF FORMS

A. Forms for columns, walls, sides of beams and other parts not supporting the weight of the concrete may be removed as soon as the concrete has sufficient strength to resist damage from deflection, misalignment, cracking, spalling, and form removal operations, particularly when form ties will be bent by the removal operations.

B. Falsework and forms supporting cast-in-place concrete beams, slabs, or other members subject to bending stresses shall not be removed or released less than 21 days after the concrete has been placed or until the concrete has reached the specified minimum compressive strength, whichever comes first.

END OF SECTION

Page 298: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 299: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 15 13 - 1 Waterstops

SECTION 03 15 13

WATERSTOPS

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install waterstops as shown on the drawings.

B. Related work specified elsewhere:

1. Section 03 30 00 - Cast-In-Place Concrete.

2. Section 07 92 00 - Joint Sealants.

1.2 QUALITY ASSURANCE

A. All field joints in waterstops will be subject to rigid inspection for misalignment, bubbles, inadequate bond, porosity, cracks, offsets, and other defects which would reduce the potential resistance of the material to water pressure at any point. All defective joints shall be replaced with material which will pass said inspection, and all faulty material shall be removed from the site and disposed of by the Contractor.

B. The following defects represent a partial list of defects which shall be grounds for rejection:

1. Offsets at joints greater than 1/32-inch or 15 percent of material thickness at any point.

2. Exterior crack at welded joint in outer surface due to incomplete bond which is deeper than 1/32-inch or 15 percent of material thickness at any point.

3. A combination of offset or exterior crack which will result in a net reduction in the cross section of the waterstop in excess of 1/32-inch or 15 percent of material thickness at any point.

4. Misalignment of a joint which results in a longitudinal misalignment of the waterstop in excess of 1/2-inch in 10 feet.

5. Porosity in the welded joint as evidenced by visual inspection.

6. Bubbles or inadequate bonding which can be detected with a pen-knife test.(If, while prodding the entire joint on each side with the point of a penknife, the knife breaks through the outer portion of the weld into a bubble, the joint shall be considered defective.)

Page 300: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 15 13 - 2 Waterstops

7. Nail holes in the middle two-thirds of the waterstop material.

8. Dirt, oil, grease, paint, or other foreign material on the waterstop.

1.3 SUBMITTALS

A. Samples: Submit to the Engineer for approval, samples of all the materials, waterstop sections, and a field splice he proposes to use on the work. Submit manufacturer's printed instructions for installation.

PART 2 - PRODUCTS

2.1 PVC WATERSTOPS

A. PVC waterstop (centerbulb or dumbbell type as shown on the drawings) as supplied by Burke Concrete Accessories, Inc., 510-465-3900, CalNeva Supply Co., Inc., 510-893-1071, or equal as approved by the Engineer.

B. PVC shall meet Corps of Engineers CRDC-572 requirements.

PART 3 - EXECUTION

3.1 GENERAL

A. Unless otherwise shown on the drawings, waterstops of the type specified herein shall be embedded in the concrete across joints as shown on the drawings. All waterstops shall be fully continuous for the extent of the joint. Splices necessary to provide such continuity shall be accomplished in conformance to printed instructions of manufacturer of the waterstop. The Contractor shall take suitable precautions and means to support and protect the waterstops during the progress of the work, and shall repair or replace at its own expense any waterstop damage during the progress of the work. All waterstops shall be stored so as to permit free circulation of air around the waterstop material and be protected from the direct rays of the sun. In the event any waterstop is installed in the concrete on one side of a joint and will remain unembedded in concrete on the opposite side of the joint for more than two days, suitable precautions shall be taken to shade and protect the exposed waterstop from the direct rays of the sun during the entire exposure and until the waterstop is embedded in the concrete on both sides of the joint.

3.2 SPLICES IN WATERSTOPS

A. All splices in waterstops shall be performed by heat sealing in accordance with the manufacturer's printed recommendations. It is essential that:

1. The material not be damaged by heat sealing.

2. The splices have a tensile strength of not less than 60 percent of the unspliced material's tensile strength.

Page 301: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 15 13 - 3 Waterstops

3. The continuity of the waterstop cross-section be maintained.

B. Butt joints of the ends of two identical waterstop sections may be made while the material is in place in the forms.

C. All joints in waterstop involving more than two ends to be jointed together, and all joints which involve an angle cut, alignment change, or the joining of two dissimilar waterstop sections shall be prefabricated by the Contractor prior to placement in the forms, allowing not shorter than 18-inch long strips of waterstop material beyond the joint. Upon being inspected and approved, such prefabricated waterstop joint assemblies shall be installed in the forms and the ends of the 18-inch strips shall be butt-welded to the straight run portions of waterstop in place in the forms.

3.3 JOINT CONSTRUCTION

A. Setting waterstops:

1. In order to eliminate faulty installation that may result in joint leakage, particular care shall be taken to provide for the correct positioning of the waterstops during installation. Adequate provisions shall be made to support the waterstops during the progress of the work and to ensure the proper embedment in the concrete. The symmetrical halves of the waterstops shall be equally divided between the concrete pours at the joints. The center axis of the waterstops shall coincide with the joint openings at the plane of installation of the waterstop.

B. Placement of concrete around waterstops:

1. Care shall be used in placing concrete around waterstops by careful working, rodding, and vibrating to ensure that all air and rock pockets have been eliminated.

END OF SECTION

Page 302: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 303: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 20 00 - 1 Concrete Reinforcing

SECTION 03 20 00

CONCRETE REINFORCING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install reinforcement of the shape and dimensions shown on the drawings and as specified herein.

1.2 QUALITY ASSURANCE

A. Reinforcement furnished shall be subject to rigid inspection, and no material shall be shipped until all tests, analyses, and final inspections have been made and the work has been accepted by the Engineer.

1. Contractor shall notify the District's Plant Inspection Section (510-287-1132) in sufficient time to permit inspection, sampling, testing, and tagging before shipment is made.

2. Certificates and tests will not be required if, in the opinion of the Engineer, the reinforcement is of such minor quantity that specified certificates and tests are impractical.

B. Mill tests and tags:

1. Each bundle of steel shall be tagged by the mill with an identifying mill tag showing the name of the mill and the melt or heat number for the steel.

C. Test samples and approval:

1. Engineer may sample reinforcement at the source of supply or at point of distribution.

a. Two or more samples, each 24 inches long, may be taken at random from each size of bar in each melt or heat.

b. Contractor shall furnish test samples at no additional expense to the District.

2. Engineer will attach a tag to each bundle of steel that has been inspected, tested, and approved by the Engineer.

Page 304: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 20 00 - 2 Concrete Reinforcing

1.3 SUBMITTALS

A. Submit seven (7) sets of reinforcement lists, locations, diagrams, details, and bending diagrams to the Engineer, before reinforcement is fabricated.

B. Submit a certified copy of mill test of each heat, showing physical and chemical analysis to the Engineer at the time of sampling.

C. Submit a shipping invoice for each shipment showing the weight and heat number of each size of bar.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Reinforcing steel:

1. Deformed bars: ASTM A 615 Grade 60.

2. Welded wire fabric: ASTM A 185.

B. Bar supports:

1. Supports and spacing of spacers per standards set forth by CRSI Manual of Standard Practice.

2. Supports and spacers that extend to the surface of the concrete shall be noncorrosive and nonstaining.

C. Tie wire:

1. Wire shall be 18 gauge or heavier, black annealed.

PART 3 - EXECUTION

3.1 FABRICATION

A. Reinforcing steel shall be accurately fabricated to the dimensions shown on the drawings.

1. Bends shall be made using pin sizes as recommended by the American Concrete Institute.

2. Bars shall be bent cold unless preheating is approved in advance by the Engineer.

3. Bars reduced in section or having kinks or bends not shown on the contract drawings will not be accepted.

Page 305: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 20 00 - 3 Concrete Reinforcing

4. Fabrication shall be as required to provide the minimum cover as indicated on the drawings.

B. Welding or mechanical connections as an aid to fabrication and/or installation will not be permitted except as specifically shown on the drawings, or as approved by the Engineer.

3.2 PLACING

A. Reinforcing bars shall be accurately placed as shown on the design and placing drawings, shall be firmly and securely held in position by means of wiring at intersections, using approved bar supports so located and of sufficient strength to resist crushing or displacement under the full load of concrete as it is placed.

1. Placing of bars in fresh layers of concrete will not be permitted.

2. Tie wire ends shall be bent away from and shall not contact form work.

3. Placing tolerances shall be as recommended by the CRSI "Practice for Placing Reinforcing Bars" except at specific locations where shown by the design drawings as requiring closer placing tolerances.

B. Welded wire fabric used as reinforcement shall be furnished in rolls, rolled flat, or flat sheets, at the option of the Contractor.

1. Welded wire fabric shall be firmly secured to resist any transverse or lateral movement.

2. Welded wire fabric shall be supported in position by approved supports.

C. Splicing of reinforcing bars shall be as shown or indicated on the drawings or as approved by the Engineer. Splices of tensile reinforcement at points of maximum stress shall be avoided. Unless otherwise shown on the design drawings, laps shall be Class B splices per ACI 318. Welded wire fabric shall be spliced either one wire spacing plus 2 inches, or 6 inches, whichever is greater.

D. Welded or mechanical connections (if required) shall be made at locations shown on the drawings or as approved by the Engineer.

1. Welded connections shall be per AWS D1.4, Latest Edition.

2. Mechanical connections shall develop 125% of reinforcing bar yield strength in either tension or compression.

Page 306: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 20 00 - 4 Concrete Reinforcing

3. Mechanical connections shall be per manufacturer's recommendations, conforming to the applicable code requirements.

END OF SECTION

Page 307: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 1 Cast-in-Place Concrete

SECTION 03 30 00

CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Cast-in-place concrete required for this work is shown on the drawings and includes but is not necessarily limited to:

1. Pumping Plant

2. Drainage Ditches

3. Concrete Aprons and Landings

4. Switchgear Pad

5. Miscellaneous Small Structures

B. Related work specified elsewhere:

1. Section 03 11 00 - Concrete Forming.

2. Section 03 20 00 - Concrete Reinforcing.

3. Section 03 35 00 - Concrete Finishing.

4. Section 03 39 00 - Concrete Curing.

5. Section 03 48 00 – Precast Concrete Specialties.

1.2 QUALITY ASSURANCE

A. Qualifications of workmen:

1. A foreman experienced in work being done shall be on job at all times.

B. Codes and Standards:

1. Comply with all pertinent recommendations of "Structural Concrete for Buildings", publication ACI 301 of the American Concrete Institute.

C. Testing:

1. District will inspect and will perform concrete slump and strength tests. Strength tests on concrete cylinder samples will be performed in accordance with ASTM C 39.

Page 308: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 2 Cast-in-Place Concrete

2. Strength tests on core samples will be performed in accordance with ASTM C 42.

D. Concrete Samples:

1. Contractor shall provide all labor and equipment required to make the concrete samples, store them on site during initial cure, and deliver concrete cylinder samples to EBMUD Materials Testing Laboratory located at the address listed in Article 1.3. The District will provide the molds for making concrete cylinders.

a. Samples shall be made in accordance with ASTM C 31 and ASTM C 172.

b. Unless specified elsewhere, a set of four cylinders shall be cast for each mix type placed, each day placed, or each 50 cubic yards placed.

c. Label samples using a nomenclature provided by the Engineer.

E. Additional Core Samples and Tests:

1. If, in the opinion of the Engineer, results of tests on concrete cylinders indicate the possibility of substandard concrete in the structure, cored samples may be required to be taken from the placed concrete. The contractor shall provide all labor and equipment required to obtain the core samples.

a. The contractor shall take 3 cores of the area representing the cylinders in which the strength is in question and deliver them to EBMUD Materials Testing Laboratory for strength tests.

1) Core samples shall be obtained in accordance to ASTM C 42.

b. If the results of the core tests indicate the concrete that has been placed does not meet the specification, remove and replace the defective concrete at no additional cost to the District.

c. The Contractor may be reimbursed per Document 00 72 00 Article 7 for the coring cost if test results on the core samples indicate that the placed concrete meets the specification, and if it can be demonstrated that the original concrete cylinder samples were properly obtained.

F. Concrete Mix:

1. The design of the concrete mixtures shall be the responsibility of the Contractor, and shall be subject to review and approval by the Engineer.

a. Concrete mix shall be designed, in accordance with ACI 318, Chapter 5, by an approved independent testing laboratory, employed by the

Page 309: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 3 Cast-in-Place Concrete

Contractor, and the design submittal shall be signed by a California-registered Civil Engineer.

1) The testing laboratory shall submit certified copies of all laboratory trial mix reports to the Engineer.

2) Do not place concrete prior to the Engineer's review of test reports and approval of mix design.

b. Concrete shall be composed of a cementitious material, water, fine and coarse aggregates and admixtures.

c. The cementitious materials shall be Portland cement or Portland cement in combination with pozzolan.

d. The admixture shall be an air-entraining agent plus either a water reducing admixture or a water reducing retarding admixture as approved by the Engineer.

e. The proportions of all material used in the concrete shall conform to the approved mix design. Adjustments may be made to the batch weights or cement and water as necessary to maintain the water-cement ratio and the stipulated slump, with approval of the Engineer.

2. Minimum content of cementitious materials in structural concrete shall be as follows:

Cementitious Material Used Minimum Content in PoundsPer Cubic Yard of Concrete

a. Portland cement only 602

b. Portland cement in combination with pozzolan

553 - cement, and 75 - pozzolan

3. Aggregate content: The nominal maximum size of aggregate used in structural concrete shall conform to the following requirements:

Page 310: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 4 Cast-in-Place Concrete

Locations Size

a. Sections over 8 inches in thickness in which the clear distance between reinforcement is at least 2-1/4 inches.

1”x No. 4

b. Sections 8 inches or less in thickness or with a clear distance between reinforcement less than 2-1/4 inches.

3/4" x No. 4

Note: The nominal maximum size aggregate shall not be increased for these features, but may be decreased for sections requiring a special quality of concrete as directed by the Engineer.

4. Air Content:

a. The air content by volume based on measurement made immediately after discharge from the mixer shall be determined by ASTM C 231.

b. The total calculated air content of the sample prepared in accordance with ASTM C 231 shall be between 2% and 4%.

G. Quality Control:

1. Batch plant shall be approved by the Engineer in advance of use for this work.

1.3 SUBMITTALS

A. Submit concrete mix design to the Engineer for approval.

B. Representative samples of materials required for testing under this section shall be submitted to the EBMUD Materials Testing Laboratory, 1100 21st Street, Oakland. A minimum of one day in advance, make an appointment for the sample delivery by calling the laboratory at (510) 287-1990 between 8:00 a.m. and 10:00 a.m.

1. Complete a submittal log similar to the Concrete Data Sheet shown in Appendix A. A Microsoft Word electronic version of the Concrete Data Sheet template will be made available upon request.

C. Portland Cement:

1. Submit manufacturer's certificate of compliance with ASTM C 150 and standard physical and chemical analysis.

D. Pozzolan:

1. Furnish with each shipment a certificate with test data showing compliance with ASTM C 618.

Page 311: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 5 Cast-in-Place Concrete

E. Admixtures:

1. Submit 10-ounce sample of each product proposed for use in concrete mix if requested.

2. Submit with sample the manufacturer's test data showing performance of product in concrete as to air content, water reduction, retardation, and effect on concrete strength at various ages, for concrete temperatures ranging 50 degreesF to 90 degrees F.

F. Aggregates:

1. Submit for the Engineer's approval, two weeks in advance of the concrete work, a representative sample of each size of fine and coarse aggregate to be used. Size of each sample shall be not less than 50 pounds.

G. Bonding agents:

1. Submit the product information and the manufacturer's recommendations for the product application for the Engineer's approval prior to use.

1.4 PRODUCT DELIVERY AND STORAGE

A. Ship cement in paper sacks or in bulk.

B. Store cement, pozzolan, aggregates and admixtures so that they are protected against deterioration from any cause.

C. Keep separate the several sizes of fine and coarse aggregate while in storage.

PART 2 - PRODUCTS

2.1 MATERIALS

A. All structural concrete shall have a minimum compressive strength of 4,000 psi at 28 days.

B. Portland Cement:

1. Portland cement shall conform to ASTM C 150, Type II, and shall not contain more than 0.60% by weight of alkalies (calculated as sodium oxide plus 0.658 potassium oxide). Tested and certified cement shall not be mixed with, nor contaminated by, any other cement.

C. Pozzolan:

1. Pozzolan for cement replacement shall conform to ASTM C 618 Class N or Class F (fly ash) with the following exception:

Page 312: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 6 Cast-in-Place Concrete

a. Pozzolanic activity index with lime, at 7 days, shall be 1000 psi minimum. (Table 2, ASTM C 618)

D. Admixtures:

1. Types:

a. Air entraining admixtures (AEA) shall conform to ASTM C 260.

b. Water reducing admixtures and water reducing and retarding admixtures (WRA and WRRA) shall conform to ASTM C 494, Type A and D.

c. Accelerating admixtures containing chlorides shall not be used.

2. Preparation:

a. Prepare admixtures in solution, maintain at uniform strength as recommended by the manufacturer, batch accurately by means of a reliable mechanical dispenser and visible check gauge, and add to the batch in the mixing water.

3. Specified admixtures:

a. Contractor shall add approved admixtures to all concrete. If requested, the Contractor shall submit a sample for testing as specified in Article 1.3.

4. Costs:

a. Include cost for furnishing and adding air entraining agent or other specified admixture to the concrete in the Contractor's bid for the work, and no extra compensation will be allowed thereafter.

b. Payment for furnishing and adding admixtures ordered by the Engineer but not covered by these specifications will be made as extra work as provided in the General Conditions.

c. The Contractor shall pay the cost of any admixture damaged, wasted, or used in unspecified concrete.

E. Water:

1. Water for mixing and curing concrete, washing aggregates, and mixing mortar shall conform to the requirements of CSS 90 - 2.03.

F. Aggregates:

1. Fine Aggregate (100% passing 3/8" mesh)

a. Conform to ASTM C 33 with the following exceptions:

Page 313: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 7 Cast-in-Place Concrete

1) When tested in accordance with ASTM C 136, fine aggregate shall conform to the following limits:

Sieve Number % by Weight Retained on Sieve

4 0 – 6 8 5 – 22

16 10 – 27 30 15 – 28 50 15 – 27

100 12 – 20 200 0 – 7 Pan 0 – 3

2) Fineness modulus shall be not less than 2.50, nor more than 3.00.

3) Specific gravity S.S.D. shall not be less than 2.60.

b. Free water shall not vary more than 5% in consecutive batches.

c. Fine aggregate conforming to CSS Section 90-3.03 is also acceptable.

2. Coarse Aggregate (No. 4 to 1")

a. Conform to ASTM C 33 with the following exceptions:

1) When tested in accordance with ASTM C136, coarse aggregate shall conform to following limits designated by the Engineer:

2) Cleanness Test: Samples from the batching bin shall have a cleanness value of not less than 75 (State of California, Division of Highways, Test Method No. Calif. 227).

b. Coarse aggregate (1" x No. 4) conforming to CSS Section 90-3.02 is acceptable for Location a. only. See Article 1.2 F - Concrete Mix.

Sieve Size Percent by Weight Passing Primary Aggregate Nominal Sizes

1" x #4 3/4" x #41-1/2’ 100 -

1” 88 – 100 100 3/4" 65 – 90 90 – 100 3/8’ 15 – 35 15 – 40

No. 4 0 – 5 0 – 5

Page 314: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 8 Cast-in-Place Concrete

3. Wetting of Aggregate:

a. Perform wetting of aggregate for cooling, or rewashing to provide clean aggregate, in advance of delivery into the batching plant bins. Material shall have uniform and stable moisture content as batched, and such that the variations in aggregate moisture will not cause variations in slump from batch to batch of more than 1/2 inch. Any added moisture shall be in accordance with the water cement ratio specified in the approved mix design.

G. Synthetic Fiber Reinforcing Material:

1. Reinforcing material shall be 100% virgin polypropylene fibrillated fibers containing no reprocessed olefin materials and specifically manufactured for use as concrete secondary reinforcement. Material shall conform to ASTM C 1116, Type III, and Performance Level I, Toughness Index I5, as outlined in Section 21 (Note 17) of ASTM C 1116.

2. Acceptable manufacturers:

a. Fibermesh Company, Vallejo, CA, (707) 642-7747

b. Or equal as approved by the Engineer.

H. Bond breaker: Nonstaining type, providing a positive bond prevention.

1. Manufacturers and products:

a. Williams Distributors, Inc., Seattle, WA; Williams Tilt-Up Compound.

b. SCA Construction Supply Div., Superior Concrete Accessories, Franklin Park, IL; Silcoseal 77.

c. Burke Co., San Mateo, CA; Burke Clean Lift Bond Breaker or Burke Tilt Free Bond Breaker.

d. Or equal as approved by the Engineer.

I. Patching material:

1. Contain no chlorides or other chemicals causing steel corrosion.

2. Low pressure silica fume mortar, EMACCO as manufactured by Master Builders, Co, or equal as approved by the Engineer.

2.2 SPECIAL CONCRETE

A. Concrete for curbs, gutters, sidewalks and driveways shall contain one pound of lamp black per cubic yard or its equivalent in approved liquid solution.

Page 315: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 9 Cast-in-Place Concrete

B. Concrete encasement for electrical conduit shall contain one pound of red oxide per sack of cement.

2.3 BONDING AGENTS

A. Two-component liquid epoxy designed for bonding fresh concrete to existing concrete.

B. Approved products:

1. Concressive Liquid (LPL), manufactured by Master Builders and available from Muller Construction Supply, San Francisco, CA (415) 282-8001.

2. Sikadur 32, manufactured by Sika Corporation and available from D. M. Figley Co., Menlo Park, CA, (800) 292-9919.

3. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 PREPARATIONS PRIOR TO PLACING CONCRETE

A. Remove standing water, mud, and debris from foundation surfaces.

B. Clean reinforcement of loose mill and rust scale, mortar, oil, dirt and coatings that reduce bond.

C. See Section 03 11 00 regarding treatment of forms.

D. Approximately 30 minutes before concrete is placed, saturate wood forms and absorptive foundations with water.

3.2 BATCHING

A. General:

1. Provide and maintain means and equipment required to determine and control the relative amounts of the various materials, including water, cement, admixture, sand, and each individual size of coarse aggregate entering the concrete.

a. Proportion batches of concrete on the basis of integral sacks of cement unless the cement is weighed.

b. Determine amounts of sand and individual size of coarse aggregate entering each batch of concrete by weighing, and the water by either weighing or metering.

Page 316: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 10 Cast-in-Place Concrete

2. Deposit materials in the batch bins directly over the discharge gates. Coarse aggregate shall be deposited in the batch bins through effective rock ladders when the free drop exceeds four feet.

3. Construct, maintain and operate equipment for conveying batch materials from the weighing and batching hoppers so that there will be no spillage of the batched materials or overlapping of batches.

4. The Engineer may inspect the batching operations at any time.

5. The Engineer may reject any concrete that is produced by batching equipment or operations that do not meet the requirements of the specifications.

6. Contractor shall give the Engineer 24 hours advance notice when batching is to be done.

7. Provide sufficient trucks of adequate size to ensure continuous delivery of batched material. Each truck shall carry a delivery ticket showing the mix number, size of batch, and the time it was batched. The ticket shall show the reading of the revolution counter at the time the truck mixer was charged.

B. Weighing and metering equipment:

1. Weighing and metering equipment shall be sealed by the California State Division of Weights and Measures.

2. Construct and operate batching equipment so that when the entire plant is running the combined inaccuracies in feeding and measuring materials will not exceed 1 percent for water or cement and pozzolan, __ percent for any size of aggregate, and 1-1/2 percent for the total aggregate in any batch.

a. Equipment for convenient confirmation of the accuracy of measurement is required for each batch.

b. Equipment for water measuring shall be such that leakage will not occur when the valves are closed.

3. Provide standard test weights and other auxiliary equipment required for checking the operating performance of each scale or meter and make periodic tests in the presence of the Engineer. Furnish the Engineer with results of check tests made, and make adjustments, repairs, or replacements as the Engineer may consider necessary to secure satisfactory performance.

4. Where the batching plant involves the use of storage bins and weighing hoppers, each weighing unit shall include a visible springless dial or equal suitable devise as approved by the Engineer which will register the scale load at any stage of the weighing operation from zero to full capacity.

Page 317: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 11 Cast-in-Place Concrete

a. Construct weighing hoppers so as to permit the convenient removal of material in excess of prescribed tolerances.

b. Each dial and water-measuring device shall be in full view of the operator, and, if practicable, the weighing equipment shall be arranged so that the operator may conveniently observe the operation of the bin gates and also the materials discharged into the mixing hopper.

5. Interlocked equipment.

a. Interlock batching equipment in automatic plants so that:

1) A new weighing cycle cannot be started until all the batchers are completely emptied and the dispatcher discharger gates and valves are closed.

2) The batcher discharge gate cannot be opened until the correct weights of the materials are in the batching hoppers and the scales in balance.

3) The discharge gates cannot be closed until all materials are entirely discharged from the hopper and are back in balance.

b. Interlock water valve so that batcher discharge valve cannot be opened until the filling valve is closed.

c. Interlock admixture dispenser to operate with the water batcher.

6. Dispensers for air admixtures shall have sufficient capacity to measure at one time the full quantity of properly prepared solution required for each batch.

a. Unless these admixtures are added to premeasured water for the batch, their discharge into the batch shall be arranged to flow uniformly into the water stream for the batch, from beginning to the end of its flow into the mixer.

b. Air entraining agents and water reducing retarders shall not vary from the required dosage more than five (5) percent.

3.3 MIXING AND DELIVERING

A. Ready-mixed concrete shall be mixed and delivered to the site of the work by means of one of the following operations:

1. Central mixed concrete: Mix completely in a stationary mixer. Transport the mixed concrete to the point of delivery in truck agitators or truck mixers operating at agitating speed. Non-agitating hauling equipment will not be permitted.

Page 318: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 12 Cast-in-Place Concrete

2. Shrink-mixed concrete: Mix partially in a stationary mixer and complete the mixing in a truck mixer.

3. Transit-mixed concrete: Mix completely in a truck mixer.

B. Mixing shall be in accordance with the following requirements:

1. Mix concrete ingredients in batch mixers until homogeneous and of uniform consistency.

a. The mixing of each batch shall continue for not less than 1-1/2 minutes for concrete not containing pozzolan, and for not less than 2 minutes for concrete containing pozzolan along with all ingredients, except the full amount of water, in the mixer.

Minimum mixing period specified is predicated on the manufacturer's recommended speed of rotation of the mixer and the introduction of the materials, including water, into the mixer in accordance with ACI Standard 304, paragraph 4.3.

b. District reserves the right to increase the mixing time when the charging and mixing operations fail to result in the required uniformity of composition and consistency within the batch, and from batch to batch.

c. Add water prior to, during, and following the mixer-charging operations. No additional water shall be added to the batch to preserve the required concrete consistency despite excessive over-mixing.

d. Reduce batch sizes for ready-mixed concrete as necessary to avoid excessive mixing, loss of slump, and standby time.

C. Mixers and agitators:

1. Mixers may be stationary mixers or truck mixers.

2. Each mixer and its operation shall be subject to the approval of the Engineer, and any mixer that at any time produces unsatisfactory results, in the opinion of the Engineer, shall be repaired promptly and satisfactorily or shall be replaced.

3. Operate mixers and agitators within the limits of capacity and speed of rotation designated by the manufacturer of the equipment.

4. Equip each mixer other than truck mixers with a satisfactory mechanically operated timing and signaling (or locking) and metering device for indicating and assuring the completion of the required mixing period and for counting the batches.

Page 319: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 13 Cast-in-Place Concrete

5. Equip truck mixers with counters of the continuous-registering, non-resettable type which accurately measure the number of revolutions of the drum or blades. Mount counters where the Engineer may safely and conveniently inspect them from alongside the trucks.

D. When shrink-mixed concrete is furnished, concrete that has been partially mixed at a central plant shall be transferred to a truck mixer and all requirements of transit-mixed concrete shall apply. No credit in the number of revolutions at mixing speed shall be allowed for partial mixing at a central plant.

E. When transit-mixed concrete is furnished, each batch of concrete shall be mixed for not less than 70 nor more than 100 revolutions of the drum or blades. The mixing speed shall be at the rate of rotation designated by the equipment manufacturer.

1. Additional mixing shall be at the speed designated by the equipment manufacturer as agitating speed.

2. All materials, including water, shall be in the mixer drum before starting the count of the number of revolutions of mixing.

3. Mixing operations shall begin within 30 minutes after the cement has been intermingled with the aggregates.

F. When a truck mixer or agitator is used for transporting concrete, the concrete shall be delivered to the site of the work and discharge shall be completed within 1-1/2 hours or before the drum has completed 300 revolutions, whichever comes first, after introduction of the mixing water to the cement and aggregates or the introduction of the cement to the aggregates.

1. The Engineer will consider waiving the above limitations if it can be demonstrated to his satisfaction that the concrete workability is such that it can be satisfactorily placed and finished without the addition of water.

2. When truck mixer or agitator arrives at the job site, the concrete shall be observed for slump. If the slump exceeds that permitted in the specification, the concrete will be rejected. If the slump is less than specified, water may be added at this time, and at this time only, to obtain the slump permitted.

3. The Contractor will remain responsible for the concrete strength regardless of if above adjustments have been made.

G. No rejected concrete, the defects of which have been subsequently corrected, shall be used in the work unless approval has been given by the Engineer.

3.4 CONVEYING

A. The methods and equipment used for conveying or transporting concrete shall maintain the concrete's required composition and consistency without segregation or loss of slump.

Page 320: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 14 Cast-in-Place Concrete

1. Extensive shifting of the mass of fresh concrete by vibrating will not be permitted.

2. Use elephant trunks or adjustable pipe if fall is more than 6 feet.

3. Conveyor belts shall not segregate concrete or spill mortar.

4. Concrete pumps shall be capable of pumping concrete without an increase in slump or decrease in aggregate size. Air slugger used with a concrete pump shall be as recommended by the pump manufacturer, and shall be kept to a minimum.

5. Aluminum pipe for conveying concrete is prohibited.

6. Chutes:

a. Use only for small isolated sections of the work with the permission of the Engineer.

b. Water to promote free flow of concrete in chutes will not be permitted.

3.5 PLACING

A. General:

1. Place concrete in the presence of the Engineer.

2. Concrete in each integral part shall be placed continuously. Contractor will not be permitted to commence work on any part unless his facilities and his forces on hand are sufficient to complete the placing and finishing of the concrete.

3. Concrete shall not be deposited over reinforcement, conduit, or piping until the Engineer has inspected the placing and given permission to proceed.

4. Place concrete while fresh before it has taken initial set. Concrete that has partially hardened shall not be retempered with additional water.

5. Place concrete in continuous, approximately horizontal layers; depths shall not exceed 24 inches. Build layers of concrete with square ends and level tops.

B. Rain:

1. Do not place concrete in the rain unless the concrete is protected from the addition of extra water.

2. Equipment and materials needed for rain protection shall be immediately available during concrete placement.

Page 321: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 15 Cast-in-Place Concrete

C. Temperature:

1. General:

a. Fresh concrete when placed shall have a temperature of not more than 80 degrees F and not less than 50 degrees F.

2. Cold weather concrete:

a. Protect newly placed concrete against freezing.

b. Remove ice, snow, and frost from placement area, before concrete is placed. Concrete shall not be placed on a frozen subgrade.

c. Provide all necessary materials and equipment for the protection of newly placed concrete.

d. When the mean daily temperature is predicted to drop below 40 degreesF, the concrete shall be maintained at a temperature above 50 degrees Ffor not less than 72 hours after it is placed. Protect formed concrete or slab surfaces with commercial insulating blankets not less than 1" in thickness.

D. Foundations:

1. Concrete in foundations shall be placed on original and undisturbed material unless otherwise shown on the drawings or unless required excavation prevents utilization of such foundation.

2. Provide and maintain pumping equipment to keep excavations free of water while concrete is being placed and for such time afterward to permit proper protection of the concrete during curing.

3. Intercept and remove water so there will be no flow into or through the freshly placed concrete.

E. Monolithically Placed Concrete:

1. If concrete is placed monolithically around openings having vertical dimensions greater than two feet, or if concrete in decks, slabs, girders, and other similar parts of structures is placed monolithically with supporting concrete, the following instructions shall be followed:

a. Place concrete over openings and in decks, slabs, beams, girders, and other similar parts of structures with as low a slump as practicable. Special care shall be exercised to effect thorough consolidation.

b. Delay placing concrete from one to three hours at the top of openings and the bottom of decks, slabs, beams, girders, and other similar parts of

Page 322: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 16 Cast-in-Place Concrete

structures; placing shall not be delayed so long that vibrating unit will not readily penetrate, by its own weight, the concrete placed before the delay.

c. Place last two feet or more of supporting concrete with as low a slump as practicable. Exercise special care to effect thorough consolidation.

d. Surfaces of concrete where delays are made shall be clean and free of loose and foreign material when concrete placing is resumed.

F. Placing concrete under water:

1. Place concrete under water by means of a tremie.

a. Exclude air and water from the pipe by keeping it constantly filled with concrete.

b. Keep the lower end of the tremie buried in the concrete as discharge takes place until the structure or lift is completed.

c. To prevent segregation, concrete shall be placed in a compact mass and not be vibrated nor disturbed after being deposited. Water shall be maintained in a still condition at the point of deposit.

3.6 CONSOLIDATING

A. Consolidate concrete by means of high frequency internal vibrators with operating speeds of not less than 7,000 vpm, except under water.

B. Employ ample number of vibrators to consolidate the incoming concrete to the proper degree within five minutes after it is deposited.

1. Number of vibrators will be predicated on the nature of the job and the ability to sufficiently consolidate the concrete within the specified time.

2. In general, the number of vibrators available for use at the forms shall be as follows:

a. One vibrator for each five cubic yards of concrete placed per hour, and one standby vibrator for each three (or portion of three) vibrators in service.

b. Two vibrators in good working order shall be present at the forms.

C. Provide a reliable source of power for vibrators.

3.7 JOINTS IN CONCRETE

A. Joints in concrete work shall be made only where indicated on the drawings or where approved by the Engineer.

Page 323: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 17 Cast-in-Place Concrete

B. Screeds shall be securely set for horizontal joints in concrete work, and for the tops of walls. See Section 03 35 00.

C. When concrete is placed against previously hardened concrete, the interface shall be clean, free of laitance, and intentionally roughened to a full amplitude of approximately 1/4 inch.

D. Where concrete has set, see Article 3.8.

3.8 BONDING FRESH CONCRETE TO EXISTING CONCRETE

A. The following procedure shall be employed when bonding fresh concrete to existing concrete:

1. All architectural finishes, such as cement plaster, shall be removed from the existing concrete surface area, exercising care not to excessively damage adjacent areas.

2. The concrete surface shall be abrasive blasted to remove any sealant, paint, curing compound, or other coatings.

3. Bonding agent shall then be applied to the cleaned concrete, following the manufacturer's recommendations, and the new concrete poured in place.

3.9 PACKING CONE HOLES AND REPAIRING CONCRETE IMPERFECTIONS

A. After forms have been removed, make form tie holes watertight by roughening and moistening the surface and dry packing with a mixture of one part cement to three parts concrete sand.

1. Resulting surface shall be finished to blend with the surrounding concrete.

2. Cure repairs in accordance with Section 03 39 00.

B. Repair rock pockets, honeycomb, mortar leaks, and other imperfections which require concrete or mortar replacement in accordance with Chapter VII of the Bureau of Reclamation Concrete Manual.

1. Method and manner of making repairs shall be as approved by the Engineer and performed in his presence.

C. Irregularities in concrete shall be repaired by bush hammering and grinding or building up as directed.

D. Certain surface imperfections and irregularities may be left unrepaired when in the Engineer's judgment, they do not affect the structural integrity or soundness of the concrete and their repair would detract from the appearance of the structure.

E. Use an approved bonding agent to assure a bond of the repair material to the old concrete. Apply according to the manufacturer's recommendation.

Page 324: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 30 00 - 18 Cast-in-Place Concrete

3.10 PACKING EQUIPMENT SUPPORT BASES

A. Dry pack under the equipment support bases using a mortar mixture consisting of one part cement to three parts of concrete sand.

B. Finish the resulting surface smooth at approximate one to one slope.

C. Cure in accordance with Section 03 39 00.

3.11 FIELD QUALITY CONTROL

A. Responsibility for testing: See Article 1.2.

B. Compressive strength tests.

1. Provide such facilities and equipment as are necessary to procure and handle representative samples of concrete, and to safeguard test cylinders stored at the site of the work.

C. Slump tests.

1. The slump determined by the District in accordance with ASTM C 143 at the point of placement shall not exceed the following:

a. Structures, flat slabs, and where not specified: 3 inches.

b. Walls: 4 inches.

2. Tolerance:

a. Slump tolerance shall be plus or minus 1/2 inch.

END OF SECTION

Page 325: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 35 00 - 1 Concrete Finishing

SECTION 03 35 00

CONCRETE FINISHING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Finish formed and unformed surfaces of concrete. Furnish and install concrete formliners to create architectural finish on exterior surface of pumping plant.

B. Related work specified elsewhere:

1. Section 03 11 00 – Concrete Forming.

2. Section 03 30 00 – Cast-in-Place Concrete.

1.2 SUBMITTALS

A. Submit literature for the Engineer's approval on concrete formliners.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Concrete Formliners:

1. Concrete formliners shall have a weathered tongue and groove appearance, with approximately 7 ½” wide planks and ½” x ¼” reveals, and a standard split faced 8” x 16” CMU block with 3/8” mortar joint appearance, in the locations shown on architectural drawing 2107-A-002.

2. Acceptable products:

a. Spec Formliners, Inc. 530 East Dyer Road, Santa Ana, CA 92707, Telephone (714) 429-9500 – Pattern Number 1213 (Weathered Tongue and Groove) and Pattern 1407 (8” x 16” Split Face Block).

b. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 FINISHING UNFORMED SURFACES

A. General:

Page 326: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 35 00 - 2 Concrete Finishing

1. Surfaces shall contain just sufficient mortar to avoid the necessity for excessive floating.

2. Working of the surface in the various finishing operations shall be the minimum necessary to produce the desired finish.

3. Prevent the addition of water from rain or other sources to surfaces being finished.

4. Do not use finishing tools in areas where water has accumulated. Delay operations on such areas until the water has been absorbed, evaporated, or removed by draining, mopping, dragging off with a loop of hose, or other means.

5. Unformed surfaces which will be exposed to the weather, and which would normally be horizontal, shall be sloped for drainage. Narrow surfaces such as the tops of walls and curbs shall be sloped approximately 3/8 inch per foot of width. Broad surfaces, such as walks, roadways, platforms, and decks, shall be sloped approximately 1/4 inch per foot.

B. Finish U-S (unformed, screeded):

1. Use on pipe anchors and pavement repair.

2. Finishing operations consist of leveling and screeding the concrete to produce an even, uniform surface.

a. Remove surplus concrete after consolidation by striking it off with a sawing motion of the straightedge or template across wood or metal strips that have been set as guides.

C. Finish U-F (unformed, float finish):

1. Use on structures covered by backfill. May be done by hand or power-driven equipment.

2. Do not start floating until some stiffening has taken place in the surface concrete and the moisture film or “shine” has disappeared.

3. Float the concrete no more than necessary to produce a surface that is uniform in texture and free of screed marks. Light surface pitting is not objectionable.

4. If a troweled finish is to be applied, the floating shall leave a small amount of mortar without excess water at the surface to permit effective troweling.

5. Cut and fill shall be done during the floating operations.

Page 327: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 35 00 - 3 Concrete Finishing

6. Finish joints and edges with edging tools unless formed chamfers are indicated on the drawings.

7. Hair cracks are usually the result of a concentration of water and fines at the surface caused by over-manipulation during finishing operations. Cracking is aggravated by untimely finishing and by too rapid drying and cooling.

a. If low humidity may cause checking, keep surface moist temporarily with a very fine spray of water. Apply so as not to wash the surface nor form pools on it.

b. Checking that develops prior to troweling shall be closed by pounding the concrete with a hand float.

c. Water used for preliminary moistening shall be no colder (preferably warmer) than the concrete.

8. Flat surfaces with a U-F finish shall be plane within a tolerance of 1/4-inch in 10 feet as determined by a 10-foot straightedge placed anywhere on the slab in any direction.

D. Finish U-F2 (unformed, float finish after concrete partially hardened):

1. Use on unformed surfaces, unless otherwise specified.

E. Finish U-FB (unformed, broom finish):

1. Use where a non-skid surface is required.

2. Scored by brooming with a steel wire or stiff coarse-fiber broom before the concrete has hardened thoroughly.

F. Finish U-T (unformed, troweled):

1. Use where smoothness is essential, such as foundation ring for tank walls and inverts of hydraulic structures.

2. Steel trowel after the moisture film and “shine” have disappeared from the floated surface and after the concrete has hardened enough to prevent an excess of fine material and water from being worked into the surface. Avoid excessive troweling. Perform with a firm pressure that will flatten and smooth the sandy surface left by the floating. Produce a dense uniform surface free of blemishes, ripples, and trowel marks.

3. The floating shall leave a small amount of mortar without excess water at the surface to permit effective troweling.

Page 328: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 35 00 - 4 Concrete Finishing

4. Obtain a fine textured surface that is not slick by applying a “sweat” or light “scroll” finish immediately after the first regular troweling. Trowel lightly over the surface with a circular motion, keeping the trowel flat on the surface of the concrete.

5. Flat surfaces with a U-T finish shall be plane to within a tolerance of one-eighth inch in 10 feet as determined by a 10-foot straightedge placed anywhere on the slab in any direction.

G. Finish U-TB (unformed, troweled, hair brush finish):

1. Use on sidewalks and other concrete surfaces subject to foot traffic. May be used on inverts of hydraulic structures when a non-skid surface is needed.

2. After floating and troweling and before concrete has hardened, score by brooming with a hair brush to produce a fine texture.

3.2 INSTALLATION OF CONCRETE FORMLINERS

A. Attach concrete formliners to formwork using TEK screws through the face of the formliner, spaced 12-inches on center. See Section 03 11 00 Concrete Forming.

3.3 FINISHING FORMED SURFACES

A. General:

1. Fill form tie depressions and repair imperfections as specified in Section 03 30 00.

2. Repair surface irregularities as required for each finish.

a. “Abrupt” irregularities are offsets and fins caused by displaced or misplaced form sheathing, lining, or form sections, or by otherwise defective formwork.

b. All other irregularities are classed as “gradual” and will be measured with a 5-foot template consisting of a straightedge for plane surfaces or its equivalent for curved surfaces.

B. Finish F-1 (formed, rough):

1. Use on surfaces upon or against which backfill or concrete will be placed, or which will be permanently concealed.

a. Form sheathing may be anything that will not leak mortar when the concrete is vibrated.

b. Repair surface depressions greater than one inch.

Page 329: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 35 00 - 5 Concrete Finishing

C. Finish F-2 (formed, smooth):

1. Use on exposed surfaces where a specific formed finish is not shown on the drawings.

a. Repair all conspicuous offsets and bulges and all surface irregularities exceeding 1/2-inch gradual and 1/4-inch abrupt.

b. Filling of air holes smaller than 1/2 inch, and sack rubbing are not required.

D. Finish F-3 (formed, very smooth):

1. Use on superstructures of buildings, control and hydraulic structures, parapet walls, and railings.

a. Repair all visible offsets, bulges, misalignment, and all surface irregularities exceeding 1/4-inch gradual and 1/8-inch abrupt.

b. Sack rub air holes 1/8-inch and larger.

END OF SECTION

Page 330: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 331: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 03 39 00 - 1 Concrete Curing

SECTION 03 39 00

CONCRETE CURING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Cure and protect all freshly placed concrete in accordance with this section.

B. Related work specified elsewhere:

1. Section 03 11 00 - Concrete Forming.

2. Section 03 20 00 - Concrete Reinforcing.

3. Section 03 30 00 - Cast-in-Place Concrete.

4. Section 03 35 00 - Concrete Finishing.

1.2 QUALITY ASSURANCE

A. Curing compound shall be resin-based, clear, conforming to ASTM C 309, Type 1, Class B.

1.3 SUBMITTALS

A. Submit curing compound product literature and application instructions a minimum of 30 days prior to use.

B. Submit method and materials to be used for water curing a minimum of 30 days prior to use.

1.4 PRODUCT HANDLING, STORAGE AND DELIVERY

A. Deliver materials in manufacturer's original, unopened containers with labels intact and legible.

B. Deliver materials in sufficient quantity to allow continuity of work.

PART 2 - PRODUCTS

2.1 WATER

A. Water used for curing concrete shall be potable. See Section 01 50 00.

Page 332: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 03 39 00 - 2 Concrete Curing

2.2 CURING COMPOUNDS

A. Acceptable products:

1. “Burke Aqua Resin Cure” (clear), Edoco by Dayton Superior, Kansas City, KS., telephone (877) 266-7732.

2. “1100-Clear”, W. R. Meadows, Benicia, CA, telephone (707) 745-6666.

3. Or equal as approved by the Engineer.

2.3 CURING BLANKETS

A. Shall be an absorptive mat or layers or fabric weighing a minimum of 12 ounces per square yard when dry.

PART 3 - EXECUTION

3.1 GENERAL

A. Keep wood forms wet at all times until removed or for 14 days, whichever comes first, to prevent the opening of joints and drying out of the concrete.

B. Coordinate repairs or treatment of concrete surfaces so that no interruption of the curing, except for very short periods of time, will be necessary.

C. Any surface that is to receive liquid-applied waterproofing shall be water-cured only.

3.2 WATER CURING

A. Keep concrete continuously wet for a minimum period of 14 days.

1. Use absorptive mats or fabric to retain the moisture during the curing period.

2. Keep concrete wet by sprinkling with a nozzle adjusted for a fine spray until mats or fabrics are placed.

3. If concrete is not covered with mats or fabric, free water will be in evidence on the surface of the concrete at all times during the curing period.

3.3 CURING COMPOUND

A. Application: Apply curing compound in accordance with manufacturer's instructions.

END OF SECTION

Page 333: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Precast Concrete 2011 03 48 00 - 1 Specialties

SECTION 03 48 00

PRECAST CONCRETE SPECIALTIES

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install precast concrete drainage inlet, and precast concrete transformer vault as shown on drawings, and as specified herein.

B. Related work specified elsewhere:

1. Section 03 30 00 - Cast-in-Place Concrete.

2. Section 05 05 14 - Hot-Dip Galvanizing.

1.2 QUALITY ASSURANCE

A. Drainage inlet and transformer vault shall be designed to withstand H-20 highway loadings, where so indicated.

B. Minimum concrete strength shall be 3,000 psi at 28 days.

1.3 SUBMITTALS

A. Submit manufacturer's literature and shop drawings, showing dimensions and reinforcement to be used, for approval prior to fabrication.

PART 2 - PRODUCTS

2.1 MATERIALS

A. General:

1. Portland cement shall conform to ASTM C 150, Type II.

2. Reinforcement:

a. Steel bar: ASTM A 615, Grade 60 (deformed).

b. Welded wire fabric: ASTM A 185.

2.2 DRAINAGE INLET

A. Drainage inlet shall be designed and fabricated per details shown on Contra Costa County Public Works plan # CD22i. See drawing 2107-C-002 for additional details.

Page 334: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Precast Concrete 2011 03 48 00 - 2 Specialties

B. Grating and cover for drainage inlet shall be hot-dipped galvanized.

C. Acceptable manufacturers:

1. Central Precast, Santa Rosa, CA, (707) 546-5016.

2. Western Concrete Products, Pleasanton, CA, (925) 462-6802.

3. Or equal as approved by Engineer.

2.3 TRANSFORMER VAULT

A. Vault Box: PG&E Code 04-3376 (5’6” x 9’6” x 6’7” O.D.) or equal as approved by Engineer.

B. The vault manufacturer shall design the precast reinforced concrete vault box for underground installation per ACI 318-05, and shall coat the base and all four vault walls with a waterproof bituminous coating.

C. Vault Cover and Frame: PG&E Code 03-1830 or equal as approved by Engineer.

D. Acceptable manufacturers:

1. Jensen Precast, Roseville, CA (916) 783-0800.

2. Oldcastle Precast, Pleasanton, CA, (925) 846-8183

3. Western Concrete Products, Pleasanton, CA, (925) 462-6802.

4. Santa Rosa Cast Products, Santa Rosa, CA, (707) 546-5016.

5. Or equal as approved by Engineer.

PART 3 - EXECUTION

3.1 DRAINAGE INLET AND TRANSFORMER VAULT

A. Excavate soils and install drainage inlet and vault at the locations shown on the drawings. The drainage inlet and vault shall be underlain by a 6-inch layer of compacted aggregate base.

B. Place and compact aggregate base around the drainage inlet and vault after the successful installation of the precast concrete structures.

C. All drainage inlet joints shall be made watertight using non-shrink grout.

END OF SECTION

Page 335: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 62 00 - 1 Non-Shrink Grouting

SECTION 03 62 00

NON-SHRINK GROUTING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install non-shrink grout where shown on the drawings and as specified herein.

1.2 SUBMITTALS

A. Submit manufacturer's installation instructions, 15 days prior to use.

1.3 PRODUCT STORAGE AND DELIVERY

A. Grout shall be delivered in unopened containers bearing the manufacturer's name and type designation.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Epoxy grout, general use:

1. Two-component, moisture-insensitive, 100 percent solids, epoxy adhesive having a minimum bonding strength at 14 days of 1,500 psi.

2. Acceptable products:

a. Brutem AB, manufactured by Master Builders. Available from Muller Construction Supply, San Francisco, (415) 282-8001.

b. Sikadur 35, manufactured by Sika Corporation, local representative Brad Kamin, (925) 938-9336.

c. Covert CIA-Gel epoxy, manufactured by Covert Operations. Available from Viking Distributing Co., San Francisco, (415) 626-3750.

d. Or equal as approved by Engineer.

B. Epoxy grout, base-plate grouting

1. Three-component, moisture-insensitive, 100 percent solids, epoxy adhesive having a minimum compressive strength at 28 days of 12,000 psi, a minimum bonding strength to concrete of 3,000 psi at 14 days, and minimum bonding strength to steel of 2,100 psi at 14 days.

Page 336: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 03 62 00 - 2 Non-Shrink Grouting

2. Acceptable products:

a. Sikadur 42 Grout-Pak, manufactured by Sika Corporation, local representative Brad Kamin, (925) 938-9336.

b. Escoweld 7505E/7530, manufactured by Escoweld, local representative Bay-Tech Associates, Novato, CA, (415) 639-7771.

c. Or equal as approved by Engineer.

C. Cementitious grout:

1. Cementitious non-shrink grout shall be non-metallic with a minimum compressive strength at 28 days as follows:

a. When placed in a plastic consistency - 8,500 psi.

b. When placed in a flowable consistency - 7,500 psi.

2. Acceptable products

a. Masterflow 928 Grout, Masterflow 713 Grout, available from Muller Construction Supply, San Francisco, (415) 282-8001.

b. Sikagrout 212, available from D. M. Figley Co., Menlo Park, CA, (800) 292-9919.

c. Burke Non-Ferrous, Non-Shrink Grout 57-120, Burke Co., Oakland, (510) 465-3900.

d. U.S. Grout Corp. Five Star Grout, Five Star Products, Pleasanton, CA (925) 846-2803

e. Bostic Construction Products Upcon Grout, (800) 221-8726

f. Protex Industries Propak, Denver, CO, (303) 989-5383

g. Or equal as approved by Engineer.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Mix and install according to manufacturer's instructions.

END OF SECTION

Page 337: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 14 - 1 Hot-Dip Galvanizing

SECTION 05 05 14

HOT-DIP GALVANIZING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Hot-dip galvanize iron and steel items as shown on the drawings.

B. Related Sections:

1. Section 01 45 27 – Shop Inspection

2. Section 05 50 00 - Metal Fabrications.

1.2 REFERENCE STANDARDS

A. American Society for Testing and Materials (ASTM):

1. A 123 Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

2. A 143 Safeguarding Against Embrittlement of Hot-Dip Galvanized Structural Steel Products and Procedure for Detecting Embrittlement

3. A 153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware

4. A 384 Safeguarding Against Warpage and Distortion During Hot-Dip Galvanizing of Steel Assemblies

5. A 385 Providing High-Quality Zinc Coatings (Hot-Dip)

1.3 QUALITY ASSURANCE

A. Qualifications:

1. Applicator: Regularly engaged in application of hot-dip galvanized coatings for at least two years immediately prior to this work. Provide samples of coating operation for approval.

2. Workers: Experienced and knowledgeable in preparation for and application of hot-dip galvanized coatings.

1.4 PRODUCT HANDLING, STORAGE AND DELIVERY

A. Handle all products to be galvanized in such a manner as to avoid any mechanical damage and to minimize distortion.

B. Load and store galvanized products to prevent formation of wet storage film.

Page 338: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 14 - 2 Hot-Dip Galvanizing

1. Stack or bundle galvanized products to allow air between the galvanized surfaces.

2. Do not store galvanized products directly on the ground.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 SURFACE PREPARATION

A. Pre-clean steel work utilizing an alkaline cleaner, acid pickle, and flux.Alternatively, the steel shall be blast cleaned and fluxed.

B. Welds shall be abrasive blasted prior to galvanizing. All slag and other weld irregularities shall be removed prior to galvanizing.

3.2 APPLICATION OF COATING

A. Galvanize steel members, fabrications, and assemblies by the hot-dip process in accordance with ASTM A 123.

B. Galvanize bolts, nuts, and washers, and iron and steel hardware components in accordance with ASTM A 153.

C. Safeguard products against steel embrittlement in conformance with ASTM A 143.

D. Clean damaged surfaces of galvanized metals and touch up with zinc-rich paint conforming to ASTM A 780.

3.3 INSPECTION

A. All materials and workmanship will be inspected to ensure that both fully meet these specifications. Any work found deficient shall be replaced and brought up to full compliance with these specifications.

B. Provide notification for Engineer prior to coating application. See Section 01 45 27 for inspection advance notification requirements and District travel expenses.

END OF SECTION

Page 339: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 24 - 1 Pipe Welding

SECTION 05 05 24

PIPE WELDING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included:

1. Shop welding of steel pipe fabrications.

2. Field welding of steel pipe and fittings.

B. Related Sections:

1. Section 01 45 27 – Shop Inspection.

2. Section 33 11 06 – Fabricated Pipe Specials.

3. Section 33 11 13.05 – Installation of Steel Pipe.

4. Section 33 12 23.10 - Vertical Turbine Pumps.

5. Section 40 20 20 – Mechanical Piping.

1.2 TERMS AND DEFINITIONS

A. American Welding Society Certified Welding Inspector (AWS CWI) – A person qualified as a welding inspector as given in AWS QC1-96, Standard for AWS Certification of Welding Inspectors.

B. Nondestructive Examination (NDE) – The act of determining the suitability of some material or component for its intended purpose using techniques that do not affect its serviceability.

C. Procedure Qualification Record (PQR) – A record of welding variables used to produce an acceptable test weldment and the results of tests conducted on the weldment to qualify a welding procedure specification.

D. Welding Procedure Specification (WPS) – A document providing the required welding variables for a specific application to assure repeatability by properly trained welders and welding operators.

E. See AWS 3.0-94, Standard Welding Terms and Definitions, for other terms and definitions.

Page 340: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 24 - 2 Pipe Welding

1.3 APPLICABLE CODES AND STANDARDS

A. ASME Boiler & Pressure Vessel Code, Section V, Nondestructive Examination, 1998 Edition including addenda, supplements, and interpretations.

B. ASME Boiler & Pressure Vessel Code, Section VIII, Rules for Construction of Pressure Vessels, 1998 Edition including addenda, supplements, and interpretations.

C. ASME Boiler & Pressure Vessel Code, Section IX, Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators, 1998 Edition including addenda, supplements, and interpretations.

D. AWS D1.1:2010, Structural Welding Code – Steel.

1.4 QUALITY ASSURANCE

A. Welding Procedure Specifications:

1. All welds shall be completed in accordance with a qualified WPS.

a. The Contractor may use a pre-qualified WPS conforming to the provisions of AWS D1.1 - Clause 3, “Prequalification of WPSs”; except for GMAW-S (Short Circuit Arc) as identified in D1.1- 3.2.1.

2. All WPS’s that are not pre-qualified as given above shall be qualified in accordance with one of the following:

a. ASME Boiler & Pressure Vessel Code, Section IX, or

b. AWS D1.1 - Clause 4.

3. An AWS Certified Welding Inspector (CWI) shall review all WPS’s.

4. An AWS CWI shall witness all PQR’s.

B. Qualification of Welders:

1. Welders shall be qualified under ASME Boiler & Pressure Vessel Code, Section IX, Part QW; or AWS D1.1 - Clause 4 for the welding processes, positions, and procedures to be used for this project.

2. Welders shall have verifiable evidence they have maintained their qualifications in accordance with AWS D1.1 - Clause 4 or ASME Boiler & Pressure Vessel Code, Section IX, Part QW-322.

3. Welder Qualification(s) shall be witnessed and evaluated by an AWS CWI qualified per AWS D1.1 - 6.1.4.

C. Nondestructive Examination of Production Welds:

Page 341: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 24 - 3 Pipe Welding

1. In addition to any NDE required by the Contract Documents, the Engineer may elect to perform additional NDE of in-process or completed shop or field welds to verify weld quality. Any additional NDE may be performed by District personnel or the Engineer may request the Contractor perform or subcontract these examinations.

2. Types of NDE:

a. Radiographic Examination (RT) per Paragraph UW-52, Section VIII, ASME Boiler & Pressure Vessel Code.

b. Ultrasonic Examination (UT) per Paragraph UW-53, Section VIII, ASME Boiler & Pressure Vessel Code.

c. Other non-destructive tests such as Liquid Penetrant (PT) and Magnetic Particle (MT) in accordance with Section V, ASME Boiler & Pressure Vessel Code. Acceptance criteria shall be as given by AWS D1.1 - Clause 6, Part C.

3. Cost of Examinations:

a. The cost of NDE identified in the Contract Documents for specific welded connections shall be borne by the Contractor.

b. The cost of additional NDE requested by the District will be borne by the District in the event that all examined welds are found to be acceptable. In the event of a rejected weld, the Contractor shall bear the costs of all NDE, including NDE of weld seams found to be acceptable, as well as the costs of repairs, re-inspection and re-examination of the rejected weld.

c. The cost of NDE performed by District personnel will be borne by the District. The costs of repairs, re-inspection and re-examination resulting from a rejected weld shall be borne by the Contractor.

1.5 SUBMITTALS

A. Certification of welders:

1. Submit verifiable evidence of initial qualification for each welder.

2. Submit verifiable evidence indicating each welder has maintained current qualification under the applicable code.

B. Submit WPS’s with supporting PQR’s for approval.

C. Submit verifiable evidence of the certification of all personnel performing NDE or interpreting the test results to ASNT-TC-1A Level 2 as a minimum.

Page 342: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 24 - 4 Pipe Welding

D. Provide all submittals to Engineer at least 14 days prior to commencing pipe welding, except that WPS’s and PQR’s shall be submitted two months prior to commencing pipe welding.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 GENERAL PROCEDURES

A. Use shielded metal arc welding (SMAW) method or flux cored arc welding (FCAW) method unless the Engineer approves another method prior to use.

B. Welds shall be fused with base metal, uniform in appearance, free from cracks and reasonably free from irregularities. Weld toes shall blend smoothly and gradually into the base material

C. Restart in weld zone on clean and sound metal.

D. Limit porosity and slag inclusions in accordance with Section VIII, ASME Boiler & Pressure Vessel Code.

E. Remove defective welds by chipping, grinding, flame gouging, or air-arc gouging and repair by re-welding.

F. Do not undercut along side of finished pass.

G. Use procedures or welding sequences that will minimize eccentric stresses, shear or distortion in the weld.

H. Butt welds, where authorized, shall have complete penetration and fusion.

I. Finished weld bead shall be central to the seam.

J. Artificial or forced cooling of welded joints is not permitted.

K. Low hydrogen electrode storage shall be in accordance with AWS D1.1 - 5.2.3.1.

L. See District Standard Drawings 323-EA, 324-EA, and 325-EA for welding of flanges.

M. Joining Dissimilar Metals

1. When joining carbon steel to various stainless steels, the following filler material shall be used unless otherwise called out on the drawings:

a. Carbon steel to stainless steel: 309L filler material.

b. Carbon steel to type 316L stainless steel: 316L filler material.

Page 343: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 24 - 5 Pipe Welding

3.2 MANUAL WELDING

A. Welding shall be performed in at least two layers and in accordance with approved WPS.

B. Passes shall not exceed 1/4 inch in throat dimension and shall be in accordance with approved WPS.

C. Welds shall be thoroughly cleaned after each pass.

3.3 QUALITY CONTROL

A. Shop Inspection

1. The District will perform inspections and witness tests during all phases of pipe fabrication.

2. Provide notification for Engineer to be present for testing. See Section 01 45 27 for inspection advance notification requirements and District travel expenses.

3. Failure by the Engineer to inspect or witness tests at the manufacturer's plant shall not be construed as waiving inspection upon delivery.

3.4 CHARPY V-NOTCH (CVN) TESTING

A. For welding of steel pipe, specials and fittings with a thickness of 0.406-inch and greater, heat input control and CVN testing is required.

1. WPS for shop welding shall be qualified in accordance with ASME Boiler Pressure Vessel Code Section IX and shall include Supplementary Essential Variables.

2. WPS for field welding shall be qualified in accordance with AWS D1.1 – Clause 4, Part B.

3. PQRs shall be qualified for notch tough welding with consideration for thickness of steel, test temperature, and Charpy V-Notch (CVN) values. Refer to AWS D1.1 - Clause 4, Part D, “Requirements for CVN Testing”

4. The number of CVN test specimens shall be per AWS D1.1 - 4.36.1, Option A - 3 specimens.

5. As required to be specified by AWS D1.1 - 4.36.6, the CVN test temperature shall be 40-degF unless otherwise specifically called out on the drawings.

6. The CVN test requirements for the minimum absorbed energy values, the minimum average percent shear area value, and the minimum average lateral expansion value shall be per AWS D1.1 - Table 4.14.

END OF SECTION

Page 344: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 345: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 26 - 1 Flange Bolting

SECTION 05 05 26

FLANGE BOLTING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install bolts, washers, and nuts for flanged connections and where shown on the drawings.

B. All stainless steel fasteners are subject to additional material verification by the District at the District’s expense. Nonconforming bolts shall be segregated, identified and replaced with conforming bolts. Nonconforming bolts may be subjected to additional independent laboratory analysis at the Contractor’s expense.

C. Related Sections:

1. Section 33 10 01 – Protection From Corrosion.

2. Division 33 – Utilities.

3. Section 40 20 20 – Mechanical Piping.

1.2 REFERENCES

A. American National Standards:

1. ANSI B1.1: Unified Inch Screw Threads (UN and UNR Thread Form)

2. ANSI B18.2.1: Square and Hex Bolts and Screws, Inch Series.

3. ANSI B18.2.2: Square and Hex Nuts, Inch Series.

4. ANSI B18.22.1: Plain Washers.

B. ASTM Standards:

1. ASTM A 153: Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware

2. ASTM A 193: Specification for Alloy Steel and Stainless Steel Bolting Materials for High Temperature Service.

3. ASTM A 194: Specification for Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both.

4. ASTM A449: Specification for Quenched and Tempered Steel Bolts and Studs.

Page 346: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 26 - 2 Flange Bolting

5. ASTM A563: Specification for Carbon and Alloy Steel Nuts.

6. ASTM A962: Specification for Common Requirements for Steel Fasteners or Fastener Materials, or Both, Intended for Use at Any Temperature from Cryogenic to Creep Range.

7. ASTM F436: Specification for Hardened Steel Washers.

8. ASTM F844: Specification for Washers, Steel, Plain (Flat), Unhardened for General Use.

C. SAE Standards:

1. SAE J429: Mechanical and Materials Requirements for Externally Threaded Fasteners.

2. SAE J995: Mechanical and Material Requirements for Steel Nuts.

1.3 SUBMITTALS

A. Submit manufacturer's literature and application schedule for all bolting to demonstrate conformance with these specifications.

Page 347: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 26 - 3 Flange Bolting

PART 2 - PRODUCTS

2.1 MATERIALS

Bolts: ASTM A449 Type 1, or SAE J429 Grade 5, or ASTM A193 Grade B7.

¼ " to 1-1/2":

ASTM A563 Grade B, or SAE J995, Grade 5, or A194 Grade 2H, or ASTM A563 Grade DH, standard hexagonal flat nuts Nuts:

Greater than 1-1/2":

ASTM A563 Grade A, heavy hexagonal flat nuts

Diameter 1” and smaller: ASTM F436 or ASTM F844

Washers: Diameter larger than 1”: ASTM F436

Carbon Steel

Coating: Galvanized ASTM A153

Bolts: ASTM A193 Class 1, B8 (Type 304) or B8M (Type 316)

Nuts: ASTM 194, Grade 8 (Type 304) or Grade 8M (Type 316), Heavy Hex

Stainless Steel, Standard

Washers: Type 304 or 316 to match bolts and nuts

Bolts: ASTM A193 Class 2, B8 (Type 304) or B8N (Type 304N), Strain Hardened.

Nuts: ¼” to 1-1/2” ASTM 194, Grade 8-S1 (Type 304), Heavy Hex, Strain Hardened

Stainless Steel, High Strength

Washers: Type 304 or 316 to match bolts and nuts

Refer to standard drawing 323-EA, 324-EA or 325-EA for the specific bolt grade that corresponds to the pipe pressure of the application.

2.2 CONSTRUCTION

Bolts ANSI B18.2.1, standard hexagonal heads

Nuts ANSI B18.2.2

Washers ANSI B18.22.1 Type A, narrow plain finish

Page 348: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 26 - 4 Flange Bolting

2.3 BOLTING MATERIAL OTHER THAN STEEL

A. Threading and dimensions shall conform to the requirements for steel heads and nuts.

B. Class 3 Fit ANSI B1.1.

2.4 BOLT MARKING

A. Identification symbols shall be applied to each bolt head to identify the material and grade of each bolt. The bolt identification symbols shall be as follows:

1. Carbon Steel: Three radial lines, 120 degrees apart.

2. Stainless Steel: B8 (type 304), B8M (type 316).

2.5 LENGTH OF BOLT

A. After assembly, the bolts shall extend a minimum distance of two threads beyond the nut. In addition, the bolt length shall be no longer than 1-inch beyond the nut, and shall not interfere with any appurtenance or the operation of any device.

2.6 THREADS

A. Coarse thread series - Class 2 Fit ANSI B1.1.

2.7 BOLT THREAD ANTI-SEIZE COMPOUND

A. Compound shall be food grade meeting USDA code H2 standards for incidental contact, and shall be designed to prevent rusting, seizure and galling of bolt threads.

B. Acceptable products:

1. Loctite Food Grade Anti-Seize.

2. Saf-T-Eze, by Saf-T-Lok .

3. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 FLANGE BOLTING PROCEDURES

A. See Drawings 323-EA, 324-EA, and 325-EA. Install appropriate gasket.

B. Install washers under both bolt heads and nuts.

C. Coat bolt threads with anti-seize compound.

Page 349: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 05 26 - 5 Flange Bolting

3.2 NATIONAL ELECTRIC CODE GROUNDING

A. The National Electric Code requires grounding of water piping systems. In order to ensure grounding of bolted flanges with fusion bonded epoxy or high build epoxy coatings the coating under two nuts per flange (four nuts per joint) shall be removed by grinding and special stainless steel lockwashers shall be used for these nuts/bolts. After completion of bolted flange, the electrical continuity shall be confirmed with a volt/ohm meter for each joint. Also, when the pipe system has been completed, the continuity of the entire pipe system shall be similarly checked.

3.3 BOLT APPLICATION SCHEDULE

A. See Section 40 20 20.

END OF SECTION

Page 350: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 351: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Structural 2011 05 12 00 - 1 Steel Framing

SECTION 05 12 00

STRUCTURAL STEEL FRAMING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install structural steel elements as shown on the structural drawings, and soldier piles as shown on the civil drawings, and as specified herein.

B. Related work specified elsewhere:

1. Section 01 45 27 – Shop Inspection.

2. Section 05 31 00 - Steel Decking.

3. Section 05 50 00 - Metal Fabrications.

4. Section 09 91 00 – Painting.

5. Section 31 63 29 – Drilled Shafts

1.2 QUALITY ASSURANCE

A. Qualifications of Workmen:

1. A foreman experienced in the work being done shall be on the job at all times.

2. The Contractor shall qualify all welders and welding procedures in accordance with the latest edition of AWS D1.1, Section 4, Structural Welding Code - Steel. Notify the Engineer in advance of welder and welding procedure qualification so the Engineer may witness qualification.

B. Codes and Standards:

1. All fabrication and erection of steel elements shall conform to AISC "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings" and the "Code of Standard Practice for Steel Buildings and Bridges" except as modified by the applicable building codes, unless specified otherwise.

2. Welding shall be by the shielded metal arc, gas metal arc (spray arc mode), gas shield flux cored arc (dual shield) or submerged arc welding processes and shall be in accordance with AWS D1.1, Structural Welding Code.

Page 352: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Structural 2011 05 12 00 - 2 Steel Framing

3. Electrodes used for the gas metal arc (GMA) process shall conform to AWS A5.18. Electrodes used for the flux cored arc welding (FCAW) process shall conform to AWS A5.20. See AWS D1.1, Table 3.1 for details.

4. Low hydrogen electrode storage shall be in accordance with AWS D1.1, Article 4.5.

C. Testing and Inspection:

1. The Contractor shall provide independent inspection of all structural steel framing welds and nondestructive examination (NDE) as indicated on applicable drawings. The District will perform direct visual verification of these inspections and tests. Notify the District’s Plant Inspection Section at 510.287.1132 for all field and shop inspections and tests. Advanced notification requirements are specified in Section 01 45 27.

2. Welding inspection personnel shall be qualified in accordance with AWS QC1 at the level of Certified Welding Inspector.

3. NDE personnel shall be certified in accordance with ASNT-TC-1A Level II as a minimum.

4. Inspections and test results shall comply with AWS D1.1 Section 6 for the related inspection and test method.

5. The costs of all inspections and tests, including retests after repair, shall be borne by the Contractor.

D. Tolerances:

1. Dimensional tolerances and allowances for fit shall be in accordance with applicable AWS Standards unless shown otherwise. Tolerances and allowances shall be shown on the Contractor's erection or working drawings.

E. Mechanical Fasteners:

1. Mechanical fasteners may be added to the structural joints to facilitate field erection. But unless otherwise approved by the Engineer, these fasteners shall not allow the Contractor to waive the required welded connections shown in the structural drawings.

1.3 SUBMITTALS

A. Submit all welding procedures and welder qualification records using forms provided in the appendix to AWS D1.1 welding code prior to any production welding.

Page 353: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Structural 2011 05 12 00 - 3 Steel Framing

B. Certifications:

1. Submit current certifications of welders qualifications as per AWS D1.1, paragraph 5.30 prior to welding work. Welder certifications shall verify the process, position and procedure used for qualification.

2. Submit certifications, mill tests, or reports from an approved independent testing laboratory for the conformance of structural steel to be used with the specified ASTM requirements.

C. Fabrication Drawings:

1. Submit fabrication drawings for Engineer's review prior to fabrication. Drawings shall not be reproductions of contract drawings. Include complete information for the fabrication and erection of the structure's components, including location, type, and size of bolts, welds, member sizes and lengths, connection details, blocks, copes, cuts and cambers. Use AWS standard welding symbols.

D. Erection Drawings:

1. The drawings shall indicate methods of installation, the location of any item substitutions, and details requiring coordination and/or installation by other trades.

E. Substitutions Proposed by the Contractor:

1. Submit the information on substitutions for structural details shown in the drawings for the Engineer's approval. Submit complete design calculations for the substitutions for structural details signed by a California registered Civil or Structural Engineer.

1.4 PRODUCT HANDLING

A. Store and protect materials in a manner to maintain identification, to prevent damage, and to prevent corrosion.

B. In the event of damage, immediately make all repairs and replacements necessary as approved by the Engineer.

1.5 COORDINATION

A. The Contractor shall coordinate installation of bucks, anchors, blocking, drains, pipes, electrical and mechanical work which is to be placed in or behind partition framing and allow such items to be installed after framing is complete.

Page 354: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Structural 2011 05 12 00 - 4 Steel Framing

PART 2 - PRODUCTS

2.1 MATERIALS

A. Structural Steel:

1. All structural steel, unless noted otherwise, shall conform to ASTM A 992, Grade 50.

2. Steel for structural tubes shall conform to ASTM A 500, Grade B.

3. Steel for structural pipe members shall conform to ASTM A 53, Grade B.

B. Solder Piles:

1. All wide flange beams used as soldier piles shall conform to ASTM A992, Grade 50.

C. Miscellaneous metal accessories and structures:

1. Steel for miscellaneous metal accessories and structures unless specified otherwise, shall conform to ASTM A 992 or A 36.

D. Bolts for structural steel connections: ASTM A 325, Type N.

E. Anchor bolts: ASTM A 307, Grade C.

F. Galvanizing: All metal items situated in pits at any distance at all below main finish floor elevation shall be hot dip galvanized after fabrication.

PART 3 - EXECUTION

3.1 VERIFICATION

A. Examine areas and conditions under which structural steel elements are to be installed.

B. Correct conditions detrimental to the proper and timely completion of the work.

C. Do not proceed until unsatisfactory conditions have been corrected to the Engineer's satisfaction.

3.2 FABRICATION

A. All structural items shall be carefully fabricated to true dimensions without warp or twist. Welded closures shall be neatly made; and where weld material interferes with fit or is unsightly in appearance, it shall be ground off smooth. Weld profile shall meet AWS D1.1, paragraph 3.6 requirements.

B. All structural steel shall be shop primed. See Section 09 91 00.

Page 355: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Structural 2011 05 12 00 - 5 Steel Framing

3.3 INSPECTION

A. All materials and workmanship will be inspected to ensure that both fully meet these specifications. Any work found deficient must be replaced and brought up to full compliance with these specifications.

B. Provide notification for Engineer to be present for fabrication. See Section 01 45 27 for inspection advance notification requirements and District travel expenses.

3.4 ERECTION AND INSTALLATION

A. Contractor shall place soldier piles in drilled shafts as described in Section 31 63 29.

B. The Contractor shall take all measurements necessary to properly fit his work in the field. The Contractor shall be responsible for the correct fitting of all metalwork in the field.

C. Redrilling, reshaping, or forcing to fit any fabricated item will not be permitted. The Contractor shall be responsible for placing anchor bolts or other anchoring devices accurately and making any surfaces which bear against structural elements smooth and true to level. Provide manufacturer's data for installation and testing of anchorages.

D. Structural items needing a special alignment to preserve straight, level, even, smooth lines shall be rigidly supported and braced and kept braced until concrete, grout, or dry pack cement mortar has hardened for period of not less than 7 days.

END OF SECTION

Page 356: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 357: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 31 00 - 1 Steel Decking

SECTION 05 31 00

STEEL DECKING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install preformed metal decking as shown on the drawings and as specified herein.

B. Related work specified elsewhere:

1. Section 05 12 00 - Structural Steel Framing

1.2 QUALITY ASSURANCE

A. All materials shall be new and free from defects impairing strength, durability and appearance, of best commercial quality for purpose intended.

B. The Contractor shall qualify all welders and welding procedures in accordance with the latest edition of AWS D1.3, Structural Welding Code - Sheet Steel. Notify the Engineer in advance of welder and welding procedure qualification so that Engineer may witness qualification. Submit to the Engineer all welding procedures and welder qualification records using forms provided in the appendix to AWS D1.3 welding code prior to any production welding. Welding qualifications shall be in accordance with AWS D1.3 paragraph 6.8.2.11.

C. Steel deck and accessories shall be products of a manufacturer regularly engaged in manufacture of steel decks.

1.3 SUBMITTALS

A. Submit the following in accordance with Section 01 33 00:

1. Shop drawings showing complete details of all fabricated items. Shop drawings shall show complete plan view layout of decking, location of openings, and extra members and other information necessary for the erection of the metal decking.

2. Manufacturer’s installation recommendations. The decking/siding manufacturer’s installation recommendations, as approved, are hereby made a part of these Specifications.

1.4 PRODUCT HANDLING, STORAGE AND DELIVERY

A. Deliver materials in manufacturer’s original unopened containers with labels intact and legible.

Page 358: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 31 00 - 2 Steel Decking

B. Store material in dry, clean, and safe manner. Replace all damaged material with new material.

PART 2 - PRODUCTS

2.1 METAL DECKING

A. Steel decking shall be formed from steel sheets conforming to ASTM A 446, Grade C, 38 ksi minimum yield strength.

B. Sizes shall be as shown on the drawings.

C. Section properties must be in strict accordance with the American Iron and Steel Institute "Specifications for the Design of Light-Gauge, Cold-Formed Steel Structural Members".

D. The steel shall have received, before being formed, a metal protective coating of zinc conforming to ASTM A 525 light commercial coating, G-60.

E. Acceptable products:

1. BHP, Sacramento, CA (800) 400-3867.

2. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 MEASUREMENTS

A. Verify all dimensions given on the drawings and make such field measurements as are necessary to lay out the work properly.

3.2 INSTALLATION OF METAL DECKING

A. The metal decking shall be installed at right angles to the supporting members unless shown otherwise, and shall be installed according to the manufacturer's recommendations, the details shown, using the manufacturer's standard fasteners for this type of material.

B. Minimum bearing of decking on supports shall be 2 inches.

C. Metal decking shall be cut and fitted around roof openings. Sheets shall extend over two spans, where shown. End laps shall be a minimum of 2 inches and shall be staggered. Furnish and install all closure plates and accessories.

D. Steel decking shall be securely fastened to the steel supporting members by arc spot-welds (puddle welds) as shown on the drawings. All welds shall be made using care to prevent burning through. Suitable welding washers shall be used if welds cannot otherwise be made. All burn through shall be repaired and coated.

Page 359: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 31 00 - 3 Steel Decking

The completed deck panel shall be a welded steel diaphragm, and all welding and other connections necessary to provide a complete and satisfactory installation shall be furnished.

E. Puddle welds shall seal metal completely, leaving no openings through deck. Welds shall penetrate all layers of deck and provide complete fusion to supporting member.

F. Weld metal deck to supports as follows:

1. Plug welds with effective fusion diameter of ½” at each flute at each intermediate support and each sheet end.

2. 1-1/2” seam welds at side seams per plan.

3. Plug welds with effective fusion diameter of ½” at 12 inches on center at all panel sides landing on beams or walls parallel to flutes. Where flutes would not land on side supports, cut sheet and provide closure plates.

G. The installed roof deck panel shall be smooth, free from buckles and irregularities, and free of unnecessary openings, holes, or crevices.

END OF SECTION

Page 360: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 361: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 50 00 - 1 Metal Fabrications

SECTION 05 50 00

METAL FABRICATIONS

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Fabricate and install miscellaneous metal work as shown on the drawings and specified herein.

B. Related work specified elsewhere:

1. Section 01 45 27 – Shop Inspection.

2. Section 05 05 14 - Hot-Dip Galvanizing.

3. Section 05 12 00 - Structural Steel Framing.

4. Section 33 11 06 - Fabricated Pipe Specials.

1.2 QUALITY ASSURANCE

A. Design, fabrication, and erection of structural steel, steel assemblies and shop and field welding shall meet applicable requirements of the AISC Specifications.

B. Application of zinc (hot-dip galvanized) coatings to metal fabrications shall conform to Section 05 05 14.

C. Aluminum fabrication shall conform to ANSI/AWS D1.2-90 Structural Welding Code-Aluminum "Suggested Specifications for Structures of Aluminum Alloys 6061-T6" unless otherwise noted.

1.3 SUBMITTALS

A. Submit complete fabrication and erection drawings for the Engineer's approval prior to cutting or fabrication.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Standard rolled steel sections: ASTM A 992, Grade 50.

B. Steel structural tubing: ASTM A 500.

C. Nonstructural steel bars, angles, rods, clips, brackets, supports, and similar items: ASTM A 36 and A 283.

D. Stainless steel plate: ASTM A 240, Type 304L.

Page 362: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 50 00 - 2 Metal Fabrications

E. Aluminum: Rolled or extruded from 6061 T6 alloy, ASTM B 308 and B 632, except as shown on the drawings.

F. Steel bolts:

1. All except flanges and anchor bolts, ASTM A 307 Grade A.

2. Flanges, Section 05 05 26.

3. Anchor Bolts, as specified below.

G. Stainless steel bolts: ASTM A 193, A 320, or F 593-S8, Type 304 or 316.

H. Steel Pipe: ASTM A 53.

I. Steel pipe bollards:

1. See Typical Detail TE151.

2. Minimum length of post shall be 80".

3. See Section 33 10 01 for insulating coating required.

J. Stair treads:

1. NAAMM, grating manufacturer's standard 19-W-4 steel with 2-1/2" x 3/16" carrier plates and abrasive nosing.

2. Hot dip galvanize after fabrication.

3. Bearing bars shall be 1" x 3/16".

4. Acceptable products:

a. Irving, Type IWA

b. Ryerson, Ry-weld 19-W-4

c. Blaw Knox, Type J

K. Non-slip tread nosing: Ferrogrit Type 101, Wooster Products Inc.; Ferality Type M-1, American Mason Safety Tread Co.; or equal as approved by Engineer.

L. Grating:

1. Band all openings interrupting three or more bearing bars, and all grating edges, with band bars having equivalent dimensions to bearing bars.

2. Hot-dip galvanize after fabrication.

Page 363: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 50 00 - 3 Metal Fabrications

3. Grating shall be free of warp, twist or other defects affecting appearance or serviceability.

4. Bar dimensions as shown on drawings.

M. Guard chain: ASTM A 413, Class Grade 28, 0.218" diameter, galvanized.

N. Epoxy adhesive anchors:

1. Anchor rods: Type 304 stainless steel.

2. Epoxy adhesive:

a. Epoxy-Tie High-Strength Adhesive (SET-XP), by Simpson Strong-Tie.

b. Hilti HIT-RE-500 SD HSE 2421 by Hilti Corp.

c. Sikadur 31, manufactured by Sika Corporation. Local sales representative at (510) 824-1664.

d. Or equal as approved by Engineer.

O. Expansion type Anchor bolts: Threaded length to suit intended use. Nonstandard lengths may be required.

1. Acceptable products in concrete:

a. Strong-Bolt by Simpson Anchor Systems;

b. Kwik-Bolt TZ by Hilti Corp.;

c. Trubolt + (plus) WEDGE ANCHORS by ITW Red Head;

d. Or equal as approved by Engineer.

2. Accepted products in CMU

a. Wedge-All by Simpson Anchor Systems

b. Kwik-Bolt 3 by Hilti Corp

c. Or equal as approved by Engineer.

P. High Strength Anchor Bolts:

1. Bolts shall conform to ASTM A 490.

2. Nuts shall conform to ASTM A 194 and washers shall conform to ASTM F 436.

Page 364: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 50 00 - 4 Metal Fabrications

Q. Concrete inserts: Malleable iron, ASTM A 47; cast steel, ASTM A 27; or stainless. steel, ASTM A 297. Inserts shall be furnished with hot-dip galvanized steel or stainless steel bolts, shims, and washers.

PART 3 - EXECUTION

3.1 GENERAL REQUIREMENTS

A. Verify measurements at the job.

B. Perform all cutting, drilling, punching, threading and tapping required for miscellaneous metal or adjacent work.

C. Grind all sharp metal edges on items to be painted or coated. Edges shall be rounded.

D. Expansion type anchor bolts shall only be used for static loads and shall not be loaded by vibrating or rotating equipment.

E. Welds:

1. Weld nonremovable connections in weldable materials unless noted otherwise.

2. Grind all rough weld beads. Welds exposed to view shall be uniformly neat.

3. Welds shall be abrasive blasted prior to galvanizing. All slag and other weld irregularities shall be removed prior to galvanizing.

F. Punch holes 1/16-inch larger than the nominal size of the bolts, unless otherwise indicated. Whenever needed, because of the thickness of the metal, holes shall be subpunched and reamed or shall be drilled. Correct unmatching holes with new material or new reaming at the Engineer's discretion. No drifting of bolts nor enlargement of holes will be allowed to correct misalignment.

G. Protect dissimilar metals from galvanic corrosion by means of pressure tapes, coatings, or isolators as approved. Protect aluminum in contact with concrete or grout with a heavy coat of mastic. See Section 33 10 01.

H. Stainless steel parts, assemblies, and equipment shall be thoroughly cleaned and descaled in accordance with ASTM A 380, Standard Practice for Cleaning and Descaling Stainless Steel Parts, Equipment, and Systems.

I. After installation, clean damaged surfaces of shop coated metals and touch up with the same material used for the shop coat. Clean damaged surfaces of galvanized metals and touch up with zinc-rich paint conforming to ASTM A 780.

Page 365: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 05 50 00 - 5 Metal Fabrications

3.2 INSPECTION

A. All materials and workmanship will be inspected for conformance to these specifications. Any work found deficient must be replaced and brought up to full compliance with these specifications.

B. See Section 01 45 27 for shop inspection advance notification requirements and District travel expenses.

END OF SECTION

Page 366: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 367: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 10 53 - 1 Miscellaneous Rough Carpentry

SECTION 06 10 53

MISCELLANEOUS ROUGH CARPENTRY

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Miscellaneous carpentry work not specified as part of other Sections. Types of work in this Section include:

1. 4”x12” lumber for the permanent soldier pile and lagging retaining wall.

2. Rough carpentry for blocking and backing in wall and roof openings, and concealed wood blocking for support of washroom accessories and miscellaneous wall hung items.

3. Plywood for blocking, backing, and telephone and electrical backboards.

4. Wood preservative treatment for the lagging, wood on the roof, exposed to the exterior, or in contact with concrete and masonry.

5. Fire-retardant treatment for interior wood and plywood.

1.2 REFERENCES

A. American Plywood Association (APA): Grades and Standards.

B. American Society for Testing and Materials (ASTM) D2898 - Accelerated Weathering of Fire-Retardant-Treated Wood for Fire Testing.

C. American Wood Preservers Association (AWPA):

1. C2 - Lumber, Timbers, Bridge Ties and Mine Ties, Pressure Treatment.

2. C9 - Plywood, Pressure Treatment.

3. C20 - Structural Lumber, Fire-Retardant Pressure Treatment.

4. C27 - Plywood, Fire-Retardant Pressure Treatment.

D. U.S. Department of Commerce (DOC):

1. PS 1 - U.S. Product Standard for Construction and Industrial Plywood.

2. PS 20 - American Softwood Lumber Standard.

E. West Coast Lumber Inspection Bureau (WCLIB): Standard No 17 - Grading Rules for West Coast Lumber.

Page 368: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 10 53 - 2 Miscellaneous Rough Carpentry

F. Western Wood Products Association (WWPA) - Western Lumber Grading Rules.

1.3 SUBMITTALS

A. Product Data: Submit for each process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details.

1.4 QUALITY ASSURANCE

A. Standards:

1. Lumber: Comply with PS 20.

2. Plywood: Comply with PS 1.

3. Factory mark each piece of lumber and plywood with type, grade, mill, and grading agency, except omit marking from surfaces to be exposed with transparent finish or without finish.

B. Regulatory Requirements:

1. Conform to California Building Code (CBC), 2010 Edition for fire-retardant treatment requirements, and size and type of fasteners required.

2. Conform to California Building Code (CBC) Chapter 23 for classification, definition, methods of grading and development of design values for all species of lumber.

3. Conform to Underwriters Laboratories (UL) requirements to achieve rating indicated.

C. Forest Certification: For the following wood products, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC 1.2 "Principles and Criteria".

1. Dimension lumber framing.

2. Miscellaneous lumber.

3. Interior wood trim.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Delivery and Storage: Keep materials dry at all times. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber and plywood, and provide air circulation within stacks.

Page 369: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 10 53 - 3 Miscellaneous Rough Carpentry

1.6 JOB CONDITIONS

A. Coordination: Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of nailers, blocking, grounds, and similar supports to allow proper attachment of other work.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Lumber - General:

1. Nominal sizes are indicated, except as shown by detail dimensions. Provide actual sizes as required by PS 20 for moisture content specified for each use.

2. Provide dressed lumber, S4S, sized to UBC Standard 23-1, unless otherwise indicated.

3. Provide seasoned lumber with 19 percent maximum moisture content at time of dressing.

B. Lagging: 4-inch by 12-inch thick, 5-ft long, preservative-treated Douglas fir lumber, No. 1 Grade, guaranteed for minimum of 50 years placed against earth.

C. Concealed Framing, Nailers, and Blocking Lumber 2 through 4 Inches Thick: Douglas fir species, Construction Grade, 19 percent maximum moisture content, in accordance with WCLIB or WWPA.

D. Lumber on the Roof and in Contact with Concrete or Masonry: Preservative-treated Douglas fir.

E. Plywood: APA Grade C-C EXT-APA, or better, with waterproof glue, sanded.

F. Telephone and Electrical Backboards: APA Grade A-C Ext, 4 x 8 feet x 3/4-inch thick, sanded, fire-retardant treated.

G. Fasteners: Hot-dipped galvanized steel for exterior and treated wood locations; plain finish elsewhere; size and type as indicated and as recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers, and anchoring devices.

H. Anchors: Expansion shield and lag bolt type for anchorage to solid masonry or concrete. Bolts for anchorages to steel.

2.2 WOOD TREATMENT

A. Wood Preservative Pressure Treatment: In accordance with AWPA Standard U1.

Page 370: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 10 53 - 4 Miscellaneous Rough Carpentry

1. Manufacturers: Chemical Specialties Inc. "ACQ Preserve", Arch Wood Protection Inc. "Wolmanized Type CBA-A or CA-B", or equal as approved by the Engineer.

2. Material: Ammoniacal or amine copper quat (ACQ), copper boron azole (CBA), or copper azole (CA); as approved by the EPA. Preservatives containing chromium or arsenic not permitted.

3. Lumber: Treat according to AWPA Standard U1, above grade use, then kiln dry to 19 percent maximum moisture content.

4. Plywood: Treat according to AWPA Treatment C9, above grade use, then kiln dry to 15 percent maximum moisture content.

5. Mark each piece with treatment quality mark of an inspection agency approved by American Lumber Standards Committee Board of Review.

6. Treat wood in contact with roofing, flashings, vapor barriers, waterproofing, masonry, concrete, slabs-on-grade, and items indicated on Drawings.

B. Site-Applied Wood Preservative: Copper hydroxide and boric oxide mixture, approved by EPA; Copper Care Wood Preservatives Inc. "Cu-Bor Wood Preservative", or equal as approved by the Engineer.

C. Fire Retardant Treatment: Fire retardant treat exposed wood, plywood, plywood electrical backboards, and items indicated on Drawings.

1. Manufacturer: Chemical Specialties Inc. "D-Blaze", Dricon, or equal.

2. Plywood: Pressure treat in accordance with AWPA Treatment C27, then kiln dry to 15 percent maximum moisture content.

3. Lumber: Pressure treat in accordance with AWPA Treatment C20, then kiln dry to 19 percent maximum moisture content.

4. Mark each piece with Underwriters' Laboratories "FR-S" fire hazard classification label, or other testing and inspection agency acceptable to authorities having jurisdiction.

PART 3 - EXECUTION

3.1 SITE APPLIED WOOD TREATMENT

A. Field apply preservative treatment to cut ends and surfaces of preservative-treated lumber and plywood in accordance with AWPA Treatment M4, unless otherwise recommended by manufacturer's written instructions.

B. Allow preservative to cure prior to erecting members.

Page 371: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 10 53 - 5 Miscellaneous Rough Carpentry

3.2 INSTALLATION

A. General:

1. Discard units of material with defects which may impair quality of work and units that are too small to fabricate work with minimum joints or optimum joint arrangement.

2. Set carpentry work accurately to required levels and lines, with members plumb, true, and accurately cut and fitted.

3. Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards.

4. Use common nails, except as otherwise indicated. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; predrill as required.

B. Nailers and Blocking: Provide wherever shown and where required for attachment of other work. Form to shapes shown; cut as required for true line and level of work to be attached. Coordinate location with other work involved.

C. Wood Framing:

1. Provide framing members of sizes and on spacings shown, and frame as shown. Do not splice members between supports.

2. Anchor and nail members as shown or as required by code.

3. Erect wood framing members level and plumb.

4. Space framing and furring at 16 inches (400 mm) on center.

5. Curb all roof openings except where prefabricated curbs are provided. Form corners by lapping side members alternatively.

6. Coordinate work with installation of decking and support of decking at openings.

D. Plywood: Comply with the recommendations of the American Plywood Association (APA) for the installation of plywood.

END OF SECTION

Page 372: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 373: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 82 00 - 1 Glass-Fiber-Reinforced Plastic

SECTION 06 82 00

GLASS FIBER REINFORCED PLASTIC

PART 1 - GENERAL

1.1 DESCRIPTION

A. Furnish and install fiberglass reinforced plastic (FRP) grating, plate, structural shapes, guardrails, ladder, cage, treads, and appurtenances as shown on drawings and as specified herein.

1.2 QUALITY ASSURANCE

A. Conform to manufacturer's literature.

1.3 SUBMITTALS

A. Submit shop drawings of all FRP gratings, plates, shapes, guardrails, ladders, cages, treads, and appurtenances to the Engineer for approval prior to cutting or fabrication. Shop drawing shall show the following:

1. Dimensions of grating, ladders, and structural members.

2. Sectional assembly.

3. Location and identification mark.

4. Size and type of supporting frames required.

B. Submit manufacturer’s catalogue data showing:

1. Dimensions, spacings, and construction of grating.

2. Design tables showing limits for span length and deflection under various uniform and concentrated loads.

3. Materials of construction.

1.4 SHIPPING AND STORAGE

A. All systems, sub-systems, and structures shall be shop fabricated and assembles into the largest practical size, suitable for transportation.

B. All materials and equipment necessary for the fabrication and installation of the grating, plate, stair treads, and structural shapes shall be stored before, during, and after shipment in a manner to prevent cracking, twisting, bending, chipping, or damage of any kind to the materials or equipment, including damage due to over exposure to the sun. Any material which has become damaged as to be unfit for

Page 374: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 82 00 - 2 Glass-Fiber-Reinforced Plastic

use, shall be promptly removed from District property and replaced at no cost to the District.

1. Grating shall be shipped from manufacturer, palletized, and banded with exposed edges protected by cardboard to prevent damage in shipment.

C. Identify and match-mark all materials, items, and fabrications for installation and field assembly.

1. Each grating shall be clearly marked showing manufacturer’s applicable drawing number.

PART 2 - PRODUCTS

2.1 GENERAL

A. Materials used in the manufacturer of the FRP products shall be new stock of the best quality and shall be free from all defects and imperfections that might affect the performance of the finished product.

B. After fabrication, all cut ends, holes, and abrasions of FRP shapes shall be sealed with a compatible resin coating to prevent intrusion of moisture.

C. All exposed surfaces shall be smooth and true to form.

D. Color shall be a high visibility safety yellow (OSHA safety yellow).

E. Attachment hardware:

1. Attachment hardware, including bolts and angles, shall be A316 stainless steel, unless otherwise specified on the drawings.

F. The following minimum mechanical properties shall apply:

FIBERGLASS PULTRUDED MATERIAL PROPERTIES

MATERIAL PROPERTIES ASTM TEST METHOD

PSI (MPA)

Ultimate tensile stress in longitudinal direction

D 638 30,000 (207)

Ultimate compressive stress in longitudinal direction

D 639 30,000 (207)

Ultimate flexural stress in longitudinal direction

D 790 30,000 (207)

Page 375: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 82 00 - 3 Glass-Fiber-Reinforced Plastic

FIBERGLASS PULTRUDED MATERIAL PROPERTIES

MATERIAL PROPERTIES ASTM TEST METHOD

PSI (MPA)

Ultimate short beam shear in longitudinal direction

D 2344 4,500 (31)

Ultimate tensile stress in transverse direction

D 638 7,000 (48)

Ultimate compressive stress in transverse direction

D 695 15,000 (103)

Ultimate flexural stress in transverse direction

D 790 10,000 (69)

Density (lb/in.3) (kg/mm3) D 792 .060-.070 (0.00166-0.00194)

Water absorption (24-hr immersion)

D 570 0.60 max, % by weight

Barcol Hardness D 2583 45

Coefficient of thermal 10-6 in/in/˚C D 696 8

Thermal conductivity BTU-in/ft2/hr/˚F

C 177 4

FIRE RETARDANT PROPERTIES

Flame resistance FTMS 406-2023 55/30 Ign.burn.sec.

Flammability test D 635 Self extinguishing

Surface burning characteristics

E 84 25 maximum

Flammability class UL 94 VO

Temperature index UL 94 130˚C

G. Acceptable manufacturers:

1. Strongwell Corp., Bristol, VA, (703) 669-1181.

Page 376: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 82 00 - 4 Glass-Fiber-Reinforced Plastic

2. MFG Water Treatment Products, Co., P.O. Box 250, Ashtabula, OH 44005-0250. Telephone (440) 992-2867.

3. Or equal as approved by the Engineer.

2.2 GRATINGS AND STAIR TREADS

A. FRP grating and stair treads shall be fabricated from bearing bars and cross rod manufactured by the pultrusion process. The bearing bars shall be 1 inch deep with a 0.6 inch wide top flange, a 0.6 inch wide bottom flange, and a web thickness of 0.16 inch. The glass fiber reinforcement for the bearing bars shall be a core of continuous glass strand rovings wrapped with continuous strand glass mat. A synthetic surface veil shall be the outermost layer covering the exterior surfaces.

B. Fiberglass grating and stair treads shall be made from a premium grade chemical resistant, fire retardant isophthalic polyester or fire retardant vinyl ester resin system with antimony trioxide added to meet the flame rating of 25 or less in accordance with ASTM E-84 testing and meet the self-extinguishing requirements of ASTM D-635. U.V. inhibitors are added to the resin.

C. All cut and machined edges, holes, and abrasions shall be sealed with a resin compatible with the resin matrix used in the bearing bars and cross rods.

D. All panels shall be fabricated to the sizes shown on the approved shop drawing.

E. The top surface of all panels shall have a nonskid grit affixed to the surface by a baked epoxy resin followed by a top coat of baked epoxy resin.

F. Hold down clamps shall be Type 316L stainless steel, unless otherwise specified on the drawings. See Section 05 50 00. A minimum of 4 clamps each per panel is required.

G. Acceptable products (for grating):

1. DURADEK or DURAGRID as manufactured by Strongwell, AFC Division, Chatfield, MN.

2. MFG Water Treatment Products, Co., P.O. Box 250, Ashtabula, OH 44005-0250. Telephone (440) 992-2867.

3. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 INSTALLATION - GENERAL

A. Fastening to in-place construction:

Page 377: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 06 82 00 - 5 Glass-Fiber-Reinforced Plastic

1. Provide anchorage devices and fasteners where necessary for securing miscellaneous FRP fabrications to in-place construction; include threaded fasteners for concrete and masonry inserts, toggle bolts, through-bolts, lag bolts, and other connectors as required.

B. Cutting, fitting, and placement:

1. Perform cutting, drilling, and fittings required for installation of miscellaneous FRP fabrications. Set FRP fabrication accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels.

3.2 ALL FRP INSTALLATION

A. All field cut and drilled edges, holes and abrasions shall be sealed with a catalyzed resin compatible with the original resin as recommended by the manufacturer. The sealing of the edges shall prevent premature fraying at the field cut edges.

B. Use epoxy adhesives to join FRP shapes where shown on the Drawings.

C. Install items specified as shown on the drawings and in accordance with the manufacturer’s instructions.

END OF SECTION

Page 378: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 379: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 12 00 - 1 Bituminous Waterproofing

SECTION 07 12 00

BITUMINOUS WATERPROOFING

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included:

1. Furnish and install a bituminous roll-type waterproofing system applied on concrete surfaces as shown on the drawings.

B. Related sections:

1. Section 03 48 00 – Precast Concrete Specialties

1.2 QUALITY ASSURANCE

A. Applicator shall have applied accepted system on two or more projects which have been completed for at least 2 years.

1.3 SUBMITTALS

A. Submit, a minimum of 60 days prior to start of installation, the following:

1. Certificates:

a. Evidence of acceptance of applicator by manufacturer.

b. That materials and components furnished conform with requirements of these Specifications.

2. Samples and manufacturer's literature:

a. Product data and samples.

b. Manufacturer's requirements for product use and installation.

c. List of materials and ancillary products proposed for use.

1.4 PRODUCT HANDLING, STORAGE AND DELIVERY

A. Deliver materials in manufacturer's original, unopened containers and rolls with labels intact and legible.

B. Deliver materials in sufficient quantity to allow continuity of work.

Page 380: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 12 00 - 2 Bituminous Waterproofing

C. Handle rolled goods so as to prevent damage to edge of ends.

D. Store materials on clean raised platforms with weather protective covering when stored outdoors.

E. Provide continuous protection of materials against wetting and moisture absorption.

F. Protect materials against damage by construction traffic.

G. Remove wet materials from project site.

H. Comply with fire and safety regulations.

I. Store emulsions in temperature above 45 degrees F.

1.5 JOB CONDITIONS

A. Static water pressure: Waterproofing system shall be designed for a static water pressure of 20 feet per ASTM D5385.

B. Environmental Requirements:

1. Apply in dry weather.

2. Do not apply when ambient temperature is below 45 degrees F.

C. Protection:

1. Provide special protection for completed work when ambient temperature is above 80 degrees F. Protect from rain and surface water for 36 hours after application.

2. Restore to original condition or replace materials damaged during handling of waterproofing system materials.

PART 2 - PRODUCTS

2.1 COATING SYSTEM MATERIALS

A. System primer, membrane material, protection board, and ancillary products shall be of the same manufacturer.

B. Manufacturer’s membrane material shall require at least 2 inches of overlap.

C. Acceptable Products:

1. Bituthene® System 4000 (below grade) by Grace Construction Products.

2. MEL-ROL® Waterproofing System by W. R. Meadows.

Page 381: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 12 00 - 3 Bituminous Waterproofing

3. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 INSPECTION OF SURFACES

A. Examine surfaces for foreign material, moisture, and unevenness which would prevent the execution and quality of application of system as specified.

B. Remove any paraffin or wax base non-bonding compounds.

C. Fill all cracks, voids, joints, depressions and places around projections with cement grout to provide smooth and flush surface.

D. Proceed with waterproofing application only after surface defects are corrected, per the manufacturer’s written instructions.

3.2 APPLICATION

A. Install membrane system in accordance with requirements of waterproofing system manufacturer.

B. Repairs to the membrane system shall be made per the manufacturer’s written instructions with the manufacturer’s products.

C. Place backfill as soon as possible and in accordance with compaction requirements. Avoid damage to the waterproofing system.

D. Maintain neat line at upper edge of membrane. Membrane system shall not be exposed once backfilling has been completed.

END OF SECTION

Page 382: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 383: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 19 00 - 1 Water Repellents

SECTION 07 19 00

WATER REPELLENTS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Provide clear liquid water repellent coating applied to interior walls where shown on architectural interior finish schedule, exterior exposed pre-cast concrete structures, and exterior exposed cast-in-place concrete; water repellent shall not affect appearance of coated material.

1.2 SYSTEM DESCRIPTION

A. Performance Requirements: Provide products recommended by manufacturer to be fully compatible with indicated substrates and joint sealers which are in contact with water repellent coating.

1.3 SUBMITTALS

A. Product Data: Submit manufacturer's literature.

B. Samples: Submit sample units with water repellent coating applied to half of each sample face; indicate which half has coating.

1.4 QUALITY ASSURANCE

A. Mock-Up: Prior to commencing work, including bulk purchase and delivery of material, prepare small application in unobtrusive location of typical substrate in manner acceptable to Engineer.

1. Proceed with work only after Engineer's acceptance of test application, or as otherwise directed.

1.5 SITE CONDITIONS

A. Do not apply coating during inclement weather, when air temperature is below 50 degrees F, or when rain or temperatures below 40 degrees F are predicted for a period of 24 hours.

B. Do not apply coating earlier than 3 days after surfaces became wet.

C. Do not apply coating to damp, dirty, dusty, or otherwise unsuitable surfaces.

1. Allow concrete surfaces to cure minimum 28 days unless otherwise approved in writing by coating manufacturer.

Page 384: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 19 00 - 2 Water Repellents

D. Protect glass, glazed products, and landscaping from contact with water repellent coating; replace materials damaged by water repellent coating.

1.6 WARRANTY

A. The warranty period of Article 10, Warranty, of the General Conditions shall be two years for defects of material and workmanship for the work of this Section.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Water Repellent Coating: Manufacturer's standard penetrating type seal based on siloxane or alkylalkoxysilane and conforming with applicable limitations on volatile organic compounds.

1. Manufacturers: Huls America/Aqua-Trete; Harris Specialties Chemicals, Inc./Enviroseal System; Chemprobe Technologies, Inc./Prime A Pell Plus; ProSoCo/Sure Klean SL 100; or equal as approved by the Engineer.

2. Provide specific systems as recommended by manufacturer for substrates involved.

3. Finish: Water repellent coating shall not alter appearance, color or texture of substrate under any lighting conditions.

4. Volatile Organic Compounds: Provide materials with maximum volatile organic compounds (VOC) as required by applicable air quality management authority, but not more than 400 grams/liter.

a. Materials: Approved for use by applicable air quality management district for limitations of volatile organic compounds for architectural and specialty coatings.

PART 3 - EXECUTION

3.1 PREPARATION

A. Prepare substrates and apply coating in strict accordance with manufacturer's recommendations.

B. Clean surfaces of dust, dirt and foreign matter detrimental to proper installation of water repellent coating.

C. Assure coating compatibility with each type of joint sealer within or adjacent to surfaces receiving waterproof coating.

1. Mask surfaces indicated to receive joint sealers that would be adversely affected by coating.

Page 385: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 19 00 - 3 Water Repellents

3.2 APPLICATION

A. Apply coating in accordance with manufacturer's instructions including maximum allowable coverage.

B. Take special care to prevent damage to adjacent materials from application of coating; repair or replace materials damaged due to application of coating.

END OF SECTION

Page 386: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 387: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 22 00 - 1 Roof and Deck Insulation

SECTION 07 22 00

ROOF AND DECK INSULATION

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Thermal insulation and accessories at metal roof construction.

B. Related Sections:

1. Section 07 21 00 - Thermal Insulation.

1.2 SUBMITTALS

A. Shop Drawings: Submit shop drawings showing layout of insulation boards, slopes, attachments, edge conditions, and coordination with other trades.

B. Product Data: Submit manufacturer's product data, specifications, and installation instructions for each type of insulation and accessory material required. Submit manufacturer's certificate stating that the insulation materials comply with the California Quality Standards for insulating material.

1.3 QUALITY ASSURANCE

A. Regulatory Requirements: Flame Spread and Smoke Development: Comply with California Building Code (CBC), 2007 Edition, Section 707, and UBC Standard 8-1 for flame-spread and smoke-developed requirements of insulation materials.

B. Thermal-Resistive Value: Where insulation is identified by "R" value, provide thickness required to achieve the indicated value. The required value is based on thermal resistivity at 75 degrees F.

1.4 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to jobsite in manufacturer's, original packaging. Clearly identify manufacturer, contents, brand name, applicable standard, and R-value.

B. Store materials off ground, protected against weather, condensation, and damage.

C. Comply with manufacturer's recommendations for handling, storage, and protection during installation.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Rigid Insulation Board:

Page 388: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 22 00 - 2 Roof and Deck Insulation

1. Manufacturer: Johns-Manville "ENRGY 3", RMax TSX-8510, or equal as approved by the Engineer.

2. Type: Rigid board consisting of polyisocyanurate foam core bonded to fiber glass reinforced facers, meeting Factory Mutual Class 1 approval.

3. Flame Spread: Maximum of 25, per ASTM E84.

4. Thickness: 2 inches thick boards, unless noted otherwise on drawings, sized to completely fill cavity between Zee furring channels.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas scheduled to receive insulation to ensure protection against inclement weather, or other hazards and work of preceding trades is completed.

B. Examine the substrate and spaces allocated for insulation for proper depth to receive material. Proceed with installation only when conditions are satisfactory.

3.2 INSTALLATION

A. Install rigid insulation in accordance with manufacturer's written instructions, unless otherwise noted.

B. Install rigid insulation between metal Zee channels over metal deck. Install in accordance with manufacturer's recommendations.

C. Trim insulation neatly to fit spaces. Use boards free of damage.

D. Fit insulation tight in spaces and tight to exterior side of mechanical and electrical services within the plane of insulation. Leave no gaps or voids.

E. Maintain integrity of insulation over entire area to form a continuous thermal insulating shell over heated spaces.

END OF SECTION

Page 389: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 33 13 - 1 Asphalt Shingles

SECTION 07 33 13

ASPHALT SHINGLES

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install asphalt shingle roofing, complete with moisture shedding underlayment, ridge protection and associated protective flashing.

B. Related work specified elsewhere:

1. Flashing and Sheetmetal - Section 07 60 00

1.2 SUBMITTALS

A. Submit manufacturer’s data and catalogue cuts for asphalt shingles and underlayment.

B. Manufacturer’s printed instructions for installation of the shingle roofing.

C. Submit shop drawings for flashing materials.

D. Submit sample of asphalt shingles for color approval.

E. Submit warranty certificate.

1.3 MATERIALS AND EQUIPMENT

A. Protection: Store material on pallets above ground with canvas, not polyethylene, covers.

1.4 WARRANTY

A. Installers: 5-year period against leakage or blowoff.

B. Manufacturer: 25-year period limited to value of first year material and application cost exclusive of sheet metal, pro rata annual reduction; manufacturer’s sole option of replacement or value refunded; limited to material defect; excluding subsequential damage; include manufacturer’s or manufacturer’s agent roof-top review upon completion and certification that work was performed in accordance with manufacturer’s printed instructions.

PART 2 - PRODUCTS

2.1 ACCEPTABLE MANUFACTURERS

A. Bird Incorporated.

Page 390: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 33 13 - 2 Asphalt Shingles

B. Manville Corporation.

C. Or equal as approved by the Engineer.

2.2 ROOFING MATERIALS

A. Fiberglass Asphalt Shingles: Firescreen manufactured by Bird Incorporated or equal as approved by the Engineer, and conforming to ASTM D 3462.

B. Underlayment: Dens-Deck by Georgia Pacific, or equal as approved by the Engineer.

C. Nails: Standard round wire shingle-type of hot dipped zinc coated steel, of sufficient length to penetrate through or 1/2 inch into roof sheathing.

2.3 FLASHING MATERIALS

A. Sheet Flashings: 24 gauge steel with minimum 1.25 oz./sq. ft. galvanized coating.

2.4 FLASHING FABRICATION

A. Form flashings to profiles indicated on drawings, and as required to properly protect roof assembly and shed water. Form sections square, true and accurate to size, in maximum possible lengths and free from distortion and other defects detrimental to appearance or performance.

B. Hem exposed edges of gable edge flashings, minimum 1/4 inch on underside.

C. Apply bituminous paint on concealed surface of flashings.

PART 3 - EXECUTION

3.1 WORKMANSHIP

A. Install asphalt shingle roofing over surfaces which are dry, free of ridges, warps and voids.

B. Complete roof installation to provide weather-tight service.

3.2 PROTECTIVE UNDERLAYMENT INSTALLATION

A. Install 2 – layers of 30lb asphalt felt underlayment in accordance with manufacturer's installation instructions.

3.3 ASPHALT SHINGLES INSTALLATION

A. Place asphalt shingles in straight coursing pattern with 5-inch weather exposure and to produce double thickness over entire roof area.

Page 391: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 33 13 - 3 Asphalt Shingles

B. Provide double course of shingles at eaves. Project first course of shingles 3/4-inch beyond face of fascia boards.

C. Project shingles 1/2-inch beyond face of gable edge fascia boards.

D. Nail shingles in place in accordance with manufacturer's recommendations.

E. Cap all ridges with individual shingles, maintaining 5-inch weather exposure. Place to avoid exposed nails.

3.4 FLASHING INSTALLATION

A. Weather lap joints minimum 2 inches and seal weather-tight with plastic cement. Secure in place with nails at 6 inches on center. All fastenings to be concealed in completed installation of roofing.

B. Flash and seal with plastic cement, all items projecting through or mounted on roofing. Ensure weather-tight installation.

END OF SECTION

Page 392: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 393: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 60 00 - 1 Flashing and Sheet Metal

SECTION 07 60 00

FLASHING AND SHEET METAL

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Flashing and sheet metal work, complete, including, but not necessarily limited to the following:

1. Coping and cap flashings.

2. Roof flashings.

3. Counterflashings over base flashings and at vent stacks, etc.

4. Reglets.

B. Related Sections:

1. Section 06 10 53 - Miscellaneous Rough Carpentry: Wood blocking, nailers, and grounds.

2. Section 07 92 00 - Joint Sealants.

1.2 REFERENCES

A. National Roofing Contractors Association (NRCA) - "Roofing Manual".

B. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA) - "Architectural Sheet Metal Manual, Latest Edition".

1.3 SUBMITTALS

A. Shop Drawings: Submit fully detailed, large-scale shop drawings of all fabricated items, including all flashing, and counterflashings. Describe material profile, jointing pattern, jointing details, fastening methods, and installation details.

1.4 QUALITY ASSURANCE

A. Applicator Qualifications: Company experienced and specializing in sheet metal flashing work.

B. Standards: Conform to the applicable provisions of the "Architectural Sheet Metal Manual", latest edition, as issued by the Sheet Metal and Air Conditioning Contractors' National Association, Inc. (SMACNA).

Page 394: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 60 00 - 2 Flashing and Sheet Metal

1.5 DELIVERY, STORAGE, AND HANDLING

A. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation.

B. Prevent contact with materials during storage which may cause discoloration, staining, or damage.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Galvanized Steel: ASTM A653, G90; 24-gage core steel; minimum 30 percent post-consumer recycled content; typical at all flashings, counterflashings, caps, gravel stops, and reglets, unless otherwise noted.

B. Sheet Lead: ASTM B749, Type L51121, copper-bearing sheet lead, minimum thickness of 0.0625-inch (3.75 lb./sq. ft.), minimum size 30 x 30 inches at roof drains.

C. Elastomeric Flashing: Modified bituminous sheet rubber, self-adhesive-backed rubberized asphalt, in continuous length x widths as required; W.R. Grace "Ice and Water Shield", Johns Manville "JM Ice and Water Guard", or equal as approved by the Engineer. Provide under sheet metal parapet caps, under gutters, under sheet metal valleys, and where shown on the Drawings.

D. Screws and Fasteners: Same material as sheet metal or material being fastened; hot-dip galvanized or stainless steel.

E. Solder:

1. For Stainless Steel: ASTM B32; 60 percent tin, 40 percent lead, with acid-chloride type flux, except use rosin flux over tinned surfaces.

2. For Galvanized Steel: ASTM B32; 50 percent tin, 50 percent lead, with rosin flux.

F. Cleats: 2-inch wide x 3-inch long, unless otherwise indicated. Fabricate from same material and gage as sheet metal being installed.

G. Reglets: 24-gage galvanized steel, with factory-fabricated inside and outside corner pieces. Provide in the following types:

1. Surface Mounted: Fry Reglet Corp. "Springlok Type SM - (Expan-O-Seal)", MM Systems Corp. "RC-1", or equal as approved by the Engineer.

H. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessories as required for installation of work, matching or compatible with material being installed, non-corrosive, size and gage as required for performance.

Page 395: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 60 00 - 3 Flashing and Sheet Metal

I. Elastomeric Sealant: ASTM C920, polyurethane or silicone sealant, of type and class required to seal joints in sheet metal flashing and trim, and remain watertight.

2.2 FABRICATION

A. Form sections true to shape, accurate in size, square, and free from distortion or defects. Form pieces in longest practical lengths. Solder and seal metal joints. After soldering, remove flux. Wipe and wash solder joints clean.

1. Cleats and Starter Strips: Fabricate of same material as sheet, minimum 3 inches wide, interlockable with sheet.

2. Exposed Edges: Hem on underside 1/2 inch; miter and seam corners. Form material with flat lock and cover plate seam, as shown.

3. Corners: Fabricate from one piece with minimum 18 inch long legs; solder for rigidity, seal with sealant.

4. Vertical Faces: Fabricate with bottom edge formed outward 1/4 inch and hemmed to form drip.

5. Counterflashings: Fabricate to allow toe to extend 4 inch minimum over roofing surface. Return and brake edges.

2.3 FINISHES

A. Exposed Surfaces: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for applying and designating finishes. Protect prepainted finishes on exposed surfaces with a strippable temporary protective covering.

B. Concealed Surfaces: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting with bituminous coating. Apply a minimum of 15 mils dry film thickness.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine the substrate and the conditions under which flashing and sheet-metal work is to be performed. Do not proceed with the work until unsatisfactory conditions are corrected.

B. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, cant strips and reglets in place, and nailing strips located.

C. Verify membrane termination and base flashings are in place, sealed, and secure.

Page 396: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 60 00 - 4 Flashing and Sheet Metal

3.2 PREPARATION

A. Field measure site conditions prior to fabricating work. Install starter and edge strips, and cleats before starting installation.

3.3 INSTALLATION

A. General: Apply all work to even, smooth, sound, thoroughly clean, and dry surfaces free from defects. Install all work plumb and securely fastened for watertight installation. Provide accessories and other items essential to completion of work, though not specifically shown or specified.

B. Install sheet metal according to recommendations in SMACNA's "Architectural Sheet Metal Manual" and as indicated. Conform to drawing details included in SMACNA manual.

C. Apply asphalt roofing cement between metal flashings and felt flashings.

D. Attachments: In general, confine attachments of sheet metal less than 12 inches wide to one edge only. Space screws or nails evenly and approximately 4 inches apart. Where sheet metal is applied to surfaces other than wood, provide shop drawings to establish locations for sleepers and nailing strips required to secure the work properly.

E. Soldering: Solder metal joints watertight for full metal surface contact. After soldering, wash metal clean with neutralizing solution and rinse with water.

F. Expansion and Contraction: Provide expansion and contraction joints at all sheet metal work. Unless otherwise specified or indicated, make up long straight runs of sheet metal work in 12 foot lengths maximum, and connect together with 3 inch loose-lock slip-type joints, and fill with sealant as specified. For straight runs less than 12 feet but more than 8 feet, make a similar slip-type joint at center of run. Lock and solder seams of intermediate joints between expansion joints.

G. Reglets: Install true to lines and levels. Seal top of surface mounted reglets with sealant.

H. Flashings:

1. Provide flashings, where shown or required, to provide watertight protection; use galvanized sheet metal, unless otherwise indicated on drawings.

2. Secure flashings in place using concealed fasteners. Use exposed fasteners only in locations approved by Engineer.

3. Fit flashings tightly in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles.

Page 397: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 07 60 00 - 5 Flashing and Sheet Metal

I. Counterflashings:

1. Provide counterflashings at intersections of roof with vertical surfaces and similar conditions. Secure to vertical surfaces as detailed.

2. Turn down counterflashings over base flashings not less than 4 inches; form to provide a spring action against base flashing or roofing.

3. Insert counterflashings into reglets to form tight fit. Secure in place with plastic wedges at maximum 16 inches on center. Seal into reglets with sealant.

4. Overlap joints a minimum of 4 inches and bed with elastomeric sealant. Provide prefabicated end closures.

J. Copings and Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in FMG Loss Prevention Data Sheet 1-49 for specified wind zone and as indicated.

1. Anchor interior leg of copings with screw fasteners and washers at maximum 24 inches on center as recommended by SMACNA and FMG for Wind Zone 1.

3.4 CLEANING AND PROTECTION

A. Clean off excess solder and sealants. Remove temporary protective coverings and strippable film as sheet metal flashing and trim are installed.

B. Protect dissimilar metals from contact with each other and from surfaces which cause corrosion of the metal by coating with bituminous coating or other approved isolator. Paint faces of all sheet metal in contact with exposed pressure-treated wood with bituminous paint.

END OF SECTION

Page 398: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 399: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 92 00 - 1 Joint Sealants

SECTION 07 92 00

JOINT SEALANTS

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install sealants, joint fillers, caulking, and rubber pads where specified or shown on the drawings.

1.2 QUALITY ASSURANCE

A. Applicator shall have installed sealants of the types specified on two or more projects completed within the last two years.

B. Notify District in sufficient time to arrange inspections of preparations and installation.

1.3 SUBMITTALS

A. Submit product literature and installation instructions covering each product to be used, including sealants, backings, and primers.

B. Submit schedule of locations of use for each material.

1.4 PRODUCT HANDLING, AND DELIVERY

A. Deliver materials in manufacturer's original, unopened containers with labels intact and legible.

PART 2 - PRODUCTS

2.1 POLYURETHANE SEALANTS

A. Sealants, suitable for submersed reservoir use:

1. Sikaflex - 2c NS/SL, multi-part, available from D. M. Figley Company, Menlo Park, CA, (800) 292-9919.

2. Manus-Bond 75-AM, one-part, tan or black-colored, available from Manus Products Inc., Waconia, Minnesota, (925) 442-3323.

3. No substitutions.

B. Sealants, one part, suitable for other than submersed reservoir use:

1. Dyna Seal W-100, Williams Products Inc., Troy, Michigan.

2. Vulkem 116, Mameco International distributed by Harold A. Price and Co., Inc., Richmond, (510) 235-5343.

Page 400: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 92 00 - 2 Joint Sealants

3. Sikaflex 1a available from D. M. Figley Company, Menlo Park, CA, (800) 292-9919.

4. Or equal as approved by the Engineer.

C. Backing material:

1. Shall meet the sealant manufacturer's requirements.

D. Primers:

1. As recommended by manufacturers of compound for intended use.

2.2 EPOXY PUTTY

A. Hexcel APCO 9904 distributed by R. D. Kincaide, Inc., San Francisco, CA, (415) 861-9400.

B. Or equal as approved by the Engineer.

2.3 MASTIC SEALER

A. Neoprene flashing cement, "Neo-Flex B-54", trowel grade, available from Conrad Sovig Company, San Francisco, (415) 863-3809.

B. Or equal as approved by the Engineer.

2.4 MISCELLANEOUS

A. Sponge rubber joint filler: ASTM D 1752, Type 1.

B. Preformed expansion joint filler: ASTM D 1751.

C. Neoprene rubber pads:

1. Properties:

a. 50A durometer hardness, ASTM D 2240.

2. Available from:

a. Harold A. Price & Co., Richmond, CA 94802, (510) 235-5343.

b. Cal-Neva Supply Co. Inc., 1900 Marina Blvd, San Leandro, CA, (510) 895-6506.

Page 401: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 07 92 00 - 3 Joint Sealants

PART 3 - EXECUTION

3.1 PREPARATION OF SURFACES

A. Sealants:

1. Joints and spaces to be sealed shall be clean, dry, and free of dust, loose mortar and other foreign materials.

a. Remove oils and grease with cleaning agents, as approved by manufacturer.

b. Remove protective coatings from surfaces against which sealant compound is to be placed.

3.2 APPLICATION

A. General: Installation shall be in accordance with manufacturer's recommendations and requirements.

B. Sealants:

1. Depth and width of joints:

a. Where indicated, joints shall have filler material installed to proper depth prior to sealant installation.

b. Sealant depth in joint shall be 1/2 width of joint except as shown otherwise.

2. Prime surfaces of joints as recommended by manufacturer.

3. Apply material from manufacturer's original container with nozzle of proper size to obtain neat, smooth, and uniform bead. Apply sealant in a continuous operation without layering, voids, or bubbles. Large joints shall be filled from bottom to top by keeping the nozzle moving along at the bottom surface.

4. Tool sealant immediately after exposure with caulking tool to firmly press sealant against bonding faces.

5. Protect sealant from being disturbed until completely cured.

6. Cleaning:

a. Clean adjacent materials which have been soiled and leave in a neat, clean condition.

b. On porous surfaces, allow excess sealant to cure overnight and remove by lightly wire brushing or sanding.

END OF SECTION

Page 402: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 403: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Roof Hatches 2011 08 31 10 - 1

SECTION 08 31 10

ROOF HATCHES

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install three roof hatches and frames as shown on the Drawings.

B. Related work specified elsewhere:

1. Section 01 45 27 – Shop Inspection

2. Section 05 50 00 - Metal Fabrications

3. Section 07 92 00 – Joint Sealants

1.2 QUALITY ASSURANCE

A. The roof hatch manufacturer shall have been regularly engaged in the design and manufacture of roof access hatches and frames of the type specified for not less than five years.

1.3 SUBMITTALS

A. Submit complete shop drawings for the Engineer's approval a minimum of 30 days prior to start of fabrication.

1.4 PRODUCT HANDLING AND DELIVERY

A. Prepare, ship and store to prevent warping or damage.

PART 2 - PRODUCTS

2.1 MATERIALS

A. The entire assembly of access hatch door and frame shall be made of aluminum, unless shown otherwise on the Drawings. See Section 05 50 00, Metal Fabrications.

B. The lifting mechanisms shall be a mechanical type. Liquid-filled, hydraulic lifting mechanisms are not permitted.

C. All hardware including latch, lifting mechanism assembly, hold-open arm and guide, brackets, hinges, pins and fasteners shall be made of stainless steel.

Page 404: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Roof Hatches 2011 08 31 10 - 2

D. Hatches shall be designed to withstand a live load of 20 psf with maximum deflection of 1/150th of the span.

E. Hatches shall be weather-resistant, with gaskets and other mechanisms to prevent rainwater intrusion.

F. Hatch cover, padlock, and hinge locations shall be as shown on Drawings.

2.2 ACCEPTABLE PRODUCTS - ACCESS HATCHES

A. Acceptable products identified in Paragraph B below are listed as a basis only.Hatches shall conform to the Drawings.

B. Roof access hatch:

1. Bilco VersaMount Type hatches. Local representative: Collier Building Specialties, San Francisco, (415) 467-9235.

2. Thompson Type hatches. Thompson Fabricating Co. 1-800-824-6182

3. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 FABRICATION

A. Verify field conditions and dimensions prior to fabrication.

B. Shop fabricate and assemble per Drawings. Include temporary stiffeners, spacers, etc. to facilitate accurate installation.

3.2 INSTALLATION - HATCHES

A. Install per manufacturer's recommendations and as shown on the drawings.

B. After installation of the roof hatches, the Contractor shall adequately protect exposed portions from damage by paint, cement, and other harmful compounds.

C. When closed, the roof hatches shall provide a water tight seal.

3.3 INSPECTION

A. All materials and workmanship will be inspected for conformance to these specifications. Any work found deficient must be replaced and brought up to full compliance with these specifications.

B. See Section 01 45 27 for shop inspection advance notification requirements and District travel expenses.

Page 405: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 Roof Hatches 2011 08 31 10 - 3

3.4 CLEANING

A. The Contractor shall be responsible for removal of protective materials and cleaning.

END OF SECTION

Page 406: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 407: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 34 73 - 1 Sound Control Door Assemblies

SECTION 08 34 73

SOUND CONTROL DOOR ASSEMBLIES

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Non-rated and fire-rated sound control door and frame assemblies, complete.

2. Metal frames for doors, where required for sound control assembly.

3. Hardware and accessories for doors as required to achieve the desired sound rating.

B. Related Sections:

1. Section 01 75 17 – Field Start-up and Testing.

2. Section 08 71 00 - Door Hardware.

3. Section 09 91 00 - Painting: Field Painting of Doors and Frames.

1.2 REFERENCES

A. ASTM International (ASTM):

1. E90-81, or later - Measurement of Airborne Sound Transmission Loss of Building Partitions.

2. E413-73 - Classification for Determination of Sound Transmission Class.

B. Door and Hardware Institute (DHI): The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware.

C. National Fire Protection Association (NFPA):

1. NFPA 80 - Fire Doors and Windows.

2. NFPA 252 - Fire Tests for Door Assemblies.

D. Underwriters Laboratories (UL) 10B - Fire Tests of Door Assemblies.

1.3 SUBMITTALS

A. Shop Drawings: Submit shop drawings for the fabrication and erection of acoustically-rated doors and frames. Include dimensions, details of construction,

Page 408: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 34 73 - 2 Sound Control Door Assemblies

edge conditions, location, installation requirements of finish hardware, accessories, and reinforcement and detail of anchorage.

B. Product Data: Submit manufacturer's product data and specifications on acoustical doors.

C. Test Reports: Submit test reports from a certified independent acoustical laboratory indicating the STC rating of each door, tested in accordance with ASTM E90-81, or later, and ASTM E413-73. Tests conducted under earlier ASTM E-90 procedures are not acceptable.

1.4 QUALITY ASSURANCE

A. Fire Rating:

1. Wherever a fire-resistance classification is indicated or required, provide fire-rated doors and frames investigated and tested as a fire door assembly; identify each door and frame with UL labels, indicating applicable fire-rating of both door and frame.

2. Fire-rated frame construction to conform to NFPA 252 and UL 10B.

3. Fabricate and install frame and door assembly to conform to NFPA 80 for fire-rated class indicated on Drawings.

B. Acoustical Rating: Fabricate assemblies with accessories to ensure sound transmission class rating of STC 46 or better for both single doors and for pairs of doors.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver sound-rated doors and frames cartoned or crated to provide protection during transit and job storage. Inspect upon delivery for damage. Repair and replace damaged items as required.

B. Store on raised platforms in vertical positions. Keep stored material covered and protect from damage.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Provide sound-retardant rated metal door and frame assemblies with gasketing and required accessories manufactured by Industrial Acoustics Company, Krieger Steel Products Company, Overly Manufacturing Company, Jamison Door Co., Metal Manufacturing Co. (Sacramento), or equal.

Page 409: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 34 73 - 3 Sound Control Door Assemblies

2.2 MATERIALS

A. Hot-Rolled Steel Sheets: Commercial-quality carbon steel, pickled and oiled, complying with ASTM A569 and ASTM A568.

B. Cold-Rolled Steel Sheets: Commercial-quality carbon steel, complying with ASTM A368 and ASTM A568.

C. Galvanized Steel Sheets: Zinc-coated carbon steel sheets of commercial quality, complying with ASTM A526, with 1.25-ounce commercial zinc coating, mill phosphatized complying with ASTM A924.

D. Inserts, Bolts, and Fasteners: Manufacturer's standard units for the required application; hot-dip-galvanize items to be embedded in or in contact with concrete foundation wall or slab-on-grade.

E. Primer: Red-oxide/zinc-chromate primer for interior; zinc-dust/zinc-oxide primer for galvanized surfaces.

2.3 ACCESSORIES

A. Door Hardware: Manufacturer's standard. Provide the following:

1. Hinges: Cam lift, butt type, designed to support weight of doors, and tested to achieve a minimum of 125,000 opening and closing cycles, factory installed.

2. Closers: LCN or Norton, factory installed.

3. Flush Bolts: GJ, surface mounted on inactive leaf, top and bottom, factory installed.

4. Coordinators: Dorma, or equal, used on double leaf doors, factory installed.

5. Head and Jamb Seals and Astragal at Pairs: Single magnetic type, factory installed, designed to achieve required STC rating.

6. Door Bottoms and Thresholds: Manufacturer's standard, designed to achieve the required STC rating.

7. Lockset: Provided by Section 08 71 00.

2.4 FABRICATION

A. General: Fabricate sound control metal doors and frames to be rigid, neat, and free from defects, warp, buckle, or surface imperfection. Accurately form metal to required sizes and profiles. Fit and assemble units in the manufacturer's plant. Weld exposed joints continuously, grind, and make smooth, flush and invisible.

Page 410: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 34 73 - 4 Sound Control Door Assemblies

B. STC Rating: Fabricate sound door assemblies with a minimum STC rating of 43 dB. Provide written certification stating that STC rating is in accordance with ASTM E90, as conducted by a qualified acoustical testing laboratory.

C. Comply with applicable requirements of ANSI A115, "Specifications for Door and Frame Preparation", unless otherwise required for STC rating.

D. Door Construction: 1-3/4-inch thick (and thicker where indicated on the Drawings), flush-design, fabricated of two outer stretcher-leveled steel sheets not less than 16-gage; provide cold-rolled sheet for interior and galvanized sheet for exterior doors as indicated on Drawings.

1. Door Filler: Sound-insulation filler solidly packed full door height to fill the voids between inner core reinforcing members.

2. Reinforce tops, rails, and bottoms of doors with 16-gage horizontal steel channels welded continuously to the outer sheets. For exterior doors, close top and bottom edges to provide weather seal as integral part of door construction or by addition of inverted steel channels.

3. Construct with smooth, flush surfaces without visible joints or seams on exposed faces or stile edges.

E. Frame Construction: Welded 14-gage cold rolled galvannealed steel with an A60 coating weight and furnished "Split" in two pieces, inside and outside, with integral stops and corners mitered, welded, and ground smooth.

1. Frame Anchors: Corrosion resistant material, spaced a maximum of 12 inches on center, and a welded floor anchor at each jamb.

2. Hardware Reinforcement: Not less than 3/16 inch thick.

F. Prepare doors and frames to receive hardware, including cutouts, reinforcing, drilling, and tapping in accordance with final door hardware schedule and templates provided by hardware supplier. Unless otherwise shown on the Drawings, provide countersunk flat Phillips heads for exposed screws and bolts.

G. Door Hardware Reinforcement: Reinforce for required door hardware as follows, as a minimum:

1. Cam-lift Hinges: As required by door manufacturer.

2. Lockset and Bolts: 14-gage steel sheet, secured with not less than two spot welds.

3. Surface-Applied Closers: 12-gage steel sheet, secured with not less than six spot welds.

Page 411: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 34 73 - 5 Sound Control Door Assemblies

4. Automatic-Door Bottoms: Reinforce for mortise-type units with minimum 12-gage steel. Provide recess required for units.

H. Fabricate and fit sound control metal doors accurately in their respective frames to accommodate the required acoustical edge seals and threshold. Comply with ADAAG requirements where required. Provide astragals at pairs of doors.

2.5 FINISHES

A. Clean steel surfaces of mill scale, rust, oil, grease, dirt, and other foreign materials before the application of shop coat of primer.

B. Apply primer to provide a uniform dry-film thickness of not less than 2.0-mils.

1. Primer: Red oxide/zinc chromate for interior; zinc oxide for galvanized surfaces.

C. Hardware Finish: Match finish of door hardware specified in Section 08 71 00.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine the door frames, walls, and conditions under which the sound-rated doors are to be installed. Do not proceed with the work until unsatisfactory conditions have been corrected.

B. Inspect doors for any damage that would prevent achieving the STC rating as scheduled. Any doors with visible bends, bows or other damage that would prevent a proper seal shall be rejected.

3.2 INSTALLATION

A. Install all sound-rated doors, frames, and gasket assemblies in accordance with final shop drawings and manufacturer's written instructions. Where frames are anchored with bolts through the face, fill heads with metal putty, grind smooth, and touch-up prime paint.

B. Coordinate setting of frames with wall construction for anchor placement.

C. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces and spreaders, leaving surfaces smooth and undamaged.

D. Place fire-rated frames in accordance with NFPA Standard No. 80 and in accordance with manufacturer's test report installation data.

E. Grout door frames with USG "Structo-lite" gypsum plaster or treat as recommended by manufacturer to achieve the required STC rating.

Page 412: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 34 73 - 6 Sound Control Door Assemblies

F. Hang doors and adjust to freely swinging operation without binding, sticking, sagging, or any clearances that would prevent achieving the STC rating as scheduled.

G. Install and adjust sound seals, door bottoms and accessories in accordance with the manufacturer's printed instructions. Install thresholds flush with finish floor in a solid bed of sealant. Do not mount other hardware on the head or jamb seal covers.

H. Coordinate installation of hardware provided by Section 08 71 00.

3.3 FIELD QUALITY CONTROL

A. Door assemblies may be selected for on-site testing of the acoustical performance in accordance with ASTM E336.

3.4 ADJUSTING AND CLEANING

A. Adjust hardware for smooth and balanced door movement and proper seal. Remove and replace defective work, including doors or frames which are warped, bowed, fail to seal properly, or are otherwise damaged.

B. Sand smooth any rusted or damaged areas of prime coat, and apply touch-up of compatible air-drying primer.

3.5 FUNCTIONAL TESTING

A. Fully close the door(s) for inspection. Closing the door shall not require excessive force or extraordinary manual adjustment to attain a fully sealed closure.

1. Interior Inspection: Inspect the entire perimeter edge of the door on the inside. Where the door contacts the stationary seal on the sides and top of the door frame, the seal shall be continuously compressed by the door without any gaps. Where bottom moving seal is attached to the bottom of the door and contacts the threshold, the seal shall be continuously in contact with the threshold without any gaps. At the bottom corners of the door, where the stationary and moving seals meet, the contact shall be continuous and there shall be no light visible.

3.6 PERFORMANCE TESTING

A. Fully close the door(s) for inspection. The pump unit closest to the door shall be running. Measure the sound levels in dBA with the District sound meter as follows:

1. Measure around the entire door perimeter at a distance of 3-feet from the door. Record the maximum level.

2. Open the door and measure the sound level at a distance of 3-feet from the door. Record the level.

Page 413: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 34 73 - 7 Sound Control Door Assemblies

3. The difference in levels is the attenuation level. This shall meet or exceed the STC rating of the door. If this attenuation level is not met, adjust, repair or replace the problem area as required and retest.

B. The cost of the first performance test will be paid by the District. The cost of all subsequent testing shall be paid by the Contractor. Retesting will be required by the District until the manufacturer's certified attenuation rating is achieved.

END OF SECTION

Page 414: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS
Page 415: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 1 Door Hardware

SECTION 08 71 00

DOOR HARDWARE

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. All necessary door hardware to complete the Project, except those items specifically mentioned to be furnished by other Sections.

2. Wherever items of door hardware are not definitely specified but are required for proper completion and/or operation of doors, or a hardware item may no longer be available, furnish hardware in type, quality, and finish suitable for the service required and comparable to that specified for similar conditions, and notify the Engineer immediately.

B. Products Supplied But Not Installed Under This Section: Furnish templates to Section 08 34 73 for door and frame preparation.

C. Related Sections:

1. Section 08 34 73 - Sound Control Door Assemblies.

2. Section 28 16 19 - Intrusion Detection Remote Devices and Sensors

1.2 SUBMITTALS

A. Hardware Schedule: Submit a complete schedule of door hardware for review. Reference items clearly to groups specified, door-type designations shown, location, and other pertinent data. Verify suitability, function, thickness of members, or other factors affecting appropriate selection. List manufacturer's names or suitable abbreviation to facilitate reviewing, opposite each item scheduled.

1. List only readily obtainable hardware that appears in current catalogs. Do not deliver hardware until schedule has been accepted by the Engineer.

2. After the hardware schedule is accepted by the Engineer, provide one copy of the accepted hardware schedule to each trade whose work may be affected.

B. Product Data: Submit catalog cuts and product data on each different type of hardware included in hardware schedule. Indicate locations and mounting heights of each type of hardware. Submit manufacturer's parts lists, templates, and installation instructions.

C. Samples: Prior to delivery of any hardware to the site, submit one sample of each class or type of hardware to the Engineer for final review if requested. Affix labels

Page 416: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 2 Door Hardware

to fully identify manufacturer, class or type, and location on the Project. After review, accepted samples may be obtained from the Engineer for installation on the Project, providing such samples are picked up within seven days of notification of acceptance.

D. Operation and Maintenance Data: Submit operation and maintenance data. Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance.

1.3 QUALITY ASSURANCE

A. Supplier Qualifications: Company experienced and specializing in supplying commercial door hardware. The hardware supplier shall employ a member of the Door Hardware Institute (DHI) who is a Certified Architectural Hardware Consultant (AHC) to prepare the hardware schedule submittal and, upon completion of the building, check the installation and disclose any misapplication of hardware.

B. Regulatory Requirements:

1. Conform to 2007 California Building Code for requirements applicable to fire-rated doors and frames.

2. Comply with applicable requirements of National Fire Protection Association (NFPA) Standard 80 - "Fire Doors and Windows," and Standard 101 - "Life Safety Code". Provide UL-labeled hardware at fire-rated openings.

3. Door Closers: Certified to conform to UBC Standard 7-2 (1997) for positive pressure test.

4. Conform to California Code of Regulations (CCR) Title 24 and Federal Americans with Disabilities Act (ADAAG) requirements for accessibility.

1.4 DELIVERY, STORAGE, AND HANDLING

A. Deliver hardware with items packed separately, complete and ready for installation with necessary fittings, trim, fasteners, and accessories. Mark packages clearly for identification in accordance with Hardware Schedule. Deliver hardware so that work may progress without delay or interruption.

B. Package all items of hardware and each lockset, latchset, exit device, and door control/closer in its individual package marked with manufacturer's name, type number, and name of item. Furnish each item complete with necessary fastenings, wrenches, spanners, installation instructions, and templates. Indelibly, legibly, and carefully mark each package with an item number corresponding to the door number and hardware group number as indicated on the opening schedule, the approved door Hardware Schedule, and the Drawings and details.

C. Protect hardware from damage before, during, and after installation.

Page 417: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 3 Door Hardware

1.5 COORDINATION

A. Coordinate work of this Section with other directly affected Sections involving manufacturer of any internal reinforcement for door hardware.

B. Manufacture all hardware to template. Provide templates and, if necessary, the physical hardware to fabricator of doors and frames in ample time to facilitate the work.

C. Coordinate electrical and security requirements of hardware items with related sections.

1.6 WARRANTY

A. Provide extended warranty for the following hardware items in accordance with requirements of Division 1. Warrant that hardware shall be free of defects in material and workmanship and that it will not deteriorate excessively, or otherwise fail to perform as required.

1. Hinges: For life of building.

2. Door Closers: Ten years.

3. Locks: Five years.

1.7 MAINTENANCE MATERIALS

A. Provide special wrenches and tools applicable to each different or special hardware component.

B. Provide maintenance tools and accessories supplied by hardware component manufacturer.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. General: Numbers in Hardware Schedule refer to those of the first named manufacturer below. Equivalent products by the other named manufacturers are also acceptable.

B. Butt Hinges: Stanley (STA), Hager, Lawrence, McKinney.

C. Locksets and Latchsets: Best Access Systems (BAC).

D. Cylinders: Best Access Systems (BAC).

E. Overhead Closers: LCN, Dorma, Norton.

Page 418: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 4 Door Hardware

F. Manual and Automatic Flush Bolts: Ives (IVE), Door Controls Inc.

G. Stops: Ives (IVE), Trimco.

H. Gasketing and Thresholds: Pemko (PEM), Reese, Zero.

I. Protection Plates: Ives (IVE), Trimco.

2.2 HINGES

A. Standard: Meeting ANSI A156.1, Grade 1.

B. Type: Butt hinges of the five-knuckle, full mortise type, minimum of two bearings, stainless steel pins, and as follows:

1. Fire-Rated Doors: Steel hinges with steel pins, minimum of two ball bearings, and plated to match required finish.

2. Outswinging Doors to the Exterior: Stainless steel or non-ferrous material, with nonremovable pins (NRP) of the setscrew type.

C. Hinge Size:

1. Doors 1-3/4" thick and up to 37" wide: 4-1/2 x 4 inch butt hinges provided with at least two ball bearings or life-span bearings.

2. Doors over 1-3/4" thick or over 37" wide: 5 x 4-1/2 inch extra-heavy duty butt hinges provided with at least four ball bearings.

3. Butt hinges for doors thicker than noted above or with unusual trim conditions which would interfere with the full opening of the door shall be provided with hinges of sufficient size to adequately support the door weight and of sufficient width to clear adjacent trim.

D. Number of Hinges Per Door Leaf:

1. Doors up to 60 Inches High: Two hinges per door leaf.

2. Doors up to 90 Inches High: Three hinges per door leaf.

3. Doors over 90 Inches High: Three hinges plus one additional butt hinge for each additional 30 inches in height over 90 inches, or fraction thereof.

2.3 LOCKSETS, LATCHSETS, AND CYLINDERS

A. Standards:

1. Cylindrical Locks: Meeting ANSI A156.2, Series 4000, Grade 1, UL listed.

Page 419: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 5 Door Hardware

B. Lock Type: Where locksets or latchsets are scheduled, provide Best "93K" Series, cylindrical type, backset of 2-3/4 inches, with Best Type SFIC with key in lever, unless otherwise noted. Provide all locks from the same manufacturer.

C. Design: Solid lever handles, Best "15C" design, unless otherwise noted.

D. Strikes: Provide each lockset, latchset, and deadlock with a strike and a strike box.Provide standard type strikes with extended lips where required to protect adjacent trim from being marred by latch bolt. Verify cutout types provided in metal frames.

E. Construction Cores: Provide construction keying for cylinders as required and keys for use during construction. District will remove construction cores and return to Contractor.

2.4 DOOR CLOSERS

A. Standards: Meeting ANSI A156.4, Grade 1, and 2000 UBC Standard 7-2 - positive pressure test.

B. Type: Rack and pinion construction, steel spring, fully hydraulic action, non-handed, cast iron body, non-gumming, non-freezing hydraulic fluid requiring no seasonal adjustment for temperature.

C. Closer Force: Capable of having spring force increased by 50 percent by adjustment without removing from the door, and effecting a maximum operating pressure on the door as follows:

1. Interior Doors: 5.0 pounds.

2. Exterior Accessible Doors: 5.0 pounds.

3. Exterior Non-Accessible Doors: 8.5 pounds.

4. Fire Doors: 15 pounds.

D. Overhead Surface-Mounted Closers:

1. Out-swinging Doors to the Exterior and into Corridors: Parallel arm closers, with the closer mounted on the inside of the door.

2. In-swinging Doors into Rooms: Mount closers on the room side on the door. Corner brackets are not permitted. Supply drop plates where required.

E. Features: Positive back-check action near the outer limit of the opening cycle, located to protect door, frame, trim, and hardware; separate adjustments for latch speed, general speed, and back check; hydraulic regulation by tamperproof, noncritical screw valves adjustable only with a hex wrench. Where called for, provide with built-in positive stop.

Page 420: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 6 Door Hardware

2.5 FLUSH BOLTS

A. Standards:

1. Manual Flush Bolts: Meeting ANSI A156.16, Grade 1.

2. Automatic Flush Bolts and Coordinators: Meeting ANSI A156.3.

B. Flush Bolts: Provide at top and bottom edge of the inactive leaf of pairs of doors. Provide bottom rod with 12 inch long operating rod and top rod of sufficient length so that operating lever is less than six feet above the floor.

C. Fire Rated Doors: Provide flush bolts, coordinators, and carry bars listed or labeled by a nationally recognized independent testing laboratory.

D. Dustproof Strikes: Provide for bottom bolts, of type required for appropriate finish floor condition.

E. Coordinators: Flat bar type with head filler, mounted to the head frame on top of the metal stop, unless otherwise scheduled. Provide a carry bar at each pair of doors equipped with overlapping astragal. Coordinators to be mechanically operated, and capable of holding the active door of a pair open until the inactive leaf has preceded it in the closing cycle.

2.6 AUXILIARY HARDWARE

A. Standards: Meeting ANSI A156.16.

B. Door Stops: Floor type or wall bumper type as scheduled. Provide each door leaf with a stop of proper size and height to prevent door from hitting wall or fixed objects. Built-in stops in door closers and overhead stops, where called for, shall satisfy this requirement.

1. Wall Stops: No visible fasteners.

2. Floor Stops: Of height required by floor conditions, fastened by means of machine screws and expansion anchors.

C. Silencers: Gray rubber, non-marring configuration for metal or wood doors. Provide each door with a pressed-metal frame with tamper resistant rubber silencers. Provide each single door with three silencers, each pair of doors with four. Omit at doors to receive gasketing.

2.7 THRESHOLDS, DOOR BOTTOMS, AND GASKETING

A. Provide as scheduled and detailed. Install with countersunk, flat-head screws, of same material and finish as item being attached at all applied thresholds, door bottoms, stops, and door gasketing.

Page 421: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 7 Door Hardware

B. Fire-Rated Doors: Provide UL-listed smoke seals on three sides of door frames at head and jambs.

2.8 DOOR PLATES

A. Standards: Meeting ANSI A156.6.

B. Protection Plates: Stainless steel, with all edges beveled. Provide as scheduled and detailed.

1. Thickness: Minimum of 0.050-inch.

2. Width: Protection plates shall be 1-1/2-inch less than door width at single doors, 1-inch less than leaf width at pairs of doors. Mop plates shall extend the full width of the door.

3. Height: Kickplates and mop plates shall be 10 inches high. At surface-applied drop seal conditions, extend kickplate from top of drop seal to 12 inches above finished floor. Armor plates shall be 36 inches high, unless such height interferes with louvers or locksets, in which case, provide proper cutouts.

C. Install plates using countersunk spanner-type stainless steel #6 oval head screws.

2.9 KEYS AND KEYING

A. Keying: Meet with District Representative to determine final requirements. Key and masterkey locks as directed by District Representative. Key to District's existing system.

B. Key Type: Best Access System 7 pin removable core system.

C. Number of Keys:

1. Grand Master Key (Opens every door): 4 keys

2. Keyed Alike Sub-master Key (Opens janitor, mechanical, and electrical doors): 8 keys

3. Each Door: 3 keys.

D. Identification: Emboss face of each cylinder plug and key with minimum 3-digit visual key control system. Stamp all keys "DO NOT DUPLICATE".

E. Ship keys and extractor keys directly from factory to District via registered mail. District will remove construction plugs and install permanent cylinders as required.

F. Provide a construction keying system for Contractor's use as required during construction. Retain construction keys and inserts and turn over to the District upon completion of construction.

Page 422: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 8 Door Hardware

2.10 FINISHES

A. Typical Hardware:

1. Typical Interior Locations: BHMA 626 or 652 (US26D) - dull chromium-plated, unless otherwise noted.

2. Exterior Locations, Unheated Spaces Exposed to the Weather, and Where Scheduled: BHMA 630 (US32D) - satin stainless steel, unless otherwise noted.

B. Exposed Overhead Door Closers: BHMA 689 - spray lacquer aluminum color, unless otherwise noted.

C. Thresholds: BHMA 719 - mill finish extruded aluminum.

D. Weatherstripping and Gasketing: BHMA 628 (US28), clear anodized aluminum, unless otherwise noted.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine doors, frames, and other surfaces to receive door hardware and report all defects which might adversely affect the installation or function of the hardware. Do not begin installation until unsatisfactory conditions have been resolved.

B. Coordinate and be responsible for the proper fabrication of all work or material to receive hardware. No extra cost will be allowed because of changes or corrections necessary to facilitate the proper installation and operation of the hardware.

3.2 INSTALLATION

A. Install hardware in accordance with manufacturer's instructions and requirements of ANSI/NFPA 80, and DHI. Use templates provided by hardware item manufacturer.

B. Conform to CCR Title 24 and ADA accessibility requirements for positioning and installing hardware for the disabled.

C. Provide door hardware with all necessary screws, bolts, and other devices or fastenings of suitable size and type to secure the hardware in position for heavy use and long life, harmonizing as to material and finish. Furnish fasteners, where necessary, with expansion shields or other approved anchors according to the material to which it is applied and as recommended by the manufacturer. Secure hardware to concrete with expansion sleeve anchors as indicated by best current practice; plastic or "Rawl" plugs will not be accepted. Screws shall have "Phillips" heads, finished to match hardware. Install closers on hollow metal doors with through-bolts.

Page 423: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 9 Door Hardware

D. Thresholds: Set in bead of sealant.

E. Keying:

1. Coordinate with District the changeover to permanent cores at completion of project.

2. District will remove construction cores and will return cores to Contractor.

3.3 MAINTENANCE RELATED ITEMS

A. Furnish one set of installation and adjusting tools and one set of maintenance manuals for locksets, exit devices, and door controls/ closers to District.

3.4 ADJUSTMENTS AND INSPECTION

A. Closers: Regulate and adjust to comply with fire and accessibility requirements prior to final inspection.

B. During the installation of hardware a periodic inspection shall be made by the Contractor in company with a representative of the Engineer and the hardware supplier or his agent. Any hardware improperly installed shall be removed and reinstalled at the Contractor's expense. At completion of the work a final inspection shall be made by the above parties. Make any and all adjustments recommended by any of the above parties.

3.5 HARDWARE SCHEDULE

A. General: The accompanying Hardware Schedule is furnished for whatever guidance and assistance it may afford the Contractor but shall not necessarily be considered as entirely inclusive.

B. Examine the Drawings and the Specifications to determine the extent, quality, and function of hardware required. Furnish all necessary architectural finish hardware to complete the work.

C. Should any door or item be inadvertently omitted from the scheduled hardware, provide such door or item with the same hardware as required for similar purposes. Should it be determined that the hardware scheduled is not suitable due to detail or size of member, provide hardware of proper size, type and function, similar in operation and equivalent to that specified.

D. Whether listed or not, provide latching lockset, door closer, and smoke gasketing at all fire-labeled doors.

3.6 SCHEDULE

A. Single HM Exterior Sound Control

Page 424: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/12 2011 08 71 00 - 10 Door Hardware

1 Lockset D80LD w. Best cylinder, Schlage/Best/Arrow 1 Closer 4550 Full Stop, Ryobi or 4040 90° stop, LCN Coordinate remainder of hardware with manufacturer - See Section 08 34 73.

B. Pair HM Exterior Sound Control

1 Lockset D80LD w. Best cylinder, Schlage/Best/Arrow 2 Door Stops F823X, Builders Brass 2 Closers 4550, Ryobi or 4040LCN Coordinate remainder of hardware with manufacturer - See Section 08 34 73.

END OF SECTION

Page 425: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 1 Louvers

SECTION 08 91 00

LOUVERS

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Furnish and install louvers and appurtenances as shown on the drawings and specified herein

B. Related Sections:

1. Section 07 60 00 – Flashing and Sheet Metal.

2. Section 07 92 00 – Joint Sealants.

3. Section 23 31 13 – Metal Ducts.

4. Section 23 33 00 – Air Duct Accessories.

1.2 REFERENCES

A. Air Movement and Control Association (AMCA):

1. 500 - Laboratory Methods of Testing Louvers for Rating.

2. 501 – Application Manual for Air Louvers.

B. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA)

1. Architectural Sheet Metal Manual

1.3 DELIVERY, STORAGE, AND HANDLING

A. Delivery: All materials that will not be installed the same day as delivered to the site shall be stored in the original manufacturer's packaging. Loose items with no original packaging shall be boxed to protect the products from scratches, abrasion, or breakage.

B. Protection Prior to Installation:

1. All products shall be transported, handled and stored in accordance with the manufacturer's recommendations.

2. All products shall be protected from excessive heat, moisture, and other adverse environmental conditions during storage and handling.

3. All plastic materials shall be stored out of direct sunlight.

Page 426: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 2 Louvers

1.4 PERFORMANCE REQUIREMENTS

A. Performance: Meet requirements when tested in accordance with AMCA 500.

B. Designed for 20 pounds per square foot wind load.

1.5 SUBMITTALS

A. Submit Prior to Shipment:

1. Shop Drawings: Include dimensions, anchorage details, and relationships to adjacent materials.

2. Product Data and certifications.

3. Finish color selection charts (all submittal copies shall be original quality color).

1.6 QUALITY ASSURANCE

A. Provide louvers with the following, unless otherwise specified:

1. AMCA certification and rating in accordance with AMCA 500 for air performance and water penetration.

1.7 PROJECT CONDITIONS

A. Field Measurements: Verify size, location and placement of louver units prior to fabrication, and show on shop drawings.

PART 2 - PRODUCTS

2.1 GENERAL

A. Louver Types: Louvers are marked on the drawings with a letter L followed by a number referring to a louver type in this section. Individual louver size and air flow rates are as indicated on the drawings.

B. Accessories:

1. Provide installation clips and flanged or jamb mounting styles suitable for the mounting locations as indicated on the drawings.

2. Provide extended sills for louvers indicated as installed recessed from the exterior wall surface.

3. Provide stainless steel fasteners unless noted otherwise.

Page 427: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 3 Louvers

C. Protective Coatings for Aluminum in Contact with Concrete or Masonry:

1. Acceptable Products:

a. Koppers Company, Inc.

b. Tarmastic 100.

c. Porter Coatings.

d. Or equal as approved by the Engineer.

2.2 STATIONARY DRAINABLE WEATHER LOUVERS, TYPE L-1

A. Type: Stationary louver with drainable blades.

B. Frame: 6 inch deep, minimum 0.081-inch thick, Type 6063-T5 aluminum with downspouts and caulking channel provided.

C. Blades: Minimum 0.081-inch thick, Type 6063-T5 aluminum drainable blades, stationary mounted at 37.5 degrees.

D. Screens: Removable aluminum frame with aluminum wire bird screens on interior of all louvers.

E. Minimum Free Area: 54-percent (based on a 4-ft x 4-ft test section).

F. Pressure Drop (without screen): Maximum 0.17-inches water column for exhaust service and 0.16-inches water column for intake service at 1,000 feet per minute free area velocity.

G. Water Penetration: Maximum 0.01-ounce water per square foot at 1000 feet per minute free area velocity.

H. Mullions: Hidden.

I. Finish: Mill finish; color as shown and as selected by the Engineer.

J. Acceptable Products:

1. Ruskin, Model ELF6375DX.

2. Airolite Company, Model CB6096HP

3. American Warming and Ventilating, Inc., Model LE-31

4. Or equal as approved by the Engineer.

2.3 STATIONARY SIGHTPROOF DRAINABLE LOUVERS, TYPE L-2

A. Type: Stationary sight-proof louver with drainable blade.

Page 428: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 4 Louvers

B. Frame: 5-inch deep, minimum 0.081-inch thick, Type 6063-T5 aluminum with downspouts and caulking channel provided.

C. Blades: Minimum 0.081-inch thick, Type 6063-T5 or 6105-T5 aluminum blades, spaced at 4 inch centers, stationary mounted at 20 to 30 degrees.

D. Screens: Removable 0.75-inch tall aluminum frame with aluminum wire bird screen on interior of all louvers.

E. Minimum Free Area: 49-percent (based on a 4-ft x 4-ft test section).

F. Maximum Pressure Drop (without screen): 0.33-inches water column for exhaust service and 0.33-inches water column for intake service at 1,000 feet per minute free area velocity.

G. Water Penetration: Maximum 0.01-ounce water per square foot at 846 feet per minute free area velocity.

H. Mullions: Hidden.

I. Finish: Kynar; color as shown and as selected by the Engineer.

J. Acceptable Products:

1. Ruskin, Model ELF520DD

2. American Warming and Ventilating, Inc., Model LE-52

3. Airolite Company, Model CB605

4. Or equal as approved by the Engineer.

2.4 STATIONARY ACOUSTICAL LOUVERS, TYPE L-3

A. Type: Stationary acoustical louver with louver depth as indicated on the drawings.

B. Material: Minimum 0.080-inch thick, Type 3003-H32 or 6063-T5 extruded aluminum frame and parallelogram blades.

C. Screens: Removable aluminum wire and frame bird screen on interior of all louvers.

D. Performance Parameters:

Page 429: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 5 Louvers

Performance Parameters

Louver Depth MaximumPressure Drop1

[IN-W.C.]

MinimumFree Area

[%]

Minimum STC Class Rating2

6-inch 0.12 27 10

8-inch 0.12 25 12

12-inch 0.12 22 16

1. DP at 1,000 feet per minute free area velocity for a 4-ft x 4-ft test section. 2. Sound Transmittance Class (STC) rating per ASTM E413.

E. Mullions: Hidden.

F. Finish: Kynar; color as shown and as selected by the Engineer.

G. Blades: Perforated metal skin with fiberglass or mineral wool acoustical filler; stationary mounted at 45-degree angle.

H. Acceptable Products (6-inch, 8-inch or 12-icnh depth):

1. Airolite Co., Models CB9106, CB9108 or CB9112

2. American Warming and Ventilating, Models LAA-66, LAA-88, or LAA-1212

3. Ruskin Co., Models ACL645, ACL845, or ACL1245

4. Or equal as approved by the Engineer.

2.5 MANUALLY OPERATED ADJUSTABLE LOUVERS, TYPE L-4

A. Type: Manually operated adjustable louver with drainable blade.

B. Frame: 6 inch deep, minimum 0.125 inch thick, Type 6063-T5 aluminum with downspouts and caulking channel provided.

C. Blades: Minimum 0.125 inch thick, Type 6063-T5 aluminum chevron blades, spaced at 4.5 inch centers, mounted at 37.5 degrees when open; provide manual locking lever operator with linkage hidden in the frame.

D. Bearings and Axles: Stainless steel sleeve bearings pressed into frame; 0.5 inch plated steel hex axle.

E. Screens: Removable 0.75 inch deep aluminum frame with aluminum wire bird screens on all louvers.

Page 430: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 6 Louvers

F. Pressure Drop (without screen): Maximum 0.13 inches water column for exhaust service and 0.14 inches water column for intake service at 1,000 feet per minute free area velocity.

G. Water Penetration: Maximum 0.01 ounce water per square foot at 846 feet per minute free area velocity.

H. Finish: Kynar; color as shown and as selected by the Engineer.

I. Acceptable Products:

1. Ruskin, Model ELM 6375

2. American Warming and Ventilating, Inc.

3. Airolite Company

4. Or equal as approved by the Engineer.

2.6 MOTOR OPERATED ADJUSTABLE LOUVERS, TYPE L-5

A. Type: Motor operated adjustable louver with motor concealed in the frame.

B. Frame: 4 inch deep, minimum 0.125 inch thick, Type 6063-T5 aluminum.

C. Blades: Minimum 0.0508 inch (16 gauge) thick, Type 6063-T5 aluminum chevron blades, spaced at 5 inch centers, mounted at 45 degrees when open; provide linkage hidden in the frame.

D. Bearings and Axles: Stainless steel ball bearings and 0.25 inch pivot pins.

E. Actuator:

1. Unless noted otherwise, provide 120 volt, single phase alternating current, Honeywell M436A or larger actuator; UL approved; energize to open, spring closed; motor concealed in louver frame with rear (inside) access panel; provide one actuator for each section, sized to match louver size.

2. For engine driven equipment intake air and fan discharge louvers, provide 24 volt direct current actuator; UL approved; energize to open, spring closed; motor concealed in louver frame with rear (inside) access panel; provide one actuator for each section, sized to match louver size.

F. Screens: Removable 0.75 inch deep aluminum frame with aluminum wire bird screens on all louvers.

G. Pressure Drop (without screen): Maximum 0.06 inches water column for intake service at 540 feet per minute free area velocity.

Page 431: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 7 Louvers

H. Water Penetration: Maximum 0.01 ounce water per square foot at 540 feet per minute free area velocity.

I. Finish: Kynar; color as shown and as selected by the Engineer.

J. Acceptable products:

1. Airolite Company, Model T645E

2. Ruskin

3. American Warming and Ventilating, Inc.

4. Or equal as approved by the Engineer.

2.7 FIBERGLASS REINFORCED PLASTIC STATIONARY LOUVERS, TYPE L-6

A. Type: Stationary pultruded fiberglass reinforced plastic construction louver.

B. Fiberglass Reinforced Plastic Construction: Pultruded meeting ASTM D 2584 using flame retardant vinyl ester resin with UV inhibitor added.

C. Frame: 4 inch deep, minimum 0.125 inch thick fiberglass reinforced plastic reinforced plastic.

D. Blades: Minimum 0.125 inch thick fiberglass reinforced plastic, spaced at 4 inch centers, mounted at 45 degrees, drainable K style design.

E. Fasteners: Monel or completely encapsulated in fiberglass reinforced plastic.

F. Screens: Removable; fiberglass reinforced plastic insect screens on intakes and polyvinyl chloride coated wire bird screens on exhausts.

G. Pressure Drop (without screen): Maximum 0.012 inches water column for intake service and 0.013 inches water column for exhaust service at 1,000 feet per minute free area velocity.

H. Water Penetration: Maximum 0.01 ounce water per square foot at 780 feet per minute free area velocity.

I. Finish: Exterior painted finish; color as shown and as selected by the Engineer.

J. Acceptable Products:

1. Swartout, Fiber-Aire SFG40

2. Or equal as approved by the Engineer.

Page 432: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 8 Louvers

2.8 FIBERGLASS REINFORCED PLASTIC ADJUSTABLE LOUVERS, TYPE L-7.

A. Type: Adjustable pultruded fiberglass reinforced plastic construction louver.

B. Fiberglass Reinforced Plastic Construction: Pultruded meeting ASTM D 2584 using flame retardant vinyl ester resin with UV inhibitor added.

C. Frame: 4 inch deep, minimum 0.125 inch thick fiberglass reinforced plastic; provide jamb seals.

D. Blades: Minimum 0.125 inch thick fiberglass reinforced plastic, spaced at 5 inch centers, mounted at 45 degrees when open, drainable K style design.

E. Bearings and Axles: PTFE bearings; 0.75 inch fiberglass reinforced plastic rod axle.

F. Actuator: Fiberglass reinforced plastic face linkage with locking quadrant for lever actuator.

G. Fasteners: Monel or completely encapsulated in fiberglass reinforced plastic.

H. Screens: Removable; fiberglass reinforced plastic insect screens on intakes and polyvinyl chloride coated wire bird screens on exhausts.

I. Pressure Drop (without screen): Maximum 0.11 inches water column for intake service and 0.10 inches water column for exhaust service at 1,000 feet per minute free area velocity.

1. Finish: Exterior painted finish; color as shown and as selected by the Engineer.

J. Acceptable Products:

1. Swartwout, Fiber-Aire AFG40

2. Or equal as approved by the Engineer.

2.9 COMBINATION LOUVERS, TYPE L-8

A. Type: Combination drainable blade weather louver with adjustable rear blades.

B. Frame: 6 inch deep, minimum 0.125 inch thick 6063-T5 aluminum; provide downspouts, caulking slots and flexible aluminum jamb seals.

C. Front Stationary Blades: Minimum 0.081 inch (12 gauge) thick 6063-T5 aluminum, spaced at 4.5 inch centers, mounted at 37.5 degrees, drainable J style design.

D. Rear Adjustable Blades: Minimum 0.14 inch thick 6063-T5 aluminum double skin air foil 0.14 with vinyl edge seals

E. Bearings and Axles: Stainless steel sleeve bearing pressed into the frame; 0.5 inch plated steel hex axle.

Page 433: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 9 Louvers

F. Linkage and Actuator: Concealed linkage with locking quadrant for manual lever actuator; when motor operator indicated on the drawings provide 2 position, spring return, 120 volts alternating current to open actuator with torque to match louver requirements, 60 inch-lb minimum.

G. Mullions: Hidden.

H. Screens: Removable aluminum bird screen in frame on all louvers.

I. Water Penetration: Maximum 0.01 ounce water per square foot at 1131 feet per minute free area velocity.

J. Pressure Drop (without screen): Maximum 0.08 inches water column for intake service and 0.10 inches water column for exhaust service at 1,000 feet per minute free area velocity.

K. Finish: Kynar, color as shown and as selected by the Engineer.

L. Acceptable Products:

1. Ruskin, Model ELC 6375DAF with EM-15 actuator when motor actuator indicated.

2. Arrow

3. Or equal as approved by the Engineer.

2.10 PENTHOUSE LOUVERS, TYPE L-9

A. Type: Roof-mounted penthouse louver with boxed corners.

B. Louver: Acoustical Louver Type L-3.

C. Material: .063" aluminum, minimum.

D. Structural support: 1-1/2" x 4" x 1-1/2" 6063T5 extruded aluminum.

E. Screen: 1/2" x 0.051" expanded flattened aluminum bird screen.

F. Finish: Mill, baked enamel, Kynar, flurodize, clear or color anodize.

G. Minimum size: 72" x 48" x 36” high.

H. Pressure Drop (without screen): Maximum 0.17 inches water column at 1,000 feet per minute free area velocity.

I. Acceptable Products:

1. Ruskin, Model PHB.

2. Airolite Company

Page 434: s3.amazonaws.com01/09/12 2011 00 01 10 - 1 Table of Contents SPECIFICATION 2011 ROUND HILL NO. 2 PUMPING PLANT TABLE OF CONTENTS VOLUME I - BIDDING DOCUMENTS AND SPECIFICATIONS (DIVISIONS

01/09/122011 08 91 00 - 10 Louvers

3. American Warming and Ventilating, Inc.

4. Or equal as approved by the Engineer.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install louvers in accordance with manufacturer's instructions; caulk all frames to make weather tight.

B. Install louvers for machinery, engines, and similar equipment so as to allow easy louver removal for machinery or engine removal through the louver opening space without louver projections on floors or walls.

C. Anchor louvers to concrete or masonry with concrete anchors through jambs.

D. Corrosion Protection:

1. Aluminum in contact with concrete or masonry: Apply 2 coats Bitumastic black solution.

2. Aluminum in contact with dissimilar metal, except stainless steel: Isolate from dissimilar metal with neoprene gaskets, sleeves or washers. Utilize stainless steel fasteners.

3.2 ADJUSTING AND PROTECTION

A. Protect louvers and vents from damage during construction, including use of temporary protective coverings where required.

B. Restore louvers and vents damaged during installation and construction so that no evidence remains of corrective work. If restoration results are unsuccessful as judged by the Engineer, remove damaged units and replace with new units.

3.3 CLEANING

A. Periodically clean exposed surfaces of louvers and vents that are not protected by temporary covering to remove fingerprints and soil during construction period. Do not let soil accumulate until final cleaning.

B. Before final inspection, clean exposed surfaces with water and a mild soap or detergent not harmful to finishes. Rinse surfaces thoroughly and dry.

3.4 FIELD TESTING

A. Functional Testing: As specified in Section 23 05 93.

END OF SECTION