PRELIMARY – NOT FOR CONSTRUCTION

CITY OF MORRO BAY LIFT STATION #2 UPGRADE PROJECT NO. MB 2011 WWC-__

TECHNICAL SPECIFICATIONS

PREPARED BY:

WALLACE GROUP 612 CLARION COURT SAN LUIS OBISPO, CALIFORNIA 93401

THOMA ELECTRIC 3562 EMPLEO, SUITE C SAN LUIS OBISPO, CALIFORNIA 93401

JOB NO. 0032-0008

March 2011 TECHNICAL SPECIFICATIONS

TABLE OF CONTENTS

CITY OF MORRO BAY LIFT STATION 2

SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP Division 01 – General Requirements 01 11 00 Summary of Work 01 11 16 Work by Owner (Owner-Furnished/Contractor-Installed Equipment) 01 20 00 Price and Payment Procedures 01 30 00 Administrative Requirements 01 32 16 Construction Progress Schedule 01 33 00 Submittal Procedures 01 35 00 Special Project Procedures 01 50 00 Temporary Facilities and Controls 01 57 19 Construction Site Management 01 60 00 Product Requirements 01 70 00 Execution and Closeout Requirements 01 75 00 Starting and Adjusting

FACILITY CONSTRUCTION SUBGROUP Division 02 – Existing Conditions 02 21 00 Surveys 02 42 00 Removal and Salvage of Construction Materials

Division 03 – Concrete 03 30 00 Cast-in-Place Concrete 03 40 00 Precast Concrete

Divisions 04, 06 and 07 – Not Used

Division 05 Metals 05 52 00 Metal Safety Railing

Division 08 Openings 08 31 13 Access Doors and Frames

Division 09 – Finishes 09 90 00 Painting and Coating 09 97 23 Concrete and Masonry Coatings

Divisions 10 to 12, 14 – Not Used Division 13 – Special Construction Section 13 34 00 Fabricated Engineered Structures Section 13 75 00 Chemical Storage Tanks

WG 0032-0008 TABLE OF CONTENTS December 2009 City of Morro Bay Page TOC-1 REV-A Lift Station #2

FACILITY SERVICES SUBGROUP Divisions 21 to 25 – Not Used

Division 26 – Electrical Section 26 05 00 Common Work Results for Electrical Section 26 05 33 Raceways & Boxes for Electrical Systems Section 26 05 19 Low-Voltage Electrical Power Conductors & Cables Section 26 05 26 Grounding & Bonding for Electrical Systems Section 26 05 53 Identification for Electrical System Section 26 24 16 Panelboards Section 26 27 26 Wiring Devices Section 26 28 16 Enclosed Switches & Circuit Breakers

Division 27 to 28 – Not Used

SITE AND INFRASTRUCTURE SUBGROUP Division 30 – Not Used

Division 31 – Earthwork 31 00 00 Earthwork 31 23 19 Dewatering 31 23 33 Trenching and Backfilling 31 41 00 Sheeting, Shoring and Bracing

Division 32 – Exterior Improvements 32 12 00 Flexible Paving 32 31 13 Chain Link Fences and Gates

Division 33 – Utilities 33 11 00 Water Utility Distribution Piping 33 12 16 Water Utility Distribution Valves 33 13 00 Disinfecting of Water Utility Distribution 33 31 00 Sanitary Utility Sewerage Piping 33 32 19 Public Utility Wastewater Pumping Stations 33 34 00 Sanitary Utility Sewerage Force Mains 33 39 13 Sanitary Sewerage , Frames, and Covers

Divisions 34 and 35 – Not Used

Process Equipment Subgroup – Not Used

WG 0032-0008 TABLE OF CONTENTS December 2009 City of Morro Bay Page TOC-2 REV-A Lift Station #2

SECTION 01 11 00

SUMMARY OF WORK

PART 1 GENERAL

1.1 WORK INCLUDED

A. The Work includes construction of approximately 55 lineal feet of new sewer main and appurtenances, extending two existing sewer laterals to new sewer main, a new lift station and appurtenances, a new building to house a restroom, chemical feed station, electrical equipment and controls, new electrical service, abandonment of existing chemical feed station and existing lift station, and repair of AC pavement and drainage around lift station.

B. The Work consists of items listed in the Base Bid. Refer to Section 01 20 00 for further definition.

1.2 WORK NOT INCLUDED

A. Except for such auxiliary work as is shown or specified or is necessary as a part of the construction, the following work is NOT included in this Contract.

1. Work shown, but marked "NIC" (Not in Contract) or otherwise designated to be performed by others.

1.3 LOCATION OF SITE

A. The Site is located at the intersection of the unimproved streets, Surf Street and Front Street, in a parking lot on the Embarcadero in the City of Morro Bay, CA, San Luis Obispo County.

1.4 SPECIFICATIONS

A. The Specifications are those bound in the Project Manual. The Project Manual consists of the Noticing Inviting Bids, Instructions to Bidders, General Conditions of the Contract for Construction, Supplementary Conditions, Division 01, and Divisions 02 through 33 technical specifications.

1.5 DRAWINGS

A. The Drawings consist of 18 sheets prepared by Wallace Group and Thoma Electric, Inc.

1.6 CONTRACTOR'S SETS OF DRAWINGS AND PROJECT MANUALS

A. City Furnished Drawings and Project Manuals: Upon award of Contract, the City will provide six (6) sets of Drawings and Project Manuals for the Contractor to use.

WG 0032-0008 SUMMARY OF WORK December 2009 City of Morro Bay Page 01 11 00 - 1 REV-A Lift Station #2

B. Additional Sets Furnished at Contractor's Cost: Additional sets of Drawings and Project Manuals will be furnished upon request, at cost of reproduction. Partial sets will not be available.

1.7 INTERRUPTION OF SERVICES

A. Interruptions to services for the purpose of making or breaking connection shall be made only after consultation with the City Engineer a minimum of one week in advance of connection break, and shall be at such time and of such duration as may be directed.

1.8 SEQUENCE OF CONSTRUCTION OPERATIONS

A. Submit Construction Work Plan at Pre-Construction Meeting, dovetailing sequencing details with Schedule as required in Section 01 32 16, Construction Progress Schedule. Owner and Engineer shall approve such plan prior to Contractor starting construction operations.

B. Prior to commencement of work and within 7 calendar days of Notice to Proceed, verify and confirm, to the City’s Representative in writing, the existing grades, elevations and conditions of the site. Any discrepancies between existing conditions and the contract documents must be brought to the City’s attention during that time frame.

C. Prepare schedules as set forth in Section 01 32 16, Construction Progress Schedule.

1.9 HOURS OF WORK

A. Perform Work of this Contract on normal workdays and within normal work hours; 6:00 am to 6:00 pm, or as specified for night work. After hours work and work on Saturdays, Sundays, and City holidays, may be permitted if approval is received from the City Engineer at least 3 working days in advance.

B. Continuously keep existing drainage facilities, walks, and paved areas clean and free of mud and dirt, obstacles, etc., and protect against damage.

C. Owner will maintain operations of the lift station during the entire period of construction. Cooperate with Owner to minimize conflict, and to facilitate Owner's continued operations. Maintain access to adjacent trash enclosure (owned by Great American Fish Company) at all times.

D. Schedule the Work to accommodate Owner occupancy and use of the Site.

E. Closeout Timetable. Coordinate with Owner to establish dates for equipment, testing, acceptance periods, and on-site instructional periods (as required under the Contract). Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the Owner and their authorized representatives sufficient time to schedule attendance at such activities. Refer to Section 01 75 00, Starting and Adjusting.

F. Final Submittals: Prior to requesting final payment, obtain and submit the following items to the Engineer for transmittal to the Owner: 1. Written guarantees, where required.

WG 0032-0008 SUMMARY OF WORK December 2009 City of Morro Bay Page 01 11 00 - 2 REV-A Lift Station #2

2. Operating manuals and instructions. 3. Completed record drawings per Section 01 70 00. 4. Certificates of inspection and acceptance by local governing agencies having jurisdiction, including but not limited to the Building Division and Fire Department. 5. Releases from all parties who are entitled to claims against the subject project, property, or improvement pursuant to the provisions of law.

1.10 EXCAVATIONS OR TRENCHING FOR UNDERGROUND UTILITIES AND STORM DRAINS

A. Time intervals between excavation or trenching and installation of conduit or piping or other work concerned, and backfilling operations shall be kept to absolute minimum.

B. Excavations or trenching crossing roadways and other traffic areas shall be provided with skid-resistant traffic bearing steel plates; pedestrian and bicycle paths shall be provided with wood planking temporary covers, or other materials approved by Owner.

1.11 PROTECTION OF EXISTING STRUCTURES AND UTILITIES

A. Refer to the General Conditions of the Contract for Construction for Contractor responsibilities.

B. Damage to existing improvements caused by Contractor's operations, either on-site or on adjacent sites, shall be repaired to restore damaged items to their original condition. Cost of such repair shall be borne entirely by Contractor.

C. Drawings indicate existing structures, drainage lines, water, gas, electrical and other similar items and utilities that are known to the City.

D. Locate known existing structures and utilities before proceeding with construction. Maintain them in service, except as otherwise specified. Provide protection and repair damage to them caused by the Work at no increase in Contract price.

1.12 GEOTECHNICAL INVESTIGATION

A. A geotechnical investigation has been performed for the Owner in order to obtain data concerning the character of material in and upon which the project is to be built. A copy of this report is available from the Owner upon request. This geotechnical report entitled “Soils Engineering Report, Embarcadero Sewer Lift Station No. 2, The Embarcadero, Morro Bay, California, dated September 24, 2007, prepared by Earth Systems Pacific may be used for the following purposes: 1. In regards to the soils to be encountered, the data contained in the report may be used for information only of the soil encountered at the location and on the date stated. The Contractor is solely responsible for satisfying itself as to the kind and type of soil to be encountered and any water or other subsurface conditions which might affect the construction of the project. 2. Only where specifically called out in these specifications, the report may be used for design parameters in the preparation of shop drawings for the Project. 3. Conclusions and recommendations contained in the report, which are not specifically referenced in these specifications are not a part of the Contract.

WG 0032-0008 SUMMARY OF WORK December 2009 City of Morro Bay Page 01 11 00 - 3 REV-A Lift Station #2

END OF SECTION

WG 0032-0008 SUMMARY OF WORK December 2009 City of Morro Bay Page 01 11 00 - 4 REV-A Lift Station #2

SECTION 01 11 16

WORK BY OWNER

PART 1 GENERAL

1.1 DESCRIPTION

A. The Owner-furnished, Contractor-Installed (OFCI) equipment indicated on the drawings will be furnished by the Owner to the Contractor. Provide all labor and tools for installation, testing, and start-up of the OFCI equipment as shown on the Drawings and in strict accordance with the manufacturer’s instructions.

B. The work in this Section shall include, but not be limited to, the following: 1. Receive and inspect the equipment delivered by the Owner, which is scheduled to be delivered at the time that notice to proceed with this contract is issued. 2. Uncrate, inspect condition and assemble as required. 3. Provide the labor and tools to install the equipment. 4. Perform the start-up, adjustments and field tests in accordance with Equipment Manufacturer’s instructions.

1.2 SUBMITTALS

A. Owner will provide manufacturer’s data sheets and instructions for reference by Contractor.

PART 2 PRODUCTS

2.1 MATERIALS

A. Chemical piping, fittings and valves to connect to OFCI equipment shall conform with the applicable requirements specified in other Sections and as shown on the drawings, and shall be provided by Contractor.

B. Electrical connections shall utilize materials conforming with applicable requirements specified in Division 26 of the Specifications.

PART 3 EXECUTION

3.1 GENERAL

A. Perform all work of this Section in strict conformance with the Manufacturer’s printed recommendations and instructions.

WG 0032-0008 WORK BY OWNER December 2009 City of Morro Bay Page 01 11 16 - 1 REV-A Lift Station #2

3.2 RECEIVING AND HANDLING OWNER FURNISHED EQUIPMENT

A. Inspection. Upon receipt of the equipment, thoroughly inspect all equipment to assure its completeness, and to assure that the equipment is damage free. Report any damage immediately to the Owner.

B. Handling. Use care to prevent damage to the equipment and avoid personal injury. Store equipment in a manner which will protect it from the weather and in accordance with the Manufacturer’s recommendations.

3.3 INSTALLATION AND FIELD SERVICES

A. Install the equipment in accordance with the manufacturer’s specifications.

B. Electrical Work. Provide electrical service for pre-engineered building and chemical storage area to accommodate chemical feed pumps.

3.4 TESTING

A. Following completion of the installation and satisfactory start-up, operate the equipment as follows: 1. A preliminary dry test run to indicate that operation is smooth and trouble-free. 2. A full load operating test under actual operating conditions, to be conducted in conjunction with startup of the lift station pumps.

B. In the event that any component of the system fails, it shall be modified and retested in accordance with the Specifications. All rework, modifications or additions to, and retesting of, this equipment caused by faulty handling or installation shall be paid by the Contractor. All rework, modifications or additions to, and retesting of, this equipment caused by factory defect will be paid by the Equipment Manufacturer.

END OF SECTION

WG 0032-0008 WORK BY OWNER December 2009 City of Morro Bay Page 01 11 16 - 2 REV-A Lift Station #2

SECTION 01 20 00

PRICE AND PAYMENT PROCEDURES

PART 1 GENERAL

1.01 This Section describes the methods of measurement and payment for the specific bid items. All other provisions of the Contract Documents which relate to measurement and payment are applicable, except that where conflicts occur between this section and other provisions of the technical specifications or reference specifications, this measurement and payment section shall prevail.

1.02 RELATED SECTIONS

A. Article 8, Section 00 70 00, General Conditions

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

3.01 GENERAL

A. All work shown, described, or otherwise required by the Contract Documents, shall be included within the given bid items.

B. Payment for all bid items shall include full compensation for all equipment, materials, labor, tools, trucking, and all other incidental work necessary to construct complete and operational systems which conform to the Contract Documents.

3.02 MEASUREMENT AND PAYMENT FOR BID ITEMS

A. All lengths shall be measured in a horizontal plane (plan view dimensions), unless otherwise specified. All areas measured shall be based on the specified measurement definition included in each bid item description.

B. All work shown, described, or otherwise required by the Contract Documents, shall be included within the given bid items.

C. Basis for the submitted bid shall be on the quantities shown for the items on the Bid Sheet.

D. Unit definitions of Measurement and Payment 1. “Lump Sum”, or “LS”, shall mean a single Lump Sum Payment for the identified bid item. Partial payments may be made, based on the Engineer’s estimate of the percent completion of the specified item.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 1 REV-A Lift Station #2

2. “Each” shall mean the actual number of identified bid items provided. Payment for the identified bid item will be based on providing each item, complete and in place in accordance with the contract documents. 3. Measurable units of quantity expressed in “Linear Feet” or “LF”; “Cubic Yard or CY”; “Ton”; shall mean the number of indicated measurable quantities of the bid item. Payment for the identified bid item will be based on actual and measured quantities of the bid item installed.

E. Final Pay Quantities. 1. Bid items that are designated a Final Pay Quantity bid item by having the notation (F) or (S-F) shown on the bid sheet or by designation in this Section 01 20 00, Measurement and Payment. 2. The quantity shown on the bid sheet for a Final Pay Quantity shall be the final pay quantity used for the purpose of payments, unless the dimensions of any portion of the item are modified by the Engineer, or the item or any portion of the item is eliminated. 3. If the dimensions of any portion of a Final Pay Quantity bid item are changed, and the changes result in an increase or decrease in the quantity of the item, the final pay quantity will be revised by the change in quantity. 4. If a portion of a Final Pay Quantity item, or the item is eliminated, the final pay quantity will be adjusted by the quantity eliminated. 5. The estimated quantity shown on the bid sheet for a Final Pay Quantity bid item shall be considered as an estimate only and no guarantee is made that a quantity computed based on the details and the plans, will equal the estimated quantity shown on the bid sheet. No allowance is made in the event that a computed quantity does not equal the estimate quantity. 6. In the case of a discrepancy between a quantity shown on the plans, and an estimated quantity shown on the bid sheet for a Final Pay Quantity item, payment will be based on the quantity shown on the bid sheet.

F. Special Pay Items. Refer to Paragraph 4.8.2 of the Instructions to Bidders for definition of subcontracting limits and Specialty Items.

BASE BID

DIVISION 01 - GENERAL REQUIREMENTS

Mobilization, Demobilization and Cleanup

A. Units: Lump Sum

B. Measurement: Partial payments based on Engineer’s determination.

C. Payment: Payment includes full compensation for all work required to complete the contract requirements for mobilization, demobilization and cleanup.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 2 REV-A Lift Station #2

1. No payment for mobilization, demolition and cleanup work will be made until all the listed items have been completed to the satisfaction of the Owner.

D. Scope of bid item: Mobilization, demobilization and cleanup includes, but is not limited to the following: 1. Obtaining all required bonds, insurance, and permits. 2. Posting all OSHA required notices and establishment of safety programs and injury and illness prevention plan (IIPP). 3. Moving onto the site of all Contractors’ plant and equipment required for project operations. 4. Arranging for and erection of Contractor's work and storage yard. 5. Providing and installing temporary construction power, wiring, and lighting. 6. Providing and installing temporary communication facilities. 7. Providing and installing construction water facilities. 8. Providing on-site sanitary facilities. 9. Designation of the Contractor's superintendent who will be present at the job site full time. 10. Submittal of detailed work plan describing the order of Work to ensure proper installation and testing of work, coordination with Owner’s staff, local agency coordination, scheduled down time, and other key aspects of the Work. 11. Submittal of the work schedule required in Section 01 32 16, Construction Progress Schedule. 12. Submittal of Schedule of Values as required in Section 01 30 00, Administrative Requirements. 13. Documenting construction progress, including pre- and post-construction photographs, and progress photographs. 14. Preparing and submitting field record drawings. 15. General construction site management, including furnishing all labor, materials, tools, equipment, and incidentals and for doing all Work involved in spill prevention and control, material management, waste management, storm and non-storm water management, and other activities specified in Section 01 57 19, Construction Site Management. 16. Removing equipment, personnel, temporary facilities, and other construction resources at job completion. 17. Site cleanup. 18. All other incidental work as specified in Division 01 of the Specifications, and as necessary to complete mobilization, demobilization and cleanup in accordance with the Contract Documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 3 REV-A Lift Station #2

DIVISION 02 – EXISTING CONDITIONS

Construction Survey

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination.

C. Payment: Payment includes full compensation for all work required to complete the contract requirements for construction survey.

D. Scope of bid item: Construction survey includes, but is not limited to the following: 1. All survey related Work as described in Section 02 21 00, Surveys, and the Drawings. 2. Replacement of property corner markers, including proper recordation. 3. All other incidental work necessary to complete construction survey in accordance with the Contract Documents.

Site Demolition

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination.

C. Payment: Payment includes full compensation for all work required to complete the contract requirements for site demolition.

D. Scope of bid item: site demolition includes, but is not limited to the following:

1. Demolition as required by the contract documents, including: a. Sawcutting of asphalt concrete pavement and concrete wherever required by the Contract Documents b. Removal and disposal of all materials not designated to remain or to be salvaged within the demolition area. c. Potholing required to locate existing facilities to be abandoned. d. Removal of asphalt and base materials e. Removal of existing drain inlet. f. Removal of existing fencing and gates. g. Salvaging existing City sign to Owner. h. Removing and salvaging equipment from existing drypit and wetpit, relocating wetpit vent, abandoning existing sewer pipes shown to be abandoned. i. Removal of equipment from existing chemical storage area including existing chemical tank, eye wash, water line (cap), salvage of chemical feed pumps to Owner. j. Removal of septic tank access manway to 12” below grade. k. Removal of existing electrical equipment including backboard mounted metered telephone service, overhead drop. 2. All other incidental work necessary to complete site demolition in accordance with the Contract Documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 4 REV-A Lift Station #2

Abandon Existing Septic Tank (Fill)

A. Units: Cubic Yard (CY).

B. Measurement: 1. Measurement shall be the actual volume of select backfill placed in void of septic tank cavity.

C. Payment includes full compensation for all furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, the abandon septic tank in accordance with the contract documents.

D. Scope of bid item: abandon septic tank includes, but is not limited to the following: 1. Placing and compacting select backfill in septic tank cavity. 2. Erosion and dust control, control of surface and subsurface waters. 3. All other incidental work necessary to complete the abandon septic tank in accordance with the Contract Documents. DIVISION 03 – CONCRETE

Pre-cast Wetwell, Base and Lid

A. Units: Lump Sum (LS)

B. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, pre- cast wetwell, base and lid in accordance with the contract documents.

C. Scope of bid item: pre-cast wetwell, base and lid includes, but is not limited to the following: 1. 10-foot diameter pre-cast wetwell, base and H-20 traffic rated lid. 2. Trenching, hand-digging, exposing, backfilling, compaction, and surface replacement. 3. Hauling and disposing of all waste, unsuitable and excess material in accordance with the Contract Documents. 4. Control of ground and surface waters, verification of adjacent utilities. 5. Placement of 24 inches of crushed gravel, and filter fabric, beneath wetwell base. 6. Aluminum safety railing for wetwell lid, post covers and holes. 7. All other incidental work necessary to complete pre-cast wetwell, base and lid in accordance with the Contract Documents.

Pre-cast Valve Vault and Lid

A. Units: Lump Sum (LS)

B. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, pre- cast valve vault and lid in accordance with the contract documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 5 REV-A Lift Station #2

C. Scope of bid item: pre-cast valve vault and lid includes, but is not limited to the following: 1. Valve vault and H-20 traffic rated lid. 2. Trenching, hand-digging, exposing, backfilling, compaction, and surface replacement. 3. Hauling and disposing of all waste, unsuitable and excess material in accordance with the Contract Documents. 4. Control of ground and surface waters, verification of adjacent utilities. 5. Placement of 12 inches of crushed gravel beneath vault. 6. P-trap, vault drain to wetwell, pipe penetration. 7. Grout vault floor to drain. 8. All other incidental work necessary to complete pre-cast valve vault and lid in accordance with the Contract Documents.

Pre-cast Meter Vault and Lid

A. Units: Lump Sum (LS)

B. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, pre- cast meter vault and lid in accordance with the contract documents.

C. Scope of bid item: pre-cast meter meter vault and lid includes, but is not limited to the following: 1. Meter vault and H-20 traffic rated lid. 2. Trenching, hand-digging, exposing, backfilling, compaction, and surface replacement. 3. Hauling and disposing of all waste, unsuitable and excess material in accordance with the Contract Documents. 4. Control of ground and surface waters, verification of adjacent utilities. 5. Placement of 12 inches of crushed gravel beneath vault. 6. P-trap, vault drain to connection with valve vault drain. 7. Grout vault floor to drain. 8. All other incidental work necessary to complete pre-cast meter vault and lid in accordance with the Contract Documents.

House-keeping Pads

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination.

C. Payment: Payment includes full compensation for all work required to complete the contract requirements for house-keeping pads.

D. Scope of bid item: Work for house-keeping pads includes, but is not limited to the following: 1. Concrete house-keeping pad for electrical/control panels, chemical feed tank, dimensions as shown on the civil and electrical drawings. 2. All other incidental work necessary to complete house-keeping pads in accordance with the Contract Documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 6 REV-A Lift Station #2

DIVISION 09 – FINISHES

Wetwell/ Interior Coating

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination.

C. Payment: Payment includes full compensation for all work required to complete the contract requirements for wetwell/manhole interior coating.

D. Scope of bid item: wetwell/manhole interior coating includes, but is not limited to the following: 1. Coating all exposed internal surfaces of new wetwell and sewer manholes, except for exposed concrete below manhole shelves. 2. All other incidental work necessary to complete wetwell/manhole interior in accordance with the Contract Documents.

DIVISION 13 – SPECIAL CONSTRUCTION

Electrical/Chemical/Restroom Building

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to install complete and in place the electrical/chemical/restroom building in accordance with the contract documents.

D. Scope of bid item: electrical/chemical/restroom building includes, but is not limited to the following: 1. All building components, complete and operational, including: a. All building components specified in Section 13 34 00, Fabricated Engineered Structures. b. Foundation preparation. c. Grouting of all floors for proper drainage, as shown on the drawings. d. All utilities internal to the building, and beneath slab. e. All utilities within 5 feet of building pad, except for sewer lateral that includes only that portion of sewer lateral internal to the building. f. Safety handrail on exterior sidewalk/landing to south elevation of building. g. Emergency eye-wash station. h. Electrical service to new building, including restroom and chemical feed system, exterior and interior lighting, ventilation. 2. All other incidental work necessary to install electrical/chemical/restroom building in accordance with the Contract Documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 7 REV-A Lift Station #2

Chemical Feed System

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to install complete and in place the chemical feed system in accordance with the contract documents.

D. Scope of bid item: chemical feed system includes, but is not limited to the following: 1. All chemical feed system components, including: a. All work shown on Drawing 11, Chemical Feed System. b. Chemical storage tank and tank appurtenances and fittings per Section 13 75 00, Chemical Storage Tanks. c. Chemical tubing, valves. d. Chemical feed pump shelf. e. Installation of chemical feed pumps (pumps OFCI). f. Chemical tubing/piping trenches and fiberglass grating, wetwell penetration. g. Chemical drains, interior of building to connection with wetwell. h. Chemical fill/spill pad and drain, exterior to building, quick-disconnect assembly. i. Chemical resistant coating in chemical . j. Start-up and testing of chemical feed pumps. 2. All other incidental work necessary to install chemical feed system in accordance with the Contract Documents.

DIVISION 26– ELECTRICAL

Electrical and Communication Service

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to install complete and in place the electrical and communication service in accordance with the contract documents.

D. Scope of bid item: electrical and communication service includes, but is not limited to the following: 1. All electrical and communication system improvements, including: a. All work described on the electrical construction documents which includes Division 26 of the Technical Specifications and related or referred to Specifications, and all electrical drawings and details. b. Buried conduits, wiring, handholes, vaults, concrete penetrations. c. Coordination with PG&E, the telephone companies, and compliance with their construction requirements.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 8 REV-A Lift Station #2

d. Electrical service to new building, including restroom and chemical feed system, exterior and interior lighting, ventilation. 2. All other incidental work necessary to install electrical and communication service in accordance with the Contract Documents.

DIVISION 31– EARTHWORK

Sheeting, Shoring and Bracing

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination.

C. Payment: Payment includes full compensation for all work required to complete the contract requirements for sheeting, shoring and bracing.

D. Scope of bid item: Work for sheeting, shoring and bracing includes, but is not limited to the following: 1. Required fees, permits, plans, and submittals. 2. Compliance with all requirements for construction safety in the excavation of trenches and pits, and in Section 31 23 33, Trenching and Backfilling. 3. Trench excavation plans if required. 4. Providing adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life or limb, which shall conform to the applicable construction safety orders. 5. All other incidental work necessary to complete sheeting, shoring and bracing in accordance with the Contract Documents.

Earthwork

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, the earthwork in accordance with the contract documents.

D. Scope of bid item: Earthwork includes, but is not limited to the following: 1. Clearing and Grubbing. 2. All work as described in Section 31 00 00, Earthwork, including rough and fine grading, foundation preparation for the building, and subgrade preparation. 3. Grading and re-grading required to provide proper drainage to new storm drain inlet. 4. Dust control, management of surface and subsurface waters. 5. All other incidental work necessary to complete earthwork in accordance with the Contract Documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 9 REV-A Lift Station #2

Dewatering

A. Units: Lump Sum (LS)

B. Measurement: Partial payments based on Engineer’s determination.

C. Payment: Payment includes full compensation for all work required to complete the contract requirements for dewatering.

D. Scope of bid item: dewatering includes, but is not limited to the following: 1. All dewatering activities related to excavations for piping, vaults and wetwell vault, as shown on the Contract Drawings. 2. Dewatering equipment and manpower to ensure maintenance and control of groundwater levels during work days and off-hours, including standby power, monitoring and notification/alarm systems. 3. Proper management and disposal of water from dewatering operations. 4. Required permits from Regional Water Quality Board and other authorities. 5. All other incidental work necessary to complete dewatering in accordance with the Contract Documents.

DIVISION 32– EXTERIOR IMPROVEMENTS

Asphalt Concrete

A. Units: Ton (TON).

B. Measurement: 1. Tonnage of asphalt concrete actually placed, according to the certified delivery receipts for asphalt placed and accepted by the Engineer. 2. No payment will be made for asphalt concrete placed outside of the dimensions, tolerances, and areas specified unless ordered by the Engineer.

C. Payment includes full compensation for all furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, the asphalt concrete in accordance with the contract documents.

D. Scope of bid item: asphalt concrete includes, but is not limited to the following: 1. Constructing class B asphalt concrete to the limits and extent of shown on the drawings. 2. Fog seal coat were required. 3. Re-striping parking areas. 4. All asphalt concrete placed, unless specifically included within other bid items. 5. All other incidental work necessary to complete the asphalt concrete in accordance with the Contract Documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 10 REV-A Lift Station #2

Class 2 Aggregate Base

A. Units: Cubic Yard (CY).

B. Measurement: 1. Measurement shall be the actual volume of the material based on certified delivery receipts for aggregate base placed and accepted by Engineer. 2. Class 2 aggregate base that is specifically included in other bid items is not included in this measurement. 3. No payment will be made for aggregate base placed outside of the dimensions, tolerances, and areas specified unless ordered by the Engineer.

C. Payment includes full compensation for all furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, the class 2 aggregate base in accordance with the contract documents.

D. Scope of bid item: class 2 aggregate base includes, but is not limited to the following: 1. Constructing class 2 aggregate base to the limits and extent of shown on the drawings. 2. Placement and compaction of aggregate base. 3. Erosion and dust control, control of surface and subsurface waters. 4. All other incidental work necessary to complete the class 2 aggregate base in accordance with the Contract Documents.

E. The cost of aggregate base or crushed gravel under concrete culvert, storm drain inlet box, vaults, wetwell, is paid for separately under the various other bid items listed.

Chain-Link Fence With 3-Strand BW

A. Units: Linear Feet (LF)

B. Measurement: Linear feet of installed fence, measured parallel to the ground slope along the line of the fence. Openings and gates (12 feet wide) are excluded from the measurement.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, the Chain-Link fence with 3-strand BW, 6-foot tall with 3-strand barbed wire, in accordance with the contract documents.

D. Scope of bid item: Chain-Link fence with 3-strand BW includes, but is not limited to the following: 1. Construction of the fencing including posts, footings, fabric, stretchers, headers and other appurtenances, 3-strand barbed wire. 2. Clearing of the fence line and disposal of material. 3. Excavating high points and smoothing the grade along the fence line. 4. Excavating holes, constructing concrete footings, backfilling. 5. Connecting new fences to existing fences and structures. 6. New materials as described in the contract documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 11 REV-A Lift Station #2

7. All other incidental work necessary to complete Chain-Link fence with 3-strand BW in accordance with the Contract Documents.

Chainlink Gate (12-foot wide)

A. Units: Lump Sum (LS)

B. Measurement: Installation of two 6-foot sections of chainlink gate as shown on the contract documents.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to chainlink gate in accordance with the contract documents.

D. Scope of bid item: chainlink gate includes, but is not limited to the following: 1. New 6-foot tall chainlink gate with 3-strand barbed wire, fence posts, footings. 2. Excavating high points and smoothing the grade along the fence line. 3. Excavating holes, constructing concrete footings, backfilling. 4. Connecting new gates to new fence and structures. 5. All other incidental work necessary to complete chainlink gate in accordance with the Contract Documents.

DIVISION 33– UTILITIES

Re-connect 4” Sewer Laterals

A. Units: Linear Feet (LF)

B. Measurement: 1. Linear feet, along the longitudinal axis of installed sewer lateral pipe of the size indicated on the bid schedule.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, the re-connect 4” sewer laterals in accordance with the contract documents.

D. Scope of bid item: re-connect 4” sewer laterals includes, but is not limited to the following: 1. Temporary work necessary to maintain operation of the existing sewer and lateral system such as pumping, bypassing, temporary piping, and all appurtenant temporary items, where required. 2. Pipe, fittings, adapters, connections to cleanouts and new sewer pipes. 3. Sewer cleanouts. 4. Trenching, hand-digging, exposing, backfilling, compaction, and surface replacement. 5. Hauling and disposing of all waste, unsuitable, and excess material in accordance with the Contract Documents. Control of surface and subsurface waters, verification of adjacent utilities.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 12 REV-A Lift Station #2

6. Control of surface and subsurface waters, verification of adjacent utilities. 7. All other incidental work necessary to complete re-connect 4” sewer laterals in accordance with the Contract Documents.

Relocate Existing Fire Hydrant Assembly

A. Units: Each (EA)

B. Measurement: The number of actually completed relocated fire hydrant assemblies.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, relocate existing fire hydrant assembly in accordance with the contract documents.

D. Scope of bid item: relocate existing fire hydrant assembly includes, but is not limited to the following: 1. New tee, 6-inch buried gate valve, 6-inch lateral, thrust blocks, 2. Relocate hydrant bury and hydrant as shown on the drawings. 3. Tracer wire and identification tape. 4. Trenching, hand-digging, exposing, backfilling, compaction, and surface replacement. 5. Hauling and disposing of all waste, unsuitable and excess material in accordance with the Contract Documents. 6. Control of ground and surface waters, verification of adjacent utilities. 7. Disinfection and pressure testing, in accordance with Sections 33 13 00 and 33 11 00, respectively. 8. All other incidental work necessary to complete relocate existing fire hydrant assembly in accordance with the Contract Documents.

Relocate Existing Water Service

A. Units: Each (EA)

B. Measurement: The number of actually completed relocated water services.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, relocate existing water service in accordance with the contract documents.

D. Scope of bid item: relocate existing water service includes, but is not limited to the following: 1. New meter box, corporation stop, per City standard details. 2. New lateral from existing water main to meter (City to re-set existing meter). 3. All other incidental work necessary to complete relocate existing water service in accordance with the Contract Documents.

SDR 35 PVC Sanitary Sewer Pipe

A. Units: Linear Feet (LF)

B. Measurement:

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 13 REV-A Lift Station #2

1. Linear feet, along the longitudinal axis of installed pipe of the size indicated on the bid schedule. 2. Manholes are excluded from the measurement, and the pipe is measured to the inside face of the manhole.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, the SDR 35 PVC sanitary sewer pipe in accordance with the contract documents.

D. Scope of bid item: SDR 35 PVC sanitary sewer pipe includes, but is not limited to the following: 1. Temporary work necessary to maintain operation of the existing sewer system such as pumping, bypassing, temporary piping, and all appurtenant temporary items, where required. 2. Pipe, fittings, adapters, connections to manholes, cleanouts and existing pipes. 3. Identification tape. 4. Trenching, hand-digging, exposing, backfilling, compaction, and surface replacement. 5. Hauling and disposing of all waste, unsuitable, and excess material in accordance with the Contract Documents. Control of surface and subsurface waters, verification of adjacent utilities. 6. Control of surface and subsurface waters, verification of adjacent utilities. 7. Mandrel, air testing and video inspection per Section 33 31 00. 8. All other incidental work necessary to complete SDR 35 PVC sanitary sewer pipe in accordance with the Contract Documents.

New Sanitary Sewer Service

A. Units: Each (EA)

B. Measurement: The number of actually completed new sanitary sewer services.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, the new sanitary sewer service in accordance with the contract documents.

D. Scope of bid item: new sanitary sewer service includes, but is not limited to the following: 1. Temporary work necessary to maintain operation of the existing sewer service laterals such as pumping, bypassing, temporary piping, and all appurtenant temporary items, where required. 2. New 4-inch sewer lateral to the extent shown on the drawings, from exterior of building wall to sewer main. 3. Pipe, fittings, adapters, tapping sleeves, caulder couplings. 4. Connections to the sewer main, cleanouts and existing pipes. 5. Cleanouts. 6. Trenching, hand-digging, exposing, backfilling, compaction, and surface replacement.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 14 REV-A Lift Station #2

7. Hauling and disposing of all waste, unsuitable, and excess material in accordance with the Contract Documents. Control of surface and subsurface waters, verification of adjacent utilities. 8. Control of surface and subsurface waters, verification of adjacent utilities. 9. Testing per Section 33 31 00, Sanitary Utility Sewerage Piping. 10. All other incidental work necessary to complete new sanitary sewer service in accordance with the Contract Documents. New Sewer Manhole

A. Units: Each (EA)

B. Measurement: The number of actually completed 48” diameter sanitary sewer manholes.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, new sewer manhole in accordance with the contract documents.

D. Scope of bid item: new sewer manhole includes, but is not limited to the following: 1. Temporary work necessary to maintain operation of the existing sewer system such as pumping, bypassing, temporary piping, and all appurtenant temporary items, where required. 2. New sewer manhole, including concrete rings, eccentric cone, base, shelves, grade rings, frame and cover. 3. Excavation, hand-digging, exposing, backfilling, compaction, and surface replacement. 4. Hauling and disposing of all waste, unsuitable, and excess material in accordance with the Contract Documents. 5. Forming new manhole base to details shown in the contract documents, with the exception of modifying manhole to accommodate emergency overflow. 6. All other incidental work necessary to complete new sewer manhole in accordance with the Contract Documents.

Modify New Manhole Base for Overflow

A. Units: Lump Sum (LS)

B. Measurement: Installation of concrete berm to facilitate overflow of sewage to existing 15” gravity sewer, as shown on the contract documents.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to modify new manhole base for overflow in accordance with the contract documents.

D. Scope of bid item: modify new manhole base for overflow includes, but is not limited to the following: 1. Concrete berm for sewage overflow to existing 15” sewer, as shown on the Contract Documents (coating included in separate bid item for coating of manholes and wetwell). 2. All other incidental work necessary to complete modify new manhole base for overflow in accordance with the Contract Documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 15 REV-A Lift Station #2

Drop Inlets and Storm Drain

A. Units: Linear Lump Sum (LS)

B. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, drop inlets and storm drain in accordance with the contract documents.

C. Scope of bid item: drop inlets and storm drain includes, but is not limited to the following: 1. New pre-cast drop inlet, including connection to existing 12” storm drain and new 12” C900 PVC storm drain. 2. New rural inlet connecting to existing swale and new C900 PVC storm drain, including matching flowlines of existing swale to new inlet. 3. New 12” C900 PVC storm drain, slurry backfill. 4. Excavation, hand-digging, exposing, backfilling, compaction, and surface replacement. 5. Control of ground and surface waters. 6. Hauling and disposing of all waste, unsuitable, and excess material in accordance with the Contract Documents. 7. All other incidental work necessary to complete drop inlets and storm drain in accordance with the Contract Documents.

Tie-in to Existing Meter Vault

A. Units: Lump Sum (LS)

B. Measurement: Completed tie-in to existing meter vault, as shown on the contract documents.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to tie-in to existing meter vault in accordance with the contract documents.

D. Scope of bid item: tie-in to existing meter vault includes, but is not limited to the following: 1. Salvage existing meter to Owner. 2. Piping penetration with new force main, piping modifications inside existing vault, including bypass connection, as shown on the Contract Documents. 3. New valves not included in this bid item. 4. All other incidental work necessary to complete tie-in to existing meter vault in accordance with the Contract Documents.

Ductile Iron Sewer Force Main and Fittings

A. Units: Lump Sum (LS)

B. Measurement: Completed ductile iron force main, fittings, couplings, pipe supports, and vault penetrations, as shown on the contract documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 16 REV-A Lift Station #2

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to ductile iron sewer force main and fittings in accordance with the contract documents.

D. Scope of bid item: ductile iron sewer force main and fittings includes, but is not limited to the following: 1. New ductile iron sewer force main, including discharge piping from pumps interior to wetwell, fittings, reducers, elbows, tees, couplings, all pipe spools and segments interior and exterior to vaults, pipe penetrations. 2. Pipe coatings and linings, pipe supports. 3. testing per Section 33 34 00, Sanitary Utility Sewerage Force Mains. 4. New valves not included in this bid item. 5. All other incidental work necessary to complete ductile iron sewer force main and fittings in accordance with the Contract Documents.

Gate Valve

A. Units: Each (EA)

B. Measurement: The number of actually completed gate valves of the sizes indicated in the bid schedule.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, gate valve in accordance with the contract documents.

D. Scope of bid item: gate valve includes, but is not limited to the following: 1. Valve, valve stem/handwheel. 2. Flanges, adapters. 3. All other incidental work necessary to complete gate valve in accordance with the Contract Documents.

Magnetic Flow Meter

A. Units: Each (EA)

B. Measurement: The number of actually completed magnetic flow meters of the size indicated on the Contract Documents.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, magnetic flow meter in accordance with the contract documents.

D. Scope of bid item: magnetic flow meter includes, but is not limited to the following: 1. Magnetic flow meter. 2. Flanges, adapters. 3. All other incidental work necessary to complete magnetic flow meter in accordance with the Contract Documents.

6” Plug Valves

A. Units: Each (EA)

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 17 REV-A Lift Station #2

B. Measurement: The number of actually completed plug valves of the sizes indicated in the bid schedule.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, 6” plug valves in accordance with the contract documents.

D. Scope of bid item: 6” plug valves includes, but is not limited to the following: 1. Valve, valve operator. 2. Flanges, adapters. 3. All other incidental work necessary to complete 6” plug valves in accordance with the Contract Documents.

6” Check Valves

A. Units: Each (EA)

B. Measurement: The number of actually completed check valves of the sizes indicated in the bid schedule.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to construct complete and in place, 6” check valves in accordance with the contract documents.

D. Scope of bid item: 6” check valves includes, but is not limited to the following: 1. Valve, valve operator. 2. Flanges, adapters. 3. All other incidental work necessary to complete 6” check valves in accordance with the Contract Documents.

Submersible Sewage Pumps

A. Units: Lump Sum (LS)

B. Measurement: Completed submersible sewage pumps, as shown on the contract documents.

C. Payment includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work required to submersible sewage pumps in accordance with the contract documents.

D. Scope of bid item: submersible sewage pumps includes, but is not limited to the following: 1. New (three) non-clog submersible sewage pumps, as specified in Section 33 32 19, Wastewater Utility Pumping Stations. 2. Stainless steel guide rails, quick release pipe connections, level sensor and back-up float switches. 3. Pump control panels and control system. 4. All other incidental work necessary to complete submersible sewage pumps in accordance with the Contract Documents.

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 18 REV-A Lift Station #2

3.03 TESTING

A. The Owner will perform, or will contract for the performance of the following tests. The Owner will pay for the costs of the initial tests. Should test results show that any work, construction, materials, or methods is unacceptable, the Contractor shall pay for all costs associated with any necessary retesting before or after corrective measures have been made. Such costs will be deducted from payments due to the Contractor.

1. Compaction Test and R-Values- Testing for soil compaction and R-Values will be provided by a Soils Engineer under separate contract with the Owner. 2. Bacteriological tests for potable water systems.

B. The Contractor shall furnish and pay for all labor, materials, tools, and supplies required to make the following performance tests in the presence of the Engineer: 1. Pressure test for the potable water system 2. Pressure test for the sanitary sewer system 3. Video logging for sanitary sewer mains 4. Deflection testing for sanitary sewer mains 5. Electrical testing for the electrical system 6. Other Test Required by the Contract Documents

All tests must be passed, and any test reports requested by the Owner shall be provided to the Owner prior to acceptance of the work.

END OF SECTION

WG 0032-0008 PRICE AND PAYMENT PROCEDURES December 2009 City of Morro Bay Page 01 20 00 - 19 REV-A Lift Station #2

SECTION 01 30 00

ADMINISTRATIVE REQUIREMENTS

PART 1 GENERAL

1.01 PROJECT CONTROL

A. The City’s Representative will outline and detail communication, correspondence and coordination procedures at the Project pre-construction meeting.

B. Condition of Work in Place: Inspect and take responsibility for previously prepared or installed work of other contractors before applying subsequent materials or finishes. If work is in unsatisfactory condition, notify the City. Do not proceed until defective work has been corrected.

C. Coordination: 1. Subletting and Subcontracting Responsibilities: Refer to General Conditions of the Contract for Construction, Article 4. 2. Perform and complete checking and coordination before commencing construction in the affected areas. 3. Coordinate electrical/mechanical work, particularly between general trades and mechanical/electrical trades so that sleeves, hangers, chases, openings, etc., required for pipe, conduit, and other installations of like character are duly and properly provided for and installed as work progresses. 4. Carefully examine Drawings relating to entire work with actual conditions so that Work will be accommodated in spaces provided. General arrangement and location of elements of various systems is shown on the Drawings or specified. Final locations, levels, etc., shall be governed by actual material size used, by conditions encountered, and by work of all trades. Space conflicts and interferences shall be resolved before work is installed. 5. Utilize the Contract Documents, submittals, and layout drawings of the various trades to check and coordinate the Work so that no interferences or conflicts between trades will occur. This checking and coordination shall be performed and completed before construction is commenced in each affected area. 6. Coordinate the work to assure efficient and orderly sequence of installation of construction elements. Make provisions for accommodating items installed by the City or under separate contracts. 7. Verify that the characteristics of interrelated operating equipment are compatible; and shall coordinate all work required for installing, connecting and placing such equipment into service.

1.02 LOCATIONS, ELEVATIONS, AND LAYOUT OF WORK

A. Property lines, location ties, and elevations of components of the Project to be built under this Contract are shown on the Drawings. Grade elevations shown for various parts of the Work are taken from a bench mark shown on the Drawings, or if not shown, will be designated by the City. In case of conflict therein, notify the City in writing before starting work.

WG 0032-0008 ADMINISTRATIVE REQUIREMENTS December 2009 City of Morro Bay Page 01 30 00 - 1 REV-A Lift Station #2

B. Lay out the Work and furnish surveys required for alignment and elevations of the Work, and shall pay all costs therefore. Provide necessary lines, levels, locations, measurements and markers for all on the Work and be responsible for their accuracy.

1.03 SCHEDULES AND MEETINGS

A. Planning and Scheduling: Provide a project schedule as outlined herein.

B. Provide input to develop and update project schedule including realistic activity sequences and durations, allocation of labor and materials, processing of shop drawings, and samples and purchase and delivery of products requiring long lead-time procurement. This schedule will be broken down into activities of 4 weeks maximum duration, with the exception of procurement. Each activity shall be explicit in definition and location of work. The schedule shall be updated 1) once per month, 2) whenever work is behind schedule to an extent greater than 14 days, and 3) to add change order work which impacts schedule.

C. Project and Pre-installation Meetings: Contractor or his duly appointed representative shall attend project meetings at regular intervals as set by the City and shall attend pre- installation meetings as required by pertinent Specification Sections. Attendance shall be limited to the Contractor and his immediate subordinates, subcontractors where so specified, the City, and representatives of the Engineer and Consultants, as requested. City, or City's duly appointed representative, will keep minutes of meetings; with copies sent to all who attend. Meetings shall be held at the job site.

1.04 SCHEDULE OF VALUES

A. Provide a Schedule of Values for those contract lump sum items stipulated in the Bid Schedule. Submit Schedule of Values to the Engineer for review and approval within 15 working days following notice to proceed, or at the pre-construction kickoff meeting, whichever occurs first. Schedule of Values will be approved, in writing, by the Engineer before any partial payment will be made for the applicable lump sum items of Work.

B. Submit to the Owner for acceptance, in the form directed by or acceptable to the Owner, a complete schedule of the values of the various portions of the Work, including quantities and unit prices if required by the Owner, aggregating the Contract Price (except in cases and to the extent that accepted unit prices form the basis for payment). The schedule shall subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction and to coordinate with the progress schedule required for this Work, and shall be supported by such data to substantiate its correctness as the Owner may require. Each item in the schedule of values shall include its proper share of overhead and profit. An unbalanced breakdown providing for overpayment to the Contractor on items of Work which would be performed first will not be approved. The schedule of values, when accepted by the Owner, shall be used only as a basis for the Contractor's applications for payment and not for additions to or deductions from the Contract Price. The initial submittal for the schedule of values shall be provide at the preconstruction conference or within 10 days of the Notice to Proceed, whichever comes sooner.

WG 0032-0008 ADMINISTRATIVE REQUIREMENTS December 2009 City of Morro Bay Page 01 30 00 - 2 REV-A Lift Station #2

C. Determine the quantities required to complete the Work shown on the plans. The quantities and their values shall be included in the cost breakdowns submitted to the Engineer for approval. The Contractor shall be responsible for the accuracy of the quantities and values used in the cost breakdowns submitted for approval. The sum of the amounts for the line items of work listed in each cost breakdown table for the lump sum items shall be equal to the contract lump sum price bid for same items.

D. No adjustment in compensation will be made in the contract lump sum prices paid for these lump sum bid items resulting from differences between the quantities shown in the cost breakdowns furnished by the Contractor and the quantities required to complete the Work as shown on the plans and as specified in these Technical Specifications.

E. Individual line item values in the approved cost breakdown tables will be used to determine partial payments during the progress of the Work and as the basis for calculating an adjustment in compensation for the contract lump sum items due to changes in line items of work ordered by the Engineer.

END OF SECTION

WG 0032-0008 ADMINISTRATIVE REQUIREMENTS December 2009 City of Morro Bay Page 01 30 00 - 3 REV-A Lift Station #2

SECTION 01 32 16

CONSTRUCTION PROGRESS SCHEDULE

PART 1 GENERAL

1.01 DESCRIPTION

This Section covers the specific requirements for the Construction Progress Schedule, using the Critical Path Schedule Method.

A. Work Included in This Section. Principal items are: 1. Critical Path Method (CPM) Schedule Printouts and Plot 2. CPM Schedule Narrative

1.02 SUBMITTALS

In accordance with Section 01 33 00, Submittal Procedures, provide the following:

A. Provide three copies of each CPM schedule, updated schedule and revised narrative for the Owner's review.

B. Within 14 calendar days following notice to proceed, or at the pre-construction meeting, whichever occurs first, provide a Work Plan for review by City and Engineer, that dovetails with the Schedule in Paragraph 1.02A above, and describes how the Work is anticipated to be conducted. The Work Plan shall include, at a minimum, the following: 1. Sequencing and Order of Work 2. Schedule and Requirements for Utility (water and sewer) shutdowns 3. Anticipated Dewatering Plan, including water disposal method 4. Site Security Plan 5. Sewage Lift Station cut-over Plan, and Bypassing Plan

PART 2 PRODUCTS

2.01 GENERAL

Submit a CPM analysis for construction progress control. Clearly indicate all construction activities and sub-activities on a time-oriented basis with the critical path fully identified for all activities. Update and resubmit the schedule as indicated herein; flag all slippages and missed mileposts and provide a narrative description of proposed corrective actions.

A. Include the following minimum information for each activity and critical path item: 1. Date of initial submittal, as applicable. 2. Ordering dates for long lead-time items. 3. Dates for arrival of materials on site, including both Contractor and Owner Furnished Equipment. 4. Start of work on the item. 5. Completion of work on the item. 6. Dates for temporary shutdown and start-up of existing plant.

WG 0032-0008 CONSTRUCTION PROGRESS SCHEDULE December 2009 City of Morro Bay Page 01 32 16 - 1 REV-A Lift Station #2

7. Start-up and check out. 8. Testing and validation. 9. Final cleanup. 10. Final completion.

B. The CPM schedule shall demonstrate the Contractor's plan for fulfilling all Contract requirements and shall include review time for submittals.

C. Progress Payment Printout. Include with the CPM schedule a computerized Job Progress Report Form. The form shall include all items listed in the cost breakdown provided to the Owner and shall include the following: 1. Total units required for the Work. 2. Units completed to-date. 3. Units completed this month. 4. Unit cost. 5. Total cost this month. 6. Total cost to-date.

The columns shall be appropriately summed indicating total project cost, total work completed to-date and total work this month. Obtain Owner's approval of printout format.

2.02 FORMAT

A. Size. Prepare on 11 x 17 inch paper.

B. Technique. The diagram technique to be used shall be in accordance with conventional CPM activity (I-J) technique set forth in the Associated General Contractors of America publication: "CPM in Construction, A Manual for General Contractors".

C. Activity Descriptions. Select activity descriptions which clearly indicate the work task.

D. Duration - Work Days Required. Indicate each CPM trade activity utilizing a standardized work day calendar. Said calendar will be based on a 5-day week. Activities shall be selected such that their durations are not less than 5 days nor more than 20 days. Additional nodes or activities shall be used as required.

E. Activity Listing. Provide the following activity listings: 1. I-J node consecutive listing with activity description starting from lowest numbered node to highest numbered node. 2. Listing of activities by early start consecutive from first early start item to last early start item. 3. Listing of all activities on the critical path with start and finish dates.

F. Narratives. 1. Prepare detailed narrative statements of assumptions and conditions which provide supportive information for conclusions represented in each network schedule submitted. Such narratives shall accompany the CPM network submittals. 2. Indicate proposed areas for work and for storage of specific materials, proposed use of equipment, assumptions, and methods which determine

WG 0032-0008 CONSTRUCTION PROGRESS SCHEDULE December 2009 City of Morro Bay Page 01 32 16 - 2 REV-A Lift Station #2

durations and sequences represented in specific areas of network analysis and schedule. Additionally, submit specific narrative statements relating to control and expediting of submittals, fabrication, and delivery of specific materials and equipment, and to supplement progress reports and successive revisions of the project schedule.

PART 3 EXECUTION

3.01 INITIAL SUBMITTAL

Within 14 calendar days after receipt of Notice of Award, submit for review and approval the complete CPM network for this Contract work. The network shall be prepared to assign costs to each activity item indicated for such work.

3.02 REVIEW AND APPROVAL

A. Within 5 working days after receipt of the initial CPM network activity listing, the Owner will meet with the Contractor for joint review, correction or adjustment of the Contractor's proposed approach. Within 7 calendar days after the joint review, the Contractor shall submit a revised CPM network reflecting comments offered during the joint review. The Owner will review this resubmission, and may accept it as submitted. The accepted CPM will constitute the Contractor's project work schedule until it is subsequently revised by the Contractor.

B. Acceptance of the CPM is not to be construed as concurrence by Owner that schedule is reasonable or achievable. Any omission of project work from the CPM network or activity listing, otherwise required for Contract compliance, shall not excuse the Contractor from completing such work within any applicable completion date as determined by the Owner.

3.03 UPDATE

A. Twice a month or as agreed, on a date mutually agreed upon, a job-site meeting will be held to review the CPM network, activity listing, and job progress.

B. The conditions under which a revision of the schedule will be required are as follows: 1. When delay in completion of any work item or sequence of work items results in an estimated extension of project completion by either 5 working days or by 10 percent of the remaining duration of time to complete the Contract, whichever is less. 2. When delays in submittals or deliveries or work stoppages are encountered which make replanning or rescheduling of the work necessary. 3. When the schedule does not represent actual prosecution and progress of the work. 4. When Contract modification necessitates schedule revision, submit a subnetwork analysis of all change work with his Proposal. If approved, this subnetwork will become a part of the approved schedule.

C. As part of this review, prepare a brief narrative report relating to the status of construction, submittals, approvals, and procurement. Indicate in the report areas

WG 0032-0008 CONSTRUCTION PROGRESS SCHEDULE December 2009 City of Morro Bay Page 01 32 16 - 3 REV-A Lift Station #2

where problems exist and are anticipated and recommend corrective action needed to be taken by the Owner or by the Contractor.

3.04 CONTRACTOR'S REPRESENTATIVE

Designate an authorized representative who shall be responsible for production and review of the network diagram and who shall assume responsibility for reviewing progress of the work with the Owner. The Contractor's representative shall have direct control and complete authority to act on behalf of the Contractor; and such authority shall not be interrupted throughout the duration of the Contract, without approval of the Owner.

3.05 PROGRESS PAYMENT

The Job Progress Report will constitute the basis for monthly payment. Payment will not be made until the Job Progress Report is approved. No payment shall be made until obsolete CPMs are updated and the CPM is accepted by the Owner.

3.06 PAYMENT FOR CPM

Include all costs of preparing and updating the CPM as specified herein in the Bid Price for the Contract.

END OF SECTION

WG 0032-0008 CONSTRUCTION PROGRESS SCHEDULE December 2009 City of Morro Bay Page 01 32 16 - 4 REV-A Lift Station #2

SECTION 01 33 00

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.01 DESCRIPTION This Section covers requirements for submittals in addition to those stated in elsewhere in the Contract Documents, and forms a part of all other Specification Sections in which submittals are specified or required. Refer to the specific Sections and Divisions of the Specifications for additional submittal requirements.

A. Submittal Requirements Included In This Section. 1. Number of submittal copies required. 2. CPM progress schedule. 3. Shop drawings. 4. Samples. 5. Materials lists and equipment data. 6. Instruction (operation and maintenance) manuals. 7. Installation instructions. 8. Seismic calculations. 9. Record drawings and specifications. 10. Certificates.

B. Submittal Requirements In General Conditions and Other Sections. 1. Applications for payments Section 00700, Article 8. 2. Section 00700, Article 3.19, W-9 Certification form and Request for Taxpayer Identification Number. 3. Section 00700, Article 8.2.A.3, Closeout Submittals 4. Section 00700, Article 3.15 (and Section 01 70 00), Execution and Closeout Requirements 5. Schedule of testing laboratory services. 6. Written guarantees and warranties. 7. Factory test reports. 8. Manufacturers' certified reports. 9. System validation test procedures and results.

WG 0032-0008 SUBMITTAL PROCEDURES December 2009 City of Morro Bay Page 01 33 00 - 1 REV-A Lift Station #2

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 SUBMITTAL - GENERAL REQUIREMENTS All items required to be submitted for review shall be furnished by and at the expense of the Contractor and any work affected by them shall not proceed without such review. Except for record documents, test plans, and instructional manuals for operation and maintenance, submittal shall be approved before the material or equipment covered by the submittal is delivered to the site.

A. Number of Submittals. 1. General. Except for manufacturer's instruction manuals and samples, the Owner shall require and retain 4 copies of all submittals, specified or required in this and all other Sections of these Specifications, for Contractor’s and Contractor’s representatives' use, unless otherwise specifically noted in a specific Specification section. The Contractor shall submit such additional number of copies, not to exceed 3, to be reviewed and returned for Contractor’s use. For submitted drawings 11 by 17 inches and larger, submittal of a reproducible copy is preferred and encouraged. The reproducible set will be returned to the Contractor marked to show the required corrections or approval. 2. Samples. Provide the number of samples for each material or equipment item in accordance with Paragraph 3.04 herein and as required in the respective section of these Specifications. 3. Manufacturer's Instruction Manuals. Provide the number of copies of the submittals in accordance with Paragraph 3.01A above. Upon approval of the preliminary submittals, deliver 3 copies of each manual to the Owner, unless otherwise specified or directed.

B. Method of Submittal. Equipment which is specified in one section of the Specifications shall not be combined in a single submittal with equipment specified in other Sections of the Specifications, unless unit responsibility for a package system is required. In each transmittal the Contractor shall state the Owner's Project Number and Name, Name and Address of Contractor, Name and Address of Subcontractor, Manufacturer, Supplier or Distributor as applicable, Plan Reference and Specification Section, Articles, and paragraphs to which the submittal pertains; accompanying data sheets, catalogs, and brochures shall be identified in the same manner. Submittal transmittals shall fully index all items submitted.

C. Piecemeal Submittals. Except for reinforcing steel submittals, piecemeal submittals will be returned unreviewed. However, for mechanical equipment and the like, separate submittals for embedded items, embedded metal work and anchors will be accepted for review.

D. Number of Submittal Re-Reviews. The Owner will provide required submittal/re- submittal review up to three occurrences per submittal. Contractor shall reimburse the Owner the cost of Owner’s, Owner’s Representative’s, and Engineer’s time required for all subsequent reviews beyond three reviews. Such costs for excessive review of incomplete or non-conforming submittals shall be deducted from Contractor’s monthly pay requests at the time such charges are incurred.

WG 0032-0008 SUBMITTAL PROCEDURES December 2009 City of Morro Bay Page 01 33 00 - 2 REV-A Lift Station #2

E. Engineer’s Submittal Review Schedule. Engineer will review and return submittals within 10 working days from date of receipt from Owner’s Representative. Engineer will review and return re-submittals within 5 working days from the date of receipt from Owner’s Representative.

3.02 CPM PROGRESS SCHEDULE (SEE SECTION 01 32 16)

3.03 SHOP DRAWINGS A. Title Block and Identification. On each shop drawing, provide a space for the Engineer's approval or correction stamp and a title block showing the following: 1. Name and address of Contractor. 2. Name and address of Subcontractor, manufacturer, supplier, or distributor, as applicable. 3. Name and address of Owner. 4. Date, scale of drawings, and identification number. 5. Contractor's review and approval stamp. 6. Owner's Project Number (if applicable). 7. Drawing Reference and Specification Section reference. 8. Project Name.

B. Preparation and Size. Details and information shall be clearly drawn, dimensioned, noted, and cross referenced. Unless otherwise approved, prepare shop drawings of the same size as the Contract Drawings or on 8-1/2 by 11 inch sheets as applicable. Refer to Paragraph 3.01.A above regarding use of a reproducible drawing copy.

C. Data. Unless the following data is included in instruction manuals or equipment data submitted prior to or with the shop drawings, submit with the shop drawings complete catalog and technical data for all manufactured products, materials, machinery, and equipment covered by the shop drawing submittal. Include data showing for each item, as applicable, the following information: 1. Manufacturer's specifications and details. 2. Applicable technical data and performance curves. 3. Preparation, assembly, and installation instruction with allowable tolerances. 4. Connection requirements. 5. Pre-start-up servicing and operating methods. 6. Other data and information necessary to demonstrate that the proposed items conform to the Contract Documents.

D. Information Required. Shop drawings shall contain details and information fully developing the pertinent Contract Document requirements and such other information as may be specified or required for approval, including but not limited to: 1. Related work with cross references to applicable portions of the Contract Documents. 2. Dimensions, including variations between indicated dimensions and actual conditions.

WG 0032-0008 SUBMITTAL PROCEDURES December 2009 City of Morro Bay Page 01 33 00 - 3 REV-A Lift Station #2

3. Physical configurations with critical dimensions for clearance, access, and servicing. 4. List of materials, including fasteners and connectors. 5. Structural construction and assemblies, welds shown by AWS symbols, and each fastener and connector shown by type and class. 6. Grouting work, including grouting space and material. 7. Concrete foundations and bases for machinery and equipment including joints, joint filler and sealer, and reinforcing. 8. Anchor bolt details showing type and class, sizes, embedments, projections, and locations measured with respect to permanent structural features. An anchor bolt template shall be shown on the Shop Drawings and shall be furnished unless waived in writing by the Owner. 9. Protective coatings and factory finishes fully described as to materials, number of coats, plated and metallic coating finishes, treatments, and similar information, all based on specified requirements. The term "as specified" is not acceptable for this purpose. 10. Machinery and equipment details. Standard catalog items need not be illustrated in detail, but indicate and detail sizes, supports, and connections. 11. Location of auxiliary items that are parts of machinery and equipment including sight glasses, petcocks, gauges, lubrication fittings and access, and maintenance monitoring devices. 12. Piping systems and piping including layout, fittings, valves, appurtenances, hangers and supports, and sleeves. 13. Electrical equipment showing plans, elevations, sections, arrangements, materials, anchor bolts, supports, weights, wiring and circuit diagrams, internal connections, busses, grounding, conduit spaces, layout of instruments, gauges, meters, and other components. 14. Underground duct banks showing typical details of conduits, joints, spacers, and means of securing conduits in place during concrete placement. 15. Dielectric connections, and materials and methods to be used to isolate dissimilar materials. 16. Full-size lettering layouts for data plate and nameplate inscriptions. 17. Written descriptions fully describing the operation of all control circuits, start-up sequencing, shutdown sequencing, and alarms.

E. Details and Connections. Satisfactorily detail all connections required to complete the Work, including details necessary to make indicated or specified additions to existing work or to provide connections for future work. Design connections and parts of strength to withstand, without adverse deflection or stress, all loads or pressures to which they may be subjected and to develop the strength of the members or parts connected. In no case shall the connections, parts, or details be inferior to those required by the Contract Documents.

F. Related Work. The term "by others" is not acceptable for the description of related work shown in the shop drawings. Clearly note by name or description the Contractor, Subcontractor, or trade to provide such related Work; where such name or description

WG 0032-0008 SUBMITTAL PROCEDURES December 2009 City of Morro Bay Page 01 33 00 - 4 REV-A Lift Station #2

is missing, it shall be understood and agreed that the Contractor is to furnish and install such related Work.

G. Clearances. Do not proceed with any related Work that may be affected by piping, machinery, equipment, or other work therein until shop drawings and data showing all components, with acceptable clearances have been approved.

H. Composite Shop Drawings with Installation Layouts. Prepare and submit drawings, wherever specified or required, to resolve tight or conflicting field conditions. Show dimensional plans and elevations of the materials or equipment of all trades in the involved area or space, and include complete information as to arrangements, locations, clearances, avoidance of interferences, access, sizes, supports, connections, services, assembly, disassembly, and installation. Composite shop drawings and layouts shall be coordinated in the field by the Contractor and his Subcontractors for proper relationship to the Work of all trades, based on field conditions, and shall be checked and approved by them before submittal. Contractor shall have competent technical personnel readily available for such coordinating and checking.

3.04 SAMPLES

A. Identification. Label or tag each sample or set of samples identifying the manufacturer's name and address, brand name, catalog number, intended use and other data specified in Article 3.01.B herein.

B. Colors, Pattems, and Textures. For items required to be of selected and approved colors, patterns, textures, or other finish, submit sufficient samples to show the range of shades, tones, values, patterns, textures, or other features corresponding to the instructions and requirements specified.

C. Field-Applied Paint and Coatings. Submit samples of finishes at least 60 days prior to start of such finishing operations in conformance with requirements specified in Section 09 90 00, Painting and Coatings.

D. Factorv Finish Colors. Colors of material specified to be furnished with a factory finish are subject to approval. Submit duplicate samples of factory finishes showing the full range of available colors for selection and approval when requested by the Owner.

3.05 MATERIALS LISTS AND EQUIPMENT DATA Materials lists and equipment data shall be submitted for all items proposed to be incorporated into the Work. In determining acceptability, consideration will be given to the availability of maintenance and replacement parts and materials, the availability of manufacturer's technical representatives, other factors that relate to the maintenance and repair of installed items without excessive inconvenience to the Owner, guarantees and warranties, as as determination of conformance with the Contract Documents.

A. Material Lists. Submittal copies of Material Lists shall be provided where specified in other Sections, and the number of copies submitted shall be as stated in Paragraph 3.01.A herein.

B. Equipment Data. Submittal copies of equipment data shall be provided in accordance with other Sections and the number of submittals shall be as stated in Paragraph 3.01.A herein. Submittals for equipment incorporating logic circuits shall include a draft

WG 0032-0008 SUBMITTAL PROCEDURES December 2009 City of Morro Bay Page 01 33 00 - 5 REV-A Lift Station #2

of a detailed theory of operation. Data shall be submitted in sets covering complete systems or functioning units.

3.06 INSTRUCTION (OPERATIONS AND MAINTENANCE) MANUALS Instruction Manuals shall comply with the requirements of other Sections, and the following

A. The manufacturer's instruction, or O&M, manuals required by these Specifications shall be specific to this project and to the equipment being furnished.

B. It is the intent that the instruction manuals be a complete document on the respective equipment item(s), independent of any separate shop drawing submittals, for the information and use by operation and maintenance personnel. As such, the manuals shall contain at a minimum, all approved shop drawing data necessary to describe the respective equipment and conform to the requirements of these Contract Documents, wiring diagrams and detailed circuit operation description; and performance curves and data.

C. The index furnished for each manual shall address all of the content categories to facilitate their being located by the reader. Categories which are considered to be not applicable or not required shall be identified as such in the index.

D. For each class of equipment or machinery identify the name, address and telephone number of the manufacturer, supplier and closest authorized service organization or company. Include this information at the beginning of each respective equipment manual.

3.07 INSTALLATION INSTRUCTIONS Submit two copies of manufacturers' installation instructions for material and equipment incorporated in the Work to the extent specified in other Sections and Divisions of the Specifications or requested by the Owner for its review. Installation instructions will be reviewed for general adequacy only. After review, the Contractor shall distribute copies to all those involved with the installation. Submit this information sufficiently in advance of the Work to ensure proper coordination of the respective equipment installation into the Work. In no case furnish this information later than delivery of the respective material or equipment. Payment for materials and equipment delivered will not be approved without submittal of the respective manufacturer's installation instructions.

3.08 EARTHQUAKE DESIGN AND RESTRAINT All manufactured equipment supplied under this Contract shall be designed, constructed and attached to resist stresses produced by seismic forces specified in this Section. Equipment that does not vibrate during normal operation shall be rigidly attached. Equipment that vibrates during normal operation shall be attached by means of isolators with mechanical stops that limit movement in all directions unless it can be demonstrated by calculations that such stops are not required. Equipment or portions of equipment that move during normal operation shall be restrained with mechanical devices that prevent displacement unless it can be demonstrated by calculations that such restraints are not required.

A. Work Included. The work included in this Paragraph includes, but is not limited to, the following: All machinery, mechanical and electrical equipment, instrumentation panels, electrical panels, lighting fixtures, and all other manufactured equipment.

WG 0032-0008 SUBMITTAL PROCEDURES December 2009 City of Morro Bay Page 01 33 00 - 6 REV-A Lift Station #2

B. Minimum Earthquake Forces. Except as provided herein, the minimum earthquake forces shall be those prescribed for 2007 California Building Code

C. Contractor shall include seismic calculations with submittals of shop drawings, details and data specified in technical Sections of these Specifications.

D. Seismic calculations shall be sealed and signed by a Professional Engineer (Civil and/or Structural) registered in the State of California.

3.09 OTHER SUBMITTALS Provide copies of other submittals such as calculations, manufacturer's certified reports, operational demonstration and system validation reports specified in other Sections and Divisions of the Specifications.

3.010 STORAGE INSTRUCTIONS For each equipment and material item furnished, provide for the Owner's records 2 copies of the manufacturer's recommended instructions for storage of the respective equipment or material. The instructions shall address conditions both before installation and (for mechanical, electrical and instrumentation equipment) after installation but before placing into continuous operation. Submit manufacturer's storage instructions either prior to delivery of the material/equipment or with the request for payment of materials delivered. Payment for materials delivered will not be approved without submittal of the manufacturer's storage instructions.

3.011 FORM OF APPROVAL A. Copies of submittals which are returned to the Contractor and which are subject to approval will be marked with notations A, B, B-R, C, D, or E, in which case the action so indicated shall be taken by the Contractor. These notations are defined as follows: 1. No Exceptions Noted (Resubmittal Not Required): Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. Make Corrections Noted (Resubmittal Not Required): Same as A, except that minor corrections as noted shall be made by the Contractor. 3. Make Corrections Noted (Resubmit for Record Purposes): Same as B, except that resubmittal is required. 4. Amend and Resubmit: Rejected because of major inconsistencies or error which shall be resolved or corrected by the Contractor prior to subsequent review by the Design Consultant. 5. Not Acceptable (Resubmit): Submitted material does not conform to Drawings and Specifications in major respect, i.e., wrong size, model, capacity, or material. 6. Received for Record Purposes Only: Applies to submittals which are required but not reviewed, such as shoring submittals.

B. Returned copies of drawings marked with either notation A, B, or B-R authorize the Contractor to proceed with the fabrication, installation or construction, or any combination thereof, covered by such returned drawings, provided, that such

WG 0032-0008 SUBMITTAL PROCEDURES December 2009 City of Morro Bay Page 01 33 00 - 7 REV-A Lift Station #2

fabrication, installation or construction shall be subject to the comments, if any, shown on such returned copies and to the Contract requirements whether or not specifically referenced. Although fabrication may proceed on a notation B-R, Contractor shall incorporate the comments, resubmit, and obtain notation A before release for shipment can be granted. Failure to satisfactorily address the review comments, shall result in designation of the resulting as being defective.

C. Returned copies of drawings marked with notation C or D shall be corrected as necessary and revised drawings shall be submitted in the same manner as before.

3.012 RECORD DRAWINGS AND SPECIFICATIONS

A. Refer to Section 01 70 00, Execution and Closeout Requirements.

3.013 CERTIFICATES Each certificate required under the Contract or in any of the following Sections shall be signed by the individual, office, or agent lawfully authorized to execute the certificate, and such authority shall be cited in the certificate by title, description, or other acceptable evidence. All certificates shall be sworn as to the correctness and validity of the contents. Where specifically required in the respective Section of the Specifications, certificates shall be notarized and duplicate copies of required certificates shall be notarized to be true copies.

END OF SECTION

WG 0032-0008 SUBMITTAL PROCEDURES December 2009 City of Morro Bay Page 01 33 00 - 8 REV-A Lift Station #2

SECTION 01 35 00

SPECIAL PROJECT PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Protection of improvements 2. Utility potholing 3. Existing utilities 4. Protection of existing pavement 5. Protection of existing hardscape 6. Protection of existing trees 7. Excavation notification. 8. Construction Photographs

B. Related Sections: 1. Section 01 33 00 - Submittal Procedures 2. Section 02 21 00 – Surveys

1.2 SUBMITTALS

A. Potholing Report

PART 2 - PRODUCTS

Not Used

PART 3 - EXECUTION

3.1 Protect all existing utilities and improvements not designated for removal and restore damaged or temporarily relocated utilities and improvements, immediately, to a condition equal to or better than they were prior to such damage or temporary relocation, all in ac- cordance with requirements of the contract documents.

3.2 Protect all private and public property from damage due to its activities. If any damage does occur to public or private property as a result of the contractors operation, the con- tractor shall be responsible for the repair of the property.

3.3 POTHOLING

A. Designated Pothole Locations: The plans indicate locations where potholing is required. For all such designated locations, the Contractor shall perform the po-

WG 0032-0008 SPECIAL PROJECT PROCEDURES December 2009 City of Morro Bay Page 01 35 00 - 1 REV-A Lift Station #2

tholing and submit a written report at least 2 working days prior to performing any work or ordering materials for the related underground facilities. The written re- port shall be signed by a licensed surveyor or engineer and shall include the fol- lowing information: 1. Size, type, and material of the facility exposed. 2. Accurate horizontal location, determined by survey. 3. Accurate vertical location, determined by survey. The vertical location shall be the top of pipe, flow line, or bottom of the pipe, as shown on the plans, or if not designated, whichever is the critical location for the pro- posed crossing of connection.

B. Non-designated Potholing: The Contractor shall perform exploratory excavations sufficiently ahead of construction for all known crossings, either shown on the plans, or marked on the pavement, so as to identify any unforeseen conflicts with the proposed construction a sufficient time in advance of construction to avoid possible delays to the Contractor's works. The number of exploratory excava- tions required shall be that number which is sufficient to determine the alignment and grade of the utility. The cost of non-designated potholing shall be considered appurtenant to the bid items requiring such excavation. There will be no separate payment for non-designated potholing.

3.4 EXISTING UTILITIES, WATER, SEWER AND DRAINAGE

A. General: The Contractor shall protect all above ground and underground utility, water, sewer and drainage improvements that may be impaired during construc- tion operations.

B. Locations shown: The known existing buried utilities and pipelines are shown on the Drawings in their approximate location, and also may be marked in the field by the utility representatives. The Contractor shall exercise reasonable care in avoiding damage to all utilities, and be held responsible for their repair if buried facilities so located are damaged.

C. Services Assumed: When underground distribution mains are shown on the plans or marked by the utility companies, the Contractor shall assume that every property parcel will be served by a service connection of each type of facility. Not all laterals are shown on the drawings.

D. Work by Utilities: During the course of the Contract, work may be performed by the utility companies or by the City to inspect, operate, relocate, abandon or in- stall facilities. The Contractor shall coordinate with the utility companies regard- ing such work. Such coordination shall be included within the Contract bid and there will be no separate payment therefore.

E. Utilities to be moved: Should it become necessary to move the property of any public utility or franchise holder, the Contractor shall notify the Engineer a suffi- cient time in advance for the necessary measures to be taken to prevent interrup- tion of service.

WG 0032-0008 SPECIAL PROJECT PROCEDURES December 2009 City of Morro Bay Page 01 35 00 - 2 REV-A Lift Station #2

F. Right of Access: The right is reserved to the City and to the owners of public utili- ties and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made neces- sary by the work of this Contract.

G. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility or im- provement owner before being concealed by backfill or other work.

H. Maintaining Service: All pipelines, power, telephone, communication cable, gas, water, irrigation, sewer, and storm drain systems within the work area shall re- main continuously in service during all the operations under the Contract, unless specifically shown otherwise in the Contract Documents, or unless other ar- rangements satisfactory to the Engineer are made (by the Contractor) with the owner of said system.

3.5 RESTORATION OF PAVEMENT

A. General: All paved areas cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent un- disturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents.

B. Pavement repair shall be in accordance with Section 32 12 00 – Flexible Paving, and the City Standard trench detail, Drawing XXXX.

C. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. All pavements that are subject to partial removal shall be neatly saw cut in straight lines.

D. Pavement markers and markings: The Contractor shall replace all pavement markings and markers that are removed or disturbed by construction activities. Pavement markings and markers shall be in accordance with City requirements.

3.6 EXISTING HARDSCAPE

A. General: All concrete or other hardscape areas cut or damaged during construc- tion shall be replaced with similar materials and of equal material and quality to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents. All such repairs and replacements shall conform to the requirements of the affected hardscape owner.

B. Partial removal: All concrete that is subject to partial removal shall be neatly saw cut in straight lines. The saw cut lines shall be extended to align with existing score lines or similar feature so as to provide a uniform appearance.

WG 0032-0008 SPECIAL PROJECT PROCEDURES December 2009 City of Morro Bay Page 01 35 00 - 3 REV-A Lift Station #2

3.7 TREES WITHIN PROJECT LIMITS

A. The City removed the tree closest to the proposed new building (refer to note on drawings). Contractor shall exercise all necessary precautions so as not to dam- age or destroy other trees or shrubs indicated to be protected in place, including those lying within or outside of rights-of-way and project limits.

3.8 EXCAVATION NOTIFICATION

A. Notify Prior to Excavation: Prior to any excavation the Contractor shall notify the respective authorities representing the owners or agencies responsible for such facilities not less than 3 days nor more than 7 days prior to excavation so that a representative of said owners or agencies can be present during such work if they so desire.

B. Call USA: The Contractor shall also notify Underground Service Alert (USA) at 811 at least 2 working days, but no more than 14 calendar days, prior to such excavation. If a utility owner is not equipped to locate its utility, the Contractor shall locate it.

3.9 CONSTRUCTION PHOTOGRAPHS

A. Provide pre-construction, construction progress, and post-construction photo- graphs as part of the Work. Photographs shall be taken with a minimum 2 me- gapixel digital camera, and all photos shall be provided to Owner on CDs. Pho- tos shall be arranged in folders on the CDs by date taken and clearly identified by location of Work. Provide further cataloging of photographs as required to clearly identify subject matter, if not self-evident on the photograph (such as utility identi- fication).

B. Pre-Construction Photographs. Arrange a meeting time with Owner and Engi- neer, 2 working days prior to taking photographs, to allow Owner and Engineer the op- portunity to accompany Contractor on the pre-construction photograph session. Provide pre-construction photographs during this walk-through of the existing project site condi- tions at locations directed by Owner and Engineer. Submit the CD of pre-construction photographs within 10 working days following the date photographs are taken. Include at a minimum, the following: 1) photographs and documentation of condition and dimen- sions of existing septic tank to be abandoned. 2) Existing drypit and wetpit 3) Existing meter vault; 4) Existing chemical storage area, and storage yard; 5) Existing Great American Fish Company garbage bin area; 6) Parking lot in area of existing and new lift station.

1. Post-Construction Photographs. Provide same coverage as required in the pre-construction photographs. Arrange a meeting time with Owner and Engineer, 2 working days prior to taking photographs, to allow Owner and Engineer the opportunity to accompany Contractor on the post-

WG 0032-0008 SPECIAL PROJECT PROCEDURES December 2009 City of Morro Bay Page 01 35 00 - 4 REV-A Lift Station #2

construction photograph session. Submit final photographs as part of close-out submittals specified in Section 01 70 00.

2. Progress Photographs. Provide photographs of the progress of the Work, to be provided to the Owner throughout progress of the Work. Progress photographs shall be taken at a minimum, on a weekly basis. Photo- graphs shall be taken at a minimum: a. At utility appurtenant features, such as tie-in points, fittings, man- holes, inlets, vaults, wetwell; b. Existing facilities to remain, new building to be erected. c. Representative photographs of pre-existing road conditions and subsequent repairs including parking lot ingress/egress areas, new road construction, pavement/base construction and progress. d. Staging and construction haul routes.

END OF SECTION

WG 0032-0008 SPECIAL PROJECT PROCEDURES December 2009 City of Morro Bay Page 01 35 00 - 5 REV-A Lift Station #2

SECTION 01 50 00

TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Furnish and install temporary facilities as hereunder specified, plus other unspecified temporary facilities, including labor, materials, services, utilities, and equipment, as may be required for proper performance of Contract, except as otherwise provided. Temporary facilities shall be approved by the City and other authorities having legal jurisdiction. Locate facilities where and as directed, and maintain in safe and sanitary condition at all times until completion of Work.

B. At completion of work, or sooner when no longer needed, remove all temporary facilities, except where certain facilities are specified to remain or to be relocated for use under future contracts.

C. All Work required and specified in this Section shall be included in Contractor’s price for mobilization, and therefore no separate or additional payment will be made therefore.

1.02 CONSTRUCTION EQUIPMENT

A. Erect, equip, operate, and maintain construction equipment in strict accordance with applicable statutes, laws, ordinances, rules, and regulations of authorities having jurisdiction.

B. Provide and maintain scaffolding, staging, runways, and similar equipment, as needed.

1.03 SAFETY PRECAUTIONS

A. Provide and maintain barricades, fencing, shoring, pedestrian walkways including attached lights, other lights, and other safety precautions to properly guard against personal injury and property damage as prescribed by authority having jurisdiction. (See also General Conditions, Article 10).

B. Wood fences, barricades, walkways, and similar items shall be painted 2 coats; color as directed by the City.

C. Maintain such items for duration of Work, and repair, replace, and relocate them as necessary for safe protection.

D. Provide such additional safety precautions as may be prescribed by authorities having jurisdiction.

E. Attention is directed to Safety Orders issued by State of California, Division of Industrial Safety. Contractor shall obtain copies of Safety Orders applicable to type of work to be performed, and shall be governed by requirements thereof in construction operations.

WG 0032-0008 TEMPORARY FACILITIES AND CONTROLS December 2009 City of Morro Bay Page 01 50 00 - 1 REV-A Lift Station #2

F. Fully inform each subcontractor and material supplier as to requirements of applicable Safety Orders.

1.04 ROADS AND ACCESSWAYS

A. Entrance to Work Site: Contractor’s employees and subcontractors shall use only those access points or entrance ways as directed by the City Representative. 1. Maintain access roads and parking areas in satisfactory condition during Contract time, and repair damages attributable to Work of this Project at intervals as needed. At completion of Contract, roads, parking areas and entrance ways shall be left in condition at least equal to that existing at start of Contract, except as may be otherwise required by Contract documents.

B. Permanent Improvements: Where Contract calls for permanent sidewalk, road, and other ground improvements, and such permanent improvements are completed, or essentially completed within construction period, Contractor does not have vested right to use such improvements as temporary facilities.

C. Retain responsibility of permanent improvements pursuant to General Conditions. Use of permanent improvements by Contractor shall be subject to approval by the City.

1.05 USE OF CITY PROPERTY

A. On-Site Storage and Work Areas: The City will allocate available on-site storage and work areas to Contractor, subject to change as may be necessary by job progress, such as site development or other intervening work.

B. City Property and Right-of-Way: Operations shall be confined to City property and right-of-way to greatest possible extent, and shall not encroach on areas other than those designated or approved for such use by the City. (See General Conditions, Paragraph 3.14.) 1. Ascertain, observe, and comply with rules and regulations in effect, including, but not restricted to, parking and traffic regulations, hours of allowable ingress and egress as to main arteries, and the like.

C. Existing Improvements in Streets and Parking Area: Existing signs, fire hydrants, underground valves and meter boxes, manholes, and other items occurring adjacent to the site shall be left undisturbed, unobstructed, and easily accessible at all times during construction, except as otherwise indicated or agreed to between Contractor and City authorities.

D. Covering, moving, trimming, or altering which may become necessary shall be done only with consent of and in cooperation with City authorities having jurisdiction. Contractor shall pay costs that may be incurred.

E. Make detailed examination of such City property at start of work and conditions shall be noted by Contractor and confirmed by City.

1. City streets and other existing improvements therein adjacent to site, if damaged by this work, shall be repaired by Contractor at intervals as needed. At completion of project, all such items not included in Contract shall be left in condition at least equal to that at start of operations.

WG 0032-0008 TEMPORARY FACILITIES AND CONTROLS December 2009 City of Morro Bay Page 01 50 00 - 2 REV-A Lift Station #2

2. Repair work shall conform to requirements of public authorities having jurisdiction. This includes, but is not restricted to, temporary walks for pedestrians, cleaning of mud and debris, air pollution control, and traffic control.

F. Protection of Trees and Shrubs: Existing trees and shrubs to remain shall not be injured during the course of this work. 1. If any tree or shrub during the course of, or as a result of construction operations is injured to extent of causing its permanent disfigurement or death, Contractor shall pay cost of damages to the City for each tree or shrub so injured, amount to be agreed upon by the City and Contractor. 2. If any tree or shrub during the course of, or as a result of construction operations is injured to extent of causing its permanent disfigurement or death within the one year guarantee period, it is agreed by the parties to this Contract that actual damage to the City will be impossible to determine, and in lieu thereof, Contractor shall pay to City as fixed, agreed, and Liquidated Damages, for each tree and each shrub so injured.

G. Protection of Existing Utilities: Protect from damage, existing utility lines not specified to be altered by Work of this Contract; any such features damaged shall be repaired or replaced to condition equal to that existing prior to commencing work of this Contract. Unless otherwise specified, maintain existing utility service at all times during construction. Utility service lines found entering site and not indicated to remain or to be incorporated in new Work, shall be plugged, capped, or otherwise abandoned by Contractor in manner satisfactory to Utility Companies whose services are involved, except as otherwise required.

1.06 CLEAN UP OF WORK AND DISPOSAL OF TRASH

A. Attention of Contractor is directed to General Conditions, Paragraph 3.16, and Specification Section 01 70 00. Keep work and storage areas clean and free of rubbish and perform protective and clean up work within one day of being so notified by City.

B. Dispose of trash resulting from work, in recycle or other approved containers per Specification Section 01 93 16 – Recyling Programs. Burning on City property is prohibited.

1.07 DUST ABATEMENT

A. Use water wagons or spray from hoses to control dust created by outdoor work operations in areas on project property during entire period of this Contract as directed by City; also, satisfactorily control dust created by operations on property used, other than project property, to satisfaction of all concerned.

1.08 SANITARY FACILITIES

A. Toilet Facilities: Provide sufficient suitably enclosed chemical toilets, conforming to ANSI Z4.3., with urinal for workmen.

B. Drinking Water Facilities: Provide clean, sanitary and adequate drinking water.

WG 0032-0008 TEMPORARY FACILITIES AND CONTROLS December 2009 City of Morro Bay Page 01 50 00 - 3 REV-A Lift Station #2

1.09 TEMPORARY WATER

A. Make arrangements for water required for construction purposes; furnish and install temporary piping or hose to carry water to every part of construction.

1.010 TEMPORARY ELECTRICITY

A. Provide such temporary electrical facilities as necessary for the Work, and to supply temporary lighting for work operations and temporary power for portable power driven tools.

B. Construction Requirements: Construct and maintain temporary electrical facilities in accordance with California Code of Regulations, Title 24, Part 3, Basic Electrical Regulations, Public Utilities Commission “Rules for Overhead Line Construction” (G.O.95), and requirements of Pacific Gas and Electric. Materials, devices, and equipment used for these facilities shall be in good and safe condition, but need not be new.

C. Provide electrical power and connection to the Field Office Trailer. The electrical feed shall be rated at least 80 amps hard wired to the panels.

D. Contractor-Installed Construction Power Facilities: Temporary electrical materials and equipment furnished and installed by Contractor for required facilities hereunder shall be removed after serving their purpose. 1. If City should desire to retain portion of Contractor-Installed construction power system, it will be acquired as Change in Work per General Conditions, Article 7.

1.011 DEWATERING FACILITIES

A. Provide and maintain dewatering and pumping facilities to keep site reasonably dry, and to protect materials and installed work from water damage until dewatering is no longer required. Remove dewatering facilities from site when no longer needed. Refer to Section 31 23 19, Dewatering.

1.012 SECURITY

A. Contractor shall be responsible for security of Work involved in this Project, during entire time of Contract. Make good all damages to work and loss of materials due to vandalism or theft, within this responsibility.

END OF SECTION

WG 0032-0008 TEMPORARY FACILITIES AND CONTROLS December 2009 City of Morro Bay Page 01 50 00 - 4 REV-A Lift Station #2

SECTION 01 57 19

CONSTRUCTION SITE MANAGEMENT

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Construction site management shall consist of controlling potential sources of water pollution before they come in contact with storm water systems or watercourses. The Contractor shall control material pollution and manage waste and non-storm water existing at the construction site by implementing effective handling, storage, use, and disposal practices.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.01 GENERAL

A. Attention is directed to 01 57 23, Temporary Storm Water Pollution Control regarding the Contractor's appointment of a water pollution control manager (WPCM) for the project.

B. Train all employees and subcontractors regarding: 1. Material pollution prevention and control; 2. Waste management; 3. Non-storm water management; 4. Identifying and handling hazardous substances; and 5. Potential dangers to humans and the environment from spills and leaks or exposure to toxic or hazardous substances. Emphasis shall be placed on spill prevention to adjacent Morro Bay waters.

C. Training shall take place before starting work on this project. New employees shall receive the complete training before starting work on this project. Hold regular meetings to discuss and reinforce spill prevention and control; material delivery, storage, use, and disposal; waste management; and non-storm water management procedures.

D. Instructions for material and waste handling, storage, and spill reporting and cleanup shall be posted at all times in an open, conspicuous, and accessible location at the construction site.

E. Nonhazardous construction site waste and excess material shall be recycled when practical or properly disposed of in an offsite location.

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 1 REV-A Lift Station #2

F. Vehicles and equipment at the construction site shall be inspected by the CM on a frequent, predetermined schedule, and by the operator each day of use. Leaks shall be repaired immediately, or the vehicle or equipment shall be removed from the construction site.

3.02 SPILL PREVENTION AND CONTROL

A. Implement spill and leak prevention procedures when chemicals or hazardous substances are stored. Spills of petroleum products; substances listed under CFR Title 40, Parts 110, 117, and 302; and sanitary and septic waste shall be contained and cleaned up as soon as is safe.

B. Minor spills involve small quantities of oil, gasoline, paint, or other material that can be controlled by the first responder upon discovery of the spill. Cleanup of minor spills includes: 1. Containing the spread of the spill, 2. Recovering the spilled material using absorption, 3. Cleaning the contaminated area, and 4. Disposing of contaminated material promptly and properly.

C. Semi-significant spills are those that can be controlled by the first responder with the help of other personnel. Cleanup of semi-significant spills shall be immediate. Cleanup of semi-significant spills includes: 1. Containing the spread of the spill; 2. Recovering the spilled material using absorption if the spill occurs on paved or an impermeable surface; 3. Containing the spill with an earthen dike and digging up contaminated soil for disposal if the spill occurs on dirt; 4. Preventing contaminants from reaching storm drain inlets; 5. Covering the spill with plastic or other material to prevent contaminating runoff if the spill occurs during precipitation; and 6. Disposing of contaminated material promptly and properly.

D. Significant or hazardous spills are those that cannot be controlled by construction personnel. Notifications of these spills shall be immediate. The following steps shall be taken: 1. Construction personnel shall not attempt to cleanup the spill until qualified staff have arrived; 2. Notify the Engineer and follow up with a written report; 3. Obtain the services of a spills contractor or hazardous material team immediately; 4. Notify the local emergency response team by dialing 911 and county officials at the emergency phone numbers kept on the construction site; 5. Notify the Governor's Office of Emergency Services Warning Center at (805) 852-7550; 6. Notify the National Response Center at (800) 424-8802 regarding spills of Federal reportable quantities in conformance with CFR Title 40, Parts 110, 119, and 302; 7. Notify other agencies as appropriate, including: a. Fire Department, b. Public Works Department, c. Coast Guard,

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 2 REV-A Lift Station #2

d. City Police, e. Department of Toxic Substances, f. California Division of Oil and Gas, g. Cal OSHA, h. Regional Water Quality Control Board.

E. The CM shall oversee and enforce proper spill prevention and control measures. Minor, semi-significant, and significant spills shall be reported to the Contractor's CM who shall notify the Engineer immediately.

F. Prevent spills from entering storm water runoff before and during cleanup. Spills shall not be buried or washed with water.

G. Keep material or waste storage areas clean, well organized, and equipped with enough cleanup supplies for the material being stored. Plastic shall be placed under paving equipment when not in use to catch drips.

3.03 MATERIAL MANAGEMENT

A. Material shall be delivered, used, and stored for this contract in a manner that minimizes or prevents discharge of material into the air, storm drain systems, or watercourses.

B. Implement the practices described in this section when taking delivery of, using, or storing the following materials: 1. Hazardous chemicals including: a. Acids, b. Lime, c. Glues, d. Adhesives, e. Paints, f. Solvents, and g. Curing compounds; 2. Soil stabilizers and binders; 3. Fertilizers; 4. Detergents; 5. Plaster; 6. Petroleum products including: a. Fuel, b. Oil, and c. Grease; 7. Asphalt components and concrete components; and 8. Pesticides and herbicides.

C. When requested by Engineer or Owner, supply the Material Safety Data Sheets to the for material used or stored. Keep an accurate inventory of material delivered and stored at the construction site.

D. Employees trained in emergency spill cleanup procedures shall be present when hazardous materials or chemicals are unloaded.

E. Use recycled or less hazardous products when practical.

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 3 REV-A Lift Station #2

F. Material Storage 1. Store liquids, petroleum products, and substances listed in CFR Title 40, Parts 110, 117, and 302 in containers or drums approved by the United States Environmental Protection Agency, and place them in secondary containment facilities. 2. Secondary containment facilities shall be impervious to the materials stored there for a minimum contact time of 72 hours. 3. Throughout the rainy season secondary containment facilities shall be covered during non-working days and when precipitation is predicted. Secondary containment facilities shall be adequately ventilated. 4. Keep the secondary containment facility free of accumulated rainwater or spills. After precipitation, or in the event of spills or leaks, accumulated liquid shall be collected and placed into drums within 24 hours. These liquids shall be handled as hazardous waste in accordance with the provisions in "Hazardous Waste" of these special provisions, unless testing determines them to be nonhazardous. 5. Incompatible materials, such as chlorine and ammonia, shall not be stored in the same secondary containment facility. 6. Materials shall be stored in the original containers with the original product labels maintained in legible condition. Damaged or illegible labels shall be replaced immediately. 7. The secondary containment facility shall have the capacity to contain precipitation from a 24-hour-long, 25-year storm; and 10 percent of the aggregate volume of all containers, or all of the volume of the largest container within the facility, whichever is greater. 8. Store bagged or boxed material on pallets. Throughout the rainy season, bagged or boxed material shall be protected from wind and rain during non- working days and when precipitation is predicted. 9. Provide sufficient separation between stored containers to allow for spill cleanup or emergency response access. Storage areas shall be kept clean, well organized, and equipped with cleanup supplies appropriate for the materials being stored. 10. Repair or replace perimeter controls, containment structures, covers, and liners as needed. Storage areas shall be inspected before and after precipitation, and at least weekly during other times.

G. Stockpile Management 1. Reduce or eliminate potential air and water pollution from stockpiled material including soil, paving material, or pressure treated wood. Stockpiles shall be located out of floodplains when possible, and at least 50 feet from concentrated flows of storm water, drainage courses, or inlets unless written approval is obtained from the Engineer. 2. Stockpiles shall still be considered active for up to 21 days after discontinuing, adding or removing materials to stockpile. 3. Protect active stockpiles with plastic or geotextile cover, soil stabilization measures, or with linear sediment barrier when precipitation is predicted. Active stockpiles of cold mix asphalt concrete shall be placed on an impervious surface and covered with plastic when precipitation is predicted. 4. Protect inactive soil stockpiles with a plastic or geotextile cover, or with soil stabilization measures at all times during the rainy season. A linear sediment barrier around the perimeter of the stockpile shall also be used. During the non-rainy season soil stockpiles shall be covered and protected with a linear

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 4 REV-A Lift Station #2

sediment barrier when precipitation is predicted. The Contractor shall control wind erosion during dry weather as provided in Section 10, "Dust Control," of the Standard Specifications. 5. Stockpiles of Portland cement concrete rubble, asphalt concrete (AC), hot mix asphalt (HMA), AC and HMA rubble, aggregate base, or aggregate subbase shall be covered with plastic or geotextile, or protected with a linear sediment barrier at all times during the rainy season, and when precipitation is predicted during the non-rainy season. 6. Stockpiles of cold mix asphalt concrete shall be placed on and covered with impermeable material at all times during the rainy season, and when precipitation is predicted during the non-rainy season. 7. Stockpiles of pressure treated wood shall be covered with impermeable material and placed on pallets at all times during the rainy season, and when precipitation is predicted during the non-rainy season. 8. Repair or replace linear sediment barriers and covers as needed or as directed by the Engineer to keep them functioning properly. Sediment shall be removed when it accumulates to 1/3 of the linear sediment barrier height.

3.04 WASTE MANAGEMENT

A. Solid Waste 1. Do not allow litter or debris to accumulate anywhere on the construction site, including storm drain grates, trash racks, and ditch lines. Pick up and remove trash and debris from the construction site at least once a week. The CM will monitor solid waste storage and disposal procedures on the construction site. Provide dumpsters of sufficient size to contain the solid waste generated by the project. Dumpsters shall be emptied when refuse reaches the fill line. Dumpsters shall be watertight. Do not wash out dumpsters on the construction site. Provide additional containers and more frequent pickup during the demolition phase of construction.

B. Solid waste includes: 1. Brick, 2. Mortar, 3. Timber, 4. Metal scraps, 5. Sawdust, 6. Pipe, 7. Electrical cuttings, 8. Non-hazardous equipment parts, 9. Styrofoam and other packaging materials, 10. Vegetative material and plant containers from highway planting, and 11. Litter and smoking material, including litter generated randomly by the public.

C. Trash receptacles shall be provided and used in the Contractor's yard, field trailers, and locations where workers gather for lunch and breaks.

D. Hazardous Waste 1. Implement hazardous waste management practices when waste is generated on the construction site from the following substances: a. Petroleum products, b. Asphalt products,

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 5 REV-A Lift Station #2

c. Concrete curing compound, d. Pesticides, e. Acids, f. Paints, g. Stains, h. Solvents, i. Wood preservatives, j. Roofing tar, and k. Materials classified as hazardous by California Code of Regulations, Title 22, Division 4.5; or listed in CFR Title 40, Parts 110, 117, 261, or 302. 2. Nothing in these special provisions shall relieve the Contractor of the responsibility for compliance with Federal, State, and local laws regarding storage, handling, transportation, and disposal of hazardous wastes. 3. The CM will oversee and enforce hazardous waste management practices. Production of hazardous materials and hazardous waste on the construction site shall be kept to a minimum. Perimeter controls, containment structures, covers, and liners shall be repaired or replaced when damaged. 4. Provide a laboratory certified by the California Department of Public Health (CDPH) to sample and test waste when hazardous material levels are unknown to determine safe methods for storage and disposal. 5. Segregate potentially hazardous waste from nonhazardous waste at the construction site. Hazardous waste shall be handled, stored, and disposed of as required in California Code of Regulations, Title 22, Division 4.5, Section 66262.34; and in CFR Title 49, Parts 261, 262, and 263. 6. Store hazardous waste in sealed containers constructed and labeled with the contents and date accumulated as required in California Code of Regulations, Title 22, Division 4.5; and in CFR Title 49, Parts 172, 173, 178, and 179. Hazardous waste containers shall be kept in temporary containment facilities conforming to the provisions in "Material Storage" of these special provisions. 7. There shall be adequate storage volume and containers shall be conveniently located for hazardous waste collection. Containers of hazardous waste shall not be overfilled and hazardous wastes shall not be mixed. Containers of dry waste that are not watertight shall be stored on pallets. Do not allow potentially hazardous waste to accumulate on the ground. Hazardous waste shall be stored away from storm drains, watercourses, moving vehicles, and equipment. 8. Clean water based or oil based paint from brushes or equipment within a contained area and shall not contaminate soil, watercourses, or storm drain systems. Paints, thinners, solvents, residues, and sludges that cannot be recycled or reused shall be disposed of as hazardous waste. When thoroughly dry, latex paint and paint cans, used brushes, rags, absorbent materials, and drop cloths shall be disposed of as solid waste. 9. Dispose of hazardous waste within 90 days of being generated. Hazardous waste shall be disposed of by a licensed hazardous waste transporter using uniform hazardous waste manifest forms and taken to a Class I Disposal Site. A copy of the manifest shall be provided to the Engineer.

E. Contaminated Soil 1. Identify contaminated soil from spills or leaks by noticing discoloration, odors, or differences in soil properties. Soil with evidence of contamination shall be sampled and tested by a laboratory certified by CDPH. If levels of

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 6 REV-A Lift Station #2

contamination are found to be hazardous, the soil shall be handled and disposed of as hazardous waste. 2. Prevent the flow of water, including ground water, from mixing with contaminated soil by using one or a combination of the following measures: a. Berms, b. Cofferdams, c. Grout curtains, d. Freeze walls, or e. Concrete seal course. 3. If water mixes with contaminated soil and becomes contaminated, the water shall be sampled and tested by a laboratory certified by the CDPH. If levels of contamination are found to be hazardous, the water shall be handled and disposed of as hazardous waste.

F. Concrete Waste 1. Implement practices to prevent the discharge of portland cement concrete, AC, or HMA waste into storm drain systems or watercourses. 2. Portland cement concrete, AC, or HMA waste shall be collected at the following locations and disposed of: a. Where concrete material, including grout, is used; b. Where concrete dust and debris result from demolition; c. Where sawcutting, coring, grinding, grooving, or hydro-concrete demolition of portland cement concrete, AC, or HMA creates a residue or slurry; or d. Where concrete trucks or other concrete-coated equipment is cleaned at the construction site.

G. Sanitary and Septic Waste 1. Wastewater from sanitary facilities shall not be discharged within the City right of way. The CM will inspect sanitary waste storage and monitor disposal procedures at least weekly.

H. Liquid Waste 1. Do not allow construction site liquid waste, including the following, to enter storm drain systems or watercourses: a. Drilling slurries or fluids, b. Grease-free or oil-free wastewater or rinse water, c. Dredgings, d. Liquid waste running off a surface including wash or rinse water, or e. Other non-storm water liquids not covered by separate permits. 2. Hold liquid waste in structurally sound, leak proof containers such as: a. Sediment traps, b. Roll-off bins, or c. Portable tanks. 3. Liquid waste containers shall be of sufficient quantity and volume to prevent spills and leaks. The containers shall be stored at least 50 feet from storm drains, watercourses, moving vehicles, and equipment. 4. Remove and dispose of deposited solids from sediment traps as provided in "Solid Waste" of these special provisions, unless determined infeasible by the Engineer. 5. Liquid waste may require testing to determine hazardous material content before disposal.

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 7 REV-A Lift Station #2

6. Drilling fluids and residue shall be disposed of outside the highway right of way. If the Engineer determines that an appropriate location is available, fluids and residue exempt under California Code of Regulations, Title 23, Section 2511(g) may be dried by infiltration and evaporation in a leak proof container. The remaining solid waste may be disposed of as provided in "Solid Waste" of these special provisions.

3.05 NON-STORM WATER MANAGEMENT

A. Water Control and Conservation 1. Prevent erosion or the discharge of pollutants into storm drain systems or watercourses by managing the water used for construction operations. Obtain the Engineer's approval before washing anything on the construction site with water that could discharge into a storm drain system or watercourse. Discharges shall be reported to the Engineer immediately. 2. Implement water conservation practices when water is used on the construction site. Irrigation areas shall be inspected and watering schedules shall be adjusted to prevent erosion, excess watering, or runoff. The Contractor shall shut off the water source to broken lines, sprinklers, or valves, and they shall be repaired as soon as possible. When possible, water from waterline flushing shall be reused for landscape irrigation. Paved areas shall be swept and vacuumed, not washed with water. 3. Construction water runoff, including water from water line repair, shall be directed to areas to infiltrate into the ground and shall not be allowed to enter storm drain systems or watercourses. Spilled water shall not be allowed to escape water truck filling areas. When possible, the Contractor shall direct water from off-site sources around the construction site, or shall minimize contact with the construction site.

B. Illegal Connection and Discharge Detection and Reporting 1. Inspect the construction site and the site perimeter before beginning work for evidence of illegal connections, discharges, or dumping. Subsequently, the construction site and perimeter shall be inspected on a frequent, predetermined schedule. 2. Immediately notify the Engineer when illegal connections, discharges, or dumping are discovered. Do not take further action unless directed by the Engineer. Unlabeled or unidentifiable material shall be assumed to be hazardous. 3. Observe the site for the following evidence of illegal connections, discharges, or dumping: a. Debris or trash piles, b. Staining or discoloration on pavement or soils, c. Pungent odors coming from drainage systems, d. Discoloration or oily sheen on water, e. Stains or residue in ditches, channels or drain boxes, f. Abnormal water flow during dry weather, g. Excessive sediment deposits, h. Nonstandard drainage junction structures, or i. Broken concrete or other disturbances near junction structures.

C. Vehicle and Equipment Cleaning

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 8 REV-A Lift Station #2

1. Limit vehicle and equipment cleaning or washing on the construction site to that necessary to control vehicle tracking or hazardous waste. Vehicles and equipment shall not be cleaned on the construction site with soap, solvents, or steam until the Engineer has been notified. The resulting waste shall be contained and recycled, or disposed of as provided in "Liquid Waste" or "Hazardous Waste" of these special provisions, whichever is applicable. Do not use diesel to clean vehicles or equipment, and minimize the use of solvents. 2. Clean or wash vehicles and equipment in a structure equipped with disposal facilities. If using a structure is not possible, vehicles and equipment shall be cleaned or washed in an outside area with the following characteristics: a. Located at least 50 feet from storm drainage systems or watercourses, b. Paved with AC, HMA, or portland cement concrete, c. Surrounded by a containment berm, and d. Equipped with a sump to collect and dispose of wash water. 3. When washing vehicles or equipment with water, use as little water as possible. Hoses shall be equipped with a positive shutoff valve. 4. Wash racks shall discharge to a recycle system or to another system approved by the Engineer. Sumps shall be inspected regularly, and liquids and sediments shall be removed as needed.

D. Vehicle and Equipment Fueling and Maintenance 1. Fuel or perform maintenance on vehicles and equipment off the construction site whenever practical. When fueling or maintenance must be done at the construction site, designate a site, or sites, and obtain approval from the Engineer before using. The fueling or maintenance site shall be protected from storm water, shall be on level ground, and shall be located at least 50 feet from drainage inlets or watercourses. The WPCM shall inspect the fueling or maintenance site regularly. Mobile fueling or maintenance shall be kept to a minimum. 2. Use containment berms or dikes around the fueling and maintenance area. Adequate amounts of absorbent spill cleanup material and spill kits shall be kept in the fueling and maintenance area and on fueling trucks. Spill cleanup material and kits shall be disposed of immediately after use. Drip pans or absorbent pads shall be used during fueling or maintenance unless performed over an impermeable surface. 3. Fueling or maintenance operations shall not be left unattended. Fueling nozzles shall be equipped with an automatic shutoff control. Vapor recovery fueling nozzles shall be used where required by the Air Quality Management District. Nozzles shall be secured upright when not in use. Fuel tanks shall not be topped-off. 4. Recycle or properly dispose of used batteries and tires.

E. Paving, Sealing, Sawcutting, and Grinding Operations 1. Prevent the following material from entering storm drain systems or water courses: a. Cementitious material, b. Asphaltic material, c. Aggregate or screenings, d. Grinding or sawcutting residue, e. Pavement chunks, f. Shoulder backing.

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 9 REV-A Lift Station #2

2. Cover drainage inlets and use linear sediment barriers to protect downhill watercourses until paving, sealing, sawcutting, or grinding operations are completed and excess material has been removed. Drainage inlets and manholes shall be covered during the application of seal coat, tack coat, slurry seal, or fog seal. 3. During the rainy season or when precipitation is predicted, paving, sawcutting, and grinding operations shall be limited to places where runoff can be captured. Seal coat, tack coat, slurry seal, or fog seal operations shall not begin if precipitation is predicted for the application or the curing period. The Contractor shall not excavate material from existing roadways during precipitation. 4. Vacuum up slurry from sawcutting operations immediately after the slurry is produced. Slurry shall not be allowed to run onto lanes open to public traffic or off the pavement. 5. Collect residue from portland cement concrete grinding operations with a vacuum attachment on the grinding machine. The residue shall not be left on the pavement or allowed to flow across the pavement. 6. Material excavated from existing roadways may be stockpiled as provided in "Stockpile Management" of these special provisions if approved by the Engineer. AC or HMA chunks used in embankment shall be placed above the water table and covered by at least one foot of material. 7. Substances used to coat asphalt trucks and equipment shall not contain soap, foaming agents, or toxic chemicals.

F. Thermoplastic Striping and Pavement Markers 1. Thermoplastic striping and preheating equipment shutoff valves shall work properly at all times when on the construction site. Do not preheat, transfer, or load thermoplastic within 50 feet of drainage inlets or watercourses. Do not fill the preheating container to more than 6 inches from the top. Truck beds shall be cleaned daily of scraps or melted thermoplastic. 2. Do not unload, transfer, or load bituminous material for pavement markers within 50 feet of drainage inlets or watercourses. All pressure shall be released from melting tanks before removing the lid to fill or service. Melting tanks shall not be filled to more than 6 inches from the top. 3. Collect bituminous material from the roadway after marker removal.

G. Concrete Curing 1. Do not overspray chemical curing compound. Drift shall be minimized by spraying as close to the concrete as possible. Drainage inlets shall be covered before applying curing compound. 2. Minimize the use and discharge of water by using wet blankets or similar methods to maintain moisture when curing concrete.

H. Concrete Finishing 1. Collect and dispose of water and solid waste from high-pressure water blasting. Drainage inlets within 50 feet shall be covered before sandblasting. The nozzle shall be kept as close to the surface of the concrete as possible to minimize drift of dust and blast material. Blast residue may contain hazardous material. 2. Containment structures for concrete finishing operations shall be inspected for damage before each day of use and before predicted precipitation. Liquid and solid waste shall be removed from the containment structure after each work shift.

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 10 REV-A Lift Station #2

3.06 DEWATERING

A. Refer to Section 31 23 19, Dewatering.

END OF SECTION

WG 0032-0008 CONSTRUCTION SITE MANAGEMENT December 2009 City of Morro Bay Page 01 57 19 - 11 REV-A Lift Station #2

SECTION 01 60 00

PRODUCT REQUIREMENTS

PART 1 GENERAL

1.01 SUMMARY A. This section provides the requirements for product substitution. The procedure for requesting substitution approval applies to products defined in the Contract Documents by reference to one or more of the following: 1. Name of manufacturer 2. Name of vendor 3. Trade name 4. Catalog number

B. Requests for Substitution - General: 1. Base all bids on materials, equipment, and procedures specified. 2. Certain types of equipment and kinds of material are described in specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are capable of accomplishing the same tasks as the products specifically indicated. 3. Other types of equipment and kinds of material may be acceptable.

C. Refer to additional requirements of Section 00700, General Conditions.

1.02 QUALITY ASSURANCE

A. In making request for substitution or in using an approved product, Contractor represents: 1. He has investigated proposed product, and has determined that it is equal or superior in all respects to that specified, and that it will perform function for which it is intended. 2. He will provide same guarantee for substitute item as for product specified. 3. He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be required for work to be complete in all respects. 4. He waives all claims for additional costs related to substitution which subsequently arise.

1.03 DEFINITIONS

A. Product: Manufactured material or equipment.

WG 0032-0008 PRODUCT REQUIREMENTS December 2009 City of Morro Bay Page 01 60 00 - 1 REV-A Lift Station #2

1.04 PROCEDURE FOR REQUESTING SUBSTITUTION

A. Considered after award of Contract.

B. Written requests may be made by the Contractor only.

C. Transmittal Mechanics: 1. Follow the transmittal mechanics prescribed for shop drawings in Section 01 33 00, Submittal Procedures. Describe the deviation and justifications on the transmittal form. Include in the transmittal letter, either directly or as a clearly marked attachment, the items listed in paragraph D below.

D. Transmittal Contents: 1. Product identification: a. Manufacturer's name. b. Telephone number and representative contact name. c. Specification section or drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents. 2. Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents. 3. Itemized comparison of original and proposed product addressing product characteristics including but not necessarily limited to: a. Size. b. Composition or materials of construction. c. Weight. d. Electrical or mechanical requirements. 4. Product experience: a. Location of past projects utilizing product. b. Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product. c. Available field data and reports associated with proposed product. 5. Data relating to changes in construction schedule. 6. Data relating to changes in cost. 7. Samples: a. At request of Engineer. b. Full size if requested by Engineer. c. Held until substantial completion. d. Engineer not responsible for loss or damage to samples.

WG 0032-0008 PRODUCT REQUIREMENTS December 2009 City of Morro Bay Page 01 60 00 - 2 REV-A Lift Station #2

1.05 APPROVAL OR REJECTION

A. Written approval or rejection of substitution given by the Engineer.

B. Engineer reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent.

C. In event substitution results in a change of Contract price or time, provisions in Special Provisions-General Conditions will be applied for adjustment.

D. Substitutions will be rejected if: 1. Submittal is not through the Contractor with Contractor’s approval. 2. Requests are not made in accordance with this Section. 3. In the Engineer's opinion, acceptance will require substantial revision of the original design. 4. In the Engineer's opinion, substitution is not equal to original product specified or will not perform adequately the function for which it was intended.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

WG 0032-0008 PRODUCT REQUIREMENTS December 2009 City of Morro Bay Page 01 60 00 - 3 REV-A Lift Station #2

SECTION 01 70 00

EXECUTION AND CLOSEOUT REQUIREMENTS

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Closeout Procedures.

B. Project Record Documents.

C. Operation and Maintenance Data.

D. Guaranties, Warranties and Bonds.

E. Spare Parts and Maintenance Materials.

F. Certification of Recycled Content.

G. Waste Management Report.

1.02 CLOSEOUT PROCEDURES

A. Comply with procedures in General Conditions Section 00700 of the Contract for Construction, Articles 8 and 9, for inspection and acceptance of the Work, payment and retention procedures.

B. When Contractor considers Work has reached substantial completion, submit written certification that Work is ready for inspection.

1.03 INSPECTION PROCEDURES

When the Work is in the opinion of the Contractor, substantially complete, the Contractor shall call for a punch list inspection.

A. Inspection Procedures: On receipt of a written request for inspection, the City Representative will schedule the inspection. If in the judgment of the City’s Representatives the project is not substantially complete, the City Representative will so advise the Contractor and discontinue the inspection. 1. The City’s Representative will repeat inspection when requested and assured that the Work has been completed. 2. Results of the completed inspection will form the basis of requirements for final acceptance of the Work.

B. Final cleaning shall be completed prior to City’s inspection and acceptance.

WG 0032-0008 EXECUTION AND CLOSEOUT REQUIREMENTS December 2009 City of Morro Bay Page 01 70 00 - 1 REV-A Lift Station #2

1.04 PROJECT RECORD DOCUMENTS ("AS-BUILTS")

A. Maintain, on current basis, record drawings showing "as-built” conditions of project; subject to monthly review by City Representative. Monthly pay estimates will not be processed without review and approval of record drawings by the City. Written confirmation that the as-builts have been properly updated shall be submitted with each pay application request. Final Acceptance of Work will not take place until record drawings are turned over to the City’s Representative.

B. Store Project record documents separate from those used for construction. Protect from deterioration and loss in a secure, fire-resistive location; provide access to the City’s Representatives during normal working hours. In the event of loss of recorded data, use means necessary to again secure the data to the City’s acceptance; such means shall include, if necessary in the opinion of the City, removal and replacement of concealing materials and in such case, replacements shall be to the standards originally specified.

C. Before commencing backfilling of utilities or any other underground pipes, ducts, conduits, or structures, take photographs showing relationship of below ground utilities to structure(s) or other physical reference point. Photos are to be in compliance with Section 01 35 00, Special Project Procedures, categorized by locations and indicating utilities and progress of Work, as specified. Provide photo(s) of all connections, crossings, stubs, or other critical points. If the Contractor neglects to take such photographs, Contractor shall uncover, at the Contractor’s expense, the area(s) so neglected in order to provide the requisite photos.

D. Record Drawings: Maintain a clean, undamaged bond set of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies from the Work as originally shown. Mark whichever drawing is most capable of showing conditions fully and accurately. At time of installation, installed locations of work relating to aboveground and underground utilities, structural, ventilation, plumbing, electrical, and other scopes of work as may be required, shall be recorded on sepia mylar prints by Contractor, and reviewed with City’s Representative. Timing of entries shall be within 24 hours after receipt of information. Do not conceal work until required information is recorded. 1. Information entered on prints shall be neat, legible, and emphasized by drawing "clouds" around changed items. Mark record sets with red erasable pencil; use other colors to distinguish between variations in separate categories of the work. Date entries. 2. Mark new information that is important to the City, but was not shown on Contract Drawings or Shop Drawings. 3. At a minimum, the following information shall be inserted and dimensioned on record documents where applicable: a. The exact horizontal and vertical location of all installations in their finished condition, including all electrical, plumbing and mechanical installations; b. All changes in construction, materials and installed equipment; c. Adequate dimensional data, both horizontal and vertical, to allow location of covered installations; d. The identification of changes authorized by Change Order and the number of that Change Order;

WG 0032-0008 EXECUTION AND CLOSEOUT REQUIREMENTS December 2009 City of Morro Bay Page 01 70 00 - 2 REV-A Lift Station #2

e. All Requests for information and the number of that Request for Information; f. All Field Clarifications and the number of that Field Clarification; g. All the Engineer’s field change directives and the number of such directive where applicable. 4. Symbols and designations used in preparing record drawings shall match those used in Contract Drawings. 5. Locate and dimension work, including stubs for future connections, with reference to permanent landmarks or buildings and indicate approximate depth below finish grade. 6. Organize record drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates and other identification on the cover of each set.

E. Record Specifications: Maintain one complete copy of the Project Specifications, including addenda, and one copy of other written construction documents such as Change Orders and modifications issued in printed form during construction. Mark these documents to show variations in actual work performed in comparison with the text of the Specifications and modifications. Give particular attention to substitutions, selection of options and similar information on elements that are concealed or cannot otherwise be readily discerned later by direct observation. Note related record drawing information and Product Data. 1. Upon completion of the Work, submit record Specifications to the City’s Representative for the City’s records.

F. Prior to final Acceptance of Work, submit Project record documents with transmittal letter containing date, Project title, Contractor's name and address, list of documents and signature of Contractor.

1.05 OPERATION AND MAINTENANCE DATA

A. Provide data for Sections as required by the Contract Documents.

B. Preparation of data shall be by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsperson competent to prepare required drawings.

C. Submit 6 sets of operating/maintenance manuals prior to Final Acceptance of Work, bound in 8-1/2” x 11”, three ring side binders with durable plastic covers; with identification on, or readable through, front cover stating general nature of manual. Final Acceptance of the Work will not take place until operation/maintenance manuals are approved by Engineer and City.

D. Operation and Maintenance (O&M) Manual shall contain: 1. Part 1: Directory, listing names, addresses and telephone numbers of Engineer, City Inspector and Contractor; and index furnishing complete information as to location in manual of emergency data regarding installation. 2. Part 2: Operation and maintenance instructions, arranged by system. For each system, give names, addresses and telephone numbers of subcontractors and suppliers; and include the following:

WG 0032-0008 EXECUTION AND CLOSEOUT REQUIREMENTS December 2009 City of Morro Bay Page 01 70 00 - 3 REV-A Lift Station #2

a. Appropriate design criteria. b. List of equipment. c. Parts list; including complete nomenclature, current costs, and names and address of nearest vendor of parts. d. Detailed operating instructions in a logical sequence for each procedure. Include proper procedures in event of failure. e. Maintenance instructions, equipment, including routine maintenance cards with time frequency of routine maintenance noted. f. Maintenance instructions, finishes. Provide manufacturer’s recommendation for types of cleaning agents and methods, cautions against agents and methods that are detrimental to the product and a recommended schedule for cleaning and maintenance. g. Copy of each Material Safety Data Sheet (MSDS) received with products or materials delivered to the site for incorporation into the Project, for City future reference. h. Shop drawings and product data, including changes made during construction. Illustrate relations of component parts of equipment and systems and control and flow diagrams. i. Copies of Guaranties/Warranties. Note instances that might affect validity of warranties or bonds.

E. Extraneous Data: Where contents of manuals include manufacturers' catalog pages, clearly indicate precise items included in this installation and delete, or otherwise clearly indicate, manufacturer's data with which this installation is not concerned. Include catalog number, size and composition, color and texture designations and information required for re-ordering special manufactured products.

F. Review contents of manual with City representative in full detail to explain all aspects of operations and maintenance in addition to requirements per Section 01 75 00 Starting and Adjusting.

1.06 GUARANTIES, WARRANTIES AND BONDS

A. Standard Guaranty: Guarantee Work executed under this Contract to be free of defects of workmanship and materials for a period of one year after completion and acceptance by the City. Refer to General Conditions Section 00700 of the Contract for Construction, Paragraph 3.5. Submittal not required for standard one year guaranty for Work of this project.

B. Additional Guaranties/Warranties: Provide additional guarantees/warranties (in excess of one year) where specifically required by pertinent Specification Sections. 1. Provide duplicate copies. Execute Contractor's submittals and assemble documents executed by subcontractors, suppliers and manufacturers. Provide table of contents and assemble in binder with durable plastic cover.

C. Submit guaranties/warranties prior to final payment. 1. For equipment put into use with City's permission during construction, submit guaranties/warranties within 10 days after first operation. 2. For items of work delayed beyond date of substantial completion, provide updated guaranty/warranty submittal within 10 days after acceptance, listing date of acceptance as start of guaranty/warranty period.

WG 0032-0008 EXECUTION AND CLOSEOUT REQUIREMENTS December 2009 City of Morro Bay Page 01 70 00 - 4 REV-A Lift Station #2

1.07 SPARE PARTS AND MAINTENANCE MATERIALS

A. Provide products, spare parts, and maintenance materials in quantities specified in each Section, in addition to that used for construction of work. Coordinate with City’s Representative and deliver to Project site. Provide with a detailed transmittal and obtain receipt prior to Final Acceptance of Work.

1.08 DISPOSAL REPORT

A. Upon completion of Work, and prior to final payment, submit a Disposal Report. If using certified hauler and facility, submit copies of all receipts. If using other than certified facility, summarize the waste generated, sent to landfill, reused, and recycled which is attributed to Work of this Project, including copies of all receipts.

B. Final payment will not be made until the Disposal Report is received and approved by the City.

1.09 FINAL ACCEPTANCE

A. Preliminary Procedures: Before requesting certification of final Acceptance of the Work, complete the following: 1. Submit a certified copy of the City Representative’s list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance for final inspection.

B. Final Inspection: The City’s Representative will re-inspect the work upon receipt of notice that the work, including inspection list items from earlier inspections, “(punch- list)”, has been completed, except items whose completion has been delayed because of circumstances acceptable to the City. 1. Upon completion of final inspection, the City’s Representative will prepare and submit to the City, a certificate of final acceptance, or advise the Contractor of work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If after the inspection, the City determines that the Work is complete, the City will accept the Work per Section 00700 General Conditions of the Contract for Construction, Article 8.

END OF SECTION

WG 0032-0008 EXECUTION AND CLOSEOUT REQUIREMENTS December 2009 City of Morro Bay Page 01 70 00 - 5 REV-A Lift Station #2

SECTION 01 75 00

STARTUP AND ADJUSTING

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes: 1. Procedures and actions required of the Contractor, which are necessary to achieve and demonstrate Substantial Completion. 2. Requirements for Substantial Completion Submittals.

B. DEFINITIONS 1. Project Classified System (PCS): A defined part of the Project, consisting of an arrangement of items, such as equipment, structures, components, piping, wiring, materials, or incidentals, so related or connected to form an identifiable, unified, functional, operational, safe, and independent system. PCS, as defined herein, includes the lift station, associated appurtenances, controls, meter, valves, building, electrical service and chemical feed station. a. Pre-Demonstration Period: The period of time, of unspecified duration after initial construction and installation activities during which the Contractor performs in the following sequence; 1) Reviews and approves installation work to ensure the Project has reached a state of Substantial Completion. 2) Equipment startup. 3) Personnel training. 2. Demonstration Period: A period of time, of specified duration, following the Pre- Demonstration Period, during which the Contractor initiates flow through the facility and starts up and operates the facility, to prove the functional integrity of the mechanical and electrical equipment and components and the control interfaces of the respective equipment and components comprising the facility as evidence of Substantial Completion. 3. Substantial Completion: The time at which the Work has progressed to the point where it is sufficiently complete and operational for the purposes intended, in accordance with the Contract Documents as evidenced by the Notice of Completion.

C. SUBMITTALS 1. Submit in the chronological order listed below prior to the completion of the Pre- Demonstration Period. a. Operational Demonstration and System Validation Tests as follows: 1) At least 21 calendar days before the first operational demonstration and system validation test is to be performed, submit a detailed and comprehensive procedure plan for performance of the operational demonstration and system validation test required. Identical equipment items may be covered under one plan. Include an estimated date and duration for the procedure and the personnel required.

WG 0032-0008 STARTUP AND ADJUSTING December 2009 City of Morro Bay Page 01 75 00 - 1 REV-A Lift Station #2

2) System Validation Test. The procedure plan shall describe and itemize the system including associated electrical equipment and instrumentation and control systems, and shall include evidence of an organized step-by-step procedure properly coordinating the efforts of the various trades and manufacturers' representatives involved and of the operations of the facilities. Procedures shall include an estimated duration and date for the procedures and the personnel required. 3) Procedure Plan Information. In addition to the information specified above, each procedure plan shall include the following information, as applicable. a) Description of temporary procedure facilities, including drawings and sketches as required to fully illustrate the facilities. b) List of test materials and estimated quantities. c) List of instruments, measuring and recording devices, and other test equipment, whether a part of the plant or furnished separately for temporary use. d) Names of supervising and inspecting manufacturers. e) Complete listing of all functional parameters to be observed and recorded. f) Recording intervals. 4) Records Materials. Submit samples of the forms, charts, and other materials to be used in recording demonstration and validation test results. 5) Results. Within 10 calendar days after completion of each procedure plan submit 3 copies of all recordings and results of all operational demonstrations and system validation tests. 2. Submit operation and maintenance training schedule, for approval by Owner: a. Submit 14 calendar days (minimum) prior to first training session for Owner's personnel. b. Schedule to include: 1) Target date and time for Owner witnessing of the system initial startup, for the various components including lift station and chemical feed station. 2) Target date and time for Operation and Maintenance training. 3) Target date for initiation of Demonstration Period. c. Include holidays observed by Owner. d. Schedule to be resubmitted until approved. 3. Substantial Completion Submittal: a. File Contractor's Notice of Substantial Completion and Request for Inspection. b. Approved Operation and Maintenance manual received by Engineer minimum 1 week prior to scheduled training. c. Written request for Owner to witness pre-demonstration startup. Request to be received by Owner minimum 1 week before scheduled training of Owner's personnel on that system. d. Equipment installation and pre-demonstration startup certifications. e. Letter verifying completion of all pre-demonstration startup activities including receipt of all specified items from manufacturers or suppliers as final item prior to initiation of Demonstration Period.

WG 0032-0008 STARTUP AND ADJUSTING December 2009 City of Morro Bay Page 01 75 00 - 2 REV-A Lift Station #2

D. COST OF STARTUP 1. Contractor to pay all costs associated with Facility startup.

PART 2 PRODUCTS – (NOT USED)

PART 3 EXECUTION

3.01 GENERAL

A. Facility Startup Divided into Two Periods: 1. Pre-Demonstration Period including: a. Completion of construction work to bring Project to a state of Substantial Completion. b. Startup of Equipment. c. Training of Personnel. d. Completion of the filing of all required submittals. e. Filing of Contractor's Notice of Substantial Completion and Request for Inspection. 2. Demonstration Period including: a. Demonstration of functional integrity of facilities.

B. PRE-DEMONSTRATION PERIOD 1. Completion of Construction Work: a. Complete the Work to bring the Project to a state of substantial completion. 2. Equipment Startup: a. Requirements for individual items of equipment are included in Contractor’s O&M Manual. b. Prepare the equipment so it will operate properly and safely and be ready to demonstrate functional integrity during the Demonstration Period. c. Perform Equipment Startup of Lift Station to extent possible using potable water. d. Introduce flow to Lift Station to complete Equipment Startup. e. Procedures include but are not necessarily limited to the following: 1) Test or check and correct deficiencies of: 2) Power, control, and monitoring circuits for continuity prior to connection to power source. 3) Voltage of all circuits. 4) Phase sequence. 5) Cleanliness of connecting piping systems. 6) Alignment of connected machinery. 7) Vacuum and pressure of all closed systems. 8) Lubrication. 9) Valve orientation and position status for manual operating mode. 10) Pumping equipment using clean water flow. 11) Instrumentation and control signal generation, transmission, reception, and response. 12) Tagging and identification systems.

WG 0032-0008 STARTUP AND ADJUSTING December 2009 City of Morro Bay Page 01 75 00 - 3 REV-A Lift Station #2

f. All equipment: Check for proper connections, alignment, calibration and adjustment. g. Calibrate all safety equipment. h. Manually rotate or move moving parts to assure freedom of movement. i. "Bump" start electric motors to verify proper rotation. j. Perform other tests, checks, and activities required to make the equipment ready for Demonstration Period. k. Documentation: 1) Prepare a log showing each equipment item subject to this paragraph and listing what is to be accomplished during Equipment Startup. Provide a place for the Contractor to record date and person accomplishing required work. Submit completed document before requesting inspection for Substantial Completion certification. l. Obtain certifications, without restrictions or qualifications, and deliver to Engineer: m. Manufacturer's equipment installation check letters. n. Instrumentation Supplier's Instrumentation Installation Certificate. o. Personnel Training: 1) See individual equipment specification sections. 2) Conduct all personnel training after completion of Equipment Startup for the equipment for which training is being conducted. 3) Personnel training on individual equipment or systems will not be considered completed unless: a) All pretraining deliverables are received and approved before commencement of training on the individual equipment or system. b) No system malfunctions occur during training. c) All provisions of field and classroom training specifications are met. 4) Training not in compliance with the above will be performed again in its entirety by the manufacturer at no additional cost to owner. 3. Field training requirements: a. Hold training on-site. b. Notify each manufacturer specified for on-site training that the Owner reserves the right to video record any or all training sessions. Organize each training session in a format compatible with video recording. c. Training instructor: Factory trained and experienced with giving both classroom and "hands-on" instructions on the specific equipment installed. d. Training instructors: Be on time. Session beginning and ending times to be coordinated with the Owner and indicated on the schedule. e. Provide sufficient instruction materials, samples, and handouts for those in attendance. f. Instructors to have a typed agenda and well prepared instructional material. Deliver agendas to the Owner a minimum of 7 days prior to the classroom training. Provide equipment required for presentation of films, slides, and other visual aids. 1) In the on-site training sessions, cover the information required in the Operation and Maintenance manuals and as follows: a) Operation of equipment.

WG 0032-0008 STARTUP AND ADJUSTING December 2009 City of Morro Bay Page 01 75 00 - 4 REV-A Lift Station #2

b) Lubrication of equipment. c) Maintenance and repair of equipment. d) Troubleshooting of equipment. e) Preventive maintenance procedures. f) Adjustments to equipment. g) Inventory of spare parts. h) Optimizing equipment performance. i) Capabilities. j) Operational safety. k) Emergency situation response. l) Takedown procedures (disassembly and assembly). g. Maintain a log of training provided including: Instructors, topics, dates, time, and attendance. 4. Complete the filing of all required submittals: a. Shop drawings. b. Operation and Maintenance Manuals. c. Training material. 5. Filing of Contractor's Notice of Substantial Completion and Request for Inspection of Project: a. File the notice when the following have been completed: b. Construction work (brought to state of Substantial Completion). c. Equipment Startup. d. Personnel Training. e. Submittal of required documents. 6. Engineer will review required submittals for completeness within 5 calendar days of Contractor's notice. If complete, Engineer will complete inspection of the work within 10 calendar days of Contractor's notice. 7. Engineer will inform Contractor in writing of the status of the Work reviewed, within 14 calendar days of Contractor's notice. a. Work determined not meeting state of Substantial Completion: 1) Contractor: Correct deficiencies noted or submit plan of action for correction within 5 days of Engineer's determination. 2) Engineer: Reinspect work within 5 days of Contractor's notice of correction of deficiencies. 3) Reinspection costs incurred by Engineer will be billed to Owner who will deduct them from final payment due Contractor. b. Work determined to be in state of tentative Substantial Completion: Engineer to prepare tentative "Engineer's Certificate of Substantial Completion." c. Engineer's Certificate of Substantial Completion: 1) Certificate tentatively issued subject to successful Demonstration of functional integrity. 2) Issued for Project as a whole. 3) Issued subject to completion or correction of items cited in the certificate (punch list). 4) Issued with responsibilities of owner and Contractor cited. 5) Executed by Engineer. 6) Accepted by Owner. 7) Accepted by Contractor. d. Upon successful completion of Demonstration Period, Engineer will endorse certificate attesting to the successful demonstration, and citing

WG 0032-0008 STARTUP AND ADJUSTING December 2009 City of Morro Bay Page 01 75 00 - 5 REV-A Lift Station #2

the hour and date of the successful Demonstration Period of functional integrity as the effective date of Substantial Completion.

3.02 DEMONSTRATION PERIOD

A. General: 1. Demonstrate the functional integrity of the mechanical, electrical, and control interfaces of the respective equipment and components comprising the facility as evidence of Substantial Completion. 2. Duration of Demonstration Period: 72 consecutive hours. 3. If, during the Demonstration Period, any equipment or system fails or is inoperative, the demonstration of functional integrity will be deemed to have failed. In the event of failure, a new Demonstration Period will recommence after correction of the cause of failure. The new Demonstration Period shall have the same requirements and duration as the Demonstration Period previously conducted. 4. Conduct the demonstration of functional integrity under full operational conditions. 5. Owner will provide operational personnel to provide process decisions and input affecting plant performance. Owner's assistance will be available only for process decisions. Contractor will perform all other functions including but not limited to equipment operation and maintenance until successful completion of the Demonstration Period. 6. Owner reserves the right to simulate operational variables, equipment failures, routine maintenance scenarios, etc., to verify the functional integrity of automatic and manual backup systems and alternate operating modes. 7. Owner reserves the right to operate any equipment during the period between substantial completion and final acceptance, providing final repairs are on items which do not impede the performance of the facility. 8. Time of beginning and ending any Demonstration Period shall be agreed upon by Contractor, Owner, and Engineer in advance of initiating Demonstration Period. 9. Throughout the Demonstration Period, provide knowledgeable personnel to answer Owner's questions, provide final field instruction on select systems and to respond to any system problems or failures which may occur. 10. Provide all labor, supervision, subcontractors, utilities, chemicals, maintenance, equipment, vehicles or any other item necessary to operate and demonstrate all systems being demonstrated.

END OF SECTION

WG 0032-0008 STARTUP AND ADJUSTING December 2009 City of Morro Bay Page 01 75 00 - 6 REV-A Lift Station #2

SECTION 02 21 00

SURVEYS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. The work under this section includes all construction surveying, setting grades and layout of facilities, and locating, resetting and recording monuments.

B. Related Sections: 1. Section 01 33 00 - Submittal Procedures Section 01 35 00 – Special Project Procedures Section 31 00 00 - Earthwork

C. Unit Prices: Administrative and procedural requirements for unit prices are speci- fied in Section 01 33 00, Submittal Procedures.

1.3 SUBMITTALS

A. Written report of potholing for the locations identified on the plans.

B. Copy of recorded Corner Record or Record of Survey for any disturbed property corner markers or centerline monuments.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

A. Construction Staking: 1. Establish horizontal and vertical control of all facilities to be constructed by this contract. 2. Set stakes for vaults, wetwell, curbs and walks, underground facilities and manholes, structures, and other facilities shown on the plans.

B. Survey facilities exposed for identified required potholes.

C. Replace disturbed centerline monuments. 1. Re-establish any centerline monuments disturbed by the Contractors ac- tivities. This work shall be performed by a person licensed to perform sur-

WG 0032-0008 SURVEYS December 2009 City of Morro Bay Page 02 21 00 - 1 REV-A Lift Station #2

veying in the State of California. Prepare and file for recordation the ap- propriate corner record or record of survey. 2. Centerline monuments shall be assumed to exist at the intersection of all street centerlines shown on the drawings.

D. Property corner restoration: 1. Re-establish any property corner markers disturbed by the Contractors activities. This work shall be performed by a person licensed to perform surveying in the State of California. Prepare and file for recordation the appropriate corner record or record of survey. 2. Property corner markers shall be assumed to exist at all intersections of property lines shown on the drawings.

E. Potholing Report 1. Comply with Section 01 35 00 – Special Project Requirements.

END OF SECTION

WG 0032-0008 SURVEYS December 2009 City of Morro Bay Page 02 21 00 - 2 REV-A Lift Station #2

SECTION 02 42 00

REMOVAL AND SALVAGE OF CONSTRUCTION MATERIALS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Surface demolition 2. Underground pipe and structure removal 3. Underground pipe and structure abandonment 4. Removing demolished materials 5. Salvaging Materials to Owner

1.2 SUBMITTALS

A. Include in the project schedule – work plan for maintaining water and sewer ser- vice.

B. Include with the Work Plan Submittal, Section 01 32 16, Construction Progress Schedule, a preliminary list of items to be removed, salvaged and demolished, for review by Engineer and Owner.

C. Project Record Documents: Accurately record actual locations of: 1. Pipes and structures removed, and to be removed 2. Pipes and structures to be abandoned in place 3. Condition and dimensions of underground septic tank to be abandoned in place (see Section 01 35 00, Special Project Procedures) 4. Internal components of existing dry pit, condition of existing wet pit.

1.3 QUALITY ASSURANCE

A. Conform to applicable codes for procedures when hazardous or contaminated materials are discovered.

B. Maintain one copy each document on site.

1.4 SCHEDULING

A. Describe demolition, removal and salvage procedures and include in the project schedule.

B. Comply with the requirements for traffic control and maintaining utility service.

WG 0032-0008 REMOVAL & SALVAGE OF CONSTRUCTION MAT’LS December 2009 City of Morro Bay Page 02 42 00 - 1 REV-A Lift Station #2

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine the site before demolition. Notify the Owner’s Representative imme- diately of any item in question.

B. Verify with Owner that hazardous material abatement is complete before begin- ning demolition.

3.2 PREPARATION

A. Call Local Underground Service Alert (USA) not less than seven working days before performing Work. 1. Request underground utilities to be located and marked within and sur- rounding construction areas.

B. Notify affected utility companies before starting work and comply with utility's re- quirements.

C. Erect, and maintain temporary barriers including warning signs and lights, and similar measures, for protection of the public.

3.3 DEMOLITION REQUIREMENTS

A. Use of explosives is not permitted.

B. Conduct demolition to minimize dust and other airborne debris.

C. Apply water to minimize dust. Provide hoses and water connections required for this purpose.

D. Do not burn or bury materials on site. Leave site in clean condition.

3.4 SURFACE DEMOLITION

A. Within the limits shown on the drawings, remove and dispose: 1. All asphalt paving and base 2. All concrete curbs, gutters, and walks 3. All other surface features indicated to be removed such as landscape, fencing, and other surface improvements. 4. Clear and Grub to the project limits

WG 0032-0008 REMOVAL & SALVAGE OF CONSTRUCTION MAT’LS December 2009 City of Morro Bay Page 02 42 00 - 2 REV-A Lift Station #2

B. Asphalt paving and base materials may be recycled in accordance with Section 32 12 00, Flexible Paving.

C. Coordinate the demolition with the construction schedule to maintain access and utility service.

D. Rough grade the site as described in Section 31 00 00, Earthwork.

E. Continuously clean-up and remove demolished materials from site to an autho- rized dump site. Do not allow materials to accumulate on site.

F. Asphalt paving and base material may be processed for recycling, in accordance with Sections 31 00 00 Earthwork, and 32 12 00 Flexible Paving.

3.5 BURIED PIPE AND STRUCTURE REMOVAL

A. Within the limits shown on the drawings, remove and dispose of: 1. All buried pipe, fittings, valves, thrust blocks and appurtenances 2. All components of manholes, inlets and other structures

B. Coordinate the demolition with the construction schedule to maintain access and utility service.

C. Backfill excavations as described in Section 31 00 00, Earthwork.

D. Maintain utility service as described in Section 01 50 00, Temporary Facilities and Controls.

E. Cap the ends of all pipe to be abandoned in place. The cap shall be manufac- tured for the purpose. If approved by the Engineer, a slurry cement plug may be used in lieu of a cap.

F. Record termination or capped location on Record Documents.

G. Continuously clean-up and remove demolished materials from site to an autho- rized dump site. Do not allow materials to accumulate on site.

H. Sewer pipe removals: 1. Sewer Pipe to be removed shall first be flushed with water to remove sol- ids and debris, and drained to remove liquids. Dispose of the flush water in the sewer. 2. Coordinating with Airport Authority to verify all sewer flows to septic tank to be removed, have been ceased; 3. Adequately contain and removing remaining raw sewage, solids/debris, and free liquids in septic tank, and properly disposing of liquid and solid waste; 4. Removal entire system: all pipe, septic tank or manholes including rim, cover, grade rings, manhole, manhole base, digging/exposing, backfilling,

WG 0032-0008 REMOVAL & SALVAGE OF CONSTRUCTION MAT’LS December 2009 City of Morro Bay Page 02 42 00 - 3 REV-A Lift Station #2

compaction, hauling and disposing of all waste, unsuitable, and excess material in accordance with the Contract Documents.

I. Perform all related excavation, backfill, and surfacing

3.6 MAINTAINING WATER SERVICE

A. Construct, maintain, and remove temporary facilities necessary to maintain water service, including fire flow capacity.

B. Prepare the construction schedule so that the water system may be constructed and tested prior to connections to existing mains.

C. Schedule water main tie-ins during off-peak hours and subject to the approval of the Engineer

3.7 MAINTAINING SEWER SERVICE

A. Construct, maintain, and remove temporary facilities necessary to maintain sew- er service.

B. If required, provide temporary pumping and piping system.

C. Prepare the construction schedule so that the sewer system may be constructed and tested prior to connections to existing mains.

D. Schedule sewer main tie-ins during off-peak hours and subject to the approval of the Engineer

3.8 SALVAGE

A. Unless directed otherwise by the Engineer, the following items shall be salvaged and delivered to the City at a location designated by the Engineer. If City deter- mines that such items are not salvageable, Contractor shall remove and dispose of items at no additional cost to the City. 1. Water valves, valve lids/boxes, and fire hydrants 2. Cast iron sewer manhole frames, grates, and lids 3. Sewage plug and gate valves 4. Control panels and electrical equipment in drypit

3.9 DISPOSAL

A. Dispose of all items removed and not salvaged. Comply with all laws and regula- tions regarding transport and disposal of waste. Pay all disposal and transport fees.

3.10 RESURFACING

A. Provide temporary or permanent resurfacing, following backfilling, as follows:

WG 0032-0008 REMOVAL & SALVAGE OF CONSTRUCTION MAT’LS December 2009 City of Morro Bay Page 02 42 00 - 4 REV-A Lift Station #2

1. Cold-mix asphalt paving may be used for the temporary resurfacing of excavations within paved areas that will have public traffic, and where the paved surface will be removed or replaced under this contract. Cold-mix shall be a minimum of 2-1/2 inches thick and shall be maintained in a smooth condition. 2. Temporary steel trench plates may be used as specified in Section 31 23 33 Trenching and Backfilling. 3. Permanent resurfacing within paved areas shall be a minimum of 4- inches of asphalt paving, or the thickness of the adjoining pavement, whi- chever is greater.

END OF SECTION

WG 0032-0008 REMOVAL & SALVAGE OF CONSTRUCTION MAT’LS December 2009 City of Morro Bay Page 02 42 00 - 5 REV-A Lift Station #2

SECTION 03 30 00

CAST-IN-PLACE CONCRETE

PART 1 GENERAL

1.1 DESCRIPTION

The work shall include furnishing and placing all materials and labor and equipment to construct cast in place concrete, including concrete, reinforcement, formwork, finishing and appurtenances.

Except as specified herein, all concrete work shall be performed in accordance with the applicable sections of the Caltrans Standard Specifications.

1.2 STANDARDS

Caltrans Section 51 Concrete Structures Caltrans Section 52 Reinforcement Caltrans Section 73 Concrete Curbs and Sidewalks Caltrans Section 90 Portland Cement Concrete

1.3 SUBMITTALS

Delivery Certifications (Load Slips) for all concrete supplied.

PART 2 PRODUCTS

2.1 GENERAL

Unless specified otherwise all products used for cast in place concrete shall conform to the Caltrans material specifications

2.2 CONCRETE CLASSIFICATIONS

Concrete used on the project shall be specified as follows:

Concrete driveway ramps Class A 3,500 psi Concrete pads Class B 3,250 psi Concrete pipe encasement Class B 3,250 psi Concrete collars for utilities. Class B 3,250 psi Concrete Thrust Blocks, Class B 2,500 psi

WG 0032-0008 CAST-IN-PLACE CONCRETE December 2009 City of Morro Bay Page 03 30 00 - 1 REV-A Lift Station #2

PART 3 EXECUTION

3.1 GENERAL

Unless specified otherwise, execution of work for cast in place concrete shall conform to the Caltrans Standard Specifications

3.2 PAYMENT

Payment for cast in place concrete shall be as described in Section 01 20 00, Price and Payment procedures.

END OF SECTION

WG 0032-0008 CAST-IN-PLACE CONCRETE December 2009 City of Morro Bay Page 03 30 00 - 2 REV-A Lift Station #2

SECTION 03 40 00

PRECAST CONCRETE

PART 1 GENERAL

1.1 DESCRIPTION

The work shall include furnishing and placing all materials and labor and equipment to construct precast concrete structures and vault, wetwell lid and base, complete as a functional unit with all lids, grates, and appurtenances.

1.2 RELATED SECTIONS

A. Section 31 00 00 – Earthwork

1.3 SUBMITTALS

A. Manufacturer specification (cut sheet) for all precast vaults, vault lids.

B. Manufacturer specification (cut sheet) for all wetwell lids, shaft, base, joint sealing details.

C. Structural calculations for wetwell, vaults demonstrating concrete design adequate for proposed conditions, depth of bury, and H-20 traffic loading, signed by a California Structural Engineer.

PART 2 PRODUCTS

2.1 VAULTS

Precast concrete vaults shall be of the size and shape as shown on the drawings. The concrete vault shall be free from defects such as chips, gouges, and excessive pits. If in the opinion of the Engineer, a precast concrete vault is defective or has been damaged, the Contractor shall remove it from the site and construct the facility with a new precast concrete vault that meets specification

Precast Concrete Vaults shall be as manufactured by Midstate Concrete Products, Associated Concrete Products (ACP), or approved equal.

2.2 FRAMES AND LIDS

A. Frames and lids shall be as shown on the drawings and as specified in Section 08 31 13, Access Doors and Frames.

2.3 WETWELL SHAFT

A. Wetwell shaft shall conform to ASTM C478 for vertical standing reinforced concrete pipe.

WG 0032-0008 PRECAST CONCRETE December 2009 City of Morro Bay Page 03 40 00 - 1 REV-A Lift Station #2

PART 3 EXECUTION

3.1 BURIED VAULTS

A. Precast buried vaults shall be of the size shown on the plans, and shall be designed for buried service.

B. Excavation and backfill shall be in accordance with Section 31 00 00 Earthwork. Backfill with select backfill unless shown otherwise on the drawings.

C. Vaults shall be placed on a minimum of 12 inches of crushed gravel compacted to 95 percent. Vaults shall be placed level. In paved areas the frame and lid shall be adjusted to match the finished slope of the pavement.

D. In paved areas, the frame and lid shall be flush with the pavement, or as shown on the plans. In unpaved areas, the top of the frame and lid shall be 6 inches above the highest adjacent grade, unless shown otherwise on the plans.

3.2 WETWELL

A. Wetwell base shall be placed on a minimum of 24 inches of crushed gravel compacted to 95 percent, with filter fabric (see Section 31 00 00). Wetwell base shall be placed level.

B. Seal all shaft joints and joints at base of wetwell, per manufacturer’s recommendations, to provide leak-proof seal.

C. After installation of wetwell and backfilling has been completed, observe the wetwell for a minimum of 72 hours to verify no leaks from any joints or pipe penetrations. END OF SECTION

WG 0032-0008 PRECAST CONCRETE December 2009 City of Morro Bay Page 03 40 00 - 2 REV-A Lift Station #2

SECTION 05 52 00

METAL SAFETY RAILING

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Steel pipe handrails, guardrails, newels and fittings.

1.2 REFERENCES

A. The following documents form a part of these specifications to the extent stated herein. Unless otherwise indicated, use the issue in effect on the date of request for quotation. Bring any conflicts between specifications, drawings, and the refe- renced documents to the attention of the University, in writing, for resolution be- fore taking any related action. Where differences exist between codes and stan- dards, the one affording the greatest protection shall apply. 1. American Society for Testing and Materials (ASTM) 2. ASTM A-53 Hot-Dipped, Zinc-Coated Welded and Seamless Steel Pipe 3. ASTM A-123 Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

1.3 FIELD CONDITIONS AND MEASUREMENTS

A. Submit shop drawings under provisions of Section 01 33 00.

B. Shop Drawings: Indicate profiles, sizes, connection attachments, anchorage, size and type of fasteners, and accessories.

PART 2 - PRODUCTS

2.1 STEEL RAILING SYSTEM

A. Pipe: ASTM A-53, Grade B, as indicated on drawings.

2.2 FABRICATION

A. Fit and assemble components in largest practical sizes, for delivery to site.

B. Fabricate components with joints tightly fitted and secured.

C. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtru- sively located; consistent with design of component, except where specifically noted otherwise.

WG 0032-0008 METAL SAFETY RAILING December 2009 City of Morro Bay Page 05 52 00 - 1 REV-0 Lift Station #2

D. Furnish components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise.

E. Grind exposed joints flush and smooth with adjacent finish surface. Make ex- posed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius.

F. Accurately form components to suit stairs and landings, to each other and to building structure.

2.3 SHOP-APPLIED FINISHES

A. Steel: Galvanizing, Grade 75, 75 μm thick, 515 g/m2 (1.7 oz/sq ft) zinc coating in accordance with ASTM A-123.

B. Aluminum – Not Used.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Prior to beginning installation, ensure that field conditions are suitable for the in- stallation of handrails and railings.

B. Verify that field measurements are as indicated on the drawings.

C. By beginning the work of this Section, Subcontractor warrants it has examined and verified that the existing conditions are in accordance with the provisions of preceding paragraphs of Subpart 3.01.

3.2 PREPARATION

A. Clean and strip primed-steel items to bare metal where site welding is required.

B. Furnish items required to be cast into concrete or placed in partitions with setting templates, to appropriate sections of these specifications.

3.3 INSTALLATION

A. A. Install components plumb and level, accurately fitted, free from distortion or defects.

B. B. Provide anchors, plates and angles required for connecting railings to struc- ture. Anchor railing to structure.

C. C. Field weld anchors as indicated on the drawings. Grind welds smooth.

WG 0032-0008 METAL SAFETY RAILING December 2009 City of Morro Bay Page 05 52 00 - 2 REV-0 Lift Station #2

D. D. Conceal bolts and screws whenever possible. Where not concealed, use flush countersunk fastenings.

3.4 ERECTION TOLERANCES

A. Maximum Variation from Plumb: 6 mm (1/4 inch) per story, noncumulative.

B. Maximum Offset from True Alignment: 6 mm (1/4 inch).

3.5 FIELD-APPLIED FINISH

A. Touch up primer and shop finish at welds and abrasions.

B. Finish paint in accordance with Section 09 90 00, Painting and Coating, System C-1.

END OF SECTION

WG 0032-0008 METAL SAFETY RAILING December 2009 City of Morro Bay Page 05 52 00 - 3 REV-0 Lift Station #2

SECTION 08 31 13

ACCESS DOORS AND FRAMES

PART 1 GENERAL

1.1 DESCRIPTION

The work shall include providing all materials and labor and equipment to construct access doors and frames to precast concrete structures and vault, complete as a functional unit.

A. SUBMITTALS

B. Manufacturer specification (cut sheet) for all access lids, frames and hardware, indicating vault and wetwell lids meet H-20 traffic loading.

C. Lifetime guarantee/warranty information.

PART 2 PRODUCTS

2.1 GENERAL

A. Vault and wetwell lid manufacturers shall be Halliday Products H-1 Series, Bilco Inc. J-H20 series, or approved equal.

B. All vault/wetwell lids shall be provided by a single manufacturer.

C. Vault/wetwell lids shall be of the size shown on the drawings.

2.2 HINGED ACCESS DOOR FEATURES

A. Frames and lids for precast vaults shall be 1/4" minimum extruded aluminum frame, 1/4 inch aluminum plate with non-skid diamond check, spring assist, bituminous coating where in contact with concrete, and locking hasp and eye. In paved areas, the frame and lid shall be rated for H-20 traffic loads, unless otherwise shown or specified.

B. Frames and lids shall be of the make and model shown on the plans, or approved equal. Lids and vault doors shall be oriented and open as shown on the plans or as directed by the engineer.

C. Doors shall open to 90 degrees and automatically lock open. Doors shall be of non-skid exterior surface, equipped with safety chain and ladder-up safety post. All hardware including lifting handles and hinges shall be 316 stainless steel. Covers shall have channel type frame construction permitting removal of water that settles around cover.

WG 0032-0008 ACCESS DOORS AND FRAMES December 2009 City of Morro Bay Page 08 31 13 - 1 REV-A Lift Station #2

D. Slam lock with removable key, 316SS.

E. Recessed lifting handle.

2.3 BOLT-DOWN ACCESS DOOR

A. H-20 traffic load rating.

B. Size as shown on the drawings.

C. 316SS bolts.

D. Frames and lids shall be 1/4" minimum extruded aluminum frame, 1/4 inch aluminum plate with non-skid diamond check, bituminous coating where in contact with concrete.

PART 3 EXECUTION

3.1 GENERAL

A. Install in accordance with manufacturer’s recommendations.

END OF SECTION

WG 0032-0008 ACCESS DOORS AND FRAMES December 2009 City of Morro Bay Page 08 31 13 - 2 REV-A Lift Station #2

SECTION 09 90 00

PAINTING AND COATING

PART 1 GENERAL

1.1 DESCRIPTION

This Section describes materials and application of painting and coating systems for submerged metal surfaces, exposed metal surfaces, buried metal surfaces, and metal surfaces in contact with concrete.

1.2 SUBMITTALS

A. Submit shop drawings in accordance with Section 01 33 00, and the following.

B. Submit manufacturer's data sheets showing the following information:

1. Recommended surface preparation. 2. Minimum recommended dry-film thicknesses per coat for prime, intermediate, and finish coats. 3. Percent solids by volume. 4. Recommended thinners. 5. Statement that the selected prime coat is recommended by the manufacturer for use with the selected intermediate and finish coats. 6. Application instructions including recommended application, equipment, humidity, and temperature limitations.

C. Submit certification that all coatings conform to local San Luis Obispo County Air Quality Management District Rules and Regulations for products and application.

1.3 QUALITY ASSURANCE

A. Compatibility: Each complete coating system used for a specific task shall be of one manufacture.

B. Monitoring equipment: The Contractor shall have available onsite all such gages, meters, and other devices necessary to verify that the coatings comply with the manufacturer’s recommendations and these specifications. These testing devices shall be made available for the Engineer’s use upon request, however this shall not relieve fro the Contractor his responsibility to perform his own monitoring of all conditions and applications to maintain compliance with requirements.

C. Weather Conditions: Weather conditions shall be in the range specified by the manufacturer for optimal application of the coating.

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 1 REV-A Lift Station #2

D. Containers: All materials shall be delivered to the jobsite in their original sealed and labeled containers of the manufacturer.

PART 2 MATERIALS

2.1 COLOR SYSTEM FOR COATINGS

Unless noted otherwise, colors for surfaces that are to be coated shall be defined as follows:

PANTONE ID No. AMERSHIELD COLOR (closest match in sunlight) DESIGNATION Light Blue 2925C 1159 Light Blue Dark Blue 2766C Newport Coast #33 Purple 512C PMS 512C Safety Green 384U 1135 Safety Green Safety Red 485 C 2X RO-1 Bright Red Safety Orange 021 C OR-2 Safety Orange Safety Yellow U2X Safety Yellow Olive-lite 451C PMS 451 C Factory Finish N/A No color coating Beige N/A MWRP Light Beige

2.2 EXPOSED METAL COATING SYSTEMS

A. System No. C-1--Exposed Metal, Severely Corrosive Environment and Inside Vaults

Type: Inorganic zinc prime coat with polyamide cured epoxy paint finish coat.

Service Conditions: Use on metal structures, piping, fittings, and appurtenances subjected to continuous water condensation, or occasional immersion or splashing.

Surface Preparation: SSPC SP-10.

Prime Coat: Apply to a dry-film thickness of 3 mils Carbozinc 11HS; Dimecote 9 HS; Tnemec Zinc 90-96; or approved equal.

Intermediate Coats: Apply to a dry-film thickness of 3 mils: Ameron Amerlock 400 Epoxy; Tnemec 69 Hi-build Epoxoline II; Carboline super Hi-gard 891; or approved equal.

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 2 REV-A Lift Station #2

Finish Coat: Two coats of 2 mil dry-film thickness for each coat: Tnemec 71 polyurethane; Carboline 134 H9 polyurethane; International Interseal 670 HS; or approved equal.

B. System No. C-2--Exposed Metal, Atmospheric Weathering Environment

Type: Aliphatic Polyurethane having a minimum volume solids content of 73% with amido-amine epoxy primer.

Service Conditions: Use on exterior steel and piping, fittings, and appurtenances subject to sunlight and weathering.

Surface Preparation: SSPC SP-6.

Prime Coat: Apply to a dry-film thickness of 5 mils: Ameron Amerlock 400 Epoxy; Tnemec Series 135 Chembuild; International Interseal 670 HS; or approved equal. Minimum volume solids shall be 75%.

Finish Coats: One coat of 5 mil dry-film thickness: Ameron Amershield; Tnemec Series 75 Endura-shield; International Interthane 870; or approved equal, for a total dry film thickness of system equal to 10 mils.

C. System No. C-3--Exposed Non-ferrous Metal and Galvanized Steel

Type: High solids epoxy coating having a minimum volume solids of 83%, with aliphatic polyurethane finish coat having a minimum volume solids of 73%.

Service Conditions: Use to coat non-ferrous and galvanized steel pipe, fittings, and appurtenances.

Surface Preparation: SSPC SP-1. “Brush blast” or etch with acid aluminum and galvanized surfaces to provide an etched surface prior to application of prime coat.

Prime Coat: Apply to a dry-film thickness of 5 mils: Tnemec Series 135 ChemBuild; Ameron Amerlock 400 Epoxy; International – Interseal 670HS; or approved equal.

Finish Coat: Apply to a dry-film thickness of 5 mils: Tnemec Series 75 Endura-Shield; Ameron Amershield;

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 3 REV-A Lift Station #2

International Interthane 870; or approved equal.

2.3 BURIED METAL COATING SYSTEMS

A. System No. D-1 -- Buried Metal, Corrosive Groundwater Exposure

Type: coal-tar epoxy having a minimum volume solids of 78% and complying with AWWA C-210.

Service Conditions: Use to coat buried metal (flanges, bolts and nuts, fittings, flexible pipe couplings, structural steel etc.) especially subject to corrosive groundwater (low pH, high sulfate and chloride concentrations.)

Surface Preparation: SSPC SP-10.

Prime Coat: Apply to a dry-film thickness of 8 mils: Kop-coat 300-M; Ameron Amercoat 78 HB; Tnemec 46H-413 Tneme-Tar; International Intertuf 132; or approved equal.

Finish Coats: Two coats of 8 mils dry-film thickness for each coat: Kop-coat 300-M; Ameron Amercoat 78 HB; Tnemec 46H-413 Tneme-Tar; International Intertuf 132; or approved equal.

2.4 COATING SYSTEM FOR METAL IN CONTACT WITH CONCRETE

A. System No. E-1--Aluminum and Concrete Insulation

Type: Bituminous paint having a minimum volume solids of 68% coal-tar pitch based.

Service Conditions: Use to coat areas of aluminum grating, gates, stairs, or structural members in contact with concrete.

Surface Preparation: SSPC SP-1.

Prime Coat: Apply synthetic resin wash primer (phosphoric acid or vinyl butyral acid) to surface as prime coat. Products: Kop-coat 40 Passivator; Tnemec 32-1210; International - no primer required; or approved equal.

Finish Coats: Two coats of 12 mil dry-film thickness each coat:

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 4 REV-A Lift Station #2

Kop-coat Bitumastic Super Service Black; Tnemec 46-465 Tnemecol; or approved equal.

2.5 LINING SYSTEM FOR DUCTILE IRON PIPE AND FITTINGS

A. Per Paragraph 2.2B, Section 33 34 00.

2.6 AIR QUALITY REQUIREMENTS

Materials shall comply with San Luis Obispo County Air Quality Management Requirements.

PART 3 EXECUTION

3.1 SURFACE PREPARATION

A. General: Sandblast or prepare only as much surface area as can be coated in one day. Remove all sharp edges, burrs, and weld spatter. Epoxy-coated pipe that has been factory coated shall not be sandblasted.

B. SSPC Specifications: Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast cleaning" or similar words are used in these specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (The Society for Protective Coatings, Surfaces Preparation Specifications, ANSI A159.1) specifications listed below:

SP-1 Solvent Cleaning SP-2 Hand Tool Cleaning SP-3 Power Tool Cleaning SP-5 White Metal Blast Cleaning SP-6 Commercial Blast Cleaning SP-7 Brush-Off Blast Cleaning SP-8 Pickling SP-10 Near White Blast Cleaning

C. Sandblasting: Provide suitable enclosure, exhaust system, and bag house for sandblasting operations to prevent violations of applicable air quality requirements.

3.2 PAINTING SYSTEMS

Deliver all paints to the site in the original, unopened containers. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer for the particular coating system.

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 5 REV-A Lift Station #2

3.3 PAINT MIXING

Prepare multiple-component coatings using all the contents of each component container as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple- component coatings that have been mixed beyond their pot life. Provide small quantity kits for touch-up painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. For reasons of color or otherwise, do not intermix additional components, even within the same generic type of coating.

3.4 SURFACES NOT TO BE PAINTED

Unless noted otherwise, do not paint the following surfaces and fully protect them when adjacent areas are painted:

A. Mortar-coated pipe and fittings

B. Stainless Steel

C. Metal letters

D. Nameplates and grease fittings

E. Aluminum grating

F. Brass and copper tubing, submerged

G. Buried pipe, unless specifically required in the piping specifications

3.5 PROTECTION OF SURFACES NOT TO BE PAINTED

Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Safely mask openings in motors shall be to prevent paint and other materials from entering the motors. Completely remove all masking materials and clean surfaces at completion of painting operations.

3.6 SURFACES TO BE COATED

Coat surfaces as described below:

A. Above Ground and Exposed Piping: Coat above ground and exposed piping or piping in vaults and structures as described in the various piping specifications and as specified herein. Color shall be as specified herein or as required by the Engineer.

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 6 REV-A Lift Station #2

B. Valves: Coat valves as described in the various valve specifications. Above ground valves, or valves in vaults and structures, shall match the color of the connecting piping.

C. Valve Can Lids: Coat valve can lids per System No. C-1.

D. Buried Items: Coat buried flanges, nuts and bolts, valves, flexible pipe couplings, exposed rebar from thrust blocks, and valve boxes per System No. D-1 unless otherwise specified in the particular specifications for these items.

E. Above Ground Structural Steel and Structural Steel in Vaults: Coat above ground structural steel or structural steel located in vaults and structures as described in the exposed metal coating system section.

F. Pipe Supports: Coat pipe supports in vaults coated the same as the adjacent piping. If pipe is PVC, coat pipe supports per System No. C-1.

G. Exposed Indoor Galvanized Electrical Conduit: Coat exposed indoor galvanized electrical conduit per System No. C-3. Color of finish coat shall be OSHA Safety Orange.

H. Aluminum in Contact with Concrete: Coat aluminum surfaces in contact with concrete shall be coated per System No. E-1.

3.7 COLOR SCHEDULE

A. Color Guidelines: Unless noted otherwise, coat surfaces to match the colors listed below.

B. Definitions:

At Grade: Facilities that are flush with streets, sidewalks, parking lots, green belts or graded areas.

Above Grade/Exposed: Pipelines and other facilities that are protruding through and are located above finished grade, out of doors and not enclosed by a shelter, cover, vault or housing.

Enclosed: Pipeline and other facilities that are located above or below grade and are enclosed within a shelter, covers, or vaults.

N/A: Not Applicable:

I.D. Mark: System identification marker as described herein. The I.D. Mark shall identify the system, of which the facility is a part.

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 7 REV-A Lift Station #2

C. Sewer Lift Station

FACILITY ENCLOSED ABOVE GRADE/EXPOSED AT GRADE Electric Enclosures Factory Finish Olive-lite or Factory Finish* N/A Sewer Piping N/A Safety Green w/I.D. Mark N/A Valves (all types) in Safety Green N/A N/A Vault w/I.D. Mark Valve Can Lids N/A N/A Safety Green Normally Open (sewer) Dark Blue N/A Safety Yellow Vault Hatch Lids N/A N/A Factory Finish w/I.D. Mark Potable Water Valve N/A N/A Light Blue Can Lids • Final color selection shall be determined by a City representative.

D. Identification (I.D.) Mark:

Certain facilities listed above to be coated shall have an identification system applied by the Contractor at the City’s direction.

Sewer valve lids shall be marked “SEWER”. Water valves, including hydrant isolation valve lids shall be marked “WATER”.

3.8 FIELD TOUCH UP OF SHOP-APPLIED PRIME COATS

A. Organic Zinc Primer: Surfaces that are shop primed with inorganic zinc primers shall receive a field touchup of organic zinc primer to cover all scratches or abraded areas. Organic zinc coating system shall have a minimum volume solids of 54% and a minimum zinc content of 14 pounds per gallon. Coating shall be of the converted epoxy, epoxy phenolic, or urethane type and shall be Tnemec 90-97, 3 mils; International Zinc Lock Epoxy 308, 3 mils; or approved equal. Organic zinc primer shall be manufactured by the prime coat and finish coat manufacturer.

B. Other Surfaces: Other surfaces that are shop primed shall receive a field touchup of the same primer used in the original prime coat.

3.9 DRY-FILM THICKNESS TESTING

A. Coating Thickness Testing: Measure coating thickness specified for steel surfaces with a magnetic-type dry-film thickness gage. Provide dry-film thickness gauge as manufactured by Mikrotest, Elcometer, or approval equal. Each coat shall be checked for the correct dry-film thickness. Measurement shall not be made until a minimum of eight hours after application of the coating. Check non- magnetic surfaces for coating thickness by micrometer measurement of cut and removed coupons. Repair coating at all locations where coupons are removed.

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 8 REV-A Lift Station #2

B. Holiday Testing: Test the finish coat (except zinc primer and galvanizing) for holidays and discontinuities with an electrical holiday detector of the low-voltage, wet-sponge type. Detector shall be manufactured by Tinker and Rasor or K-D Bird Dog.

C. Repair: If the item has an improper finish color, insufficient film thickness, or holidays, clean the surface and top-coat it with the specified paint material to obtain the specified color and coverage. Sand by hand or power visible areas of chipped, peeled, or abraded paint, feather the edges. Prime the areas and finish coat in accordance with the Specifications. Work shall be free of runs, bridges, shiners, laps, or other imperfections.

END OF SECTION

WG 0032-0008 PAINTING AND COATING December 2009 City of Morro Bay Page 09 90 00 - 9 REV-A Lift Station #2

SECTION 09 97 23

CONCRETE AND MASONRY COATINGS

PART 1 GENERAL

1.1 DESCRIPTION

The Work shall include all materials, labor and equipment for the field application of all coatings applied to interior of new wetwell and manholes, and concrete floor in chemical storage area. The work will involve surface preparation, initial, intermediate and final coats as specified, and finish work.

1.2 SUBMITTALS

A. Manufactures Literature for all coating materials.

B. Color selection charts.

C. Warrantees.

1.3 QUALITY ASSURANCE

A. Compatibility: Each type of coating used for a specific task shall be of one manufacturer.

B. Monitoring equipment: The Contractor shall have available onsite all such gages, meters, and other devices necessary to verify that the coatings comply with the manufacturer’s recommendations and these specifications. These testing devices shall be made available for the Engineer’s use upon request, however this shall not relieve fro the Contractor his responsibility to perform his own monitoring of all conditions and applications to maintain compliance with requirements.

C. Weather Conditions: Weather conditions shall be in the range specified by the manufacturer for optimal application of the coating.

D. Containers: All materials shall be delivered to the jobsite in their original sealed and labeled containers of the manufacturer.

PART 2 PRODUCTS

2.1 POLYURETHANE LINING FOR MANHOLES AND WETWELL

A. The lining shall be a two component, 100% solid, high build polyurethane. The material shall be Sancon 100, or an approved equal. The Contractor shall provide a submittal for the polyurethane manhole lining material. The submittal

WG 0032-0008 CONCRETE AND MASONRY COATINGS December 2009 City of Morro Bay Page 09 97 23 - 1 REV-A Lift Station #2

shall indicate that the material is designed for sewer wetwell and manhole applications, and that it has been in successful application for a period of not less than 5 years.

2.2 EPOXY COATING FOR CHEMICAL STORAGE ROOM

A. Epoxy coating shall be chemical resistant coating suitable for chemical resistance from sodium hypochlorite, composed of a 100% solids, novolac epoxy coating, Fox Industries FX-3110, Sherwin-Williams, or approved equal.

PART 3 EXECUTION

3.1 POLYURETHANE LININGS Unless otherwise shown or specified, the interior of all new manholes and wet shall be coated with a polyurethane coating in accordance with the following:

A. The coating shall be applied to the floor, bases and to all interior walls of the manholes, and to all wetwell surfaces (floor, walls, ceiling).

B. The lining shall be a minimum thickness of 0.125 mils (1/8 inch), applied in one continuous coat, free from any holes or defects.

C. The lining shall be applied by high-pressure airless equipment approved by the lining manufacturer. The equipment shall be in good working order to insure correct proportioning and mixing of the components.

D. Surface preparation shall be as recommended by the manufacturer. New concrete must be at least 14 days old. Where the concrete surfaces are free from curing compounds, grease, or other foreign compounds, surface preparation is the application of Sancon Sealer for concrete at the rate of 1 gallon per 400 square feet. Where concrete surfaces are contaminated with curing compounds or other foreign materials, surface preparation must be by either acid wash or sandblast to produce a dry surface free from foreign material.

E. The application shall be in strict accordance with the manufacturers’ recommendations. The applicators shall be experienced in the application of this material and application.

3.2 EPOXY COATING FOR CHEMICAL STORAGE TANK

A. Apply in accordance with manufacturer’s recommendation, minimum of two coats.

B. Apply to all exposed concrete surfaces in chemical storage room, including floors, curbs, chemical tank pad (tank pad and curb), and chemical piping trenches. END OF SECTION

WG 0032-0008 CONCRETE AND MASONRY COATINGS December 2009 City of Morro Bay Page 09 97 23 - 2 REV-A Lift Station #2

SECTION 13 34 00

FABRICATED ENGINEERED STRUCTURES PART 1 - GENERAL

1.1 DESCRIPTION A. Work in this Section: Contractor shall provide all services, labor, material and equipment to design and construct a restroom/office building to be pre-engineered by an approved, qualified manufacturer, to meet the requirements specified herein.

1. Design Services: Contractor shall procure and coordinate the complete design and engineering of the pre-engineered building based on the specified require- ments with an approved manufacturer of pre-engineered restroom and utility buildings. 2. Product Equivalency: A single manufacturer of the pre-engineered building is named, or approved equal. Product equivalency shall be demonstrated through the submittal process. If Contractor submits a building other than the named manufacturer, allow an additional 14 calendar day review time by the Engineer, without any contract extension time. 3. Construction Permit: Contractor shall be responsible for securing the City of Mor- ro Bay Building Permit for the building, and shall ensure that manufacturer pre- pares complete and sealed plans and specifications to secure such permit. 4. Other Inspections and Permits: Contractor shall arrange for all other permits and inspections required for the building. B. Building General Requirements: 1. Space and Use Requirements: A single pre-engineered building having the following, laid out similar to the preliminary plan at the end of this section: a. General floor plan dimensions: 14’-0 x 20’-0 x 8’-8. b. A single user, unisex and ADA-compliant restroom with an outside door only b. An with an outside door only c. A chemical storage room accessed from an outside door only 2. Code Compliance and Standards: Building shall be designed and engineered to meet all applicable federal, state, and local codes, including but not limited to the current edition of the California Building Codes in the California Code of Regulations (CCR), Title 24; latest industry building codes and regulations; ASTM standards; and other applicable industry standards. 3. Warranty: The building and all its associated components shall be warranted against defects in materials and workmanship for a period of not less than one year from date of final acceptance. C. Approved Manufacturers: This specification is based on the Splitlock Pre-Engineered Concrete Utility Single User Restroom Building Kit Package by Romtec, with dimensions as shown on the preliminary plan at the end of this specification. Provide the specified building or an approved equal from among these approved manufacturers, or another approved manufacturer. WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-1 REV-0 Lift Station 2

1. Romtec, Inc., 18240 North Bank Road, Roseburg, OR 97470; telephone 541- 496-3541; fax 541-496-0803; www.romtec.com 2. Super Secur Manufacturing Company, P.O. Box 3527, City of Industry, CA 91744-0527; telephone 800-591-9880; fax 626-855-4860; www.supersecur.com 3. WalCon, Inc., P.O. Box 160, Scottsdale, AZ 85353-0160; telephone 888-925- 2660; fax 602-998-1615; www.walcon.com

1.2 SUBMITTALS: A. General: Submittals shall be in accordance with Section 01 33 00, Submittal Procedures. Submit the following:

1. Design/Build Work Plan and Schedule: Submit within 14 calendar days of bid award. Work Plan and Schedule shall describe major tasks and milestone dates for the design/engineering phase and the construction phase, and how such work will be coordinated with overall Project Schedule. 2. Progress Plans: Submit 5 copies each of progress plans prepared by manufacturer at 65% and 100% completion for Owner’s and Engineer’s review in accordance with the approved Design-Build Schedule. Include design of building foundation/mat slab in progress plan submittals. 3. Agency Review Plans and Documentation: Contractor shall be responsible for submitting and processing agency review applications and complete sealed plans, specifications, and calculations as required for governmental approval and permits. 4. Material Schedule: Submit 5 copies each of a material schedule for the pre- engineered building and a separate schedule for material not included in the pre- engineered building kit package. 5. Samples: Submit 5 samples each of a schedule of finishes and color palettes for Owner to select finishes and colors not pre-specified or pre-approved. 6. Grout and Mortar: mix design. 7. Concrete Mix Slump Tests and Batch Certificates: Submit to Owner’s Representative as substantiation of quality and performance. 8. Permits: Submit all required permits to Owner when issued or provide a copy each for ones that must remain at the job site. Permits shall include but not be limited to County Building Permit and Occupancy Permit. 9. Warranties: Provide manufacturer’s warranties for all products to Owner at time of final acceptance of the work.

1.3 BUILDING DESIGN CRITERIA A. Design shall meet the Americans with Disabilities Act Accessibility Guidelines. B. Roof Live Load: 20 psf. (To be confirmed by manufacturer’s engineer based on local building codes.) C. Roof Dead Load: 8 psf. (To be confirmed by manufacturer’s engineer based on local and other applicable building codes.) D. Wall Dead Load: 100 psf. (To be confirmed by manufacturer’s engineer based on local and other applicable building codes.) E. UBC Seismic Zone: 4, SD. (To be confirmed by manufacturer’s engineer based on local and other applicable building codes.)

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-2 REV-0 Lift Station 2

F. Wind Speed: 70 mph, exposure C. (To be confirmed by manufacturer’s engineer based on local and other applicable building codes.) G. Allowable Soil Bearing: 1000 psi. (To be confirmed by manufacturer’s engineer based on local and other applicable building codes.) H. Geotechnical Soils Report. A geotechnical report, dated September 24, 2007, and enteitled “Soils Engineering Report, Embarcadero Sewer Lift Station No. 2, The Embarcadero, Morro Bay, California” is available for the Project site, and will be provided to Contractor upon request.

1.4 DELIVERY, STORAGE, AND HANDLING A. Coordinate with Owner’s Representative for on-site storage of all building materials for the job. B. Secure the storage site for the protection of material from loss and damages. C. Delivery Schedule: Coordinate with the manufacturer the delivery of all material in the kit package for the pre-engineered building for the timely erection of the structure.

1.5 QUALITY ASSURANCE

A. Installer: Building Contractor and any specialty trades shall have at least five (5) years experience providing corresponding building system components.

B. Prior to delivery of pre-engineered building concrete unit masonry, provide Engineer with letter certifying that all such concrete units delivered to the job site are in strict conformance with the provisions of these specifications.

1.6 DEFINITIONS A. General: Refer to General Conditions and Supplemental Conditions for additional definitions. B. Contractor: The qualified, California licensed building contractor awarded the work in this section to design the specified pre-engineered building and construct the required building. C. Building Manufacturer: The designer and manufacturer of the building kit with the specified material and components for the pre-engineered building per approved final plans. D. Final Plans: Plans and specifications that have been approved by the appropriate governmental entities with the authority to permit the construction work.

1.7 WARRANTY

A. Contractor and Building Manufacturer shall warrant the building and all associated components against defects in materials and workmanship for a period of 12 months following substantial completion.

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-3 REV-0 Lift Station 2

PART 2 - PRODUCTS

2.1 GENERAL A. Plans: Refer to approved Final Plans for quantities, dimensions, locations and installation methods for the materials and items described in this section. 2.2 GEOTECHNICAL

A. Refer to Section 31 00 00, Earthwork, for recommendations on soils and foundation preparation. 2.3 CONCRETE MASONRY UNITS –(CMU) A. General: Supplied by building manufacturer in entirety. B. Type: 8 inches deep, 16 inches wide, and 8 inches high; dry stack interlocking concrete masonry units (concrete blocks); with split-face exterior surface and smooth interior surface, in adobe color. C. Block Standards: Load bearing complying with ASTM C90-02, with compressive strength of fm=1500 psi. 2.4 OTHER WALL MATERIALS A. Horizontal Reinforcement: deformed rebars of size shown on Final Plans prepared by Building Manufacturer. B. Vertical Reinforcement: deformed rebars of size shown on Final Plans prepared by Building Manufacturer. C. Grout: 2500 psi concrete to be furnished by Contractor. D. Mortar Additive: Horn Hydratite Plus or approved equal for mixing with mortar for watertight sealing of wall bases. E. Wall Sealant: Tamms Tamoseal cement based waterproofing and Tamms Akkro-7T liquid bonding admixture to seal pores and voids in the inside wall surfaces of exterior walls, or approved equals. 2.5 WALLS AND FINISHES A. Interior Wall Finish: 1. No panels or finished required. 2. Accessories: Matching PVC trim and silicone caulk to blend in with masonry block wall, with Henry’s 17 FRP adhesive and beige nylon mushroom head expansion anchors (1/4” x 1”) with nylon pin at 16” spacing each way, or approved equal. A. Exterior Wall Finish: As specified under Paragraph 2.3 of this Section, Concrete Masonry Units. 2.6 ROOF PANELS ADD SKYLIGHTS! A. General: Roof panels and accessories shall be supplied by Building Manufacturer as part of the building kit. B. Materials: Prefabricated structural insulated panels, with 7/16” interior and exterior sheathing, Structural II OSB, 5-1/2” insulation rated R-23, 5-1/2’ thick, or approved

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-4 REV-0 Lift Station 2

equal. Panels shall be supplied with all necessary hardware and fasteners for installation on building walls. C. Vaulted Ceiling Finish: Interior vaulted ceiling surfaces and exposed eaves and gable overhangs shall be pre-finished with white fiberglass reinforced panels (FRP), 0.09” thick, preinstalled using Henry’s 117 FRP adhesive, and shall be supplied with white PVC trim. D. Roof Panel Trim: 22 gauge white galvanized steel supplied with fasteners for FRP. 2.7 ROOFING A. General: Roofing metal shall be supplied by Building Manufacturer complete with hardware and accessories required for installation. B. Type: Owens Corning Oakridge Pro® AR 30 Shadow Shingles, or approved equal. Provide matching metal roof trim for eaves and gables, and 30# roofing felt for underlayment. Shingles shall be Class A UL Fire rated. Color choice by Owner. 2.8 WIDE FLANGE BEAM A. Beam: 12” x 19# wide flange type with 5/8 x 12” J-bolts, with black powder coat finish, supplied by Building Manufacturer. 2.9 WALL VENT A. General: Vent shall be suitable for CMU wall and kick resistant, prefabricated and supplied by the Building Manufacturer as part of the building kit. B. Material: Pre-assembled 1/8” black steel frame in black powder coat finish, and heavy- duty expanded steel mesh welded to both sides of a galvanized louvered vent with integral insect screen. C. Dimensions: 16” x 24” x 7” outside dimension and 14-1/2” x 19-1/8” x 2” inside dimension; with 111 square inches free area. 2.10 GABLE WINDOW: A. General: Gable window shall be prefabricated and complete with all necessary fasteners for connection to the building walls and roof panel, supplied by the Building Manufacturer as part of the building kit. B. Pane Material: Gable window shall have pre-installed translucent Lexan acrylic panel, ¼” thick, in a triangular steel frame. C. Frame: Fabricated from 2” x 2” x 1/8” thick angle steel, double sided, in black powder coat finish. D. Fasteners: Refer to plans and manuals for quantities, locations and spacing of window. 2.11 MAN DOORS (ELECTRICAL ROOM) A. General: Man doors and frames shall be prefabricated, complete with all necessary hardware, fasteners, and accessories, and supplied by the Building Manufacturer as part of the building kit. B. Dimensions: Nominal overall dimensions of 3’-0” x 7’-0” for concrete walls. C. Door Material: Man doors shall be Steelcraft L18-series flush door with honeycomb core, of 18 gauge galvanized steel, 14 gauge top and bottom channels, in black powder coat finish. WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-5 REV-0 Lift Station 2

1. Doors shall be preinstalled with a stainless steel kick plate at the bottom of the interior surface. 2. Each door shall swing right or left in accordance with Final Plans. D. Door Frame: Steelcraft F16 Series or approved equal, with 3 sided flush frame, pre- welded, of 16 gauge galvanized steel, with black powder coat finish matching the door. 1. Dimensions: 2” jamb width, 4” header height, and 7-3/4” jamb thickness. 2. Door frame shall be grouted into walls during installation. 3. Door Clips: Masonry door clips, 3/16” diameter, shall be fitted between the doorframe and concrete blocks to bond frame to wall,and shall allow full internal grouting of the frame during installation. E. Door Hinges: Hinges shall be supplied with each door as part of the building kit. 1. Material: Hinges shall have non-corrosive lubricated bearings, fabricated from rust resistant coated steel with satin chrome finish. 2. Top and bottom hinge: Bommer LP4310C-450J-652 or approved equal, with adjustable spring hinge, with stainless steel screws and knobs for fasteners. 3. Middle hinge: Bommer LB8093-4501J-652 standard hinge or approved equal, with stainless steel screws and pins for fasteners. 2.12 MULTI-USER DOORS (RESTROOM) A. General: Each multi-user exterior door for the restroom shall be supplied with a cylinder deadlock and a lock with ADA handle. Door shall lock and unlock by key from outside and shall unlock by thumb-turn on the inside, and also shall not be lockable (by key) from the inside. B. Product: Falcon Lock, No. D811-626 or approved equal, with standard ADA handle, cylinder deadlock, schoolhouse safety feature. Lockset and hardware shall be zinc plated. C. Pull Plate and Handle: Pull plate shall be pre-installed on the door and handle shall be installed on site with supplied hardware. Both shall be stainless steel. D. Provide non-lockable lockset hardware with ADA compliant pull plate and handle in matching finish by same hardware manufacturer as for locksets. 2.13 ROLL UP CURTAIN DOOR A. General: Roll up curtain door shall be pre-fabricated and supplied by the Building Manufacturer with the kit, manual push-up type. B. Dimensions: 8 feet wide and 6 feet-8 inches high. C. Components: 1. Slats: 22 gauge galvanized steel, flat profile with malleable iron endlocks on slats, with primed painted tan finish. 2. Door Product: 620 Heavy duty Stormtite, with flat profile slats, type F-265 by Overhead Door Corporation, or approved equal. 3. Door Guides: Three structural steel angles with weather stripping on the exterior side.

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-6 REV-0 Lift Station 2

4. Brackets: Hot rolled steel plate to support the barrel, with counterbalance and hood fitted with internal baffle. 5. Counterbalance: Helical torsion springs housed in a steel pipe and adjustable by means of an external tension wheel. 6. Windlocks: Install as required to meet design wind load, minimum 20 psf. 7. Weather seal: Guides and door bottom shall be fitted with weather seal. 8. Lintel: Support lintel shall be two steel angles, 4” x 3” x 3/8”, welded together back to back, with black powder coat finish. Lintel shall be 8” longer than the door span. CMU blocks shall be notched to accept the lintel. 9. All non-galvanized, exposed, ferrous surface shall receive one coat of rust inhibitive primer. 10. Roll up door shall be fitted with a cylinder lock. 2.14 TOILET A. General: Toilet shall be floor mount type, formed with porcelain china material, low water use, and ADA compliant and shall be supplied by Building Manufacturer with all hardware and accessories required for installation. 1. Product: Crane 1.5 Hymont 3H-701E or approved equal water closet, made of white vitreous china with flush capacity of 1.5 gallons. Rim shall be elongated with height at 17-1/4” and siphon action at 1-1/2” top spud. B. Toilet Seat: Open end seat for elongated bowl, injection molded of high strength, impact and chemical resistant polypropylene. 1. Check hinges shall be integrally molded of the seat material, with stainless steel hinge posts, washers, and nuts. 2. Seat bumpers: Bumpers shall be integrally molded, permanent, white color. 3. Product: Benek 523 Open End Seat with Perma Bumper or approved equal. C. Flush Valve: Royal 111 Exposed Closet Flushometer or approved equal, for 1-1/2” top spud bowl , shall be supplied with toilet package. D. Fasteners: All necessary fasteners for securing toilet to wall and floor shall be zinc- plated steel. 2.15 LAVATORY ASSEMBLY. A. General: Lavatory assembly shall be ADA compliant and shall be supplied by the Building Manufacturer complete with faucet fixture, strainer, P-trap, protective cover, and fasteners. B. Lavatory: White vitreous china, 19” wide and 17” deep, Crane Westmont 1-318-V wall hung lavatory without backsplash, or approved equal. C. Faucet: Chicago 333-665 metering single faucet with push control handle and aerator, or approved equal. D. Strainer and P-Trap: Strainer shall be offset grid type, model 760W by Dearborn and P- trap shall be 1-1/4”, 17 gauge steel, model 701 P-trap by Dearborn, or approved equal. E. Protective Pipe Cover: ADA-conforming, wheelchair accessible lavatory P-trap and angle valve assembly shall be covered with molded, anti-microbial protective pipe WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-7 REV-0 Lift Station 2

cover. LavGuard Model 101 pipe cover and accessory 105K in china white, by Turebro, Inc, as supplied by the Building Manufacturer, or approved equal. Cover shall be secured with Snap-Clip flush reusable fasteners. Angle stop shall have locking access cover by Lock-Lid or approved equal. F. Fasteners: All fasteners for attaching lavatory assembly to wall and floor shall be zinc- plated steel. 2.16 HAND GRAB BARS A. General: The restroom shall be fitted with ADA compliant grab bars supplied by the Building Manufacturer with the building kit. B. Material: Fabricated from 14 gauge tubular stainless steel with 1-1/2 inch outside diameter, one in 26 inch length and one in 42 inch length, with 22 gauge round stainless steel snap-on concealed mount; all components in satin finish. Grab bars shall project not more than 3 inches from the wall. C. Product: Provide Grab Bars D-7816-SS (36”) and D-7815-SS (42”) by Brey-Krause Manufacturing Company, or approved equal. 2.17 HOSE BIBB A. General: Hose bibb shall be freezeless, wall hydrant type suitable for exterior application, with locking feature for restricted use. Wall hydrant shall be no sprayback, with automatic draining and anti-siphon vacuum breaker for ¾” copper pipe, depth to match wall thickness. Wall hydrant shall be provided by Building Manufacturer with all necessary hardware and accessories. 2.18 LIGHT FIXTURES AND APPURTENANCES A. Exterior Wall Mount Light Fixture: Fixture shall be supplied by Building Manufacturer with building kit. 1. Fixture shall be UL listed for exterior application for wet locations, with rustproof vandal-resistant housing in bronze color and injection molded polycarbonate lense 2. Fixture shall have self-start preheat type ballast with high power factor -0 degree F minimum starting temperature. 3. Dimensions: 6-1/2” wide x 9-1/4” high x 6-3/8” deep. 4. Product: Model 300CPHB32PLTHPF120CWTPS by Harris Lighting or approved equal. B. Ceiling Mount Light Fixture: Fixture shall be supplied by Building Manufacturer with building kit for use in the Chemical Storage Room, Restroom, and Electrical Room. 1. Fixtures shall be UL listed for fluorescent lamp, with heavy duty formed channel and removable reflector in high gloss, white baked enamel finish. Fluorescent lamp shall be provided by Contractor. 2. Product: Model LB232-120GEB Fluorescent Light Fixture by Lithonia.or approved equal. C. Lighting Control and Weather Box: Building Manufacturer shall supply lighting control with photo eye mountable in fixed position, with weatherproof cover and neoprene gasket for exterior installation; Intermatic K4321 or approved equal. Package shall include an outdoor junction box, BWF-Bt or approved equal. WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-8 REV-0 Lift Station 2

2.19 BREAKER PANEL A. Capacity: Breaker panel suitable for 200 amp single phase service shall be supplied by Building Manufacturer with building kit. B. Product: Cutler Hammer BR2040B200 or approved equal. 2.20 SIGNS A. General: Signs shall be supplied by Building Manufacturer with building kit. B. Restroom Entry Signs: Signs shall have graphics and grade 2 Braille that meet California ADA requirements, on injection molded plastic in gray color for exterior mounting. 2.21 CONTRACTOR SUPPLIED ITEMS A. General: Items under this section shall be the responsibility of the Contractor. Refer to approved drawings for quantities, dimensions, locations and installation methods for items described in this section. 1. Contractor shall supply all parts not listed in above sections specifically as supplied by Building Manufacturer, including but not limited to items specified in the Final Plans and items required by building codes. 2. Contractor shall be responsible for ensuring that the concrete foundation and slab are adequate for the site conditions and the purpose for which the building and foundation/slab are intended. B. Equipment, Labor, and Trades: Provide all equipment, labor and trades to unload the building, excavate the site, build concrete forms, supply and install the reinforced concrete footings and slab, and install the building and fixtures. C. Engineered Fill: Supply ¾” minus crushed rock engineered fill around footing, foundation and slab as indicated on Final Plans. D. Slab Vapor Barrier: Provide 6 mil continuous vapor barrier under the concrete slab. E. Concrete Foundation/Footing, Interior Slabs and Exterior/Entry Slabs: Provide 2500 psi ready-mix concrete and steel rebars to dimensions as specified in Final Plans. F. Concrete Slab Sealer: Provide Sonneborn Sonocrete Kure 1315 water base transparent curing, sealing and dust proofing compound or equivalent. Apply two (2) coats per manufacturer’s instructions. G. Mortar Bed for First Course of Blocks: Provide mortar mixed with Hydratite Plus mortar additive (supplied by Building Manufacturer) for bottom course of concrete blocks. H. Concrete Grout in Walls: Provide 2500 psi ready-mix concrete pumped into stacked and reinforced wall blocks, filling all cells, approximately 1 cubic yard per 100 blocks. I. Rebar in Walls: Provide #5 horizontal rebar at 32” o.c., with (2) #4’s at top course (spread) and #4 vertical rebar at 32” o.c. with (2) #4’s in one cell each face at doors and corners. J. Sidewalks: Install walkways to building doors as shown on site improvement plans by others. K. Plumbing Rough-in:

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-9 REV-0 Lift Station 2

1. Provide all underground water service to building as specified in final site plan. Coordinate water service to building for a minimum 50 psi water pressure at toilet and urinal flush valves (1-1/2” inlet pipe). 2. Provide floor drains as shown on Final Plans. 3. Provide all underground sewer drain(s) from building as specified in final site plan. L. Plumbing Installation and Trim: Provide fasteners and trim for fixtures supplied by Building Manufacturer. M. Other Restroom Accessories (provide the following): 1. Toilet Tissue Dispenser: Lockable, of ¼” steel, 19” long, with restricted rolling 1” narrow bar, Aslin Lockable Dispenser or approved equal. Mounting fasteners shall be stainless steel. 2. Seat Cover Dispenser: Stainless steel with satin finish, 500 sheet capacity, for wall surface mounting; Bradley 583 Seat Cover Dispenser or approved equal. 3. Paper Towel Dispenser: For standard single fold towels, in white enamel finish, suitable for wall surface mounting; Bradley 251-33 or approved equal. 4. Soap Dispenser: Tank type for vertical surface mounting, with push-in corrosion resistant liquid soap valve, in stainless steel finish; Bradley 6562 or approved equal. 5. Sanitary Napkin Disposal Container: Wall mounting type with single end compartment, in stainless steel with satin finish; Bradley 4722-15 or approved equal. 6. Exhaust Fan: a. Greenheck CW-075-DGE Direct Drive wall fan, 283 cfm, ¼ hp, 115v/1ph, Motor w/Thermal Overloads, UL/cUL-705 Power Ventilators. Supplied by Building Manufacturer. b. Occupancy Sensor. Leviton ODCOS-I1W Self-Contained Ceiling Mount Infrared Occupancy Sensor and Switching Relay, 530 sq ft coverage, white. Includes Power Pack. Incandescent:[email protected] Listed and CSA Certified, complies with California T-24 Energy Code and FCC Regulations c. Restroom Fan? N. Floor Drain: Provide floor drain where shown on approved final plans, Smith 2005 with duco cast iron body, flashing collar, and adjustable strainer or equal. O. Electrical Rough-In: Provide all underground and/or overhead service to building as specified in final site plan, including but not limited to electric meter base and all rough wiring, conduit, switches, plugs and circuit breakers as shown. P. Electrical Installation and Trim: Provide fasteners and trim for Building Manufacturer supplied fixtures as specified in final plans. Provide #4 bare copper ground wirer per NEC 250 and approved connectors per plans. Q. Branch Circuit Breakers: Provide single phase-single pole branch circuit breakers, Cutler Hammer BR or approved equal. R. Electrical Switch: Provide wall switches for 15 amp/120 volt with ivory color cover plate, Leviton 1221-2I quiet wall switch or equal.

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-10 REV-0 Lift Station 2

S. GFCI Outlets: Provide UL listed GFCI receptacles where indicated on final plans, with 2 pole-3 wire grounding, safe lock protection and a trip-indicator light. Provide Pass & Seymour/Legran d 1594 Straight Blade Duplex GFCI receptacles or approved equal. T. Weatherproof Box and Cover: Provide box type for mortared-in-application without mounting plate, Pass & Seymour Legrand 4600 enclosure and 4600-26P mounting plate for decorator GFCI, including 4609 Key for enclosure, or approved equal for specified components. U. Hand Off Auto Switch: Provide a three-position hand off auto switch for controlling exterior lights. Submit product data for Owner approval.

PART 3 - EXECUTION

3.1 EXAMINATION A. Examine site for compliance with requirements and conditions affecting the installation and performance of the building. Proceed with installation only after unsatisfactory conditions have been corrected. B. Flag underground structures and utilities and protect from damage during erection and construction operations. Flag utility connections and coordinate interfaces required for the building. C. Proceed with the work only when all required permits have been issued. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, and existing completed work from damage by work under this section. B. Code compliance: Ensure that the job site complies with all local code requirements, including but not limited to construction hours, noise, dust, erosion control, storm water control and protection, workmen’s facilities, etc. C. Safety: Ensure that the job site is free of unsafe conditions at all times. 3.3 GENERAL REQUIREMENTS A. Final Plans: Pre-engineered building shall be constructed and erected per approved Final Plans and strictly in accordance with Building Manufacturer’s instructions. B. Variance from Final Plans: All variance from the specifications and details in the Final Plans shall require Owner’s approval and government agency’s approval as required. C. Trades: Ensure that experienced trades people perform to the best industry practices in each respective trade. D. Coordination: Ensure that the work is coordinated with other work for the general overall project. 1. Interfaces: Coordinate the points of connection for dry and wet utilities to the building, interfaces with adjacent construction, and with other work and trades for the general project. E. Scheduling: Schedule the work to effectuate timely and coordinated performance of the work. Notify Owner of delays from unforeseen or unknowable circumstances and seek directions and resolution.

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-11 REV-0 Lift Station 2

F. Inspections: Arrange for timely inspections by appropriate governmental officials for all required inspections. Arrange to have Owner’s Representative present during each inspection. G. Permits: 1. Arrange all agency inspections for the Occupancy Permit for the building 2. Secure all required permits necessary to deliver an approved, occupancy- permitted building for Owner’s final approval. 3.4 SLAB AND FOUNDATION WORK A. Site Preparation: Prepare building site according to approved Civil Plans. B. Utilities Rough-In: 1. Install all underground water service to building according to Civil Plans. 2. Install all floor drains as shown on Final Plans. 3. Install all underground sewer drain from building according to Civil Plans and Final Plans. 4. Install all underground electrical service to the building, electric meter base, all rough wiring, conduit, switches, plugs, circuit breakers, and all electrical appurtenances according to Civil Plans and Final Plans. 5. Install all other underground utilities and appurtenances according to Civil Plans and Final Plans. 6. Mark stub outs and points of connection for utilities and fixtures prior to final subgrade compaction and finishing. C. Subgrade: Grade and compact subgrade as specified by Geotechnical Soils Report supplied by Owner, to the required elevations. D. Foundation Footings and Slab: 1. Vapor Barrier: Install vapor barrier under slab prior to concrete work for slab and foundations. 2. Engineered Fill: Install crushed rock engineered fill around footing, foundation and slab per Final Plans. E. Concrete Work: Refer to Section 03 30 00, Cast-in-Place Concrete. 1. Ready-mix concrete supplier shall supply a certificate for each batch of concrete delivered to the site verifying the mix characteristics and compliance with specifications. Batches not meeting specifications will be rejected and removed from project site. 2. Construct forms for slab and other concrete structures to the dimensions specified in the Final Plans. 3. Apply two coats of specified water-base transparent curing, sealing, and dust proofing compound to slab. 4. Sidewalks: Install in accordance with Landscape Plans and Specifications.

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-12 REV-0 Lift Station 2

3.5 WALL CONSTRUCTION: A. General: Follow strict instructions supplied by Building Manufacturer for wall installation work, including but not limited to reinforcement, grouting, foundation, and waterproofing work. B. Horizontal Reinforcement: #5 rebars at maximum 32” on center, with 2 #4 rebars at the top course (spread) in accordance with Building Manufacturer’s instructions. C. Vertical Reinforcement: #4 rebars at maximum 32” on center with 2 #4 rebars in one cell each face at doors and corners in accordance with Building Manufacturer’s instructions. D. Grout: Fill all block cells fully with 2500 psi concrete. E. Mortar Bed: Mix Horn Hydratite Plus supplied by Building Manufacturer with contractor supplied mortar and pour in a continuous bed for the first course of blocks to provide a watertight seal at the base of all walls. F. Concrete Grout for Walls: Fill all CMU cells with 2500 psi concrete mix after stacking the blocks and installing specified reinforcement. G. Wall Sealant: Mix Building Manufacturer supplied Tamms Tamoseal cement based waterproofing finish with Tamms Akkro-7T liquid bonding admixture for application to the bottom 36” of the inside surface of all exterior block walls to seal pores and voids in the wall surface. H. Interior Wall Finish: Apply FRP panels to interior walls where shown on the Final Plans, using specified adhesive and white nylon mushroom head expansion anchors with nylon pin at 16 inch spacing each way. 3.6 VENTS, WINDOWS AND DOORS A. Windows: Refer to Final Plans and manuals for quantities, locations, and spacing for fasteners. Install per manufacturer’s strict instructions. B. Man Doors: 1. Install frames using door clips for full internal grouting into walls during frame installation per manufacturer’s instructions. 2. Install door hinges, locks, handles, pull plates and all other accessories as indicated in Final Plans or per manufacturer’s instructions. Ensure that all work complies with ADA requirements. C. Roll Up Door: 1. Notch CMU blocks to accept the support lintel. 2. Apply one coat of rust inhibitive primer to all non-galvanized, exposed ferrous surfaces. 3. Install door system in accordance with manufacturer’s instructions. 3.7 ROOF CONSTRUCTION A. Roofing work shall be performed by a qualified roofer experienced in the type of steel metal roofing system specified. B. Install all system’s components to achieve the required performance for water tightness and thermal insulation. WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-13 REV-0 Lift Station 2

3.8 OTHER BUILDING CONSTRUCTION WORK A. Fixtures and Equipment: Install per manufacturer’s instructions and in compliance with applicable codes, including ADA regulations as required. B. Restroom entry signs shall be mounted to exterior walls alongside entry doors complying with ADA requirements. C. Drinking Fountain: Install a cane detectable surface area around the drinking fountain measuring 33 inches x 48 inches that extends 12 inches out from the front and both sides of the fountain. 3.9 CLEANUP AND PROTECTION A. During construction, keep adjacent areas and construction work area in an orderly and safe condition. B. Damages: Repair all damages to existing property and completed work, to their original conditions or better, at no additional cost to the Owner. 3.10 DISPOSAL A. Disposal: Remove surplus and waste material from site and legally dispose of them off Owner's property, complying with local code requirements related to waste reduction as required. 3.11 FINAL ACCEPTANCE A. Completion Inspection: 1. Contractor shall schedule an inspection by Owner and his Representative when the building work is complete. 2. Punch List: Correct all deficiencies recorded by Owner’s Representative on the Punch List. B. Occupancy Permit: 1. Arrange inspections by the appropriate governmental officials for securing the Occupancy Permit. 2. Correct all conditions required to secure the Occupancy Permit in a timely and expeditious manner. C. Final Acceptance: 1. Final acceptance by Owner shall be the date when all Punch List from the Completion Inspections is worked off to the satisfaction of the Owner and the Occupancy Permit is secured and delivered to Owner. 2. Commencement of warranties on the building, fixtures and equipment shall begin from the date of Final Acceptance. 3. At time of Final Acceptance, Contractor shall deliver to Owner all warranties in writing, the Occupancy Permit, owner’s manuals for equipment and fixtures, and keys to the building and other equipment. END OF SECTION (3 pages follow)

WG 0032-0008 Fabricated Engineered Structures December 2009 City of Morro Bay Page 13 34 00-14 REV-0 Lift Station 2 SECTION 13 75 00

CHEMICAL STORAGE TANKS

PART 1 GENERAL

1.1 DESCRIPTION

Chemical storage tanks shall be cross-linked polyethylene plastic and of the sizes shown on the Drawings and shall conform to the following specifications.

1.2 SUBMITTALS

In accordance with Section 01 33 00, Submittal Requirements, submit the following:

A. Shop drawings showing fabrication, assembly, foundation, and installation drawings, together with detailed specifications and data covering materials of construction, parts, devices, and other accessories forming a part of the equipment furnished shall be submitted in accordance with the requirements of Section 01 33 00. Submit calculations and data demonstrating the tank seismic restraint system meets Seismic Zone 4 requirements.

1.3 QUALITY

All equipment furnished under this section shall be of a design and manufacture that has been used in similar applications, suitable for storage of sodium hypochlorite, for a minimum of five years.

1.4 PERFORMANCE WARRANTY

All items of equipment furnished under this Section shall be guaranteed by the Contractor against defects in material, workmanship and operation for a period of one year after final acceptance by the Owner. In addition, the chemical storage tank shall be guaranteed by the manufacturer to not fail from external or internal corrosion for a period of fifteen (15) years from the date of delivery to the site provided the tank is installed in accordance with the manufacturer's instructions and is only used for storage of products specified herein.

PART 2 PRODUCTS

2.1 VERTICAL ABOVE GROUND TANKS

A. Tanks shall be as manufactured by Chem-Tainer, Hazmat Chemical Storage, Assmann, or approved equal.

B. Construction. The tank shall consist of a primary inner tank and a secondary, locked- on outer tank, with capacity of 120% of the inner tank.

WG 0032-0008 CHEMICAL STORAGE TANKS December 2009 City of Morro Bay Page 13 75 00 - 1 REV-A Lift Station #2

C. The design, fabrication and erection of vertical above ground tanks shall be in accordance with ASTM Specification D1998 for cross-linked polyethylene tanks.

D. Tank shall be designed for seismic forces in accordance with the current issue of the UBC.

E. Accessories. Provide the following: 1. Seismic (Zone 4) Restraint System. 2. Reverse Float Level Indicator. 3. Interstitial Leak Detection 4. High-Low Level Alarms. 5. Fiberglass Reinforced Ladder Assembly. 6. Top Discharge With Foot Valve 7. 24” Manway. 8. Bottom Outlet.

F. Connections. All pipe connections shall be sized and of an appropriate type (i.e. either threaded or flanged) for connections to adjunct piping. Sizes and types and locations (unless internal to a package supplied system) shall be as shown on the drawings. The Contractor shall attach a ball valve to that connection. The drain shall be placed to drain the tank completely.

G. Lifting lugs shall be of sufficient strength to lift the empty tank plus 6” depth of indicated liquid specified for each tank. A minimum of three lifting lugs shall be provided to allow for controlled placement of tanks.

PART 3 EXECUTION

3.1 GENERAL

A. Install in conformance with manufacturer’s recommendations.

3.2 LEAKAGE VERIFICATION

A. After the tank has been erected and piping installed, fill tank with clean water to the overflow pipe, maintained full for 24 hours and observe/inspect for leakage. Repair leaks per manufacturer’s recommendations and to satisfaction of Owner. Once successful leak testing is complete, drain water from tank (into adjacent wetwell).

END OF SECTION

WG 0032-0008 CHEMICAL STORAGE TANKS December 2009 City of Morro Bay Page 13 75 00 - 2 REV-A Lift Station #2

SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL

PART 1 GENERAL

1.1 WORK INCLUDED

A. All labor, material, equipment and services necessary to construct and install a complete electrical system as shown on the plans and as specified herein. All General Conditions and Requirements outlined elsewhere in these specifications or drawings shall be applied to this electrical section.

B. All materials and equipment shall be furnished and installed in support of all electrical work described in these plans and specifications including but not limited to, raceways, boxes, enclosures, feeders, branch circuiting, supports, terminal cabinets, sleeves, gutters, panels, switchgear, lighting fixtures, controls, relays, contactors, in order to complete and make fully functional the systems described.

C. Lighting Systems, both interior and exterior as shown on the plans and as specified herein, including controls, occupancy sensors, photocell controls, lamps, supports, fasteners, straps, and miscellaneous mounting hardware and support structures for such equipment.

D. Electrical, Telephone and CATV Utility company site work as required by the serving companies. All utility company conduits, raceways, trenching, backfilling, utility vaults, equipment pads and substructures shall meet both the respective utility companies requirements as well as those of the authority having jurisdiction, whichever is more restrictive. In no case shall work be completed and covered without the written approval of the serving utility companies both on and off site.

E. Duct banks and raceways for all power and communications systems as shown and/or required. Duct banks shall include all trenching, racking, conduit, concrete slurry, backfill, boxes, pads, substructures required for a fully developed and useable pathway for cables, conductors, as shown on site, etc.

F. HVAC Electrical: Conductors and terminations of all line voltage power, line voltage controls and safety disconnect switches for HVAC equipment including air conditioners, furnaces, fans, heat pumps, etc. including protective devices.

G. Plumbing Electrical: Conductors and terminations of all plumbing equipment with power requirements including necessary safety disconnect devices.

H. Power and Lighting Distribution: Furnish and install all power and lighting distribution systems including but not limited to panels, feeders, branch circuits, devices, fixtures, disconnect switches, contactors, controls, etc. for a complete working system.

WG 0032-0008 COMMON WORK RESULTS FOR ELECTRICAL December 2009 City of Morro Bay Page 26 05 00 - 1 REV-A Lift Station #2

I. Data systems infrastructure including all boxes, raceways, dedicated branch circuits, etc. as described and as shown in plans, risers, specifications, EIA/TIA standards and/or required for a complete and operating system.

J. Complete distribution system(s) including switchboard, panelboards, feeders, and auxiliary equipment.

1.2 RELATED SECTIONS UNDER OTHER DIVISIONS

A. Low Voltage Control Wiring: Low voltage control circuit wiring, level, flow controls and interlocks for mechanical equipment shall be installed by the associated equipment installer.

B. Painting of electrical equipment where exposed and required by the Owner to be painted as described elsewhere in the specification.

C. HVAC Control: Raceways / boxes between control location (thermostat) and HVAC units for low voltage control conductors installed by Division 15.

1.3 SYSTEM DESCRIPTION

A. The electrical plans indicate the general layout and arrangement; the civil drawings and field conditions shall determine exact locations. Field verify all conditions and modify as required to satisfy design requirements as well as code minimums. Maintain all required working clearances as described in CEC Article 110 as well as other applicable articles.

B. Discrepancies shall be brought immediately to the attention of the Owner for clarification. The Owner shall approve any changes. Prior to rough-in, refer to civil plans that shall take precedence over electrical plans with respect to locations.

C. Verify all power and communications utility company requirements prior to commencement of utility work. Make proper adjustments to the construction to satisfy the serving utility requirements if they differ from the construction documents.

D. Extra charges imposed by the electric and communications utility companies shall be paid by Owner directly to utility companies.

1.4 SUBMITTALS AND SHOP DRAWINGS

A. Before construction, submit in accordance with the General Conditions of this Specification: A complete list of all materials proposed to be furnished and installed under this section.

B. Manufacturers' specifications, catalog cuts and shop drawings as required to demonstrate compliance with the specifications. Identify specific intended use for each component where submittal may be ambiguous. Submit entire bound submittal at one

WG 0032-0008 COMMON WORK RESULTS FOR ELECTRICAL December 2009 City of Morro Bay Page 26 05 00 - 2 REV-A Lift Station #2

time; partial submittals will not be accepted. At a minimum, submittals will be required for the following: 1. Utility service/site work equipment including ducts, conduits, fittings, concrete pull boxes, vaults, trench racks, accessories, etc. 2. Distribution equipment including main switchboard, distribution breakers, motor controls, distribution and branch circuit panels, grounding, etc. 3. Electrical equipment including disconnects, fuses, raceways, fittings, conductors, boxes, gutters, devices, plates, etc. 4. Lighting equipment including fixtures, ballasts, lamps, mounting accessories, color charts (where required), etc. 5. Lighting control equipment including occupancy/photocell sensing equipment, contactors, etc. 6. Conduit including all fittings, etc. 7. Wiring and cable, terminations, etc.

C. The intent of these specifications is to establish a standard of quality for materials and equipment. Therefore, some items are identified by manufacturer or trade name designation. Substitutions shall be subject to the Owner’s approval. Samples of the proposed and substitute materials may be required for inspection prior to approval. Costs, if any, for evaluation of substitutions shall be the Contractor's responsibility. The decision of the Owner shall be final. Where the substitution will affect other trades, coordinate all changes with those trades concerned and pay any additional costs incurred by them as a result of this substitution. Approval of substitutions shall not relieve the Contractor from providing an operational system in accordance with all applicable codes and ordinances.

1.5 DELIVERY, STORAGE AND HANDLING

A. Storage of equipment for the job is the responsibility of the Electrical Contractor and shall be scheduled for delivery to the site, as the equipment is required. Damage to the equipment delivered to the site or in transport to the job shall be the responsibility of the Electrical Contractor.

PART 2 PRODUCTS

2.1 MATERIALS

A. Materials shall be new and bear the label of or be listed by a nationally recognized testing laboratory. The quality and suitability of all materials shall conform to the standards and practices of this trade.

WG 0032-0008 COMMON WORK RESULTS FOR ELECTRICAL December 2009 City of Morro Bay Page 26 05 00 - 3 REV-A Lift Station #2

PART 3 EXECUTION

3.1 INSTALLATION

A. Professionalism and appearance of all installations shall be in accordance with accepted practices of this trade. Installation methods shall conform to manufacturers' specifications. The Contractor shall man the job with qualified journeymen and helpers in this trade for the duration of the job. It is the Contractor's responsibility to communicate with and keep the job superintendent appraised of changes or clarifications, etc.

B. Employment of any person on any job in the capacity or an electrician is not permitted unless such person has qualified for and holds a valid Journeyman Electrician Pocket Card or General Journeyman Electrician Certificate issued by the State of California Division of Apprenticeship Standards except, Contractor may employ electrical helpers or apprentices on any job of electrical construction, new or existing, when the work of such helpers or apprentices is performed under the direct and constant personal supervision of a journeyman electrician holding a valid Pocket Card accepted by the State of California Division of Apprenticeship Standards. 1. Each Pocket Card carrying journeyman electrician will be permitted to be responsible for the quality of workmanship for a maximum of one helper or apprentice during any same time period, provided the nature of work is such that good supervision can be maintained and the quality of workmanship is the best, as expected by Owner and implied by the latest edition of the National Electrical Code. 2. Before each journeyman electrician commences work, deliver to Owner at the project site, a photocopy of the journeyman’s valid Pocket Card.

C. Materials shall be installed in a professional fashion according to manufacturers' specification and recommendations. They must conform to the 2007 CEC and all applicable codes and standards, including but not necessarily limited to California Code of Regulations Title 24, NFPA, National Electrical Manufacturers Association, ANSI, CBC, and any other adopted ordinances of applicable agencies having jurisdiction. Refer to general conditions of specifications.

D. Electrical Contractor shall lay work out in advance in order to avoid unnecessary cutting, chasing, and drilling of floors, walls, ceilings and other surfaces. Work of this nature shall be carefully done so as not to damage work already performed by other trades. Any damage which results must be properly repaired at no extra cost to the Owner. Such alterations shall not depreciate the integrity of the structure. Approval for cuts or penetrations in structural members shall be by the Owner.

E. Coordinate work with other trades as required to eliminate any delays during construction. Coordinate any and all changes with other prime contractors to avoid construction conflicts.

WG 0032-0008 COMMON WORK RESULTS FOR ELECTRICAL December 2009 City of Morro Bay Page 26 05 00 - 4 REV-A Lift Station #2

F. Engineer's Field Observation: When Electrical Engineering representative performs a field observation, the Electrical Contractor shall be present and available to remove equipment covers as needed.

G. Drawings of Record: Provide a full and accurate set of field record drawings marked up in a neat and understandable manner submitted to the Owner Representative or Construction Manager upon completion of the work and prior to issuance of a certificate of completion. The drawings shall dimension all electrical facilities including but not limited to underground conduit, vaults, boxes as well as conduit routing scaled to within 12" of actual field conditions and shall be kept up to date on a daily basis reflecting any and all changes or deviations. All electrical facilities shall be accurately drawn on the plan to scale. Refer to the general conditions of these specifications for additional requirements. Record drawings shall be required to identify both horizontal and vertical dimensions to visible and fixed points such as concrete, asphalt, buildings, sidewalks, etc.

H. Identification: Provide engraved laminated plastic nameplates for all switchboards, panelboards, fire alarm terminal cabinets, telephone and cable television backboards, main devices, control panels, time clocks, contactors and safety disconnect switches accurately identifying each device. Labels shall be attached to the equipment by means of screws or rivets. Self-adhering labels will not be acceptable. See Section 260553 Identification For Electrical Systems.

I. Safety: The Electrical Contractor is responsible to maintain all equipment in a safe and responsible manner. Keep dead front equipment in place while equipment is energized. Conduct all construction operations in a safe manner for employees as well as other work persons or anyone visiting the job site. Provide barriers, flags, tape etc. The Contractor shall hold all parties harmless of negligent safety practices that may cause injury to others on or near the job site.

J. Guarantees: All equipment and labor shall be guaranteed and warranted free of defects, unless otherwise stated to be more restrictive, for a period of one year from the date of final acceptance by the Owner. A written warranty shall be presented to the Owner at the time of completion prior to final acceptance. Equipment deemed to be damaged, broken or failed should be repaired or replaced at no additional cost to the Owner. Materials or system requiring longer than a one-year warranty as described herein shall be separately warranted in separate letters of guarantee stating the duration of warranty.

K. Operating and Installation Manuals: Provide two copies each of all manuals, operating and installation instructions for equipment indicated in submittal packages. Instruct the Owner's representative as to the operation and location of all equipment necessary to allow them to operate the facility upon final acceptance. This instruction period shall be prearranged with the Owner's representative prior to occupancy of the facility.

END OF SECTION

WG 0032-0008 COMMON WORK RESULTS FOR ELECTRICAL December 2009 City of Morro Bay Page 26 05 00 - 5 REV-A Lift Station #2

SECTION 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Wires and cables. 2. Connectors. 3. Lugs and pads.

1.2 SYSTEM DESCRIPTION

A. Provide wires, cables, connectors, lugs, and the like for a complete and operational electrical system.

1.3 SUBMITTALS

A. Provide product data for the following equipment: 1. Wires. 2. Cables. 3. Connectors. 4. Lugs.

B. Provide the insulation cable testing report in the project closeout documentation, see Project Closeout Requirements.

1.4 REGULATORY REQUIREMENTS

A. Conform to requirements of the NEC, latest adopted version with amendments by local AHJs.

B. Furnish products listed by UL or other testing firm acceptable to AHJ.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Wires and Cables: Carol, General Cable, Okonite, Rome, Southwire, or approved.

WG 0032-0008 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES December 2008 City of Morro Bay Page 26 05 19 - 1 REV-A Lift Station #2

B. Connectors: Stranded conductors by Anderson, Burndy, Ilsco, Thomas & Betts, or approved.

C. Wire connectors shall be minimum 75 degree rated and properly sized for the number of conductors being connected, terminated, spliced etc. All above grade connectors shall be solderless lug or plastic wire nut type, screw on, pressure cable type, 600 volt, 105 degree C, with skirt to cover all portions of stripped wires. Connector shall be U.L. rated for number and size of conductors being joined together as a splice.

D. Splices: 1. Branch Circuit Splices: Ideal, Scotch-Lock, 3M, or approved. 2. Feeder Splices: Compression barrel splice with two layers Scotch 23 and four layers of Scotch 33+ as vapor barrier.

2.2 WIRES AND CABLES

A. Copper, 600 volt rated throughout. Conductors 14AWG to 10AWG, solid or stranded. Conductors 8AWG and larger, stranded.

B. Phase color to be consistent at all feeder terminations; A-B-C, top to bottom, left to right, front to back. Phaseing tape shall be permitted on sizes #6 and larger.

C. Color Code Conductors as Follows: PHASE 240 VOLT DELTA A Black B Orange (High Leg) C Blue Neutral White Ground Green

D. All conductors shall be copper unless otherwise noted. Minimum size for individual conductors shall be #12 AWG unless otherwise noted. Sizes #8 AWG and larger shall be stranded conductor. Individual conductors shall be insulated with type, XHHW, THW, THHN/THWN 600-volt insulation unless otherwise noted. Control, signal, communication conductors shall be as dictated by the vendor of that equipment or as specified here-in. Proper insulation type shall be used for the proper environmental application (i.e., waterproof, wet location, plenum, temperature rated). If a condition exists where the application is uncertain, contact the engineer for direction. Contractor is responsible to follow specific cabling requirements described in other sections of this specification relative to various communications and controls systems as well as the respective riser diagrams shown on plans. If a discrepancy occurs, communicate such discrepancy to the Architect and Engineer immediately for resolution.

E. Insulation types THWN, THHN or XHHW. Minimum insulation rating of 90C for branch circuits.

WG 0032-0008 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES December 2008 City of Morro Bay Page 26 05 19 - 2 REV-A Lift Station #2

2.3 CONNECTORS

A. Copper Pads: Drilled and tapped for multiple conductor terminals.

B. Lugs: Indent/compression type for use with stranded branch circuit or control conductors.

C. Solid Conductor Branch Circuits: Spring connectors, wire nuts, for conductors 18 through 8AWG.

2.4 LUGS AND PADS

A. Ampacity: Cross-sectional area of pad for multiple conductor terminations to match ampere rating of panelboard bus or equipment line terminals.

PART 3 EXECUTION

3.1 INSTALLATION

A. Installation: Conductors shall not be installed until after conduit systems are permanently in place. Use an approved non hardening type wire pulling lubricant if lubricant is to be used. Maintain all conduits and wire pulls free from foreign material. If due to field conditions, more than a total of 300 degrees of bend are required; a pull box may be furnished and installed for ease of installation. Said pull boxes must be sized and rated for the appropriate application and must remain easily accessible upon completion of the project (approval of the location shall be obtained from the Owner prior to installation). Show these pullboxes on the field record drawings. Conductors installed in underground raceways on site shall be duct sealed and taped where they exit the raceway to prevent the entrance of foreign material and moisture after the conductors are installed.

B. Insulation: Use proper insulation types where temperature and environment are a factor.

C. Splices at or below grade level shall be made with wet location rated and approved mechanical connectors and shall be encapsulated in epoxy or plastic molded poured kits. The connections must be insured to be watertight. Splices at or below grade shall always be avoided and minimized.

D. Labeling: All conductors in panels, switchboards, terminal cabinets, vaults, pull boxes, and junction boxes shall be labeled with tape number markers indicating circuit number and identifying system. All labeling shall be permanent. In manholes and vaults, provide embossed brass tags identifying system serviced and function. See Section 26 05 53 Identification for Electrical System.

WG 0032-0008 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES December 2008 City of Morro Bay Page 26 05 19 - 3 REV-A Lift Station #2

E. All conductors, wiring, cable where installed below floor, slab or underground shall be considered wet locations, and shall be rated accordingly. Non waterproof cabling is not allowed in any below grade or wet application.

F. Cables routed together in cable tray shall be stacked, organized and tie wrapped together in a neat and workman like manner. Random cable routing is not acceptable.

G. Cable and conductors routed through pull boxes and vaults shall be properly supported on porcelain or equal insulators mounted on steel rack inserts. Bend radius of cable or conductor shall not be less than six times the overall cable diameter.

H. Wires and Cables: 1. Conductor Installation: a. Install conductors in raceways having adequate, code size cross-sectional area for wires indicated. b. Install conductors with care to avoid damage to insulation. c. Do not apply greater tension on conductors than recommended by manufacturer during installation. d. Use of pulling compounds is permitted. Clean residue from exposed conductors and raceway entrances after conductor installation. Do not use pulling compounds for installation of conductors connected to GFI circuit breakers or GFI receptacles. 2. Conductor Size and Quantity: a. Install no conductors smaller than 12AWG unless otherwise shown. b. Provide all required conductors for a fully operable system. 3. Provide dedicated neutrals (one neutral conductor for each phase conductor) as shown on plans. 4. Conductors in Cabinets: a. Cable and tree all wires in panels and cabinets for power and control. Use plastic ties in panels and cabinets. b. Tie and bundle feeder conductors in wireways of panelboards. c. Hold conductors away from sharp metal edges. d. Connectors: Retighten mechanical type lugs and connectors for conductors to equipment prior to Substantial Completion.

3.2 FIELD QUALITY CONTROL

A. Tests: 1. Test conductor insulation on feeders of 100 amp and greater for conformity with 1000 volt megohmmeter. Use Insulated Cable Engineers Association testing procedures. Minimum insulation resistance acceptable is 1 megohm for systems 600 volts and below. In the condition that the insulation resistance is less than 1 megohm notify Architect.

WG 0032-0008 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES December 2008 City of Morro Bay Page 26 05 19 - 4 REV-A Lift Station #2

2. Test Report: Prepare a typed tabular report indicating the testing instrument, the feeder tested, amperage rating of the feeder, insulation type, voltage, the approximate length of the feeder, conduit type, and the measured resistance of the megohmmeter test. Submit report with operating and maintenance manual.

END OF SECTION

WG 0032-0008 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES December 2008 City of Morro Bay Page 26 05 19 - 5 REV-A Lift Station #2

SECTION 26 05 26 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.1 DESCRIPTION

A. This section specifies general grounding and bonding requirements of electrical installations for personnel safety and to provide a low impedance path for possible ground fault currents as described in CEC Article 250.

B. “Grounding electrode system” refers to all electrodes required by CEC, as well as including made, supplementary, lightning protection system and telecommunications system grounding electrodes.

C. The terms “connect” and “bond” are used interchangeably in this specification and have the same meaning.

1.2 RELATED WORK

A. Section 260500, COMMON WORK RESULT FOR ELECTRICAL

B. Section 260519, LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES

PART 2 PRODUCTS

2.1 GROUNDING AND BONDING CONDUCTORS

A. Equipment grounding conductors shall be UL 83 insulated stranded copper, except that sizes No. 10 AWG and smaller shall be solid copper. Insulation color shall be continuous green for all equipment grounding conductors, except that wire sizes No. 4 AWG and larger shall be permitted to be identified per CEC.

B. Bonding conductors shall be ASTM B8 bare stranded copper, except that sizes No. 10 AWG and smaller shall be ASTM B1 solid bare copper wire.

C. Conductor sizes shall not be less than what is shown on the drawings and not less than required by the CEC, whichever is greater.

2.2 GROUND RODS

A. Copperclad steel, ¾ inch diameter by 10 feet long, conforming to UL 467 unless otherwise noted on drawings and details.

WG 0032-0008 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 26 - 1 REV-A Lift Station #2

B. Quantity of rods shall be as required to obtain the specified ground resistance or additional rods shall be driven to obtain specified resistance or less.

2.3 SPLICES AND TERMINATION COMPONENTS

A. Components shall meet or exceed UL 467 and be clearly marked with the manufacturer, catalog number, and permitted conductor size(s).

PART 3 EXECUTION

3.1 GENERAL

A. Ground in accordance with the CEC, as shown on drawings, and as hereinafter specified.

B. System Grounding: 1. Service neutrals: Ground at the metered service disconnect only.

C. Equipment Grounding: Metallic structures (including ductwork and building steel), enclosures, fire sprinklers, plumbing piping, raceways, junction boxes, outlet boxes, cabinets, machine frames, and other conductive items in close proximity with electrical circuits shall be bonded and grounded.

3.2 INACCESSIBLE GROUNDING CONNECTIONS

A. Make grounding connections which are buried or otherwise normally inaccessible (except connections for which periodic testing access is required) by exothermic weld.

3.3 SECONDARY EQUIPMENT AND CIRCUITS

A. Main Bonding Jumper: Bond the secondary service neutral to the ground bus at the metered service disconnect only.

B. Metallic Piping, Building Steel, and Supplemental Electrode(s): 1. Provide a grounding electrode conductor sized per CEC between the service equipment ground bus and all metallic water and gas pipe systems, building steel, and supplemental or made electrodes. Jumper insulating joints in the metallic piping. All connections to electrodes shall be made with fittings that conform to UL 467. 2. Provide a supplemental ground electrode and bond to the grounding electrode system.

C. Service Disconnect: Provide a ground bar bolted to the enclosure with lugs for connecting the various grounding conductors.

WG 0032-0008 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 26 - 2 REV-A Lift Station #2

D. Conduit Systems: 1. Ground all metallic conduit systems. All metallic conduit systems shall contain an equipment grounding conductor sized per CEC. 2. Non metallic conduit systems shall contain an equipment grounding conductor, except that non-metallic feeder conduits which carry a grounded conductor from exterior transformers to interior or building-mounted service entrance equipment need not contain an equipment grounding conductor. 3. Metal conduit containing only a grounding conductor, and which is provided for mechanical protection of the conductor, shall be bonded to that conductor at the entrance and exit from the conduit.

E. Feeders and Branch Circuits: Install equipment grounding conductors with all feeders, power and lighting branch circuits.

F. Boxes, Cabinets, Enclosures, and Panelboards: 1. Bond the equipment grounding conductor to each pullbox, junction box, outlet box, device box, cabinets, and other enclosures through which the conductor passes. 2. Provide lugs in each box and enclosure for equipment grounding conductor termination. 3. Provide ground bars in panelboards, bolted to the housing, with sufficient lugs to terminate the equipment grounding conductors.

G. Motors and Starters: Provide lugs in motor terminal box and starter housing or motor control center compartment to terminate equipment grounding conductors.

H. Receptacles shall not be grounded through their mounting screws. Ground with a jumper from the receptacle green ground terminal to the device box ground screw and the branch circuit equipment grounding conductor.

I. Ground lighting fixtures to the equipment grounding conductor of the wiring system when the green ground is provided; otherwise, ground the fixtures through the conduit systems. Fixtures connected with flexible conduit shall have a green ground wire included with the power wires from the fixture through the flexible conduit to the first outlet box.

J. Fixed electrical appliances and equipment shall be provided with a ground lug for termination of the equipment grounding conductor.

3.4 CONDUCTIVE PIPING

A. Bond all conductive piping systems, interior and exterior, to the building to the grounding electrode system. Bonding connections shall be made as close as practical to the equipment ground bus.

WG 0032-0008 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 26 - 3 REV-A Lift Station #2

3.5 GROUND RESISTANCE

A. Grounding system resistance to ground shall not exceed 5 ohms. Make necessary modifications or additions to the grounding electrode system for compliance without additional cost to the Owner. Final tests shall assure that this requirement is met.

B. Resistance of the grounding electrode system shall be measured using a four-terminal fall-of-potential method as defined in IEEE Standard 81. Ground resistance measurements shall be made before the electrical distribution system is energized and shall be made in normally dry conditions not less than 48 hours after the last rainfall. Resistance measurements of separate grounding electrode systems shall be made before the systems are bonded together below grade. The combined resistance of separate systems may be used to meet the required resistance, but the specified number of electrodes must still be provided.

C. Below-grade connections shall be visually inspected by the IOR prior to backfilling. The Contractor shall notify the IOR 24 hours before the connections are ready for inspection.

D. Furnish a copy of tests to Owner at completion of project.

3.6 GROUND ROD INSTALLATION

A. Drive each rod vertically in the earth, not less than 9.5 feet in depth.

B. Where permanently concealed ground connections are required, make the connections by the exothermic process to form solid metal joints. Make accessible ground connections with mechanical pressure type ground connectors.

C. Where rock prevents the driving of vertical ground rods, install angled ground rods or grounding electrodes in horizontal trenches to achieve the specified resistance.

3.7 GROUNDING FOR RF/EMI CONTROL

A. Install bonding jumpers to bond all conduit, cable trays, sleeves and equipment for low voltage signaling and data communications circuits. Bonding jumpers shall consist of 4” wide copper strip or two No. 10 copper conductors spaced minimum 4” apart. Use No. 6 copper where exposed and subject to damage.

WG 0032-0008 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 26 - 4 REV-A Lift Station #2

B. Comply with the following when shielded cable is used for communication circuits. 1. Shields shall be continuous throughout each circuit. 2. Connect shield drain wires together at each circuit connection point and insulate from ground. Do not ground the shield. 3. Do not connect shields from different circuits together. 4. Shield shall be connected at one end only. Connect shield to signal reference at the origin of the circuit. Consult with equipment manufacturer to determine signal reference.

END OF SECTION

WG 0032-0008 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 26 - 5 REV-A Lift Station #2

SECTION 26 05 33 RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.1 WORK INCLUDED

A. Trenching and backfilling for all conduit systems installed by the Electrical Contractor shall be the responsibility of the Contractor. All conduits shall have minimum cover requirement of 36” below finish grade with the exception of site comm/signal conduits which may be 24” below finish grade minimum. More stringent depth requirements may be imposed by the local agency, and / or this specification or as detailed on the plans. Joint trenching may be utilized where practicable and were permitted by this specification. Sand shall be used as backfill material and shall be compacted in accordance with and coordinated with the grading and site preparation requirements. Conduits shall rest in a minimum of 4” bed of sand prior to backfill and compaction. Locations of existing underground (UG) utility systems shall be determined by calling Underground Service Alert (USA) at least 48 hours prior to any excavation.

B. Minimum conduit size shall be ½ inch except if plan shows or code requires larger size. Exception: Use minimum 3/4" for underslab and below grade applications outside of building exterior walls.

C. All line voltage wiring within the building shall be installed in metallic conduit.

D. All conduit, concrete pads, underground concrete or fiberglass substructures shall be furnished and installed with the Owner’s approved materials and type for the application. Provide proper traffic control during construction as well as barriers and protection of all excavations and trenching.

E. Empty or future conduits shall be properly plugged with plastic caps or inserts with a 3/8 inch polyethylene pull rope. Plastic or "duct" tape will not be acceptable.

F. Exterior installations: After conductors are installed, seal conduit ends to prevent entrance of foreign material using pliable duct seal, caps or waterproof expanding foam.

G. All low voltage systems including DC power and/or controls shall be in conduit unless otherwise noted. It shall be the contractor’s responsibility to provide raceway down walls to outlets and to provide sleeves across inaccessible ceiling spaces.

H. Underground conduits entering building shall have the open end of conduit within building above the elevation of the conduit outside the building such that water cannot enter building through conduit. If such a condition exists, a pull box outside of building footprint shall be installed in conduit route before conduit enters building whereby top of pull box is below finish floor of building and moisture may exit box before entering building.

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 1 REV-A Lift Station #2

I. No single conduit run of any type shall exceed 300 degrees of radius bend from termination box to termination box.

J. Section Includes: 1. Outlet boxes. 2. Junction and pull boxes. 3. Exterior in-grade boxes.

1.2 SYSTEM DESCRIPTION

A. Outlet System: Provide electrical boxes and fittings as required for a complete installation. Include but not limited to outlet boxes, junction boxes, pull boxes, bushings, locknuts, and all other necessary components.

B. Code Compliance: Comply with CEC as applicable to construction and installation of electrical boxes and fittings and size boxes according to CEC 312, 314 and 366 except as noted otherwise.

C. Flush Outlets in Insulated Spaces: Maintain integrity of insulation and vapor barrier.

1.3 SUBMITTALS

A. Provide Shop Drawings and Product Data for the Following Equipment: 1. Outlet boxes. 2. Weatherproof outlet boxes. 3. Junction and pull boxes. 4. Cabinets, termination cabinets. 5. Gutters. 6. Concrete boxes and vaults.

1.4 REGULATORY REQUIREMENTS

A. Conform to requirements of the CEC, latest adopted version with amendments by local AHJs.

B. Furnish products listed by UL or other independent and nationally recognized testing firm.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Outlet Boxes: Bowers, Raco, Steel City or approved.

B. Weatherproof Outlet Boxes: Bell, Red Dot, Carlon, or approved.

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 2 REV-A Lift Station #2

C. Junction and Pull Boxes: Circle AW, Hoffman, Wireguard or approved.

D. Box Extension Adapter: Bell, Red Dot, Carlon, or approved.

E. Conduit Fittings: O-Z Gedney, Thomas & Betts, or approved.

F. Vaults: Christy, Brooks, Utility Vault or approved equal.

2.2 OUTLET BOXES

A. NEMA 1 gutter, junction and pull boxes shall be fabricated from code gage steel finished in grey enamel with screw cover fronts and concentric knockouts in all sides.

B. NEMA 3R gutter, junction and pull boxes shall be fabricated from code gage galvanized steel with screw cover fronts and concentric knockouts in the bottom only. Any penetrations to the side, top or back shall be weatherproofed in an approved manner such as “MYERS” gasketed type hub or equal.

C. Steel outlet boxes and plaster rings shall be galvanized rigid assemblies, either one piece pressed or factory welded construction containing the size and number of knockouts required. Steel outlet boxes shall be manufactured, sized and installed in accordance with CEC Article 314. Device Outlet: Installation of one or two devices at common location, minimum 4 inch square, minimum 1 ½ inches deep. Single or 2 gang flush device plaster ring. Raco Series 681 and 686 or equal.

D. Luminaire Outlet: minimum 4” square with correct plaster ring depth, minimum 1-1/2” deep with 3/8-inch luminaire stud if required. Provide proper depth plaster ring on bracket outlets and on ceiling outlets.

E. Multiple Devices: Three or more devices at common location. Install 1 piece gang boxes with 1 piece device plastering. Install one device per gang unless otherwise allowed.

F. Masonry Boxes: Outlets in concrete, Raco Series 690 or equal.

G. Construction: Provide galvanized steel interior outlet wiring boxes, of the type, shape and size, including depth of box, to suit each respective location and installation; constructed with stamped knockouts in back and sides, and with threaded holes with screws for securing box covers or wiring devices. Boxes shall be properly secured to the structure such that they are flush with the finish surface. Boxes shall be made structurally secure by means of the proper fastening devices.

H. Accessories: Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, plaster rings, luminaire studs, cable clamps and metal straps for supporting outlet boxes, compatible with outlet boxes being used and meeting requirements of individual wiring situations.

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 3 REV-A Lift Station #2

2.3 WEATHERPROOF OUTLET BOXES

A. Construction: Provide corrosion-resistant cast iron, with zinc finish, weatherproof outlet wiring boxes, of the type, shape and size, including depth of box, with threaded conduit ends, cast metal face plate with spring-hinged waterproof cap suitably configured for each application, including face plate gasket, blank plugs and corrosion proof fasteners. Weatherproof boxes to be constructed to have smooth sides, zinc, galvanized finish.

B. Surface mounted device boxes shall be provided with screw holes to accommodate cast device covers.

2.4 JUNCTION AND PULL BOXES

A. Construction: Provide galvanized sheet steel junction and pull boxes, with screw-on covers; of the type shape and size, to suit each respective location and installation; with welded seams and equipped with steel nuts, bolts, screws and washers.

B. Location: 1. Install junction boxes above accessible ceilings for drops into walls for receptacle outlets from overhead. 2. Install junction boxes and pull boxes as required to facilitate the installation of conductors and limiting the accumulated angular sum of bends between boxes, cabinets and appliances to 300 degrees. 3. Locations: Junction boxes shall be located only where necessary and only in equipment , closets, and accessible attic and underfloor spaces. A horizontal distance of 24 inches shall separate outlet boxes on opposite sides of occupancy separation walls, fire-rated walls or partitions. 4. Labeling: Junction box covers shall be marked with indelible ink indicated the circuit numbers passing through the box.

2.5 BOX EXTENSION ADAPTER

A. Construction: Diecast aluminum.

B. Location: Install over flush wall outlet boxes to permit flexible raceway extension from flush outlet to fixed or movable equipment. Bell 940 Series, Red Dot IHE4 Series.

2.6 CONDUIT FITTINGS

A. Requirements: Provide corrosion-resistant punched-steel box knockout closures, conduit locknuts and plastic conduit bushings of the type and size to suit each respective use and installation.

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 4 REV-A Lift Station #2

2.7 EXTERIOR IN-GRADE BOXES FOR NON-UTILITY COMPANY USE SHALL BE:

A. Precast concrete or polymer concrete type with full bottoms and draining into gravel drywell. Acceptable manufacturers are Utility Vault and Christy.

B. Flushmount in hardscape and 1” above grade in softscape.

C. Provided with correct traffic type lid, i.e., full vehicular, “H-20” rated and stamped with “ELECTRIC”, “LIGHTING”, COMMUNICATIONS”, etc. cover identification as shown on the drawings or as applicable.

D. Provided with brass hold-down bolts in cover.

E. Provided with necessary box extensions to gain proper depth.

F. Provide properly rated covers for application, i.e., “H-20” traffic rated. All boxes or vaults located in streets, driveways, sidewalks wider than 8 feet, and turf areas where mowing takes place shall be traffic rated.

PART 3 PRODUCTS

3.1 MATERIALS

A. Heavy-wall rigid non-metallic conduit, shall be PVC schedule 40 manufactured in accordance with NEMA Standard TC-2, UL-651 and WC 1094A specifications. Approved manufacturers are Carlon, Certainteed, R&G Sloane or equal.

B. Extra heavy wall non-metallic conduit, shall be PVC schedule 80 manufactured in accordance with NEMA Standard TC-2, UL-651 and WC 1094A specifications. Approved manufacturers are Carlon, Certainteed, R&G Sloane or equal.

C. Galvanized rigid steel (GRS) conduit shall be hot dipped galvanized, zinc coated and shall comply with Underwriters Laboratories UL-6, ANSI Specification C-80.1 and Federal Specification WW-C-581E.

D. Electrical metallic tubing shall be zinc coated, with a protective coating applied to the inside surface and shall comply with Underwriter Laboratories UL-797 ANSI Specification C-80.3 and Federal Specification WW-C-563A.

E. Flexible metal conduit shall be continuous wound reduced wall galvanized steel produced to UL standards as manufactured by Alflex, American Flexible Conduit or equal.

F. Liquid tight flexible metal conduit shall have a thermoplastic cover over a galvanized steel core containing an integral copper ground in sizes to 1-1/4" and shall be in compliance with UL standards and CEC Article 350. Approved manufacturers are Anaconda (type UA), Electri-flex Liquatite or equal.

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 5 REV-A Lift Station #2

PART 4 EXECUTION

4.1 INSTALLATION

A. All conduit systems listed below are for use in installations where they are permitted to be used by CEC and/or other occupancy restrictions. The below installation methods do not intend to suggest that these materials be installed in conflict with any applicable code. Special attention to applications shall be made in building types such as wet location, hazardous locations, and occupancy type, but not limited to these. Requirements which are more restrictive than the CEC may be called for by the drawings and / or these specifications. These requirements must be adhered to. The Electrical Contractor shall be responsible to use the proper conduit system for the application. Exposed conduit is not allowed below ceilings or above slab of floor, without the permission and approval of the Architect. All conduits shall be concealed except in electrical and equipment rooms or where shown to be surface mounted. Exposed conduit shall be run square and plumb with building lines in an approved manner. Strap conduits to blocks with proper sized conduit straps. Spacing of support shall be a minimum as provided for in the CEC. All conduit mounted below 8 feet above finished grade shall be strapped at a minimum of 5 foot spacing.

B. Non-metallic rigid conduit shall be used in concrete slabs, below concrete slabs on grade, or underground outside of a building slab or foundation. Maintain minimum depth requirements and cover with appropriate fill material. Minimum 4 inches of bedding and cover of backfill material ¼ inch size grain and smaller maximum. Conduit shall be heavy wall Schedule 40 or 80, rigid PVC only. Rigid utility P&C duct shall not be used in any application. Properly sized grounding conductors shall be installed per CEC article 250, in all non-metallic conduit branch circuit and feeder runs. PVC conduit shall be formed or field bent only with the use of properly approved bending tools such as to not decrease the internal bore of the conduit. All conduits shall be cut square and reamed of burrs. Approved and compatible glue shall be used on all PVC fittings to attain watertight joints.

C. Galvanized rigid steel (GRS) conduit shall be used where exposed less than 8 feet – 0 inches above finished grade to 18 inches below finished grade and where subject to physical damage. Conduits shall be cut square and reamed to remove burrs and sharp edges. Strap conduit below 8’ above grade at 5 foot intervals. Unless otherwise noted, threadless setscrew and threadless weathertight fittings may be used in lieu of threaded fittings. All threaded ends entering a junction box of any type shall require one locknut on the inside and one on the outside of the enclosure and be provided with a plastic bushing or grounding bushing where necessary for proper grounding. Where exposed to moisture, a watertight hub or other approved method shall be required. All conduits shall be stubbed up straight and uniform into junction boxes, panels, cabinets, etc., and shall be properly supported and strapped.

D. Electrical metallic tubing (EMT) may be used within the building or as otherwise permitted by this specification. It shall not be in contact with soil or the concrete slab on the ground floor of any structure. Connectors and couplings may be steel set screw type where compression type weathertight. One hole conduit straps are permitted from

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 6 REV-A Lift Station #2

½ inch to 1 inch and two hole conduit straps are required for size 1-1/4 inch and larger. Fittings shall be steel EMT shall not be allowed in areas subject to physical damage. Install copper ground wire sized per CEC 250-122 in all EMT conduits.

E. Flexible conduit may be used where concealed in building construction or above dropped ceilings, but shall meet the following criteria: No individual circuit path from distribution panel to last device shall exceed a cumulative length of 30 feet of flexible conduit from start to end. Flexible conduit shall not exceed a total directional change of 270 bending degrees in any one run between conduit terminations. Squeeze type steel flex fittings of a grounding type are required. Flexible conduit must be supported in accordance with CEC. Where exposed to the weather, moisture, or spray down flexible conduit shall be of the liquidtight type. Fittings shall be manufactured for use with liquidtight flexible conduit. All motor connections shall be made with liquidtight flex. Flexible conduit may not be used where exposed except for last 2 feet of equipment connection and unless otherwise noted or approved. A copper ground wire sized per CEC 250-122 shall be installed in all flexible conduit runs. Flexible conduit may not be used exposed. Weatherproof liquid tight conduit shall not be used on roofs for equipment connections with lengths exceeding 24 inches nor shall it be used to circumvent a rigid conduit system in a horizontal direction.

F. Underground conduits and transition to above grade/slab shall be as follows: 1. PVC elbows allowed if top of elbow is minimum 18” BFG or below top of slab, otherwise GRS elbows are required. 2. GRS elbows are required if conduit run is 150’ or greater or transition to exposed installation. 3. GRS risers are required from elbow below grade to equipment (device, outlet, panel, cabinet, etc.) above grade. 4. GRS elbows/risers to be PVC coated or taped wrapped (1/2” lapped) to 3” above finish grade or top of slab.

G. Conduit Supports: Conduit runs may be supported by two-hole straps or supports as manufactured by Unistrut, Minerallac, Caddy or equals. Supports may be fastened by means of anchors, shields, beam clamps, toggle bolts, or other approved methods appropriate for the application and size of conduit. Pipe nailers (J-hooks) shall not be used. Conduit support methods are subject to review by the engineer and authority having jurisdiction for adequacy. Installations deemed inadequate shall be corrected by the contractor at no cost to the Owner.

H. Bends and offsets shall be made with approved tools for the type of conduit being utilized. Bends shall be made without kinking or destroying the smooth bore of the conduit. Parallel conduits shall be run straight and true with bends uniform and symmetrical. Minimum radii shall be per CEC 344-24.

I. Conduit Stub-outs below grade shall be capped with plastic cap (not duct tape), and identified placing a pull box marked with correctly identified utility such as “Elec”, “Tel”, etc. Dimension for exact location on field record drawings. Provide lids for proper field application (i.e. traffic, incidental, pedestrian).

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 7 REV-A Lift Station #2

J. Conduit Seals: Where below grade conduits enter structure through slab or retaining wall of building or , seal the inside of each conduit as follows: 1. Provide damming material around conductors 3 inch into conduit. 2. Fill 3 inches of conduit with 3M #2114 sealing compound. 3. Wrap conductors where they exit the conduit with 3M #2229 "Scotch Seal" mastic tape. Lap tape to approximate diameter of the raceway and wrap outside of conduit opening with (minimum) one turn. 4. Use conduit sealing bushings type CSB (O-Z/Gedney) or equal. 5. Empty conduits shall be sealed with standard non-hardening duct seal compound and then capped to prevent entrance of moisture and gases and to meet fire resistance requirements.

K. Marker tape: Place plastic yellow marker tape at 12 inches below finish grade along and above buried conduits. Label tape "CAUTION: ELECTRICAL LINES BELOW" or similar wording.

L. Duct bank conduit spacers and saddles shall be required in all trenches where more than two conduits over 2 inch in diameter travel in the same trench. Proper spacing between systems as outlined above shall be required and spacers shall be located each five feet (maximum) along trench route from point to point.

M. Conduits, routed below footings, slabs, grade beams, columns, and other structural elements shall be installed in strict compliance with structural details and criteria shown on structural plans. Clearances below structural elements and sleeves through structural elements must be carefully planned to avoid conflict. Coordinate with building shop drawings prior to layout and installation.

N. All conduit or raceways passing through fire rated walls, floors, or ceilings shall be installed with a listed penetration method which protects the opening to the same rating as the assembly and is non hardening.

O. Location: Locate boxes and conduit bodies so as to ensure accessibility of electrical wiring.

P. Anchoring: Secure boxes rigidly to the substrate upon which they are being mounted, or solidly embed boxes in concrete or masonry.

Q. Special Application: Provide weatherproof outlets for locations exposed to weather or moisture.

R. Knockout Closures: Provide knockout closures to cap unused knockout holes where blanks have been removed.

S. Mount Center of Outlet Boxes, unless Otherwise Required by ADA, or Noted on Drawings, the Following Distances above the Floor: 1. Control Switches: 48 inches. 2. Receptacles: 18 inches. 3. Telecom Outlets: 18 inches.

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 8 REV-A Lift Station #2

4. Other Outlets: As indicated in other sections of specifications or as detailed on drawings.

T. Coordinate all electrical device locations with the building shop drawings and interior and exterior elevations to prevent mounting devices within elements that they may conflict such as cabinetry, mirrors, planters, etc.

END OF SECTION

WG 0032-0008 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 33 - 9 REV-A Lift Station #2

SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEM

PART 1 GENERAL

1.1 DESCRIPTION

A. Provide all labor materials and equipment necessary for nameplates and warning signs where shown on the contract drawings and specified herein including the following: 1. Nameplates and warning signs permanently installed on all electrical equipment and devices including, but not limited to, the following items: a. Enclosures for switchboards, motor control, panels, pullboxes, cabinets and motors. b. Enclosures for all separately enclosed devices including, but not limited to, disconnect switches, circuit breakers, contactors, time switches control stations and relays. c. Wall switches not within sight of outlet controlled. d. Special systems such as SCADA and signal systems. Identification shall be at each equipment rack, terminal cabinet, control panel, annunciator and pullbox. e. Devices mounted within and part of equipment including circuit breakers, switches, control devices, control transformers, relays, indication devices and instruments.

1.2 Related Work:

A. Work of this Section shall comply with the Contract Documents including, but not necessarily limited to, General Conditions and the General Requirements.

PART 2 PRODUCTS

2.1 NAMEPLATE DESIGNATIONS SHALL CLEARLY STATE

A. Manufacturer's nameplate including equipment design rating of current, voltage, KVA, HP, bus bracing rating or as applicable.

B. Equipment nameplates designating system usage and purpose, system nominal voltage, equipment rating in KVA, amperes, HP and RPM as applicable. Designation data per drawings or to be supplied with Shop Drawings approval.

C. Panelboard nameplates showing panel designation, voltage, phase and source.

WG 0032-0008 IDENTIFICATION OF ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 53 - 1 REV-A Lift Station #2

2.2 MANUFACTURERS DEVICE NAMEPLATES Device usage, purpose, or circuit number; manufacturer and electrical characteristic ratings including the following:

A. Circuit Breakers: Voltage, continuous current, maximum interrupting current and trip current.

B. Switches: Voltage, continuous current, horsepower or maximum current switching. If fused, include nameplate stating "Fuses must be replaced with current limiting type of identical characteristics".

C. Contactors: Voltage, continuous current, horsepower or interrupting current, and whether "mechanically held" or "electrically held".

D. Motors: Rated voltage, full load amperes, frequency, phases, speed, horsepower, code letter rating, time rating, type of winding, class and temperature.

E. Controllers: Voltage, current, horsepower and trip setting of motor running overcurrent protection.

2.3 MATERIALS

A. For Nameplates: Three layer laminated plastic or micarta with engraved white letters over black background.

B. For Emergency Equipment: Use engraved white letters over red background.

C. For Warning Signs: Minimum 18 gauge steel with red lettering on white porcelain enamel finish.

PART 3 EXECUTION

3.1 MOUNTING

A. Nameplates shall be mounted by self-tapping, threaded screws and bolts, or by rivets. Adhesive types are not acceptable.

3.2 MINIMUM LETTER HEIGHTS ON NAMEPLATES (AS APPLICABLE)

A. Panelboards and Special Systems Enclosures: 1/4 inch identify equipment designation; 1/8 inch identify voltage rating and source.

B. Individual Circuit Breakers, Switches, and Motor Starters in Panelboards: 3/16 inch identify circuit and load served, including location.

WG 0032-0008 IDENTIFICATION OF ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 53 - 2 REV-A Lift Station #2

C. Individual Circuit Breakers, Enclosed Switches, and Motor Starters: 3/16 inch identify load served.

3.3 WARNING SIGNS

A. Warning signs shall be permanently mounted with cadmium plated steel screws or nickel-plated brass bolts.

B. Warning signs to read "DANGER - HIGH VOLTAGE", with letters 1-1/2 inch high, 3/16 inch stroke minimum.

C. Provide warning sign on all doors or immediately next to door for equipment rooms or closets containing equipment energized above 150 volts to ground or as directed by the Architect.

END OF SECTION

WG 0032-0008 IDENTIFICATION OF ELECTRICAL SYSTEMS December 2009 City of Morro Bay Page 26 05 53 - 3 REV-A Lift Station #2

SECTION 26 24 16 PANELBOARDS

PART 1 GENERAL

1.1 DESCRIPTION

A. This section specifies the furnishing, installation and connection of panelboards & cabinets

B. Provide all labor materials and equipment necessary for cabinets where shown on the contract drawings and specified herein.

C. Related Work: 1. Work of this Section shall comply with the Contract Documents including, but not necessarily limited to, General Conditions and the General Requirements. 2. Section 26 05 53: Identification for Electrical Systems

1.2 RELATED WORK

A. Painting Section: Identification and painting of panelboards.

B. Section 26 05 00, COMMON WORK RESULTS FOR ELECTRICAL

C. Section 26 05 33, RACEWAYS & BOXES FOR ELECTRICAL SYSTEMS.

D. Section 26 05 19, LOW-VOLTAGE ELECTRICAL POWER CONDUTORS & CABLES: Cables and wiring.

E. Section 26 05 26, GROUNDING & BONDING FOR ELECTRICAL SYSTEMS: Requirements for personnel safety and to provide a low impedance path for possible ground fault currents.

1.3 APPLICABLE PUBLICATIONS

A. Publications listed below (including amendments, addenda, revisions, supplements and errata) form a part of this specification to the extent referenced. Publications are referenced in the text by the basic designation only.

B. Underwriters Laboratories, Inc. (UL): 1. No. 50-1995 Enclosures for Electrical Equipment 2. No. 67-1993 Panelboards 3. No. 489-1991 Molded Case Circuit Breakers and Circuit Breaker enclosures

C. National Fire Protection Association (NFPA):

WG 0032-0008 PANELBOARDS December 2009 City of Morro Bay Page 26 24 16 - 1 REV-A Lift Station #2

1. No. 70-2004 California Electrical Code (CEC)

D. National Electrical Manufacturers Association (NEMA): 1. No. PB-1-2002 Panelboards. 2. No. AB-3-1996 Molded Case Circuit Breakers and Their Application.

PART 2 PRODUCTS

2.1 PANELBOARDS

A. Panelboards shall be in accordance with UL, NEMA, NEC, CEC and as shown on the drawings. Approved manufacturers are Cutler Hammer, Square D, Seimens, General Electric.

B. Panelboards shall be standard manufactured products. All components of the panelboards shall be the product and assembly of the same manufacturer. All similar units of all panelboards to be of the same manufacturer.

C. All panelboards shall be dead front safety type. Arrange sections for easy removal without disturbing other sections.

D. All panelboards shall be completely factory assembled with molded case circuit breakers. All factory wiring shall be checked for correct tightness and visually inspected to insure that bussing and terminations have not become loose in transit to job site.

E. Panelboards shall have main breaker or main lugs, bus size, voltage, phase, top or bottom feed, and flush or surface mounting as scheduled on the drawings. Refer to single line diagram and panel schedules on drawings. Terminals shall be minimum 75 degree rated. Back fed main circuit breakers are not allowed. Main circuit breakers shall be vertically mounted.

F. Panelboards shall have the following features: 1. Nonreduced size copper bus bars, and connection straps bolted together and rigidly supported on molded insulators. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of branch circuit devices. 2. Full size neutral bar, mounted on insulated supports. 3. Ground bar with sufficient terminals for all grounding wires. Buses braced for the available short circuit current. 4. All breakers and phase bus connections shall be arranged so that it will be possible to substitute a 2-pole breaker for two single pole breakers, and a 3-pole breaker for three single pole breakers, when trip is 30 amps or less and frame size is 100 amperes or less, without having to drill and tap the main bus bars at bus straps. Where used for heating and air conditioning, and refrigeration equipment, use only HACR type U.L. listed circuit breakers. 5. Design interior so that protective devices can be replaced without removing adjacent units, main bus connectors, and without drilling or tapping.

WG 0032-0008 PANELBOARDS December 2009 City of Morro Bay Page 26 24 16 - 2 REV-A Lift Station #2

6. Where designated on panel schedule as "space", include all necessary bussing, device support and connections. Provide blank cover for each space. 7. In two section panelboards, the main bus in each section shall be full size. The first section shall be furnished with subfeed lugs on the line side with cable connections to the second section. Panelboard sections with tapped bus or crossover bus are not acceptable. 8. Series rated panelboards are not permitted. 9. Label all panels in accordance with Section 26 05 53 Identification for Electrical System. 10. Recessed panel space conduit: Provide (1) ¾ inch spare conduit stubbed to accessible ceiling space and/or interstitial space below floor for every (5) spaces and spares indicated on panel schedules.

G. Panelboards serving as building mains shall be “service entrance rated” and UL Listed as “service equipment”.

H. Type: Cabinets shall be flush or surface mounted type as indicated on the Contract Drawing, as per Code and U.L. Standard 50.

I. Cabinet Construction: Sizes as indicated, constructed of code gauge sheet steel with hinged lockable doors, common keyed with panelboards. Equip cabinets with 3/4" fire retardant treated plywood backboards and/or barriers as applicable, terminal blocks for connection; index card holders and cards mounted behind heavy plastic on inside of cabinet doors.

J. Finish: Cabinets shall be chemically cleaned and the fronts shall be finished in same way as panelboards and switchboards.

K. Controls: As indicated on the Contract Drawings.

2.2 CABINETS AND TRIMS

A. Cabinets: 1. Provide galvanized steel cabinets to house panelboards. Cabinets for outdoor panels shall be factory primed and suitably treated with a corrosion-resisting paint finish meeting UL standard for outdoor applications. 2. Cabinet enclosure shall not have ventilating openings. 3. Cabinets for panelboards may be of one piece formed steel or of formed sheet steel with end and side panels welded, riveted, or bolted as required. 4. Provide necessary hardware for "in" and "out" adjustment of panel interior. 5. Cabinets for two section panelboards shall be arranged side by side, and shall be the same height. Flush mounted cabinets should be 1-1/2 inches apart and coupled by conduit nipple if necessary. 6. Gutter size in panel boxes, on all sides, shall be in accordance with the CEC. Penetrations through gutter to live area of the panelboard shall incorporate approved non-metallic-grommet type of insulation to protect wire passing through.

WG 0032-0008 PANELBOARDS December 2009 City of Morro Bay Page 26 24 16 - 3 REV-A Lift Station #2

B. Trims: 1. Fabricate trim of sheet steel consisting of frame with door attached by concealed hinges. Provide flush or surface trim as shown on the drawings. 2. Flush trims shall overlap the box by at least 3/4-inch all around. 3. Surface trim shall have the same width and height as the box. 4. Flush or surface trims shall not have ventilating openings. 5. Secure trims to back boxes by indicating trim clamps. 6. Provide a welded angle on rear of trim to support and align trim to cabinet. 7. Provide separate trims for each section of multiple section panelboards. Trims and doors of sections shall be of the same height.

C. Doors: 1. Provide doors with flush type latch and manufacturer's standard lock. Doors over 48 inches in height shall have a vault handle and a three-point catch, arranged to fasten door at top, bottom, and center. 2. In making switching devices accessible, doors shall not uncover any live parts. 3. Provide concealed hinges welded to the doors and trims. 4. For lighting or power contactors incorporated in panelboards, provide separate doors for the contactors. 5. Provide keyed alike system for all panelboards. 6. Provide a directory card, metal holder, and transparent cover. Permanently mount holders on inside of doors.

D. Painting: 1. Thoroughly clean and paint trims and doors at the factory with primer and manufacturer's standard finish.

E. Type: Cabinets shall be flush or surface mounted type as indicated on the Contract Drawing, as per Code and U.L. Standard 50.

F. Cabinet Construction: Sizes as indicated, constructed of code gauge sheet steel with hinged lockable doors, common keyed with panelboards. Equip cabinets with 3/4" fire retardant treated plywood backboards and/or barriers as applicable, terminal blocks for connection; index card holders and cards mounted behind heavy plastic on inside of cabinet doors.

G. Finish: Cabinets shall be chemically cleaned and the fronts shall be finished in same way as panelboards and switchboards.

H. Controls: As indicated on the Contract Drawings.

PART 3 EXECUTION

3.1 INSTALLATION

A. Installation shall be in accordance with CEC, as shown on the drawings, and as specified.

WG 0032-0008 PANELBOARDS December 2009 City of Morro Bay Page 26 24 16 - 4 REV-A Lift Station #2

B. Locate panelboards so that the present and future conduits can be conveniently connected. Coordinate the sizes and layout of cabinets within the designated spaces. All equipment must be dimensioned in order to physically fit in the spaces provided and to comply with all code required clearances.

C. Install a typewritten schedule of circuits in each panelboard. Include the room numbers (as finally described by the Owner) and items served on the cards. Obtain final room numbers from Owner prior to creating schedule.

D. Mount the panelboard so that maximum height of the top circuit breaker above finished floor shall not exceed 78 inches.

E. For panelboards located in areas accessible to the public, paint the exposed surfaces of the trims, doors, and boxes with finishes to match surrounding surfaces after the panelboards have been installed.

F. Circuit numbers shall correspond to the approved panel schedule. Provide as-built drawings showing the actual circuit numbers being used for each device on each branch circuit if changes are required.

G. Verify depth of all flushmounted enclosures in walls to be certain wall depth will accommodate panel depth prior to installation.

H. Required: To be located where indicated on the Contract Drawing and installed as per manufacturer's instruction. Securely fasten to structural members or Unistrut support in vertical and plumb position and at heights indicated.

END OF SECTION

WG 0032-0008 PANELBOARDS December 2009 City of Morro Bay Page 26 24 16 - 5 REV-A Lift Station #2

SECTION 26 27 26 WIRING DEVICES

PART 1 GENERAL

1.1 DESCRIPTION

A. This section specifies the furnishing, installation and connection of wiring devices.

1.2 RELATED WORK

A. Section 26 05 00, COMMON WORK RESULT FOR ELECTRICAL

B. Section 26 05 33, RACEWAYS & BOXES FORE ELECTRICAL SYSTEMS

C. Section 26 05 19, LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES

D. Section 26 05 26, GROUNDING & BONDING FOR ELECTRICAL SYSTEMS.

PART 2 PRODUCTS

2.1 RECEPTACLES

A. General: All receptacles shall be listed by Underwriters Laboratories, Inc. 1. Mounting straps shall be plated steel, with break-off plaster ears and shall include a self-grounding feature (this feature does not substitute for a grounding conductor terminated on grounding strap of device). Terminal screws shall be brass, brass plated or a copper alloy metal. 2. Receptacles shall be of a screw terminal type, “pressure type quick wire” terminations are not allowed.

B. Duplex receptacles shall be single phase, 20 ampere, 120 volts, 2-pole, 3-wire, and conform to the NEMA 5-20R configuration in NEMA WD 6. The duplex type shall have bussing break-off feature for two-circuit operation. The ungrounded pole of each receptacle shall be provided with a separate terminal. 1. Bodies shall be gray in color or as directed by Owner. 2. Ground Fault Interrupter Duplex Receptacles: Shall be an integral unit suitable for mounting in a standard outlet box. a. Ground fault interrupter shall be commercial grade and consist of a differential current transformer, solid state sensing circuitry and a circuit interrupter switch. It shall be rated for operation on a 60 Hz, 120 volt, 20- ampere branch circuit. Device shall meet CEC requirements. Device shall have a minimum nominal tripping time of 1/30th of a second. Devices shall meet UL 943.

WG 0032-0008 WIRING DEVICES December 2008 City of Morro Bay Page 26 27 26 - 1 REV-A Lift Station #2

C. Receptacles; 20, 30 and 50 ampere, 250 volts: Shall be complete and match with appropriate cord grip plug. Devices shall meet UL 231.

D. Weatherproof Receptacles: Shall consist of a duplex receptacle, mounted in box with a gasketed, weatherproof, cast metal cover plate and cap over each receptacle opening. The cap shall be permanently attached to the cover plate by a spring-hinged flap. The weatherproof integrity shall not be affected when heavy duty specification or plug caps are inserted. Cover plates on outlet boxes mounted flush in the wall shall be gasketed to the wall in a watertight manner.

2.2 TOGGLE SWITCHES AND DIMMERS

A. Toggle switches shall be totally enclosed tumbler type with bodies of phenolic compound. Toggle handles shall be gray in color or as directed by Owner. 1. Switches installed in hazardous areas shall be explosion proof type in accordance with the CEC and as shown on the drawings. 2. Shall be single unit toggle, butt contact, quiet AC type, heavy-duty general- purpose use with an integral self grounding mounting strap with break-off plasters ears and be of a screw terminal type. 3. Shall be color coded for current rating, listed by Underwriters Laboratories, Inc., and meet the requirements of NEMA WD 1, Heavy-Duty and UL 20. 4. Ratings: a. 120 volt circuits: 20 amperes at 120-277 volts AC. 5. The switches shall be mounted on the strike plate side of doors or as shown on plans. 6. Incorporate barriers between switches with multi-gang outlet boxes where required by the CEC. 7. All toggle switches shall be of the same manufacturer.

2.3 WALL PLATES

A. Wall plates for switches and receptacles shall be type 302 stainless steel or as directed by Owner.

B. Standard NEMA design, so that products of different manufacturers will be interchangeable. Dimensions for openings in wall plates shall be accordance with NEMA WD1.

C. For receptacles or switches mounted adjacent to each other, wall plates shall be common for each group of receptacles or switches.

D. Wall plates for data, telephone or other communication outlets shall be as specified in the associated specification.

E. Surface mounted boxes, NEMA1, shall be industrial grade raised galvanized steel covers. In shop areas all receptacles shall be dust proof and or waterproof where applicable.

WG 0032-0008 WIRING DEVICES December 2008 City of Morro Bay Page 26 27 26 - 2 REV-A Lift Station #2

F. Waterproof device covers shall be cast iron, 4-corner screw type, for FS and FD type mounting. Device covers shall be zinc galvanized finish. Weatherproof covers shall be lockable.

PART 3 EXECUTION

3.1 INSTALLATION

A. Installation shall be in accordance with the CEC and as shown as on the drawings.

B. Ground terminal of each receptacle shall be bonded to the outlet box with an approved green bonding jumper, and also connected to the green equipment grounding conductor.

C. General: Devices shall be of the type specified herein. All devices shall be installed with “pigtailed” leads from the outlet box. No device shall be used in the “feed through” application. Screw terminals shall be used to connect all devices to the circuit and shall be grounded by means of a ground wire where grounding terminals are provided in the device.

D. Installation: Devices and plates shall be installed in a “plumb” condition and must be flush with the finish surface of the wall where boxes are recessed.

E. Mounting heights: All control and convenience devices shall comply with California Code of Regulations Title 24 and ADA with respect to accessibility requirements. Switches shall be mounted between 36 and 48 inches above finish floor; mounting heights indicated on plans shall have precedence.

END OF SECTION

WG 0032-0008 WIRING DEVICES December 2008 City of Morro Bay Page 26 27 26 - 3 REV-A Lift Station #2

SECTION 26 28 16 ENCLOSED SWITCHES & CIRCUIT BREAKERS

PART 1 GENERAL

1.1 DESCRIPTION

A. Provide all labor materials and equipment necessary for disconnect, safety switches, & circuit breakers where shown on the contract drawings and specified herein.

B. Related Work: 1. Work of this Section shall comply with the Contract Documents including, but not necessarily limited to, General Conditions and the General Requirements. 2. Section 26 05 53: IDENTIFICATION FOR ELECTRICAL SYSTEM

PART 2 PRODUCTS

2.1 GENERAL

A. Approved Manufacturers: Cutler Hammer, General Electric, ITE-Siemens and Square- D.

B. Disconnect Switches: Provide with devices enabling the switch to be locked in the open or closed positions.

C. Manual Motor Switches: Tumbler type rated 3HP, 240 Volts with or without overload heaters as required to protect equipment served.

D. Externally Operable Safety Switches: To have quick-make, quick-break mechanism, capable of switching 10 times switch rating, with cover interlock to prevent opening with switch in ON position and defeat mechanism for maintenance.

E. Switches: Shall be general duty (GD) for 240 volt and below and heavy duty (HD) for 277/480 volt type unless otherwise indicated. Provide NEMA 1 enclosures for interior locations and NEMA 3R enclosures for exterior or wet locations. Provide with number of poles, ampacity, voltage and HP rating, fusible or nonfusible as indicated. Copper blades shall be visible in off position.

F. Fusible Switches: Equip them with rejection clips for UL Class R fuses. Switches having a dual rating when used with dual element fuses shall have a rating so indicated and shall be confirmed by equipment vendor being connected.

G. 600 Amperes or Less Fuses: UL Class RKI with a minimum interrupting rating of 200,000 Amperes, Bussmann "Low-Peak Type" or equal.

WG 0032-0008 ENCLOSED SWITCHES AND CIRCUIT BREAKERS December 2008 City of Morro Bay Page 26 28 16 - 1 REV-A Lift Station #2

2.2 MOLDED CASE CIRCUIT BREAKERS FOR PANELBOARDS

A. Breakers shall be UL listed and labeled, in accordance with the CEC, as shown on the drawings, and as specified.

B. Circuit breakers in panelboards shall be bolt on type on phase bus bar or branch circuit bar. 1. Molded case circuit breakers shall have automatic, trip free, non-adjustable, inverse time, and instantaneous magnetic trips for 100 ampere frame or less. Magnetic trip shall be adjustable from 3 times to 10 times for breakers with 600 ampere frames and higher. Factory setting shall be HI, unless otherwise noted.

C. Breaker features shall be as follows: 1. Integral housing of molded insulating material. 2. Silver alloy contacts. 3. Arc quenchers and phase barriers for each pole. 4. Quick-make, quick-break, operating mechanisms. 5. A trip element for each pole, thermal magnetic type with long time delay and instantaneous characteristics, a common trip bar for all poles and a single operator. 6. Electrically and mechanically trip free. 7. An operating handle which indicates ON, TRIPPED, and OFF positions. a. Line connections shall be bolted. b. Interrupting rating shall not be less than the maximum short circuit current available at the line terminals as indicated on the drawings. The interrupting rating shall not be less than the minimum identified requirement. 8. An overload on one pole of a multipole breaker shall automatically cause all the poles of the breaker to open.

2.3 SEPARATELY ENCLOSED MOLDED CASE CIRCUIT BREAKERS

A. Where separately enclosed molded case circuit breakers are shown on the drawings, provide circuit breakers in accordance with the applicable requirements of those specified for panelboards.

B. Enclosures are to be of the NEMA types shown on the drawings. Where the types are not shown, they are to be the NEMA type most suitable for the environmental conditions where the breakers are being installed.

PART 3 EXECUTION

3.1 GENERAL INSTALLATION

A. Locations: Install switches, disconnects and safety where indicated on the Contract Drawings or as required by CEC.

WG 0032-0008 ENCLOSED SWITCHES AND CIRCUIT BREAKERS December 2008 City of Morro Bay Page 26 28 16 - 2 REV-A Lift Station #2

B. Fastenings: Securely fasten switches to structural members or unistrut support as directed by the manufacturer.

C. Manual Motor Switches: Install flush mounted in finished areas.

D. Manual Motor Switches: Install surface mounted in equipment rooms and non-finished areas. Where installed above inaccessible ceilings provide access panels.

E. Label all disconnect switches in accordance with Section 26 05 53 Identification for Electrical Systems.

F. Fuse: All fuses shall be as indicated on the plan or as required by the equipment. Verify fuse size with equipment manufacturer requirements, prior to installation. Use current limiting fuses as indicated on plan.

G. Terminals shall be minimum 75 degree rated.

H. Contractor shall include the services of an independent testing company to test GFI circuit breakers in distribution and main panelboards.

END OF SECTION

WG 0032-0008 ENCLOSED SWITCHES AND CIRCUIT BREAKERS December 2008 City of Morro Bay Page 26 28 16 - 3 REV-A Lift Station #2

SECTION 31 00 00

EARTHWORK

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.02 SUMMARY

A. Section Includes: 1. Excavation (cut) 2. Embankment (fill) 3. Clearing and Grubbing 4. Subgrade Preparation

B. Excavation (cut) shall include excavating all materials, of whatever character and subsurface conditions, as required for the construction of the project, including the following: 1. Excavation for roadways. 2. Excavation for the construction of pavement and hardscape areas. 3. Excavation for structure foundations, vaults, wetwell. 4. Excavation for ditches and channels. 5. Excavation for mass grading. 6. Excavation for finish grading. 7. Overexcavation of areas to be recompacted. 8. Embankment (fill) shall include the construction of embankments and placing material, including the following: a. Embankment for Roadways. b. Embankment for the construction of pavement, and hardscape areas. c. Backfilling of structures. d. Embankment for Mass Grading e. Embankment for Finish Grading f. The placement of native, select and other backfills.

C. Unless separately specified, earthwork shall include all clearing and grubbing.

D. Earthwork shall also consist of the control of ground and surface waters, the application of water for grading operations, the control of dust and mud, erosion control, the removal of unsuitable materials, the furnishing of all labor, materials, tools, equipment and incidentals, and for doing all work that is necessary to construct and maintain the required facilities.

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 1 REV-A Lift Station #2

E. Whenever the term finished grade is used, it shall mean the finished surface of the completed facility.

F. Unit Prices: Administrative and procedural requirements for unit prices are specified in Section 01 20 00, Price and Payment Procedures.

1.03 RELATED SECTIONS

A. Section 01 33 00 - Submittal procedures.

B. Section 02 21 00 - Surveys

C. Section 31 23 19 - Dewatering

D. Section 31 23 33 - Trenching and Backfilling

E. Section 31 41 00 - Shoring

1.04 SUBMITTALS

A. Delivery certifications (load slips) for all aggregate base supplied.

B. Delivery certifications (load slips) for all sand base and backfill.

C. Delivery certifications (load slips) for concrete slurry backfill.

D. Furnish, without additional cost to the City, such quantities of import or native materials as may be required by the Engineer for test purposes.

PART 2 PRODUCTS

2.01 NO MATERIALS SHALL BE DELIVERED TO THE SITE THAT ARE NOT IN CONFORMANCE WITH THESE SPECIFICATIONS, OR UNLESS ACCEPTED BY THE ENGINEER IN WRITING.

A. Select Backfill: Backfill designated as “select”, or “sand” shall conform to be the Caltrans Standard Specifications, Paragraph 19-3.025B for sand.

B. Slurry Backfill: Slurry backfill shall be 1-sack mix sand-cement slurry, and shall conform to the material requirements described in Caltrans Standard Specifications, Section 19-3.062.

C. Native Material: See the Soils Report for identification of native material to be found on site. Native material may be used as excavation backfill provided such material meets the requirements of Paragraph 2.01E of this Section, subject to approval from the Engineer.

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 2 REV-A Lift Station #2

D. General Fill: The on-site clayey sand, poorly graded sand, well graded sand, and appropriate imported nonexpansive material may be used as general fill.

E. Imported Nonexpansive Material: Imported nonexpansive material shall be coarse grained (ASTM D 2488-00) and shall have an expansion index of less than 10 (ASTM D 4829-03). Nonexpansive materials proposed for import shall be approved by the Engineer prior to being transported to the site, and shall be subject to further sampling and/or review during construction.

F. Crushed Gravel: Crushed gravel shall be free draining crushed rock, ½-inch to 1 ½-inch size. Float Rock or river run gravel is not acceptable.

G. Filter Fabric. Mirafi 140N or approved equal.

2.02 DEFINITIONS

A. Compacted: Unless stated otherwise, compacted, or recompacted, shall mean material placed in level lifts not exceeding 8 inches in loose thickness and compacted as specified in this Section.

B. Compaction: Maximum dry density as defined by ASTM D 1557-02.

C. Field density: ASTM D 2922-01

2.03 DESIGN PARAMETERS

A. Mat foundation design: 1. Seismic Source: Los Osos Fault 2. Distance to Seismic Source: 8 kilometers 3. Seismic Zone: 4 4. Seismic Zone Factor (CBC Table 16-I): 0.40 5. Seismic Source Type (CBC Table 16-U): B 6. Soil Profile Type (CBC Table 16-J): SD 7. Seismic Coefficient-Ca (CBC Table 16-Q): 0.44 8. Seismic Coefficient-Cv (CBC Table 16-R): 0.70 9. Near Source Factor-Na (CBC Table 16-S): 1.0 10.

PART 3 EXECUTION

3.01 EARTHWORK MAINTENANCE

A. The Contractor shall be responsible for all maintenance related to the earthwork operations, both on and offsite. Maintain all areas clean of dust, mud and debris, and control erosion during the earthwork operations.

B. Street Cleaning: Exercise care in the use of public and private roads, parking areas, and repair damage thereto caused by operations, at no additional cost to

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 3 REV-A Lift Station #2

City. Such repair shall be to the satisfaction of the City. The Contractor shall take whatever means are necessary to prevent tracking of mud onto roads and parking areas, and shall keep said areas roads free of debris. The Contractor shall utilize street cleaning machines as necessary to maintain the streets free of dirt and debris from its operations at all times.

C. Dust Control: Take proper and efficient steps to control dust. Contractor to supply water for dust control. Coordinate with City for temporary construction water.

D. Storage of Materials: Neatly place excavated materials far enough from the excavation to prevent stability problems. Keep the materials shaped so as to cause the least possible interference with drainage. Provide all such erosion control measure as are required to prevent loss of material or damage to property. The cost of maintaining and protecting stockpiled materials shall be considered to be included in the price paid for excavating, filling, or furnishing the materials, and there will be no separate payment allowed therefore.

E. Existing Facilities: Maintain access to existing facilities to permit continued operation as required by the City. Maintain access for fire fighting equipment and to fire hydrant.

F. Erosion Control shall be as shown on the drawings.

G. Finished Condition: Grades shall be maintained in a finished condition and true to grade until acceptance of the contract as complete.

3.02 SITE PREPARATION

A. The ground surface shall be prepared for grading by removing fences, and fence pole foundation, vegetation, large roots, debris, other deleterious material, AC, and other items noted for removal.

B. Voids created by the above removals shall be filled and recompacted with the material and to the requirements of the area in question.

3.03 CLEARING AND GRUBBING

A. Unless shown otherwise on the drawings, the entire area to be graded shall be cleared and grubbed.

B. The natural ground surface shall be cleared of all vegetation including trees, logs, upturned roots, roots of down trees, brush, grass, weeds and other objectionable material including concrete and masonry.

C. Within the limits of clearing, the areas below the natural ground surface, shall be grubbed to a depth necessary to remove all stumps, roots, buried logs, and all other objectionable material.

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 4 REV-A Lift Station #2

D. Protect existing trees designated to remain by placing orange ESA fencing at the drip line or as shown o the drawings prior to any clearing and grubbing or other earthwork.

E. Voids created by the above removals shall be filled and recompacted with the material and to the requirements of the area in question.

F. Properly dispose of all removed objectionable material.

3.04 EXCAVATION

A. Perform all construction excavation, including hand digging, shoring, de-watering, asphaltic concrete removal, concrete removal, and grading necessary or required for the construction of the Work as covered by these Specifications and indicated on the Drawings. The excavation shall include, without classification, the removal and disposal of all materials of whatever nature encountered, including buried tree roots/root balls, water and all other obstructions that would interfere with the proper construction and completion of the required work.

B. Based on the Soils Report, soils are considered Type C. However, Contractor shall determine suitability of soils used for general backfill per Paragraph 2.01.D of this Section.

C. Temporary Excavation Slopes: Temporary exaction slopes shall comply with OSHA requirements for the soil types and conditions encountered and the Soils Report. Refer to Section 31 41 00 for shoring requirements. Unless other materials are encountered, temporary excavation slopes shall be constructed as follows:

D. Simple excavation slopes shall have a maximum slope of 1.5 : 1 (horizontal to vertical). Flatter slopes and/or a shoring system shall be utilized as the soil conditions dictate.

E. Overexcavation of Building: 1. The building area (extending 3 feet beyond the foundation perimeter) shall be overexcavated as follows: a. Mat foundation shall be used to found the building. Design of mat shall be waffle or rib design, and design of mat slab shall be the responsibility of the Pre-fabricated Building Engineer. b. Excavate to a level plane a minimum depth of 1 foot below bottom-of-mat elevation. The exposed surface shall be scarified to a depth of 1 foot, moisture conditioned, and recompacted to a minimum of 90 percent of maximum dry density. c. The building area to be overexcavated includes the foundation area, plus 3 feet to each side of any structures that are rigidly attached to the building. Such structures include retaining walls, covered walkways, ramps, or mechanical vaults or pits.

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 5 REV-A Lift Station #2

d. Where exterior flatwork is planned, the soil under the flatwork and 2 feet beyond the perimeter shall be overexcavated to a minimum depth of 18 inches below the elevation of the bottom of the flatwork. e. Following overexcavation, the areas shall be scarified to a minimum depth of 12 inches, moisture conditioned, and recompacted to a minimum of 90 percent relative compaction.

F. Barriers: Barriers shall be placed around all excavations and at such places as may be necessary to warn all pedestrian and vehicular traffic of such excavations.

G. Sawcutting Pavement: Where trenching or excavation occurs in paved areas, the pavement shall be saw-cut and broken ahead of the trenching or excavation operation in areas that are not indicated to be re-paved. The extent of paving removed shall be limited to the minimum necessary for the excavation. However, the sawcut limits shall be extended for the following reasons: 1. To form neat, straight and square lines. 2. To include areas of pavement damaged by the Contractor. 3. To allow for sloped excavation walls.

3.05 EMBANKMENT (FILL)

A. The Contractor shall perform all construction embankment and filling including shoring, de-watering, backfilling, structural fill, non structural fill, sand and aggregate bases, compaction and grading necessary or required for the construction of the Work as covered by these Specifications and indicated on the Drawings. Embankment (fill), shall include, without classification, the preparation, placement, compaction and finishing of all earth materials to the lines and grades prescribed by the Contract Documents.

B. Scarification: Areas to receive fill shall be prepared by clearing and grubbing, and scarifying to a minimum depth of 12 inches, moisture conditioning and recompacting to the minimum relative compaction specified for the fill to be placed above. 1. Voids created by dislodging cobbles and/or debris during scarification shall be backfilled and recompacted, and the dislodged materials shall be removed from the work area. 2. The Geotechnical Engineer will review the bottom of the excavation prior to placement of fill materials.

C. Gravel Bed for Wetwell, Manholes and Vaults 1. Wetwell. Wetwell shall be placed level on a minimum 2-foot thick bed of crushed gravel. 2. Manholes. All manholes, whether at the time of installation appear to be above the groundwater table or not, shall be placed level and founded on a minimum 2-foot thick bed of crushed gravel.

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 6 REV-A Lift Station #2

3. If sand, aggregate base, decomposed granite, or similar materials are used as nonexpansive materials, they shall be moisture conditioned and compacted to a minimum of 95 percent of maximum dry density. 4. Where free draining crushed gravel is used, it shall be track rolled, wheel rolled, or compacted with a vibratory plate. Compaction testing of crushed gravel is not necessary if the above procedures are used. 5. Vaults. Vaults shall be placed level and founded on a minimum 1-foot thick bed of crushed gravel. 6. Wrap all gravel fill with filter fabric.

D. Imported nonexpansive fill material shall be placed as follows: 1. A minimum of 18 inches shall be placed below the bottom of slab elevation for the building overexcavation area, and below exterior flatwork. 2. Nonexpansive material shall be placed in level lifts not exceeding 8 inches in loose thickness. 3. If sand, aggregate base, decomposed granite, or similar materials are used as nonexpansive materials, they shall be moisture conditioned and compacted to a minimum of 95 percent of maximum dry density. 4. Where free draining crushed gravel is used, it shall be track rolled, wheel rolled, or compacted with a vibratory plate. Compaction testing of crushed gravel is not necessary if the above procedures are used. 5. Immediately prior to placing nonexpansive material, the exposed soils shall be moisture conditioned to at least optimum moisture content. Nonexpansive material shall not be placed if desiccation cracks present in the underlying soil.

E. General fill and backfill soils shall be placed in level lifts not exceeding 8 inches in loose thickness, moisture conditioned, and compacted. All materials used as fill shall be cleaned of all debris and any rocks larger than 3 inches in diameter. When fill material contains rocks, the rocks shall be placed in a sufficient soils matrix to ensure that voids caused by nesting of the rocks will not occur and that the fill can be properly compacted.

F. Moisture Content: At the time of compaction, the moisture content of fill materials shall be such that the specified relative compaction will be obtained and the fill will be in a firm and stable condition. Fill material which contains excessive moisture shall not be compacted until the material is dry enough to obtain the required compaction. Full compensation for any additional work involved in drying fill material to the required moisture content shall be considered included in the contract price paid for excavating or furnishing the material and no additional compensation will be allowed therefore.

G. Compaction: Fill shall be placed and compacted as indicated on the plans or specifications. If no compaction level is specified, the following shall be used as the minimum relative compaction. 1. Upper 12-inches of subgrade 95% 2. All aggregate Bases 95%

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 7 REV-A Lift Station #2

3. Other fill areas: 90% 4. Trench Backfill: Per Section 31 23 33 Trenching and backfill 5. Select Backfill 95%

3.06 PAVEMENT SUBGRADE PREPARATION

A. Pavement subgrade preparation shall be in accordance with Section 26-1.03 of the Caltrans Standard Specifications, except as specified herein. Sub-grade preparation shall include excavation and backfill to sub-grade and all related removal of existing facilities and materials. Existing native materials shall be removed and disposed of to the depth necessary to achieve a prepared and compacted sub-grade.

B. Subgrade shall be scarified to a minimum depth of 12 inches. The soil shall then be moisture conditioned for proper compacting and then compacted to a relative compaction of not less than 95% in the upper 12-inches.

C. Tolerances: The Subgrade elevation shall not vary more then 0.05 feet above or below the plan specified, except that if the subgrade elevation is more than 0.05 feet below the specified grading plane, the Contractor may place and compact Class 2 aggregate base to raise the surface to within tolerances. There shall be no additional payment for such Class 2 aggregate base.

D. Proof rolling: Materials shall be firm and unyielding when proof-rolled with rubber-tired grading equipment prior to paving operations. When compaction of the sub-grade areas on fill and embankments has been properly obtained, only such additional rolling will be required as necessary to obtain a thoroughly compacted sub-grade immediately prior to placing the aggregate base thereon.

3.07 UNSUITABLE SOIL

A. Unsuitable soil is soil that due to its nature, cannot be properly compacted to or is yielding and cannot provide support for the overlying structural section.

B. A condition of soil moisture exceeding optimum moisture content to a degree that causes yielding or prevents proper compaction shall not be cause to consider soil as unsuitable.

C. The Engineer shall determine whether soil shall be considered unsuitable. If the soil is determined to be unsuitable, the Engineer may direct the Contractor to follow an alternative method of construction to provide additional support. Such alternative measures will be paid for as extra work.

3.08 TESTING

A. Material Quality: When requested by the Engineer, the Contractor shall provide samples of earthwork materials furnished or excavated in sufficient quantities for materials testing. There shall be no additional payments made for providing such samples. Should any materials fail to meet the Contract requirements, the

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 8 REV-A Lift Station #2

Contractor shall remove all such nonconforming material, and replace it with conforming material at no cost to the Owner.

B. Field Testing and Observation: 1. The Contractor shall coordinate his activities to allow for the following inspection by the City: a. Review and test materials proposed for use. b. Observe excavations prior to backfilling or pouring concrete. c. Observe placement and test compaction of fill. 2. The Contractor shall excavate holes for in-place soil sampling. The City will pay for initial testing. If initial tests fail inspection, the failed portions shall be removed, re-compacted, and re-tested. The Contractor shall be responsible for costs of additional inspection and re-testing resulting from non-compliance.

C. Testing Methods: 1. Relative Compaction: In-place density divided by the maximum dry density laboratory compaction expressed as percentage. 2. Durability Index: Manual of Test, State of California, Department of Transportation a. R Value Testing: California Test 301 b. Specific Gravity: ASTM D854. c. Laboratory Compaction: ASTM D1557, Method A or C d. In-place Density: ASTM D1556 or ASTM D2922 e. Particle Size Analysis of Soils: ASTM D422 f. Plastic Limit and Plasticity Index: ASTM D4318 g. Soil Classification: ASTM D2487 h. In-place Moisture Content: ASTM D3017

3.09 CONTROL OF WATER

A. General: The Contractor shall be responsible for the control of surface drainage and subsurface water throughout the construction project.

B. Surface Water: The Contractor shall be responsible for furnishing temporary drainage facilities to convey and dispose of surface water falling on or passing over the site.

C. Subsurface Water: The Contractor is responsible for the control of groundwater during general and trench excavations. Methods that may be required during construction include over-excavation, pumping, drying soil, and shoring. The Contractor shall include the cost of such measures in the bid items requiring such excavation.

D. Disposal of water: Dispose of water in such a manner as to cause no injury or nuisance to public or private property or be a menace to the public health. De- watering devices must be adequately filtered to prevent the removal of fines from the soil.

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 9 REV-A Lift Station #2

3.010 DISPOSAL OF EXCAVATED MATERIAL

A. Use as trench backfill: Excavated material shall not be used as trench or select backfill, unless it is designated as such in these specifications or if approved in writing by the Engineer.

B. Use as onsite fill: Excavated soil may be used as onsite fill, subject to the restrictions in these specifications.

C. Export: Where excavated material will not be reused onsite, the Contractor shall haul the material away. The Contractor is responsible for determining the nature of the material to be exported, for the proper location to deliver the material to, for obtaining all permits and processing, and for the proper placement and handling of the material at the offsite location.

END OF SECTION

WG 0032-0008 EARTHWORK December 2009 City of Morro Bay Page 31 00 00 - 10 REV-A Lift Station #2

SECTION 31 23 19

DEWATERING

PART 1 GENERAL

1.01 DESCRIPTION Provide dewatering for trench and structure excavations, in accordance with the Contract Documents. Secure all necessary permits from the Regional Water Quality Control Board and other agencies as part of the Work.

1.02 QUALITY ASSURANCE

A. Dewatering operations are the sole responsibility of the Contractor to ensure protection of property, life safety, and proper installation of Work.

B. Material Standards. Furnish lumber for shores, wales, and sheeting of grading required by the American Lumber Standards for the particular application.

C. Control rate of dewatering in such a manner to minimize potential for settlement, and avoid objectionable levels of subsidence.

D. Design dewatering facilities with filters such that removal of sands and fine grained materials is kept to a minimum during the soil dewatering process.

E. Settlement monitoring surveys shall be conducted by a licensed California Land Surveyor.

1.03 SUBMITTALS

A. Submit Dewatering Plan, including description of materials, equipment and personnel required to employ dewatering, and describe wells, well points, sump pumps, drain rock or gravel placement, and other equipment and means of accomplishing the Work. Include details of standby pumping equipment, standby generators, standby personnel or automated monitoring alarm systems, to be provided.

B. Settlement Monitoring and Contingency Plan. Submit for approval by the Engineer, proposed settlement monitoring and contingency Plan showing location of settlement monitoring points, reference benchmarks, survey procedures and frequency of monitoring. Include photograph monitoring plan. Also see Section 01 57 19, Construction Site Management, for photograph requirements. Plan shall include contingency measures to demonstrate Contractor’s preparedness in responding to and mitigating the effects of excessive settlement.

WG 0032-0008 DEWATERING December 2009 City of Morro Bay Page 31 23 19 - 1 REV-A Lift Station #2

1.04 JOB CONDITIONS

A. The description of job conditions under Section 31 00 00 - Earthwork, and 31 23 33 – Trenching and Backfilling, form a part of this subsection. Federal, state and local requirements for safety of job personnel and public apply to work under this Section.

B. Contractor is advised that shallow groundwater was encountered in prior soil investigations, and that the project site is located near Morro Bay Harbor/Pacific Ocean, thus groundwater conditions may be significantly influenced by fluctuating ocean tides. Dewatering for construction will present a major construction challenge, given the depth of new facilities proposed. All efforts and costs associated with dewatering work shall be anticipated in Contractor’s Bid for the Work, and no additional compensation will be provided therefore.

1.05 PERMIT REQUIREMENTS

A. Obtain an NPDES Construction Activity Stormwater Permit from the Regional Water Quality Control Board. Obtain other permits required for the Work, including but not limited to, Cal-OSHA permits.

PART 2 PRODUCTS

2.01 DEWATERING EQUIPMENT

A. Dewatering equipment may consist of wells, well points, sump pumps, drain rock or gravel placement, and other equipment and means of accomplishing the Work. Such equipment shall be described in Para. 1.03A of this Section.

B. Standby pumping equipment, standby generators, standby personnel or automated monitoring alarm systems, shall be provided at all times during working and non-working hours.

PART 3 EXECUTION

3.01 GENERAL REQUIREMENTS

A. Provide all equipment, materials, manpower necessary for adequate site dewatering.

B. Maintain all dewatering equipment in good operating condition, and provide necessary standby equipment and personnel to ensure groundwater dewatering operations can be adequately maintained during power outages.

C. Site water generated as a result of dewatering shall be adequately contained and not allowed to discharge directly to any water courses or storm drains.

WG 0032-0008 DEWATERING December 2009 City of Morro Bay Page 31 23 19 - 2 REV-A Lift Station #2

D. Provide dewatering at all times to adequately protect and preserve soil bearing capacity, and prevent quick sand, soft soils, and other undesirable conditions that could impact the integrity of construction Work.

E. Maintain groundwater level a minimum of one foot below bottom of excavation in all work areas where groundwater occurs.

F. Prevent flotation of pipe by maintaining continuous removal of water from trench.

G. Properly and adequately discharge and dispose of all constructing dewatering water. All water shall be adequately settled, filtered or otherwise de-silted prior to discharge. Discharge of dewatering water to street gutters shall not be allowed. Contractor is advised that significant quantities of dewatering water is anticipated as part of this Work, and Contractor is fully responsible for all dewatering activities including proper management and disposal of water, as part of the Contract Work.

H. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soils, prevent disturbance of compacted backfill land prevent flotation or movement of structures, pipelines, and sewers.

3.02 SETTLEMENT MONITORING

A. Settlement monitoring shall be the responsibility of the Contractor, and shall be conducted by a licensed California surveyor.

B. Prior to any site Work in the area, provide initial set up and establish baseline elevations to be used as the basis for determining occurrence of subsidence and settlement. Obtain approval of Engineer on established baseline survey prior to proceeding with excavation and dewatering activities. 1. At a minimum, establish baseline elevations for existing sewer manholes, existing wetpit and drypit, existing valve vault, existing storm drain inlet, existing paved area in vicinity of proposed new wetwell, existing septic tank area. 2. Survey horizontal and vertical measurements shall be accurate to 0.01 feet. 3. Provide survey targets, at a minimum, at the following locations: a. Top existing valve vault b. Top existing drypit access hatch c. Top existing wetpit access hatch d. Southwest and southeast corner existing chemical storage concrete containment e. Top existing drain inlet near SW corner of fenced area f. Top existing sewer manholes within 100 feet of dewatering operations g. Top existing lid of septic tank

WG 0032-0008 DEWATERING December 2009 City of Morro Bay Page 31 23 19 - 3 REV-A Lift Station #2

h. Top existing pavement and ground surface within 25, 50 and 100 feet of dewatering operations 4. A minimum of two working days prior to setting targets, notify Engineer of planned date/time of setting targets to allow Engineer access to observe and confirm survey information. 5. During initial excavation in areas requiring dewatering, monitor all targets prior to initiating dewatering/site pumping. 6. Provide daily visual observations of ground conditions and existing pavement, and check for signs of subsidence such as pavement cracking. Immediately report any new pavement cracks to Engineer. 7. Monitor targets throughout the dewatering and structure backfilling operations, a minimum of once weekly. Submit settlement monitoring progress reports to Engineer weekly. 8. Immediately notify Engineer if cumulative change in target elevation exceeds 0.25 inches. If cumulative settlement exceeds 0.5 inches, immediately notify Engineer of condition, and employ contingency measures and other reasonable actions to avoid further settlement. 9. At end of construction period (substantial completion), provide final survey to document elevations of Site. 10. At all times, have available all material, equipment and manpower to employ contingency plan to minimize site settlement.

END OF SECTION

WG 0032-0008 DEWATERING December 2009 City of Morro Bay Page 31 23 19 - 4 REV-A Lift Station #2

SECTION 31 23 33

TRENCHING AND BACKFILLING

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes: 1. Trench excavation. 2. Trench Backfill. 3. Control of surface waters and groundwater. 4. Temporary and permanent resurfacing.

B. SUBMITTALS 1. Delivery certifications (load slips) for all aggregate base and backfill. 2. Delivery certifications (load slips) for concrete slurry backfill. 3. Material samples as may be required by the Engineer for test purposes.

PART 2 PRODUCTS

2.01 Select Backfill: Section 31 00 00 - Earthwork

2.02 Slurry Cement Backfill: Cement Slurry backfill shall be 1-sack mix sand-cement slurry, and shall conform to the material requirements described in Caltrans Standard Specifications, Section 19-3.062.

2.03 Native Material as Trench Backfill: Native soil materials shall not be used as trench backfill in the pipe zone, unless approved in writing by the Engineer. Native material may be used as subsequent backfill provided requirements of Paragraph 2.01E, Section 31 00 00, are met, and such material is approved for use by the Engineer.

2.04 Bedding and Pipe Zone: Select backfill per Paragraph 2.01A, Section 31 00 00, and meeting sand equivalent of 30 or greater.

2.05 Subsequent Backfill: Imported or native non-expansive material meeting the requirements of Paragraph 2.01E, Section 31 00 00.

PART 3 EXECUTION

3.01 TRENCH EXCAVATION

A. Trenches shall be constructed in accordance with the details shown on the Drawings, and the following:

B. Excavation limits: Excavate trenches to the minimum and maximum trench widths shown on the drawings.

WG 0032-0008 TRENCHING AND BACKFILLING December 2009 City of Morro Bay Page 31 23 33 - 1 REV-A Lift Station #2

C. Open Trench Construction: Trench construction shall be by open trench excavation unless shown otherwise on the plans.

D. Maximum Length of Open Trench: Except by permission of the Engineer, the maximum length of open trench shall be 200 feet, or the length of pipe that can be installed in a single day, whichever is less. The length of open trench includes open excavation, areas with active pipe laying and backfilling, and those areas not yet temporarily resurfaced.

E. Utility Crossings: Protect all existing facilities to be crossed. Hand digging of trenches may be necessary.

F. Trench Excavation in Existing Paved Areas to be Restored to Pre-Construction Condition: In paved areas, the trench excavation limits shall be sawcut. The sawcut lines shall be straight and neat in appearance and shall be parallel or perpendicular to the trench construction, unless allowed by the Engineer. The sawcut limits shall be extended as necessary to include the entire excavation, and any edges damaged during construction.

G. Trench Excavation in Areas of New Pavement: The trench excavation limits need not be sawcut in areas where new pavement will be installed. All trench excavation and backfilling operations shall be completed prior to final paving.

H. The Contractor may elect to use sloped wall construction, provided that adequate room is left for parking, utility protection, and traffic according to the traffic control plan and any encroachment permit or other Owner requirements. The Contractor shall receive no additional compensation for additional excavation, backfill, or for replacing the additional pavement required due to selection of a sloped trench construction.

I. Over-Excavation: If the trench is over excavated below the limits necessary, backfill and compact to 95 percent relative compaction with select backfill. There shall be no additional payment to the Contractor for over-excavations not directed by the Engineer.

J. Unsuitable Material: Unsuitable soil is soil that due to its nature cannot be properly compacted to or is yielding and cannot provide support for the overlying structural section. Excessive moisture content shall not be cause for a material to be considered unsuitable. The Engineer shall determine whether soil shall be considered unsuitable. If the soil is determined to be unsuitable, the Engineer may direct the Contractor to remove the material and replace it with select backfill or other material as directed by the Engineer. Such alternative measures will be paid for as extra work.

K. Wet soil: A condition of soil moisture exceeding optimum moisture content to a degree that causes yielding or prevents proper compaction shall not be cause to consider soil as unsuitable. If wet soils are encountered, the Contractor shall take such measures as are required to dry the soil to a degree that it can be compacted and form a firm and unyielding surface. These measures shall be included in the bid items requiring trench construction and there shall be no separate payment therefore.

L. Trenches in Fill Areas: For trenches to be excavated through fill, including previously placed trench backfill (such as at manholes or for building connections), the structural

WG 0032-0008 TRENCHING AND BACKFILLING December 2009 City of Morro Bay Page 31 23 33 - 2 REV-A Lift Station #2

backfill shall be first compacted at a level at least 3 feet from the top of the piping or conduit elevation and then retrenched to pipe grade.

M. Disposal: Disposal of excavated material shall be as specified in Section 31 00 00 - Earthwork.

3.02 PIPE BEDDING AND PIPE ZONE

A. Unless shown otherwise on the plans, trench bedding shall be defined as that material 6” below the pipe, supporting, surrounding and extending 12” above the top of pipe.

B. Bedding Placement: Sand bedding shall be placed to provide uniform support for the pipe or conduit prior to lowering the pipe or conduit in place. Holes shall be shaped for pipe bells, and the bedding shall be rounded to the shape of the pipe barrel. If the bedding exceeds 6 inches below the bottom of the pipe, it shall be compacted to a relative compaction of 95% prior to placing the pipe. Bedding shall be completed and compacted prior to placing any pipe zone backfill.

C. Cement Slurry Bedding Placement: Prior to placing cement slurry bedding, the Contractor shall employ a method to prevent the pipe from floating or shifting position. If the pipe or conduit does float or shift position, the contractor shall be responsible for removing and reinstalling the pipe or conduit. Plugs and/or barriers shall be used to prevent the cement slurry from flowing to unwanted areas of the trench or into the pipe.

D. After placing cement slurry bedding, subsequent backfill may not be placed for 8 hours unless the subsequent backfill is also cement slurry, except that if the when concrete sand is used for the aggregate and the in-place material is free draining, backfilling may commence as soon as the surface water is gone.

3.03 TRENCH BACKFILL

A. Inspection Prior to Backfill: Backfill material shall not be placed over the pipe or conduit until after the joints have been completed and inspected by the Engineer.

B. Protect pipes from flotation during backfill and compaction.

C. Backfill in existing paved areas where the depth of cover will be 2 feet or less shall be cement slurry. For HDPE pipe, cement slurry backfill shall be used in existing streets, if the depth of cover is less than 3 feet.

D. Placement of Trench Backfill: Trench Backfill shall be placed in level lifts not exceeding 6 inches in loose thickness, moisture conditioned, and mechanically compacted.

E. The minimum compaction (percent of maximum dry density) shall be: 1. 90 percent for general trench compaction in pipe bedding, pipe zone and subsequent backfill. 2. 95 percent in the top 12-inches below subgrade

F. Compaction of backfill by jetting or flooding shall not be allowed.

G. No Trenches Left Open: All trenches shall be backfilled to the surface as soon as possible after the installation of the facilities. Prior to stopping work each day, all open

WG 0032-0008 TRENCHING AND BACKFILLING December 2009 City of Morro Bay Page 31 23 33 - 3 REV-A Lift Station #2

trenches shall be backfilled to the surface or protected with non-skid traffic-rated steel plates.

H. If steel plates are used, they shall comply with the Caltrans Construction Manual.

3.04 TRENCH RESURFACING

A. Surface Restoration: Unless another surface is shown on the plans or specifications, the surface shall be restored to the materials that existed prior to trenching.

B. Temporary Paving: Prior to final paving, trenches in paved areas shall be surfaced with cold mix. Cold mix shall be a minimum of 3 inches thick. The Contractor shall maintain the cold mix in a smooth condition flush with the adjacent pavement throughout the time that it is in place. Temporary pavement shall be installed and maintained for a minimum of 14 calendar days prior to installation of permanent hot mix.

C. Steel Traffic Plates: When approved by the Engineer, steel traffic plates may be used in lieu of backfilling and temporary paving. Steel plates shall be skid-resistant and placed in accordance with Caltrans Standards. Cold mix shall be used to provide smooth transition around the traffic plates. The Contractor shall monitor the condition of the traffic plates and maintain their placement to provide a safe driving condition.

3.05 TESTING

A. Compaction Testing: The Owner will hire an independent testing company to perform compaction testing. The Contractor shall make the trench available to the tester, at the depths and locations required by the Engineer. When testing requires personnel to enter into a deep trench, the Contractor shall provide all shoring or other methods necessary for a safe working condition in compliance with the approved trench safety plan, The cost of providing safe access to the trench backfill for testing purposes shall be included in the bid items requiring such trench backfill, and there will be no separate payment therefore.

B. Failed Compaction Tests: The Owner will pay for the initial cost of compaction tests. Should any initial or subsequent test indicate that the material fails to meet the required level of compaction, the Contractor shall be responsible for all such measures necessary to bring the material into compliance, at no additional cost to the Owner. The backfill shall then be retested. The Contractor is responsible for the cost of such retesting following a failed test, and the Owner may deduct the cost of such from the amounts owed under the Contract.

3.06 OSHA COMPLIANCE

A. See Section 31 41 00, Sheeting, Shoring and Bracing.

END OF SECTION

WG 0032-0008 TRENCHING AND BACKFILLING December 2009 City of Morro Bay Page 31 23 33 - 4 REV-A Lift Station #2

SECTION 31 41 00

SHEETING, SHORING AND BRACING

PART 1 GENERAL

1.01 DESCRIPTION Provide protective installation consisting of shores, wales, braces, posts, piling, sheeting, anchorages and fastenings, both temporary and permanent, for accomplishment and protection of work.

A. Work Included. 1. Shoring and sheeting for structure excavation. 2. Temporary sheeting and bracing for piping work. 3. Materials for permanent sheeting and bracing.

1.02 SUBMITTALS

A. Submit for record purposes only, not for review or approval, calculations of the shoring systems including sheeting size, wales, rakers, anchor system, struts, earth anchors, anchor piles, tie rods or any other components pertinent to the design prior to the start of any work involving sheeting and bracing. All designs submitted shall be signed by an engineer duly registered in the State of California.

B. Cal-OSHA compliance: Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the construction safety orders. Failure to comply with any of the Cal-OSHA rules, orders, and regulations shall be sufficient cause for the Engineer to immediately suspend all work. No compensation for costs incurred by such emergency suspension will be allowed.

C. Designation of the Competent Person for trench safety as defined by OSHA.

D. Trench Safety Plan: Prior to performing excavation for any trench over five feet in depth, the Contractor shall submit for approval by the Engineer, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of ground during the excavation of trenches. If such plan complies with the Construction Safety Orders, it shall be submitted at least 5 working days prior to the start of trench excavation. If such plan varies from the Cal-OSHA Construction Safety Orders, the plan shall be prepared and signed by a registered Civil Engineer, and shall be submitted at least 4 weeks prior to any trench excavation. No trenching shall begin until such plan has been approved by the City.

WG 0032-0008 SHEETING, SHORING AND BRACING December 2009 City of Morro Bay Page 31 41 00 - 1 REV-A Lift Station #2

1.03 JOB CONDITIONS

A. The description of job conditions under Section 31 00 00 - Earthwork, and 31 23 33 – Trenching and Backfilling, form a part of this subsection. Federal, state and local requirements for safety of job personnel and public apply to work under this Section.

B. Contractor is advised that shallow groundwater was encountered in prior soil investigations, and that the project site is located near Morro Bay Harbor/Pacific Ocean, thus groundwater conditions may be significantly influenced by fluctuating ocean tides. Refer to Section 31 23 19, Dewatering, for additional requirements.

1.04 OSHA COMPLIANCE

A. Excavation Safety: The Contractor's attention is directed to the provisions in Sections 6705, and 6707 of the State Labor Code, California Civil Code Section 832, the United States Department of Labor Rules 29 CFR, Part 1926, the Cal- OSHA Construction Safety Orders, Section 5.47, Safety and Trenching of these Specifications.

B. Permit: The Contractor shall have a Cal-OSHA permit as required by California Labor Code Section 6500. Prior to beginning any excavation, the Contractor shall submit a copy of the Cal-OSHA permit and shall identify in writing the Competent Person designated to be in charge of trench safety for this project.

C. Adjacent Improvements: Provide support for excavations adjacent to existing improvements and structures to prevent damage or settlement. Attention is directed to the Soils Engineering Report and to Section 832 of the Civil Code of the State of California relating to lateral and subjacent supports.

D. Removal of trench supports: The support for excavation shall remain in place until the pipeline or structure has been completed. During the backfilling of the pipeline or structure, the shoring, sheeting, and bracing shall be carefully removed so there shall be no voids created and no caving, lateral movement, or flowing of the subsoil.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION

3.01 GENERAL REQUIREMENTS Install sheeting and bracing for trench and structure excavation progressively as the removal of excavated material requires. Butt planks to exclude groundwater and fines, preventing the erosion of voids outside sheeting. In soft, wet ground drive sheeting to a lower level as excavation progresses so that sheeting is embedded in undisturbed earth.

WG 0032-0008 SHEETING, SHORING AND BRACING December 2009 City of Morro Bay Page 31 41 00 - 2 REV-A Lift Station #2

Bracing of sheet piling may be permitted to penetrate the structural concrete only as approved by the Engineer. Install wales and struts at close intervals so as to prevent displacement of the surrounding earth and to maintain safe conditions in the work area. Any damage proven to result from improper installations shall be the responsibility of the Contractor. Withdraw individual planks alternately as the backfill is raised, maintaining sufficient sheeting and bracing to protect the Work and workmen. Remove bracing completely. Where unstable conditions occur in the underlying strata from any cause, and withdrawal of sheeting will endanger the Work, a portion of the sheeting, including bracing, may be left in place with approval of the Engineer. Remove all wood within the zone extending below a depth of four (4) feet from finished grade. Leaving such material in place shall not be cause for an increase in Contract Price.

A. 3.2

END OF SECTION

WG 0032-0008 SHEETING, SHORING AND BRACING December 2009 City of Morro Bay Page 31 41 00 - 3 REV-A Lift Station #2

SECTION 32 12 00

FLEXIBLE PAVING

PART 1 - GENERAL

1.01 SUMMARY

A. Section Includes: 1. Asphaltic concrete (AC) paving. 2. Aggregate or other base coarse. 3. Surface sealer. 4. Aggregate subbase course. 5. Grinding (cold plane) AC paving.

1.02 REFERENCES

A. Caltrans Standard Specifications, May 2006 as published by the California Department of Transportation.

B. Caltrans Standard Plans May 2006 as Published by Caltrans, including amendments effective prior to bid opening.

C. City of Morro Bay Standards

1.03 SUBMITTALS

A. Product Data: 1. AC Mix Design. 2. Delivery certifications (load slips) indicating the specification and tonnage for all AC pavement delivered to the site. 3. Delivery certifications (load slips) indicating the specification and tonnage for all base materials delivered to the site.

B. Material Samples: 1. AC Samples for testing. 2. Base material samples for testing.

1.04 ENVIRONMENTAL REQUIREMENTS

A. Conform to the requirements of the California Air Resources Board (CARB) and the local Air Pollution Control District

PART 2 - PRODUCTS

2.01 MATERIALS

A. Aggregate Base: Section 26 “Aggregate Bases” of the Caltrans Standard Specifications 1. Class 2, ¾ inch maximum.

WG 0032-0008 FLEXIBLE PAVING December 2009 City of Morro Bay Page 32 12 00 - 1 REV-A Lift Station #2

2. Aggregate for class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. 3. Aggregate may include material processed from reclaimed asphalt concrete, Portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. The amount of reclaimed material shall not exceed 50 percent of the total volume of the aggregate used. 4. Aggregate shall conform to the grading and quality requirements shown in the Caltrans Standard Specifications.

B. Asphalt Concrete: Section 39, “Asphalt Concrete”, of the Caltrans Standard Specifications and the following: 1. Asphalt for roads, parking areas and driveways: a. Type B, ¾” maximum, medium grading. b. The viscosity grade of the paving asphalt shall be PG 64-10 for all asphalt unless otherwise stated. Asphalt binder to be mixed with the mineral aggregate as determined by California Test No. 367 performed at the Contractor’s expense. 2. Asphalt for AC Dikes: a. Type B, 3/8” Maximum. b. The viscosity grade of the paving asphalt shall be PG 70-10. 3. Lime shall not be added to the asphalt concrete mix or asphalt concrete aggregate, unless permitted by the Engineer.

C. If the paving asphalt percentages are not within the limits specified and/or the viscosity is not the grade specified, the asphalt concrete shall be removed unless the Engineer determines that said asphalt concrete is structurally adequate and may remain in place. If this asphalt concrete is left in place, the Contractor shall pay to the City $1.75 per ton for such asphalt concrete. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. No single asphalt extraction test shall represent more than 500 tons of aggregate or one day’s paving whichever is smaller.

D. The minimum stabilometer value for aggregate mixed with asphalt shall be 30.

E. If the finished surface of the asphalt concrete on the traffic lanes does not meet the specified surface tolerances, it shall be brought within tolerance by either (1) abrasive grinding (with fog seal coat on the areas which have been ground), (2) removal and replacement, or (3) placing an overlay of asphalt concrete. The method will be selected by the Engineer. The corrective work shall be at the Contractor’s expense.

F. If abrasive grinding is used to bring the finished surface to specified surface tolerances, additional grinding shall be performed as necessary to extend the area ground in each lateral direction so that the lateral limits of grinding are at a constant offset from, and parallel to the nearest lane line or pavement edge, and in each longitudinal direction so that the grinding begins and ends at lines normal to the pavement centerline, within any ground area. All ground areas shall be neat rectangular areas of uniform surface appearance. Abrasive grinding shall conform to the requirements in Section 42-2.02, “Construction”, of the Standard Specification.

WG 0032-0008 FLEXIBLE PAVING December 2009 City of Morro Bay Page 32 12 00 - 2 REV-A Lift Station #2

G. Paint Binder: Paint Binder (Tack Coats) shall conform to Section 39, “Asphalt Concrete”, and Section 94, “Asphaltic Emulsions”, of the Caltrans Standard Specifications and the following: 1. Paint Binder shall be asphaltic emulsion Type SS1h.

H. Cold Mix: No. 4 maximum, in accordance with Section 39 of the Caltrans Standard Specifications. The aggregate shall be blended with 5-8 percent SC-800 liquid asphalt.

I. If the paving asphalt percentages are not within the limits specified, and/or the viscosity is not the grade specified, the asphalt concrete shall be removed unless the Engineer determines that said asphalt concrete is structurally adequate and may remain in place.

PART 3 - EXECUTION

3.01 CALTRANS SPECIFICATION

A. All execution shall be per Caltrans Section 39, except as herein specified.

3.02 SUBGRADE PREPARATION

A. Section 31 00 00 – Earthwork.

3.03 AGGREGATE BASE

A. Section 31 00 00 – Earthwork.

3.04 PLACING ASPHALT CONCRETE PAVEMENT

A. Place pavement at the lines and grades shown on the plans, and to facilitate drainage to the new inlet box. The new pavement shall properly drain as shown on the drawings.

B. All asphalt concrete shall be set flush with vaults, manhole lids, valve lids, and other surface features, as shown on the drawings.

C. Existing manhole rims, valve lids, vaults and all other structures within the area to be paved shall be adjusted as required to fit the new pavement, and new concrete collars shall be provided.

D. All sewer manholes, sewer cleanouts, water valves, centerline monuments and similar structures requiring a grade adjustment as a result of the new pavement construction shall be provided with new cast iron frames and lids in accordance with the City Standard Drawings. Existing Materials shall be salvaged to the City.

E. Where pavement reconstruction is to occur, permanent trench resurfacing shall not be performed as a separate effort. Permanent trench resurfacing shall be performed as a part of the overall pavement reconstruction effort so that the structural section and appearance is uniform.

F. The top course of paving shall not be placed until all underground facilities have been placed, tested, and are in operation.

WG 0032-0008 FLEXIBLE PAVING December 2009 City of Morro Bay Page 32 12 00 - 3 REV-A Lift Station #2

G. Asphalt paving includes adjusting the frames and covers of all manholes, valves, vaults, monument wells, etcetera, with new concrete rings to the final paving grade. The cost for raising frames and covers to grade shall be included in the amount for asphalt concrete paving, and there shall be no separate payment therefore.

3.05 TOLERANCES

A. Pavement surface quality and tolerances shall be in accordance with Section 39-6.03 of the Caltrans Standard Specifications, except in the case of conforming to existing curbs, gutters or pavement. Place all pavement such that it will drain without puddling.

B. If the finished surface of the asphalt concrete on the street pavement does not meet the specified surface quality or tolerances, it shall be brought within tolerance by either (1) abrasive grinding, (2) removal and replacement, or (3) placing an overlay of asphalt concrete, including grinding at the gutter to accommodate the overlay. The method will be selected by and will be the option of the Engineer. The corrective work shall be at the Contractor's expense.

C. If abrasive grinding, or removal and replacement, is used to bring the finished surface to specified surface tolerances, additional grinding or removal shall be performed as necessary to extend the area ground in each lateral direction so that the lateral limits of grinding are at the nearest traffic lane line or pavement edge, and in each longitudinal direction so that the grinding or removal begins and ends at lines perpendicular to the traffic lane line, within any ground area. All ground areas shall be neat rectangular areas of uniform surface appearance. Abrasive grinding shall conform to the requirements in the first paragraph and the last 4 paragraphs in Section 42-2.02, "Construction," of the Standard Specifications.

D. Milled surface shall be swept clean and tack coat (SS1) shall be applied at a rate of 0.1 Gal/SY. This rate shall be adjusted a necessary for proper coverage.

3.06 GRINDING (COLD PLANE) AC PAVEMENT

A. Before placing new asphaltic concrete paving, existing bituminous pavement shall be cold placed at the locations and to the dimensions shown on the plans, in these specifications, and as directed by the Engineer.

B. Grinding where shown on the plans to match asphalt overlays to existing grade shall be by cold planing.

C. The cold planing machine shall have, in combination or separately, a means of grinding bituminous roadway surfaces without damaging the underlying surface and for blading the displaced materials into windrows in one continuous forward motion.

D. The machine shall consist of a 36 inch minimum width cutting drum with carbide tip teeth. The drum shall be totally enclosed in a shroud to prevent the discharge of loosened material into adjacent work areas.

E. A dust suppression system shall be required which contains two high-pressure spray bars with spiral nozzles and minimum storage capacity of 700 gallons.

WG 0032-0008 FLEXIBLE PAVING December 2009 City of Morro Bay Page 32 12 00 - 4 REV-A Lift Station #2

F. The road surfacing to remain in place and adjacent highway shall not be damaged in any way.

END OF SECTION

WG 0032-0008 FLEXIBLE PAVING December 2009 City of Morro Bay Page 32 12 00 - 5 REV-A Lift Station #2

SECTION 32 31 13

CHAIN LINK FENCES AND GATES

PART 1 GENERAL

1.01 WORK INCLUDED

A. Fence framework, fabric, and accessories.

B. Excavation for posts.

C. Concrete encasement for posts.

D. Manual gates and related hardware.

1.02 REFERENCES Federal Specifications (FS) FS RR-F-191/1C Fencing, Wire and Post Metal (Chain-Link Fence Fabric) State of California, Department of Transportation (CALTRANS) CALTRANS Standard Specifications, Chapter 80-4 excluding Section 80-4.04 American Society for Testing and Materials (ASTM) ASTM A 123 Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM C 94 Specification for Ready-Mixed Concrete

ASTM D 412 Test Methods for Rubber Properties in Tension

ASTM D 792 Test Methods for Specific Gravity and Density of Plastics by Displacement

ASTM D 1499 Recommended Practice for Operating Light- and Water- Exposure Apparatus (Carbon-Arc Type) for Exposure of Plastics

ASTM D 2240 Test Method for Rubber Property--Durometer Hardness

ASTM F 668 Specification for PolyVinyl Chloride (PVC)-Coated Steel Chain-Link Fence Fabric

1.03 SUBMITTALS

A. Submit shop drawings and product data per Section 01 33 00, Submittal Procedures.

B. Submit accessories, fittings, hardware, anchorages, and schedule of components, including color samples for plastic privacy slats.

WG 0032-0008 CHAIN LINK FENCES AND GATES December 2009 City of Morro Bay Page 32 31 13 - 1 REV-A Lift Station #2

C. Submit manufacturer's installation instructions per Section 01 33 00, Submittal Procedures.

PART 2: PRODUCTS

2.01 MATERIALS

A. Posts and Braces: Section 80-4.01A of CALTRANS

B. Fabric: Section 80-4.01B of CALTRANS

C. Accessories: Section 80-4.01C of CALTRANS

D. Gates: Section 80-4.01D of CALTRANS

2.02 CONCRETE MIX Concrete: ASTM C 94; type II Portland Cement; 2500 psi at 28 days; 3-inch slump; 3/4-inch maximum size aggregate.

2.03 COMPONENTS

A. Line Posts: 2.375-inch outside diameter, schedule 40 galvanized steel pipe or galvanized "H" columns weighing not less than 2.7 lb./ft.

B. Corner and Terminal Posts: 2.875-inch outside diameter, schedule 40 galvanized steel pipe.

C. Gate Posts: 3.500-inch diameter for man gates and 6.625-inch diameter for vehicular gates; all gateposts to be galvanized steel pipe.

D. Top and Brace Rail: 1.660-inch outside diameter, plain end, sleeve coupled galvanized steel pipe.

E. Gate Frame: 1.9-inch outside diameter schedule 40 galvanized steel pipe for fittings and truss rod fabrication.

F. Fabric/Vinyl Coated Steel: Chain link fence fabric shall be galvanized steel wire with a continuously bonded vinyl coating, with a finish size (i.e., size after coating) of 8 gauge, and shall comply with ASTM F 668. Fabric height shall be 6 feet 0 inch, +/- 3/4 inch, with knuckled, selvage edges on the bottom and top. Mesh shall be vertically-woven diamond mesh, with a nominal distance of 2 inches between parallel wires.

G. Tension Bars: 3/16- x 3/4-inch galvanized steel flat bars.

H. Caps: Cast steel or malleable iron, galvanized, sized to post dimension, set-screw retained.

I. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings shall be galvanized steel.

WG 0032-0008 CHAIN LINK FENCES AND GATES December 2009 City of Morro Bay Page 32 31 13 - 2 REV-A Lift Station #2

J. Extension Arms: Cast steel, to accommodate 3 strands of barbed wire, single arm, 12-inches high (measured vertically) above the top edge of the fence fabric, sloped to 45 degrees.

K. Barbed Wire: 12-AWG wire, 3 strands, zinc-coated steel with 4 point barbs at 5-inches O.C.

L. Gate Hardware: Fork type latch with gravity drop; center gate stop and drop rod; three 180 degree gate hinges per leaf.

2.04 FINISHES

A. Galvanized Surfaces: Galvanize surfaces in accordance with ASTM A 123, with a coating of at least 1.20 oz/sq. ft.

B. Accessories and Components: Same finish as fabric.

C. Privacy Slats: Plastic fencing slats shall be manufactured from 97% recycled plastic containing 97% post-consumer recycled plastic.

PART 3: EXECUTION

3.01 INSTALLATION

A. Install framework, fabric, accessories, and gates in accordance with section 80-4.02 of CALTRANS.

B. Install security fence of 6-foot fabric height with 1-foot barbed extension on support arms as shown on drawings.

C. Space line posts at intervals not exceeding 10 feet.

D. Set gate and posts plumb, in concrete footings with top of footing 1 inch above finish grade. Slope top of concrete for water runoff. Footings for line end and corner posts are to be 8 inches diameter by 3 feet deep below finish grade and for gates are to be 12 inches diameter by 3 feet 6 inches deep below finish grade.

E. Provide top rail through line-post tops and splice with 7-inch long rail sleeves.

F. Brace each gate and corner post back to adjacent line post with horizontal center brace rail and diagonal truss rods. Install brace rail, one bay from end and gate posts.

G. Install center and bottom brace rail on corner and gate leaves.

H. Stretch fabric between terminal posts or at intervals of 100 feet maximum, whichever is less.

WG 0032-0008 CHAIN LINK FENCES AND GATES December 2009 City of Morro Bay Page 32 31 13 - 3 REV-A Lift Station #2

I. Position bottom of fabric to no more than 2 inches above concrete or asphalt grade and touching dirt finish grade.

J. Fasten fabric to top rail, line posts, braces, and bottom tension wire with 11-AWG galvanized wire ties 24 inches maximum on centers.

K. Attach fabric to end, corner, and gateposts with tension bars and tension bar clips.

L. Install bottom rail supported at each line and terminal post in such a manner that a continuous brace between posts is formed.

M. Install gates with fabric and barbed wire overhang to match fence. Install three hinges per leaf, latch, catches, drop bolt, foot bolts and sockets.

O. Provide concrete center drop to foundation depth and drop rod retainers at center of double gate openings.

END OF SECTION

WG 0032-0008 CHAIN LINK FENCES AND GATES December 2009 City of Morro Bay Page 32 31 13 - 4 REV-A Lift Station #2

SECTION 33 11 00

WATER UTILITY DISTRIBUTION PIPING

PART 1 GENERAL

1.01 DESCRIPTION

Furnish and install all PVC water valves, fittings and appurtenances shown and specified in accordance with the requirements of the Contract documents. The pipelines shall be complete with all necessary fittings, supports, anchors, connectors, lining and coatings, testing, excavation, backfill, to provide a functional installation. Coordinate alignment and installation of all new and existing site utilities, including water meter service for new building, fire hydrant relocation, and others as shown on the plans. It shall be the Contractor’s responsibility to coordinate alignments of utilities required as part of the Work, at no additional cost to the Owner.

1.02 RELATED SECTIONS

Section 31 23 33 – Trenching and Backfilling

1.03 SUBMITTALS

In accordance with Section 01 33 00, Submittal Procedures, submit manufacturer’s Literature for pipe, couplings, fittings, linings, restrained joints, and other pipeline components.

PART 2 PRODUCTS

2.01 4 INCH THROUGH 12 INCH POLYVINYL CHLORIDE (PVC) PIPE FOR WATER SERVICE

A. Per AWWA C900.

B. Unless otherwise specified, all C900 PVC pipe shall be Class 150. Test pressure shall be 200 psi.

2.02 FITTINGS FOR PRESSURE PIPE

A. Fittings shall be ductile iron in accordance with AWWA C110, AWWA C153, or AWWA C606, latest revisions.

B. Nuts and bolts: All fittings shall utilize 304 stainless steel bolts and nuts, unless otherwise specified, and shall have anti-seize applied to the threads during installation.

C. Type of fitting: Unless specified otherwise, fittings shall be of the type listed below:

Buried: Flanged, mechanical joint or restrained joint. Above ground/Exposed: Flanged.

D. Long Radius Bends: All 90 degree bends shall be long radius bends. Long radius bends shall be as manufactured by American Ductile iron Pipe Co, US Pipe Co, or equal.

WG 0032-0008 WATER UTILITY DISTRIBUTION PIPING December 2009 City of Morro Bay Page 33 11 00 - 1 REV-A Lift Station #2

E. Pressure Rating:

Flanged joints: 4" - 64" 250 psi

Push-on, restrained push-on, or mechanical joints: 4" - 24" 350 psi

Grooved joints: 4" - 36" 250 psi

Grooved couplings: 4" - 18" 250 psi

F. Unless specified otherwise, the exterior of all buried ductile iron fittings shall be coated with a 1 mil asphaltic coating in accordance with AWWA C151, Section 51-9, and polyethylene encasement shall be supplied in accordance with AWWA C105.

G. Gaskets: Rubber gasket joints for ductile iron pressure pipe and fittings shall be styrene butadiene rubber (SBR), ethylene propylene rubber (EPT, EPDM), or chloroprene (Neoprene, CR), in accordance with the requirements of AWWA C111.

2.03 FLANGES

A. All flanges shall conform to ANSI B16.1 Class 125. Bolt holes in all flanges shall straddle the field vertical centerline.

2.04 RESTRAINED JOINT ADAPTERS

Adapters for providing restraint shall be able to replace a standard mechanical joint gland and shall conform to the following:

A. Adapters for DIP: Shall utilize multiple lugs to provide full circle restraint. Minimum pressure rating shall be 250 psi. Sizes 3" - 12" shall be UL approved for 350 psi on DIP.

EBAA Iron Series 1100 Megalug, Sigma One-Lok for DIP or equal

B. Restrained Joints for PVC pipe, where required, shall be EBAA Iron PV 2000 series, or approved equal.

2.05 WARNING TAPE. All buried “wet” piping (water or wastewater service) shall be provided with warning tape, of pigmented polyolefin material, which is chemically inert and will not degrade upon contact with moist soil. Tape shall have tensile strength of 2,500 psi and elongation of 800% per ASTM D-882. For sewer piping, tape shall be 3" wide, green colored and marked “Caution Sewer”, Terra-Tape or approved equal. For potable water piping, tape shall be 3" wide, blue colored and marked “Caution Water”, Terra-Tape or approved equal.

2.06 TRACER WIRE FOR PVC WATER MAINS. All tracer wire shall be a minimum 10-gauge.

WG 0032-0008 WATER UTILITY DISTRIBUTION PIPING December 2009 City of Morro Bay Page 33 11 00 - 2 REV-A Lift Station #2

PART 3 EXECUTION

3.01 TRENCH CONSTRUCTION:

Comply with trench detail on the plans, and Section 31 23 33, Trenching and Backfilling.

3.02 PIPE LAYING

A. Install to the grade elevations shown on the plans. Allow on-site visual inspection by Owner’s Representative of all piping prior to backfilling, upon request.

B. Temporary Plugs: When, for any reason, pipe laying is discontinued for an hour or more, the open end of each line shall be closed with a close-fitting stopper.

3.03 JOINT RESTRAINT

A. Joint Restraint at Bends: Provide joint restrain at all bends for pressure pipes. For buried pipe, concrete thrust blocks, restrained fittings or flanged connections shall be used as the joint restraint unless indicated or shown on the drawings.

B. Concrete Thrust Blocks: Shall be sized according to the details on the plans.

C. Restrained Joint Adapters: 1. Restrained joint adapters shall be in accordance with the manufacturer's instructions. 2. When used underground, the joint adapter shall be wrapped with 3 layers of 8 mil polyethylene. Ends of wrap shall be taped, three (3) layers minimum, with 10 mil pipe wrap tape.

3.04 TRACER TAPE:

A. Tracer tape shall be placed in the trench with the piping. All splices shall be made by tying ends of tape together. The tape shall be place at 30 inches depth of cover.

B. Payment for Tracer Tape shall be included in the contract price paid for those contract items which include such work and there shall be no separate payment therefore.

3.05 TRACER WIRE

A. Tracer wire shall be pulled into each valve box and terminated with wire nuts.

B. Payment for Tracer wire shall be included in the contract price paid for those contract items which include such work and there shall be no separate payment therefore.

3.06 POLYETHYLENE ENCASEMENT

All Ductile Iron fittings, and all valves buried underground shall be encased with loose polyethylene film unless otherwise stated on the plans or in these specifications.

WG 0032-0008 WATER UTILITY DISTRIBUTION PIPING December 2009 City of Morro Bay Page 33 11 00 - 3 REV-A Lift Station #2

A. Loose polyethylene film encasement shall be not less than 8 mils thick, and shall be applied per the requirements of the latest revised Standard of ANSI/AWWA C 105/A21.5 entitled, "Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids," shall be closely followed.

B. Pipe wrap tape, 10 mil minimum, duct tape or equivalent, not less than 2" wide shall be used to secure the polyethylene film. Tape shall extend around the pipe at least twice at teach end of the piece of film being installed.

C. Payment for polyethylene encasement shall be included in the contract price paid for those contract items which include such work and there shall be no separate payment therefore.

3.07 TESTING FOR WATER SYSTEM PIPING

A. Perform the following tests in the presence of the Engineer. In the event of a failed test, correct all deficiencies and retest. The contractor is responsible for all costs associated with retesting following failed tests, and the Owner may deduce such costs from the payments due.

B. Water System Piping shall be tested as follows: 1. Pressure and Leakage Test per City of Morro Bay Standards, Paragraph 9.06E, and Section 306-1.4.5 of the Standard Specifications for Public Works Construction (Green Book), 2006 edition. 2. Flushing and Disinfection test per City of Morro Bay Standards. Water quality testing will be performed by a laboratory under separate contract. 3. Tracer wire continuity.

END OF SECTION

WG 0032-0008 WATER UTILITY DISTRIBUTION PIPING December 2009 City of Morro Bay Page 33 11 00 - 4 REV-A Lift Station #2

SECTION 33 12 16

WATER UTILITY DISTRIBUTION VALVES

PART 1 GENERAL

1.1 DESCRIPTION

This Section includes materials, testing, and installation of manually operated valves and check valves.

1.2 RELATED WORK SPECIFIED ELSEWHERE

A. Section 09 90 00 - Painting and Coating

1.3 SUBMITTALS

A. Submit shop drawings in accordance with the General Conditions and the following:

B. Submit manufacturer's catalog data and detail construction sheets showing all valve parts and describing material of construction by material and specification (such as AISI, ASTM, SAE, or CDA).

C. Show valve dimensions including laying lengths. Show dimensions and orientation of valve operators, as installed on the valves.

D. Show valve linings and coatings.

PART 2 PRODUCTS

2.1 GENERAL

Provide valves complete with operating handwheels, levers, extension stems, worm gear operators, operating nuts, and wrenches required for operation. Valves shall have the name of the manufacturer and the size of the valve cast or molded onto the valve body or bonnet or shown on a permanently attached plate.

2.2 VALVE OPERATORS

A. Operators for Exposed Valves Smaller Than 6-Inches: Provide lever or handwheel operators having adjustable, open stop memory positions.

B. Operators for Buried and Submerged Valves

1. Provide direct acting 2-inch square AWWA operating nuts for all buried and submerged valves less than 6-inches, and for buried and submerged gate valves less than 24-inches.

WG 0032-0008 WATER UTILITY DISTRIBUTION VALVES December 2009 City of Morro Bay Page 33 12 16 - 1 REV-A Lift Station #2

2. Provide watertight shaft seals and watertight valve and actuator cover gaskets. Provide totally enclosed operators designed for buried or submerged service.

C. Operators for Valves 6-Inches and Larger

1. Provide gear operators on butterfly and ball valves 6-inches and larger. Gear operators for valves 8-inches through 20-inches shall be of the worm and gear, or of the traveling nut type. Gear operators for valves 24- inches and larger shall be of the worm and gear type.

2. Enclose gear operators, suitable for running in oil with seals provided on shafts to prevent entry of dirt and water into the operator. Gear operators for valves located above ground or in vaults and structures shall have handwheels. Minimum handwheel diameter shall be 12-inches.

3. Gear operators shall be of the totally enclosed design, proportioned to permit operation of the valve under full operating head with a maximum pull of 80 pounds on the handwheel or crank. Operators shall be provided with open and closed position stop limiting devices. Operators shall be of the self-locking type to prevent the disc or plug from creeping. Operator components shall be designed to withstand a pull of 200 pounds for handwheel operators between the input and stop limiting devices without damage, and an input torque of 300-foot-pounds for operating nuts when operating against the stops.

4. Self-locking worm gears shall be a one-piece design of gear bronze material (ASTM B 427), accurately machine cut. The worm shall be hardened alloy steel (ASTM A 322, Grade G 41500; or ASTM A 148, Grade 105-85), with thread ground and polished. The reduction gearing shall run in a proper lubricant. Operators shall be Limitorque Model T Series, EIM Model MG or approved equal.

5. Gear operators shall be able to rotate the valve element (disc, plug, or ball) from the fully closed position to fully open in a number of turns of the operator not exceeding two times the valve diameter in inches (i.e., for a 12-inch valve, the number of turns of the operator shall not exceed 24).

D. Operating Torque Requirement for Buried Valves: Operators on buried valves shall be designed to produce the required torque on the operating nut with a maximum input of 150-foot-pounds.

E. Opening Direction: Valve operators, handwheels, or levers shall open by turning counterclockwise.

F. Position Indicators: Provide valve position indicators for all above ground valves.

WG 0032-0008 WATER UTILITY DISTRIBUTION VALVES December 2009 City of Morro Bay Page 33 12 16 - 2 REV-A Lift Station #2

2.3 VALVE BOXES FOR BURIED VALVES

A. General: Valve boxes shall be 6-inch SDR 35 PVC pipe.

B. Valve Box Caps: Valve box caps shall be cast-iron, and shall be designed to rest without a frame on a cast-in-place concrete ring extending 7 inches beyond outer edge of valve cap, and surrounding the valve extension pipe. Taper the cap skirt for a close fit inside the upper sleeve portion of the valve box. Minimum weight of nominal 10-inch cap shall be 40 pounds. Caps shall be circular with the word WATER cast on the cap.

C. Manufacturers: Valve boxes shall be Christy G-5, or approved equal.

2.4 EXTENSION STEMS FOR BURIED VALVE OPERATORS

Where the depth of the valve is such that its operating nut is more than 3-feet below grade, provide operating extension stems to bring the operating nut to a point between 24 to 36-inches below the surface of the ground and/or box cover. Extension stems shall be steel, and shall be complete with 2-inch-square operating nut. Provide stem with a 1/8-inch center guide to keep stem centered. Do not use pinned couplings.

2.5 BOLTS, NUTS, AND GASKETS FOR FLANGED VALVES

Describe bolts and nuts for flanged valves in the detailed individual piping specifications.

2.6 PAINTING AND COATING

A. Above Ground Valves or Valves in Vaults: Coat metal valves (except bronze and stainless-steel valves) located above ground or in vaults and structures in accordance with Section 09 90 00. Apply the specified prime coat at the place of manufacture. Apply intermediate and finish coats in field. Finish coat shall match the color of the adjacent piping. Handwheels shall receive the same coating as the valves.

B. Buried Valves: Coat buried metal valves and extension stems at the place of manufacture per Section 09 90 00, Painting and Coating, then polyethylene encased per Section 33 11 00, Water Utility Distribution Piping.

C. Interior Coating: Coat metal valves 4-inches and larger on the interior metal parts, excluding seating areas and bronze and stainless-steel pieces, per Section 09 90 00, Painting and Coating. Coating shall be applied at the factory by the valve manufacturer.

2.7 VALVES

A. Above Ground Gate Valves 3-Inches and Smaller: Above ground gate valves, 1/4-inch through 3-inches, for water service shall be non-rising stem, screwed bonnet, solid wedge disc type designed for a minimum working pressure of 220

WG 0032-0008 WATER UTILITY DISTRIBUTION VALVES December 2009 City of Morro Bay Page 33 12 16 - 3 REV-A Lift Station #2

psi. Valves shall have threaded ends. Materials of construction shall be as follows:

Component Material Specification

Body, bonnet, disc Bronze ASTM B62

Stem Bronze or ASTM B62, B99 Copper (Alloy 651), B584 Silicon (Alloy C87600), B371 (Alloy 694)

Stem material shall have a minimum tensile strength of 60,000 psi and a minimum yield strength of 30,000 psi. Handwheels shall be brass. Packing shall be Teflon asbestos. Valves shall be Crane 438, Stockham 103, or approved equal.

B. Ball Valves 2-Inches and Smaller: Ball valves, 2-inches and smaller, for chemical service shall be PVC Schedule 40, and shall be rated at a pressure of 150 psi. Valves shall have plastic operators. Valves shall have full bore ports, screwed ends, and non-blowout stems.

C. Resilient Seated Gate Valves, 3-Inches Through 12-Inches: Resilient seated gate valves shall conform to AWWA 509 and the following requirements. Valves shall be designed for a minimum working pressure of 200 psi, and shall be bubble-tight at that pressure. Valves shall have non-rising stems. Stem nuts shall be independent of the gate and shall be made of solid bronze. All internal working parts, including the stem, shall be all bronze containing not more than 2 percent aluminum or more than 7 percent zinc. Bronze shall be ASTM B62 (85- 5-5-5) bronze, except that stem bronze shall have a minimum tensile strength of 60,000 psi, a minimum yield strength of 30,000 psi, and a minimum of 10 percent elongation in 2-inches. Materials of construction shall be as follows:

Component Material Specification

Body Operating Nut, Cast Iron ASTM A126, Class B Bonnet, Seal Plate

Gate Cast Iron ASTM A126, Class B Ductile Iron ASTM A536, Grade 65-45-12

Bonnet and Seal Stainless- ASTM A276, Type 316 Plate nuts and Bolts Steel

O-Rings Synthetic ASTM D2000 Rubber

WG 0032-0008 WATER UTILITY DISTRIBUTION VALVES December 2009 City of Morro Bay Page 33 12 16 - 4 REV-A Lift Station #2

Provide low friction, torque reduction thrust bearings both above and below the stem collar. Stuffing boxes shall be O-ring seal type with two rings located in stem above thrust collar. Each valve shall have a smooth unobstructed waterway free from any sediment pockets. Encapsulate gates in Buna-S rubber or nitrile elastomer. Valves shall be Clow, Mueller, or approved equal.

PART 3 EXECUTION

3.1 JOINTS

A. Flanged Joints: Boltholes of flanged valves shall straddle the horizontal and vertical centerlines of the pipe run to which the valves are attached. Clean flanges by wire brushing before installing flanged valves. Clean flange bolts and nuts by wire brushing: lubricate threads with oil and graphite, and tighten nuts uniformly and progressively. If flanges leak under pressure testing, loosen or remove nuts and bolts, reseat or replace the gasket; reinstall or re-tighten the bolts and nuts; and re-test the joint. Joints shall be watertight.

B. Threaded Joints: Clean threaded joints by wire brushing or swabbing. Apply Teflon joint compound or Teflon tape to pipe threads before installing threaded valves. Joints shall be watertight.

3.2 VALVE INSTALLATION

A. Valves in Horizontal Piping: Unless otherwise indicated on the drawings, install valves in horizontal runs of pipe having centerline elevations 4'-6", or less, above the floor, with their operating stems vertical. Install valves in horizontal runs of pipe having centerline elevations between 4'-6" and 6'-9" above the floor with their operating stems horizontal.

B. Valves in Vertical Piping: Install valves on vertical runs of pipe that are next to walls with their stems horizontal, away from the wall. Install valves on vertical runs of pipe that are not located next to walls with their stems horizontal, oriented to facilitate valve operation.

C. Valve Supports: Anchor valves in concrete as shown on Standard Drawing W-7 or on the valve detail drawings. Concrete supports are not required for valves bolted to flanged pipe or fittings.

D. Backfill: Backfill within 24-inches of valves shall be clean washed sand in accordance with the requirements of Section 31 23 33, Trenching and Backfilling.

3.3 VALVE BOXES

Firmly support valve boxes and keep them centered and plumb over the operating nut of the valve. Do not use beveled sections of pipe at the top of the valve extension pipe. The top cut shall be square and machine made. In new tracts, and where pavement has not been placed, the valve extension risers for "key valves" shall extend well above the

WG 0032-0008 WATER UTILITY DISTRIBUTION VALVES December 2009 City of Morro Bay Page 33 12 16 - 5 REV-A Lift Station #2

ground level to permit ease of location in case of emergency shutoffs. The final valve box elevation shall be flush with the finished pavement surface.

3.4 VALVE LEAKAGE TESTING

Test valves for leakage at the same time that the connecting pipelines are tested. See Section 33 11 00 – Water Utility Distribution and Piping, for pressure testing requirements.

END OF SECTION

WG 0032-0008 WATER UTILITY DISTRIBUTION VALVES December 2009 City of Morro Bay Page 33 12 16 - 6 REV-A Lift Station #2

SECTION 33 31 00

SANITARY UTILITY SEWARAGE PIPING

PART 1 GENERAL

1.01 DESCRIPTION

Furnish and install all PVC sewer piping; fittings, pipe penetrations, and appurtenances shown and specified in accordance with the requirements of the Contract documents. The pipelines shall be complete with all necessary fittings, supports, anchors, connectors, testing, excavation, backfill, to provide a functional installation. Coordinate alignment and installation of all new and existing site utilities, including electrical, water, sewer, and others as shown on the plans. It shall be the Contractor’s responsibility to coordinate alignments of utilities required as part of the Work, at no additional cost to the Owner.

1.02 RELATED SECTIONS

Section 31 23 33 – Trenching and Backfilling

1.03 SUBMITTALS

In accordance with Section 01 33 00, Submittal Procedures, submit the following:

A. Manufacturer’s Literature for pipe, couplings, fittings, linings, restrained joints, and other pipeline components.

B. Sewage Bypass Plan. Submit for approval by the City and Engineer, a detailed sewage bypassing and “cut-over” plan, detailing how the new lift station, wetwell, and piping will be coordinated, phased and constructed to ensure no sewage spills. Such plan shall include details of monitoring, equipment, personnel and other details as to how such bypassing will be accomplished. Submit plan within 15 working days following notice to proceed.

PART 2 PRODUCTS

2.01 PVC SDR 35 PIPE

Unless shown otherwise on the plans, all new sewer main and laterals, and storm drain specified to be PVC, shall be Polyvinyl Chloride plastic pipe (PVC) SDR 35, and shall conform to ASTM Designation D-3034-81. PVC pipe for sewer shall be green.

PART 3 EXECUTION

3.01 TRENCH CONSTRUCTION:

Comply with trench detail on the plans, and Section 31 23 33, Trenching and Backfilling.

WG 0032-0008 SANITARY UTILITY SEWERAGE PIPING December 2009 City of Morro Bay Page 33 31 00 - 1 REV-A Lift Station #2

3.02 PIPE LAYING

A. Install to the grade and invert elevations shown on the plans. Allow on-site visual inspection by Owner’s Representative of all piping prior to backfilling, upon request.

B. Temporary Plugs: When, for any reason, pipe laying is discontinued for an hour or more, the open end of each line shall be closed with a close-fitting stopper.

3.03 TESTING FOR SANITARY SEWER SYSTEM PIPING

A. Perform the following tests in the presence of the Engineer. In the event of a failed test, correct all deficiencies and retest. The contractor is responsible for all costs associated with retesting following failed tests, and the Owner may deduce such costs from the payments due.

B. Sanitary Sewer System Piping shall be tested as follows: 1. Mandrel testing per City of Morro Bay Standards, Para. 8.09H. 2. Air Leakage Test per City of Morro Bay Standards, Para. 8.09H.

C. Video Inspection of Sewer System. Prior to acceptance by Owner, newly constructed sewer mains shall be video inspected. The video inspection shall be made on a new, high quality DVD in color and have a continuous display of date, time, and footage. The video inspection tape shall also include an audio description of the main being inspected (i.e. street/location and reach), wyes, laterals, manholes, and any unusual features such as misaligned joints, breaks, infiltration, standing water and the like. 1. Video inspection shall be performed prior to acceptance but after the main is completely installed, the trench is backfilled and compacted, and the main has been flushed. Any section of main that is replaced or altered after the video inspection shall be re-inspected by video upon completion. 2. Acceptance. In general, sewer mains shall be constructed to a continuous grade, and the DVD shall indicate this by showing an absence of ponded water. 3. Submittal. DVDs along with a written log containing all of the features and distances shall be submitted to Owner for review. The DVD and written log shall become property of Owner upon submittal.

END OF SECTION

WG 0032-0008 SANITARY UTILITY SEWERAGE PIPING December 2009 City of Morro Bay Page 33 31 00 - 2 REV-A Lift Station #2

SECTION 33 32 19

PUBLIC UTILITY WASTEWATER PUMPING STATIONS

PART 1 GENERAL

1.1 DESCRIPTION

The work shall include all material, labor and equipment necessary to upgrade and construct a complete and functional sewage lift station, including new wetwell, and providing new submersible wet pit submersible pumps with components: Pump, motor, triplex controller, guide rails (stainless steel), bearings, seals, base plates, pedestals, and suction elbows, supports, anchor bolts, lifting eyes, stands, piping, valving, level transducers, floats, startup and testing and other items as necessary for a complete and operational system.

The contractor shall provide the new sewage lift station as shown on the plans and specified herein, including all excavations/removals, mechanical, foundations, electrical service extensions and connection to the utility, telephone service extensions, and all other associated work to result in a completely operational lift station.

The lift station shall be operated as a triplex pump station, and the pumps shall be specifically designed to pump waste solids at heavy consistencies without plugging.

A. Unit Responsibility

Unit responsibility for the pumps, motors, guide rails system, float switches, level sensing transducer, shall be by one supplier. Contractor shall be responsible for ensuring all lift station components, including pumps, fittings, wet well, wet well lid and hatch, piping, controls, electrical wiring, etc. are constructible and coordinated, and meet the intent of the contract documents.

1.2 RELATED SECTIONS

Section 03 30 00 Cast-in-Place Concrete Section 03 40 00 Precast Concrete Section 09 90 00 Painting and Coating Section 09 97 23 Concrete and Masonry Coatings Section 33 31 00 Sanitary Utility Sewerage Piping Section 33 34 00 Sanitary Utility Sewerage Force Mains

1.3 REFERENCES

A. American Bearing Manufacturers Association (ABMA): 1. ABMA 9 – Load Ratings and Fatigue Life for ball Bearings

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 1 REV-0 Lift Station #2

2. ABMA 11 – Load Ratings and Fatigue Life for Roller Bearings

B. American Society of Mechanical Engineers (ASME): 1. ASME B16.1 - Cast Iron Pipe Flanges and Flanged Fittings, Class 25,125, 250, and 800. 2. ASME B16.5 - Pipe Flanges and Flanged Fittings.

C. American Society for Testing and Materials (ASTM): 1. A 48 - Standard Specification for Gray Iron Castings. 2. A 53 - Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. 3. A 108 - Standard Specification for Steel Bars, Carbon, Cold-Finished, Standard Quality. 4. A 167 - Standard Specification for Stainless Steel and Heat-Resisting Chromium-Nickel Steel Plate Sheet and Strip. 5. A 176 - Standard Specification for Stainless and Heat-Resisting Chromium Steel Plate, Sheet and Strip. 6. A 276 - Standard Specification for Stainless and Heat Resisting Steel Bars and Shapes. 7. A 283 - Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. 8. A 532 - Standard Specification for Abrasion-Resistant Cast Irons. 9. A 536 - Standard Specification for Ductile Iron Castings. 10. A 576 - Standard Specification for Steel Bars, Carbon, Hot Wrought, Special Quality. 11. A 582 - Standard Specification for Free-Machining Stainless and Heat- Resisting Steel Bars, Hot-Rolled or Cold-Finished. 12. A 743 - Standard Specification for Castings, Iron-Chromium, Iron-Nickel, Corrosion Resistant, for General Application. 13. B 505 - Specification for Copper-Base Alloy Continuous Castings. 14. B 584 - Specification for Copper Alloy Sand Castings for General Applications. 15. D 2240 - Test Method for Rubber Property - Durometer Hardness. 16. E 10 - Test Method for Brinell Hardness of Metallic Materials. 17. F 593 - Specification for Stainless Steel Bolts, Hex Cap Screws and Studs. 18. F 594 - Specification for Stainless Steel Nuts.

D. California Code of Regulations (CCR):

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 2 REV-0 Lift Station #2

1. Title 8 - Industrial Relations. 2. Title 24 - Building Standards.

E. American National Standards Institute/Hydraulic Institute (ANSI/HI): 1. 1.1-1.5- Centrifugal Pumps - Nomenclature, Definitions, Application and Operation. 2. 1.6 - Centrifugal Pump Tests. 3. 9.1-9.5 - Pumps - General Guidelines for Types, Definitions, Application and Sound Measurement.

1.4 DEFINITIONS

A. Pump head total dynamic head, flow capacity, pump efficiency, net positive suction head available, and net positive suction head required: As defined in ANSI/H11.1-1.5 and 9.1- 9.5 and as modified in this Section.

B. Flow, head, efficiency, and motor horsepower specified in this Section are minimums unless stated otherwise.

1.5 SUBMITTALS

A. In accordance with Section 01 33 00, Submittal Requirements, submit the following: 1. Manufacturer’s specification (cut sheet) for the pumps, motors, controller 2. Certified pump curves 3. Written guarantee for pumps and motors 4. Operating manuals for pumps, motors and controller 5. Manuals and warranties for mechanical and electrical/controls equipment

1.6 MAINTENANCE

A. Special Tools: For each type or size of pump specified, provide 1 set of all special tools required for complete assembly or disassembly of all pump system components.

B. Spare Parts: For each type or size of pump specified, provide spare parts packed and labeled for warehouse storage: 6. Mechanical Seal: 1 complete upper and lower seal assembly for each type supplied. 7. Pump Bearings: 1 set of radial and one set of thrust bearings for each pump size supplied.

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 3 REV-0 Lift Station #2

8. Impeller Wear Liner, when applicable: 1 wear liner for each size of pump. 9. Pump Impeller: 1 replacement impeller for each size supplied.

PART 2 PRODUCTS

2.1 PUMP MANUFACTURERS

A. Pumps: ABS, ITT Flygt, Wemco pump models, or approved equal.

2.2 MATERIALS

A. General: Materials in the Pump Schedule shall be the type and grade as specified in this Article.

B. Cast Iron: ASTM A 48, Class 30 minimum.

C. Hi-chrome Cast Iron: ASTM A 532, Class III, Type A at 450 Brinell hardness.

D. Ductile Iron: ASTM A 536, Grade 60-42-10.

E. Leaded Tin Bronze: ASTM B 584, Alloy C93800.

F. 316 Stainless: ASTM A 276, Type 316 Stainless Steel.

G. 416 Stainless: ASTM A 582, Type 416 Stainless Steel.

H. Steel: ASTM A 108, Grade as scheduled.

I. Structural Steel: ASTM A 283, Grade D.

J. Neoprene: Polychloroprene rubber.

2.3 GENERAL PUMP CONSTRUCTION

A. Type: Industrial (Heavy) Duty, submersible pumps meeting performance and design requirements and features as specified in this Section.

B. Access to Impeller: Back pull out design for mechanical seal and impeller access.

C. Fasteners: Provide Type 316 stainless steel fasteners in accordance with ASTM F 593 and ASTM F 594.

2.4 PUMP CASINGS

A. Material: As scheduled.

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 4 REV-0 Lift Station #2

B. Type: 1 piece case with integrally cast discharge nozzle: strength, weight and thickness to maintain accurate alignment. Separate suction cover with integrally cast suction nozzle and incorporating suction liner and adjustment mechanism.

C. Suction and Discharge Piping Connections: Flanged meeting ANSI/ASME B 16.1, Class 125, ANSI/ASME B 16.5, Class 150, or higher pressure class as required meeting Design Working Pressure.

D. Discharge flange shall be centered on the casing to facilitate use with guide rail system.

E. Design to withstand a design working pressure not less than 1.10 times the maximum shutoff total dynamic head with the maximum diameter impeller at the maximum operating speed plus the maximum suction static head.

F. Design to withstand a 5 minute hydrostatic test pressure not less than 1.5 times the design working pressure.

G. Suction and Discharge Piping Connections: Flanged meeting ANSI/ASME B 16.1, Class 125, ANSI/ASME B 16.5, Class 150, or higher pressure class as required meeting Design Working Pressure.

H. Design replaceable suction liner for the pump case, material as scheduled; or an adjustable wear plate.

2.5 IMPELLERS

A. Material for impeller shall be one of the following: 1. ASTM 35B or better with tungsten carbide coating. Wear plate, if provided, shall also be tungsten carbide coated. 2. 450 Brinell Hi-Chrome Iron, ASTM A532-CEIII, Type A1.

B. Design to promote smooth water passages to reduce clogging by rags, stringy or fibrous materials on impellers or shafting.

C. Design impeller or impeller flange to discharge solids from the space between the backplate and the impeller.

D. Design capable of passing solids with a 3-1/2-inch non-compressible sphere. Design conical impeller and suction piece so that axial adjustments of the impeller result in uniform changes in clearance between the two.

E. Provide static, dynamic, and hydraulic balance of impeller and complete rotating element.

F. Method of Securing Impellers to Shafts: Keyed and secured by a nut locked in place on tapered shaft readily removable without use of special tools.

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 5 REV-0 Lift Station #2

2.6 WEAR RINGS AND WEAR PLATES

A. Provide the following system: 1. Suction Liner System or wear plate a. Material: Hi-Chrome Iron - 450 Brinell, ASTM A532 CE111 Type A1 or tungsten coated (flame sprayed) ASTM 35B or better. b. Attached to the pump volute to prevent rotation. c. Replaceable and adjustable to maintain proper clearances between the wear plate and the impeller.

2.7 PUMP SHAFTS

A. Material: 420 Stainless Steel, turned, ground, and polished.

B. Strength: Able to withstand minimum 1.5 times maximum operating torque and other loads.

C. Deflection: Maximum 0.002 inches under operating conditions.

2.8 MECHANICAL SEALS

A. Provide dual tandem mechanical seal system with oil for seal lubrication and cooling. 1. Shaft sealing system shall be capable of withstanding volute pressure up to 1.5 times pump shutoff head. 2. No seal damages shall result from operating the pumping unit in its liquid environment, from running pump dry, or from reverse pump operation.

B. Oil Chamber: 1. Provide oil chamber for shaft sealing system. Design oil chamber to assure that air is left in the oil chamber to absorb the expansion of the oil due to temperature variations. 2. Provide drain and inspection plug, with positive anti-leak seal, easily accessible from the outside. 3. Oil in oil chamber shall be PDA approved, paraffin type, colorless, odorless, and non-toxic. 4. Provide capacitive type leakage sensor for the detection of water in the oil chamber and a moisture sensor in the lower motor chamber to detect any fluid in the motor.

C. Shaft sealing shall be by independently-mounted, tandem mechanical seals contained in an oil chamber that is formed as an intrinsic part of the motor frame and allows the seals to be completely submerged in the lubricated by the oil bath.

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 6 REV-0 Lift Station #2

1. The mechanical seal nearest the bearing shall utilize silicon carbide /silicon carbide, and shall isolate the seal cooling oil from the motor frame. 2. The mechanical seal nearest the impeller shall be a stainless steel or rubber bellows-type construction firmly attached to the rotating face and clamped to the shaft, to prevent contaminants from contacting the stainless-steel spring which loads the seal face. The seal faces shall be a solid tungsten-carbide rotating face running against a solid silicon-carbide stationary face or silicon carbide against silicon carbide. Seals with bonded, soldered, or concerted face surfaces are not equal or acceptable.

D. The mechanical seal nearest the impeller shall be contained in a seal chamber formed by the impeller flange and a recess cast into the motor frame.

E. The mechanical seal nearest the impeller shall be isolated from contaminants in the pumped media by a labyrinth-fit between the backside of the impeller and the backplate, as well as by pump-out grooves cast into the impeller back shroud and into the backplate or similar system to minimize debris reaching the shaft seal. 1. Both inner and outer seals shall be dimensionally interchangeable with John Crane Type 21 seals, or equal, to allow second-source availability of seals from local distributors for emergency repairs.

F. Springs and Other Hardware: Stainless Steel, 300 or 400 series.

2.9 BEARINGS

A. Pump shaft shall rotate on a minimum of 3 permanently sealed, grease lubricated bearings: 1. Upper bearing for radial forces. 2. Lower bearings (minimum of two) for combined axial and radial forces.

B. Bearing Type: Anti-friction meeting ABMA standards, angular contact ball type; or tapered roller for radical and thrust loads.

C. Bearing lubrication system shall be sized sufficiently to safely absorb heat energy normally generated in bearing under maximum ambient temperature of 60 degrees Celsius when pump scheduled for dry running.

D. Bearing Life: Minimum L10 life of 100,000 hours at rated design point or 24,000 hours in accordance with ABMA 9 or 11 at bearing design load imposed by pump shutoff with maximum sized impeller at rated speed, whichever provides longest bearing life in intended service.

2.10 SUBMERSIBLE MOTORS AND POWER CABLES

A. Motors:

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 7 REV-0 Lift Station #2

1. Motors shall be of the explosion-proof design, approved by Factory Mutual for uses in Class I, Division II, Groups C&D, hazardous locations. 2. The motors shall be of the submersible type, suitable for full-load, continuous operation either completely dry or fully submerged in the pumped liquid of up to 65 foot depths. Motors shall be of the "air-filled" type, to optimize efficiency, with stator and rotor housed in a watertight chamber containing only air. Motors of the "oil-filled" type, with stator and rotor immersed in oil or motors, or which circulate the pumped media through internal cooling media channels, ports, or jackets are not acceptable. 3. Motors shall incorporate a separate heat-exchanger circuit, with a shaft- mounted cooling pump circulating oil from a jacket surrounding the stator housing to a heat-exchanger surface cast into the pump backplate. The circulating oil shall transfer excess motor heat directly to the pumped media inside the pump volute, without the need of submergence for adequate motor cooling at any continuous power output up to and including rated powers in ambient of 40 degrees C. Alternately, motors shall dissipate heat directly (by convection) from the exposed stator housing to surrounding ambient air, without the need of submergence for adequate motor cooling at any continuous power output up to and including rated power in ambient of 40 degrees C. 4. Motor stator windings and leads shall be insulated with moisture-resistant Class H insulation for operation at temperatures up to 155 degrees C with a Class A rise and be rated at IE3 as identified in IEC 60034-30. 5. Motors shall have the stator varnish applied by the trickle impregnation using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%. The motor shall be inverter duty rated in accordance with NEMA MG1, Part 31. The stator shall be heat-shrink fitted into the cast-iron stator housing. The use of multiple step dip and bake-type stator insulation processes shall not be acceptable. The use of bolts, pins or other fastening devices requiring penetration of the stator housing shall not be acceptable. 6. Motor cable-entry sealing assembly shall consist of the following five components to ensure a positive, redundantly watertight seal: a. The sealing components shall be mechanically isolated from cable strains by two-piece restraining clamp, which will securely grip the cable above the moisture-sealing components and bear any mechanical forces applied to the cable, b. The cable moisture seal shall consist of an elastomer grommet, prevented from extruding past the cable by stainless-steel retaining washers on either side. The grommet shall be compressed tightly against the cable outside diameter (and the entry assembly inner diameter) by a screwed follower gland, c. Each individual conductor shall be interrupted by a solid-copper isolation dam to prevent wicking of moisture through the conductor strands,

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 8 REV-0 Lift Station #2

d. The cable insulation shall be sealed by an epoxy poured into the cable entry and totally encapsulating the stripped-back insulation and the individual copper dams. This poured epoxy seal shall also function as a redundant seal for the cable outside diameter, e. The cable free end shall be sealed from moisture-entry during shipping, storage, and prior to connection to the control panel by a plastic sleeve securely clamped over the cable end. 7. Motors which use only a compress-grommet gland, or only a poured epoxy seal, without benefit of redundancy of both types together, are not equal or acceptable. 8. The thrust bearings shall be designed to take the full axial load of the impeller. 9. Motors shall be submersible, 3 phase, 60 cycle, with HP, RPM, and voltage as scheduled at the end of this section. Service factor shall be per Nema MG1 as 1.15 or better

B. Protection Devices: The motor shall be provided with the following protection devices: 1. Three (one per phase) normally closed thermal sensors embedded in the stator windings, wired in series, will open a protective circuit if winding temperature exceeds rated operating temperature. These sensors automatically reset when winding temperature has cooled to a safe operating temperature. 2. A conductivity probe to monitor the moisture content of the oil in the chamber between the outer and the inner mechanical seals. The probe shall be wired to a separate protective circuit, which, when connected to a conductivity- sensitive relay in the control panel, will trip an alarm if moisture content of the oil indicates a failure of the outer mechanical seal.

C. Power Cables: 1. Submersible to same water depth as motor casing. 2. Type SPC with Hypalon/Buna N jacket. 3. Insulation rated for 90 degrees Celsius. 4. Non-wicking fillers. 5. Length: Sufficient to connect to surface junction box (without the need of splices) as indicated on the Drawings. 6. Sized to conform to NEC, ICEA, and CSA specifications. 7. Provide 316 stainless steel cable or 316 stainless steel wire Kellum type braid sleeve to support power cable from underside of wet well roof slab or access frame.

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 9 REV-0 Lift Station #2

2.11 SUPPORT BASE AND DISCHARGE ELBOW

A. Fast Out. The manufacturer shall provide a fast-out fixture which shall be permanently mounted in the wetwell as shown on the plans. The fixture shall cantilever the entire pump volute and motor from the volute discharge flange, providing an unobstructed sump floor under the pump; supports from underside of pump volute or pump suction to sump floor (which could collect textiles and impede flow to pump) will not be acceptable. The fixture shall include 90 degree cast-iron piping elbow to connect to vertical piping, and shall provide mounts for two stainless steel rails of standard schedule 40 pipe (provided by others), which will guide the pump into position. The pump shall be supported by a positive metal-to-metal interlocking flange, which is additionally sealed by a leakproof nitrile rubber ring pressed against the fixture flange by the weight of the pump.

2.12 GUIDE RAILS AND LIFTING DEVICES

A. General: Provide stainless steel guide rails and lifting devices suitable for wet pit installation as scheduled in Part 3 and as indicated on the Drawings.

B. Materials: 1. Wet Pit: Type 316 stainless steel guide rails, lifting cable or chain and wall supports; Type 316 stainless steel anchor bolts and fasteners.

C. Wet Pit Guide Rails: 1. Type: Dual pipe or dual rail able to accurately guide the pump to mate with the discharge elbow. 2. Strength: Withstand a minimum of 1.5 times the maximum imposed operating loads or 1.0 times the imposed Uniform Building Code seismic loads, whichever is greater. 3. Intermediate Supports: Provide at 10 foot maximum intervals; less as required to provide specified support.

D. Lifting Device: 1. Type: 316 SS Chain or cable attached to lifting eye on the pump casing. 2. Length: Able to lower pump from top of wet well to operating position as indicated on the Drawings plus 5 additional feet of length. 3. Retainer: Provide Type 316 stainless steel locking hook or clasp at top of wet well to securely retain the upper end of the lifting chain or cable during pump operation.

2.13 FINISHES

A. Pump manufacturer to factory prime pump/motor and discharge elbow as specified in Section 09900, System B-1. CONTRACTOR to provide field coatings as specified in Section 09900, System B-1.

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 10 REV-0 Lift Station #2

2.14 PUMPS AND MOTORS

Furnish and install a quantity of three (3), pull up submersible pumping units, UL listed for explosion proof Class 1, Division 1, Group C and D hazardous location in air or submerged in water and sewage. The pumps shall be constructed to automatically connect to the discharge piping when lowered into place.

The pumps shall be capable of meeting the following hydraulic conditions:

HYDRAULIC PERFORMANCE

Design Operating Point Simplex Duplex Flow (gpm) 700 1,000 Head (ft) 23 27 Minimum Efficiency 70% 70% Minimum Shutoff Head (ft) 60 60 Maximum BHP 10 10 RPM (maximum) 1800 1800 Voltage 3 Phase, 240V Minimum wire to water efficiency 61% 61% Design point to be located at the BEP or to the left.

2.15 PUMP CONTROLLER:

A. GENERAL:

1. See Para. 1.1.A, Unit Responsibility. 2. The pump controller shall consist of all the components, hardware and software to provide a trouble-free, complete and functional sewage lift station. The system shall be designed and specifically produced for the surveillance of the lift station. The system shall provide for interface to other RTUs and SCADA systems for remote control and data collection. The RTU shall control the pumps as a stand-alone unit in the event of a communications loss. Controller shall be supplied by a manufacturer who has been regularly engaged in wastewater control manufacturing for over 5 years, is UL 508A listed, has installed a minimum of 50 installations and provides service and support within a 100-mile area.

B. OPERATION 1. Pump controller shall provide continuous monitoring of the wet well level via analog level signal (4-20mA DC). The pump controller shall start and stop pump based upon wet well level and operator programmed setpoints. The control panel shall have an independent intrinsically safe controller provision with float switch backup in the event of analog signal failure or main control failure. The controller shall also have provision for redundant analog level sensor. The pump controller shall alternate

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 11 REV-0 Lift Station #2

pump cycles to ensure equal run times to all three pumps. The pump controller shall monitor pump protection features to provide alarms in the event of impending pump failure. The controller shall also monitor pump performance data to provide operations personnel the ability to evaluate lift station performance.

C. HARDWARE

1. Operator Interface: The pump controller shall be programmed via built- in operator interface. The interface shall consist of pushbuttons in combination with a 2-line LCD backlit display in English. The front panel shall also include LED indicators for controller operation, communication status, alarm status, pump operation status, and individual critical alarms. 2. The front panel operator interface shall be rated IP65 (applicable to Nema 4 standard). 3. Processor: The pump controller shall contain a 486CPU, 32 bit 100 MHz processor, with a primary memory of 16 Megabytes D-RAM and a flash memory of 16 Megabytes. The memory shall be protected by a 3 VDC Lithium battery and have a watchdog function. 4. Inputs/Outputs: The pump controller shall provide 16 digital inputs, 8 digital outputs (6 relay normally open, 2 solid state normally open), and 4 analog inputs. The inputs/outputs shall meet the following: a. All inputs/outputs shall be optically isolated. b. Digital inputs shall be 11-30vdc, selectable logic. c. Digital outputs shall have a max load of 2A at 250VAC/DC (relay) or have an output capacity of 100mA at 250VAC/DC (solid state). d. Analog inputs shall be 4-20mADC with 12 bit resolution and inaccuracy of 0.1%. 5. Power Supply: The pump controller shall operate from a supply voltage of 24VDC (-15% to +20%), and have a current consumption of 1A (no load). The controller shall be protected internally with a fuse rated at 2A. 6. Communications: The pump controller shall include 4 communications ports. One port shall be RS-232, or ethernet and dedicated to service functions (local programming of controller with laptop). The other three ports shall be RS-232 capable or ethernet, and available for use as communication interface to dialup modem, leased line modem, GPRS cellular modem, or radio.

D. FUNCTIONS 1. Operator Interface: The pump controller shall operate the pumps in accordance with operator programmed setpoints. The controller shall

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 12 REV-0 Lift Station #2

also be capable of remote start-stop functions via network. The following information shall be observed on the front panel display:

a. Wet well level b. Cross-section areas of the wet well c. Start-stop pump levels d. Alarm levels for low level, high level and overflow e. Nominal capacities of the pumps f. Current flow and accumulated flow g. Number of starts for each pump h. Run time for each pump i. Amperage draws for each pump j. Number of starts for standby generator k. Run time for standby generator 2. The pump controller shall provide for local display, acknowledgement and remote notification of alarm conditions. The controller shall log up to 100 alarm events. Alarm capabilities shall include, as a minimum:

a. Wet Well High Level b. Wet Well Low Level c. Wet Well Overflow d. Pump Overcurrent e. Pump Undercurrent f. Pump Fail to Start g. Pump Overtemperature h. Pump Seal Fail i. Pump Service Alarm (when pump run time exceeds preset service interval) j. Standby Generator Fail k. Intrusion Alarm l. Personnel Alarm (adjustable time-delay alarm if not acknowledged by on-site personnel) m. Communications Failure n. Test Alarm (periodic test alarm for communications)

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 13 REV-0 Lift Station #2

3. Flow Calculations: The pump controller shall provide flow calculations based on the geometry of the wet well. Up to five cross-sectional areas shall be used for instantaneous sump volume calculation. The controller shall then derive instantaneous inflow rate, pumped flow rate, totalized inflow volume, and pumped volume. In addition, individual pump flow capacity shall be calculated and logged. The controller shall allow a pump capacity setpoint to provide alarm in case of diminished pump capacity. 4. Overflow: The controller shall monitor the station for prevention of overflow. Overflow recognition shall be achieved either by a setpoint from the analog level, or by contact input at the desired overflow point. The controller shall register an overflow alarm when this level is exceeded, as well as record the date and time of overflow occurrence, date and time overflow condition abates, and accumulated overflow duration. 5. Standby Generator: The pump controller shall provide contact inputs to indicate status of the portable standby generator: run/fail shall be indicated, and generator runtime and number of starts shall be recorded and displayed. The controller shall also allow for load shedding function to provide capability to limit the total number of pumps allowed to run simultaneously when the generator is active. The power fail alarm shall also be disabled when the generator is running. 6. Date Storage: The pump controller shall contain a real-time clock and shall time and date stamp all logged data. The controller shall store logged data for a period of up to 7 days. Stored data shall be accessible via network communication to a central station (HMI), or locally downloadable to an HMI equipped laptop computer.

E. COMMUNICATIONS 1. Type: The pump controller shall provide 3 RS-232 serial ports for simultaneous communication via leased phone line, dialed phone line, cellular, radio or LAN. The controller shall include pre-programmed modem setups as well as allow for user-input modem settings. 2. Protocols: The pump controller shall be capable of communicating to a central station (HMI) using non proprietary MODBUS RTU protocols. The controller shall also be capable of sending SMS text alarm messages via telephone or cellular network.

F. HMI SOFTWARE: The pump controller shall either program a “dumb” HMI so this item can be user replace or communicate to HMI software that is Windows based with intuitive menu-type navigation. The software shall include templates to facilitate future system expansion by operations personnel. The templates shall allow for a complete system setup without requiring the programming of individual screens or stations. All input/out register tagging shall be included in the template files, requiring no systems integration programming by the end user. The software shall provide the ability to observe station operating conditions,

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 14 REV-0 Lift Station #2

remote control of pumps and other station equipment, observe and change setpoints, monitor and acknowledge alarms, log system historical data and generate reports and trend charts. The HMI software shall be compatible with the specified controller. 1. Historical data trend charts shall be based on 1-30 minute time periods and shall include the following: a. Wet well levels b. Motor Currents c. Calculated capacity of wet well d. Inflow e. Pumped Volume f. Overflow 2. In addition to the available historical data, the following daily reports shall be provided: a. Pump run times b. Number of pump starts c. Average value of pump capacity d. Pumped volume e. Number of overflow events f. Overflow duration g. Overflow volume

2.16 LEVEL SENSING AND CONTROL DEVICES

A. Float Switches

General: Float switches shall be supplied for monitoring two levels (low or stop, and high-high or alarm) adjustable within the full depth of the wet well, to be located in the field.

Manufacturer/Model: US Filter, Model 9GEF Non-mercury Direct Acting Float Switch, or approved equal. Provide 2-year manufacturer’s warranty.

Float switches shall be constructed of industrial grade polyethylene, polypropylene, Teflon coated 316 stainless steel or other material suitable for wastewater application. The float material shall be capable of withstanding temperatures to 140 degrees F.

B. Submersible Level Transducer 1. General: Submersible Level Transducer shall be supplied for monitoring the level in the wet well.

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 15 REV-0 Lift Station #2

2. Manufacturer/Model: US Filter, Model A1000/157GSCD Submersible Level Transducer, or approved equal

PART 3 EXECUTION

3.1 PRE-INSTALLATION MEETING

A. Schedule and coordinate a pre-installation meeting prior to pump installation, a minimum of 5 working days prior to planned installation start. Owner, Owner’s representative, and Engineer will attend the meeting, along with Contractor and Vendor’s field representative.

3.2 WET WELL

Construct the wet well and all appurtenances. Comply with Section 31 00 00 Earthwork and Section 03 40 00 Precast Concrete. Construct the frame and lid as shown on the plans

A. Scheduling: Comply with Section 01 32 16 Construction Progress Schedule.

B. Structural: The wet well shall be of pre-cast concrete, designed for the depth shown on the plans. Substitution of a cast in place concrete wet well may be allowed by the Engineer after submittal of structural drawings completed by a licensed structural engineer.

C. Penetrations: Penetrations shall be cored in the field, number and size of the penetrations shall be as shown on the civil drawings.

D. Water Stops: At each penetration through the wet well for piping or conduits. A weep ring with grout, Link Seal, or approved equal shall be fitted around the pipe or conduit.

E. Coating: All interior concrete surfaces of the wet well shall be lined with a polyurethane coating conforming to Section 09 97 23 Concrete and Masonry Coatings.

3.3 PUMPS AND MOTORS

Install the pumps and motors in accordance with the manufacturer’s directions.

3.4 PIPING AND VALVES

Construct the pump station valve assemblies and associated piping in accordance with 33 34 00 Sanitary Sewerage. The valve assemblies shall be placed in precast concrete vaults with lids as shown on the plans.

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 16 REV-0 Lift Station #2

3.5 ELECTRICAL COMPONENTS AND CONTROLS

Construct the electrical components and controls as shown on the plans and as specified in Sections 26 05 00 through 26 28 16.

3.6 SITE IMPROVEMENTS

A. Abandonment of Existing Lift Station: Maintain the existing lift station completely operational during construction of the new lift station. Mechanical components in existing wet/dry pit to be abandoned per plans, following successful startup and completion of new lift station.

B. Preparation: Clear and Grub, and perform all site preparation and earthwork for the pump station and related facilities and appurtenances.

C. Fencing: construct perimeter fencing as shown on the plans.

D. Paving: Following the installation and testing of all underground facilities. Construct AC Paving and Driveway as shown on the plans and as specified in Section 32 12 00 Flexible Paving. Grade all paving and aggregate base to drain away from the concrete vaults.

3.7 STARTUP AND TESTING

A. Contractor shall provide a qualified representative of the pump, wetwell and control system manufacturer to perform initial startup and to test all systems and operations.

B. The qualified representative shall be required to demonstrate each operation, both manual and automatic of the pump station. The demonstration shall be to the satisfaction of the engineer. Test wet well debris removal characteristics with suitable floating materials approved by the Engineer and pump manufacturer for testing purposes.

C. Provide all equipment warrantees, operating manuals, spare parts and special tools.

END OF SECTION

WG 0032-0008 PUBLIC UTILITY WASTEWATER PUMPING STATIONS December 2009 City of Morro Bay Page 33 32 19 - 17 REV-0 Lift Station #2

SECTION 33 34 00

SANITARY UTILITY SEWERAGE FORCE MAINS

PART 1 GENERAL

1.1 DESCRIPTION

Furnish and install all suction and discharge piping, valves, fittings, flow meter, and appurtenances shown and specified in accordance with the requirements of the Contract documents. The force main shall be complete with all necessary fittings, boxes, supports, anchors, expansion joints, flexible connectors, accessories, lining and coatings, testing, excavation, backfill, encasement, temporary and permanent paving, to provide a functional installation.

1.2 RELATED SECTIONS

Section 31 00 00 Earthwork

1.3 SUBMITTALS

Manufactures Literature Plug Valve Sewage Air-Vacuum Valve Restrained Joints Flow Meter

PART 2 PRODUCTS

2.1 3 INCH THROUGH 12 INCH DUCTILE IRON PIPE (DIP): 3 inch through 12 inch diameter ductile iron pipe shall conform to AWWA C151, and the following:

A. Pipe laying lengths shall be provided in 20 feet nominal lengths with allowable trim pipe lengths in accordance with AWWA C151 and special shorter lengths provided as required.

B. Lining of all ductile iron force main piping, valves and fittings shall be U.S. Pipe Protecto 401 Ceramic Epoxy Lining or approved equal. Ductile iron pipe lining shall be shop-applied in accordance with manufacturer’s recommendations.

C. Unless specified otherwise, the exterior of all buried ductile iron pipe, specials, and fittings shall be coated with a 1 mil asphaltic coating in accordance with AWWA C151, Section 51-9, and polyethylene encasement in accordance with AWWA C105.

D. Exterior Coating: Per Coating System C-1, Para. 2.2.A, Section 09 90 00, Painting and Coating.

WG 0032-0008 SANITARY UTILITY SEWERAGE FORCE MAINS December 2009 City of Morro Bay Page 33 34 00 - 1 REV-A Lift Station #2

E. Gaskets: Rubber gasket joints for ductile iron pressure pipe and fittings shall be styrene butadiene rubber (SBR), ethylene propylene rubber (EPT, EPDM), or chloroprene (Neoprene, CR), in accordance with the requirements of AWWA C111.

F. Pressure Rating: 4" - 12" 350 psi

2.2 FITTINGS

A. Fittings shall be ductile iron in accordance with AWWA C110, AWWA C153, or AWWA C606, latest revisions.

B. Lining, coating, encasement and gaskets: Shall be as specified herein for Ductile Iron Pipe.

C. Nuts and bolts: All fittings shall utilize stainless steel bolts and nuts, and shall have anti-seize applied to the threads during installation.

D. Type of fitting: Unless specified otherwise, fittings shall be of the type listed below:

Buried: Mechanical joint or restrained joint. Above ground: Flanged, mechanical joint, or restrained joint.

E. Long Radius Bends: All 90 degree bends shall be long radius bends. Long radius bends shall be as manufactured by American Ductile iron Pipe Co, US Pipe Co, or equal.

F. Pressure Rating: Flanged joints: 4" - 64" 250 psi

Push-on, restrained push-on, or mechanical joints: 4" - 24" 350 psi

Grooved joints: 4" - 36" 250 psi

Grooved couplings: 4" - 18" 250 psi

2.3 FLANGES: All flanges shall conform to ANSI B16.1 Class 125. Bolt holes in all flanges shall straddle the field vertical centerline.

2.4 RESTRAINED JOINT ADAPTERS: Adapters for providing restraint for sewer force main shall be able to replace a standard mechanical joint gland and shall conform to the following:

A. Adapters for DIP: Shall utilize multiple lugs to provide full circle restraint. Sizes 3" - 12" shall be UL approved for 350 psi on DIP.

EBAA Iron Series 1100 Megalug,

WG 0032-0008 SANITARY UTILITY SEWERAGE FORCE MAINS December 2009 City of Morro Bay Page 33 34 00 - 2 REV-A Lift Station #2

Sigma One-Lok for DIP or equal

2.5 WARNING TAPE: Warning tape for buried sewer force mains shall be of pigmented polyolefin material, which is chemically inert and will not degrade upon contact with moist soil. Tape shall have tensile strength of 2,500 psi and elongation of 800% per ASTM D-882. Tape shall be 3" wide, green colored and marked “Caution Sewer”, Terra- Tape or approved equal.

2.6 PLUG VALVES

A. Type: Plug valves for sewer force mains shall be of the non-lubricated, eccentric type.

B. Pressure Rating: Valves shall provide bubble tight shut-off in both directions at rated pressure. 175 psi for valves 12" and smaller, 150 psi for valves 14" and larger.

C. Port: When fully open, port areas for valves 3 inch through 20 inch shall be at least 80 percent of the full pipe areas.

D. Valve Body: The plug valve body shall be cast iron ASTM A126, Class B with a welded-in overlay of 90% nickel alloy content on all surfaces contacting the face of the plug. Sprayed, plated, nickel welded rings or seats screwed into the body are not acceptable.

E. End Connections: Unless shown otherwise, connections shall be flanged, with dimensions, facing, and drilling in full conformance with ANSI B16.1, Class 125.

F. Valve Plug: The valve plug shall be cast iron ASTM A126, Class B with resilient seating. The seating material shall be chloroprene (Neoprene), nitrile rubber (Buna-N), or ethylene propylene rubber (EPT, EPDM) suitable for sewage service.

G. Valve Bearings: Plug valves shall be furnished with permanently lubricated, stainless steel sleeve type metallic bearings.

H. Valve Shaft Seals: Plug valve shaft seals shall be the self-adjusting type, replaceable without removing the valve bonnet.

I. Valve Actuators: Manual gear actuators shall be totally enclosed worm and gear type permanently lubricated. Actuators shall be:

Valves located in vaults and dry room above wetwell: 3" - 8" valves Hand lever All Others 2” operating nut

J. Manufacturer: All plug valves shall be from the same manufacturer Valves shall be DeZurick Series 100, Valmatic Cam-Centric, or approved equal.

WG 0032-0008 SANITARY UTILITY SEWERAGE FORCE MAINS December 2009 City of Morro Bay Page 33 34 00 - 3 REV-A Lift Station #2

2.7 SWING CHECK VALVES

A. Type: Iron body, bronze mounted swing check valve conforming to AWWA C508, with outside lever and weight.

B. Pressure Rating: 175 psi for valves 2" - 12" and smaller, 150 psi for valves 14" - 30".

C. Flapper: When fully open, shall provide 100 percent of full pipe flow area. Flapper shall be constructed of iron or bronze.

D. Valve Body The plug valve body shall be cast iron ASTM A126, Class B.

E. End Connections: Unless shown otherwise, connections shall be flanged, with dimensions, facing, and drilling in full conformance with ANSI B16.1, Class 125.

F. Hinge Pins: Shall be stainless steel.

G. Manufacturer: All plug valves shall be from the same manufacturer Valves shall be Mueller, Clow, or approved equal.

2.8 SEWER AIR VACUUM VALVES

Air and Vacuum (Air-vac) release valves for sewer force mains shall be constructed of corrosion resistant materials. Sewer air-vac valves shall be non-clog, and designed to automatically release air from a filling pipe, allow air to enter for a draining pipe, and to continuously allow accumulating air or gas bubbles to escape from a pipe under pressure.

Air-Vac valves for sewer force mains shall comply with the following:

• Valves for 12 inch force mains shall be 2 inch nominal size. • 145 psi Working Pressure • The main body shall be stainless steel with threaded fitting • Provide piping to direct any expelled liquids directly toward vault floor.

Air-vac valves shall be A.R.I. Flow Control Accessories, Model D-25 short version, Val- Matic sewage air and vacuum valve, or approved equal.

2.9 FLOW METER

Flow meters for sewer force mains shall be a magnetic type flow meter with a fully open flow path and no moving parts. Flow meters shall comply with the following:

Accuracy shall be 99.75% to 100.25% for flows 100 gpm to 2000 gpm. Output shall be 4-20 ma compatible with a remote readout in the control panel. Output shall include flow in gpm, total flow in gallons, and internal errors.

WG 0032-0008 SANITARY UTILITY SEWERAGE FORCE MAINS December 2009 City of Morro Bay Page 33 34 00 - 4 REV-A Lift Station #2

Flow meters shall be installed in concrete vaults, with spring assisted lids, isolation valves, and pipe supports as shown on the drawings.

Flow meters shall be as manufactured by Endress & Hauser, Promag 50W, or approved equal

PART 3 EXECUTION

3.1 TRENCH CONSTRUCTION:

Comply with Section 31 23 33 Trenching and Backfilling, and the drawings.

3.2 PIPE LAYING

A. High Points: High points in the force main will only be allowed where shown on the drawings. Adjust the connection point of Air-Vac valves to the actual high point, and as shown on the drawings inside the wetwell.

B. Temporary Plugs: When, for any reason, pipe laying is discontinued for an hour or more, the open end of each line shall be closed with a close-fitting stopper.

3.3 JOINT RESTRAINT

A. Joint Restraint at Bends: Joint restraint shall be provided at all bends (11-1/4, 22½, 45, and 90 degree), in the sewer force main. For buried force pipe, concrete thrust blocks shall be used as the joint restraint unless allowed otherwise by the Engineer.

B. Concrete Thrust Blocks: Shall be sized according to the details on the plans.

C. Restrained Joint Adapters: 1. Restrained joint adapters shall be in accordance with the manufacturer's instructions. 2. When used underground, the joint adapter shall be wrapped with 3 layers of 8 mil polyethylene. Ends of wrap shall be taped, three (3) layers minimum, with 10 mil pipe wrap tape.

3.4 WARNING TAPE:

A. Warning tape shall be placed in the trench with force main pipe. All splices shall be made by tying ends of tape together. The tape shall be place at 30 inches depth of cover.

B. Payment for Warning Tape installations shall be included in the contract price paid for those contract items which include such work and there shall be no separate payment therefore.

WG 0032-0008 SANITARY UTILITY SEWERAGE FORCE MAINS December 2009 City of Morro Bay Page 33 34 00 - 5 REV-A Lift Station #2

3.5 POLYETHYLENE ENCASEMENT

All Ductile Iron pipe, Ductile and Cast Iron fittings, and all valves buried underground shall be encased with loose polyethylene film unless otherwise stated on the plans or in these Technical Provisions.

A. Loose polyethylene film encasement shall be not less than 8 mils thick, and shall be applied per the requirements of the latest revised Standard of ANSI/AWWA C 105/A21.5 entitled, "Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids," shall be closely followed.

B. Pipe wrap tape, 10 mil minimum, duct tape or equivalent, not less than 2" wide shall be used to secure the polyethylene film. Tape shall extend around the pipe at least twice at teach end of the piece of film being installed.

C. Payment for polyethylene encasement shall be included in the contract price paid for those contract items which include such work and there shall be no separate payment therefore.

3.6 PRESSURE AND LEAKAGE TEST

A. Per Para. 3.07, Section 33 11 00, Water Utility Distribution Piping.

3.7 FLOW METER

Install, calibrate and start-up and test the meter in strict accordance with the manufacturer’s recommendations. Provide required upstream and downstream length of straight-run pipe per manufacturer’s recommendations.

END OF SECTION

WG 0032-0008 SANITARY UTILITY SEWERAGE FORCE MAINS December 2009 City of Morro Bay Page 33 34 00 - 6 REV-A Lift Station #2

SECTION 33 39 13

SANITARY UTILITY SEWERAGE MANHOLES, FRAMES, AND COVERS

PART 1 GENERAL

1.1 The work under this Section includes providing all labor, materials, tools, and equipment necessary for furnishing and installing manhole adjustments as shown on the Standard drawings, specifications and details. A detailed summary of specific Work requirements for each manhole are included at the end of this Section.

A. Raising manhole frames and covers (existing)

B. Replacing existing manhole frames and covers with new frames and covers

C. Locating manhole covers

D. Complying with all aspects of the City of Morro Bay Encroachment Permit and other requirements.

1.2 REFERENCES

A. ASTM A48/A48M - Standard Specification for Gray Iron Castings.

B. ASTM C531 -Standard Test Method for Linear Shrinkage and Coefficient Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes.

C. ASTM C990 - Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants.

D. City of Morro Bay Standard Details

1.3 SUBMITTALS. Comply with Section 01 33 00 - Submittal Procedures.

A. Product Data: Submit product data, manhole covers and riser rings construction, features, configuration, dimensions, pre-cast concrete rings, mastic sealant, grouts, bollards, quick set mortars, specialized sealants, manhole inserts, manhole frame covers and frame-to-manhole seals and pour in place concrete.

PART 2 PRODUCTS

A. All manhole frames and covers, riser rings, joint sealants, concrete, and other materials shall meet the respective requirements of City of Morro Bay Standard Details.

SANITARY UTILITY SEWERAGE MANHOLES, WG 0032-0008 FRAMES, AND COVERS December 2009 City of Morro Bay Page 33 39 13 - 1 REV-A Lift Station #2

B. Secure Lids. All existing and new manhole covers shall be provided with locking hardware to secure manhole covers to frame. Locking hardware shall be McGard “The Intimidator” or approved equal.

PART 3 EXECUTION

A. Locations of Manholes. Owner has located the manholes to the extent possible, by means of reconciling locations with record drawings, visible inspections, and utilizing metal tracing devices. The locations of manholes depicted on the table and exhibit included at the end of this Section, portray reasonably accurate locations of each manhole. Not all existing manholes are visibly evident at the surface. Contractor shall verify locations of all manholes as part of the Work.

B. Protect in Place. Conduct all work in a manner so as not to damage existing manhole structures and components to remain. Remove existing manhole frames, covers and grout without damaging precast concrete riser sections or flat top reducers.

C. Debris. Conduct all work in a manner to not allow debris into the existing manhole and sewer system. Include a description of means of controlling such debris in the Work Plan required in Section 01 11 00, Summary of Work.

D. Raising Manhole Frames and Covers. Locate and raise manholes to grade, as indicated in the Contract Documents. Unless otherwise specified, manhole adjust shall be per City of Morro Bay.

E. Installing Frame/Cover Locking Hardware. Prior to installation, confirm actual dimensions of frame/cover to confirm proper drilling depths, bolt lengths, and bolt hole patterns. Follow manufacturer’s instructions for installation of hardware.

F. Pavement Restoration. Per Section 32 12 00, Flexible Paving.

END OF SECTION

SANITARY UTILITY SEWERAGE MANHOLES, WG 0032-0008 FRAMES, AND COVERS December 2009 City of Morro Bay Page 33 39 13 - 2 REV-A Lift Station #2