Loading...
CVWD - Irrigation Station 01AGREEMENT FOR RECONSTRUCTION OF THE L-3 PUMPING PLANT THIS AGREEMENT is made and entered into 28 th day of December , 2001 by and between the CITY OF LA QUINTA ("the City") acting as Lead Agency for the Jefferson Street Improvements, Phase I - Avenue 54 to Highway 111, Project 99-05, and the COACHELLA VALLEY WATER DISTRICT ("CVWD"). RECITALS A. The City is a municipal corporation duly organized pursuant to the general laws of the State of California. B. The CVWD is a county water district organized and existing pursuant to California Water Code Section 30000, et seq. C. The Coachella Valley Association of Governments (CVAG), the City of La Quinta, the City of Indio, and the County of Riverside entered into an agreement to construct a portion of Jefferson Street, from Avenue 54 to Indio Boulevard, with the City of La Quinta acting as Lead Agency. The first phase of the project included the construction of improvements on Jefferson Street, from Avenue 54 to Highway 111, including a bridge and low water crossing. The first phase of the Jefferson Street improvements also included the relocation of CVWD's L-3 Pumping Station, located at the northeast corner of Jefferson Street and Avenue 49, as a mitigation measure of the street improvements. D. The City, City of Indio, CVAG, and CVWD wish to proceed with the relocation of the L-3 PUMPING STATION, hereinafter referred to as the "Project". CVAG, the City, the City of Indio, and CVWD also desire CVWD to relocate the L-3 Pumping Station. E. CVWD wishes to make certain improvements to the L-3 Pump Station during the relocation at its own expense. NOW THEREFORE, in consideration of the mutual covenants and subject to the conditions contained herein, the parties do agree as follows: 1. The Project is part of one of those regional arterial projects that have heretofore been identified within the CVAG 1994 updated list of projects. 2. The scope of work for the Project is more particularly described in Exhibit "A" entitled "Scope of Services" - L-3 Pumping Station" attached hereto and made a part hereof. The Cost estimate for the Project is more particularly described in Exhibit "B" - "Total Costs - Construction of L-3 Pump Station", attached hereto and made a part hereof. 3. The estimated eligible costs of the Project are $470,276. Should actual bid costs be higher than the estimated costs contained in "Exhibit B", the costs above those contained in "Exhibit B" shall be considered in accordance with Section 4 hereof. City shall process CVWD's request for reimbursement for eligible costs associated with the construction of the Project and shall submit them to CVAG for direct payment to CVWD as set forth below. 3.1 CVWD agrees to only seek reimbursement of those costs which are eligible under CVAG's policies as outlined in the "Cost Determination/Expense Eligibility" of CVAG's Policies and Procedures Manual, attached and made a part hereof, (see Attachment I). 3.2 CVWD shall provide City with a monthly invoice, with all supporting documentation by the 15' day of each month showing all eligible costs for the prior month. City shall notify CVWD within 5 days of receipt of the monthly accounting as to matters which it disapproves as not falling within the scope of work for the Project. CVWD shall then have 30 days therefrom to provide additional documentation to support the disputed items or otherwise resolve the disputed matter in accordance with Section 9 hereof. 3.3 Each monthly accounting submitted to City by CVWD shall be supported by cost documentation. The documentation shall be certified by the project manager and may consist of but is not limited to, statements from CVWD certifying its costs, enclosing therewith copies of contractors' invoices, and such other information and records as may be required by City to verify costs consistent with the "Cost Determination/Expense Eligibility" requirements set forth by CVAG's Policies and Procedures Manual. 3.4 Subject to Paragraph 3.1, City shall, within 15 calendar days of receipt of the monthly invoice, approve the invoice and submit the invoice to CVAG for reimbursement to CVWD for any and all eligible costs in accordance with the agreement dated July 26, 1999 between the City, the City of Indio, the County of Riverside and the Coachella Valley Association of Governments, attached and made a part hereof, (see Attachment II). The City shall not be responsible, to CVWD, for any project costs determined to be ineligible and unpaid by CVAG. 4. The parties agree that should unforeseen circumstances arise which result in new work not covered in "Exhibit A" or an increase of any costs over those shown in "Exhibit B", City will in good faith consider an amendment to this Agreement so that such additional costs may be processed for reimbursement from CVAG in accordance with this Agreement, to the extent that such additional costs are eligible for reimbursement. The Scope of Work shall be subject to change including additions, deletions, or revisions mutually agreed upon by the City of La Quinta, City of Indio, CVAG and CVWD. The City shall not be responsible, to CVWD, for any project costs determined to be ineligible by CVAG and/or the City of Indio. 5. CVWD agrees to keep all contracts and records for the Project for a period of not less than three years from the date of completion of the Project, or if the work is terminated three years of the day of termination. CVWD further agrees that all such files and records will be made available to City at CVWD's offices upon 72 hours written notice. 2 6. Nothing herein shall be construed so as to constitute City as a party to the ownership of the Project. 7. CVWD shall assume the defense of, indemnify and hold harmless the City, CVAG, and the City of Indio and their respective officers and employees, and each and every one of them, from and against all actions, damages, claims, losses and expenses of every type and description to which they may be subjected or put, by reason of, or resulting from, the actions or inactions of CVWD taken in the performance of the Agreement or any agreement entered into by CVWD with reference to the Project. City shall assume the defense of, indemnify and hold harmless the CVWD and its respective officers and employees, and each and every one of them, from and against all actions, damages, claims, losses and expenses of every type and description to which they may be subjected or put, by reason of, or resulting from, the actions or inactions of City taken in the performance of the Agreement or any agreement entered into by City with reference to the Project. In no event shall this provision be construed as requiring the City to reimburse CVWD for any costs or expenses that CVAG has determined are not eligible for reimbursement. 8. CVWD agrees to include in its contract specifications and bid documents a requirement that all prime contractors shall name City, CVAG, and CVWD as "additional insureds" on all liability insurance coverage required by CVWD on each contract. CVWD will provide a copy of the Insurance Certificate to City and CVAG, showing City, CVAG, and CVWD as "additional insureds", within 30 days of signing a contract with the prime contractor. 9. In the event of a dispute regarding any increased costs or change in scope, the parties shall attempt to resolve the dispute within thirty (30) days. If a dispute cannot be resolved within such thirty (30) days, the dispute shall be referred to the General Manager of CVWD and the City Manager of City for resolution. In the event the General Manager and City Manager cannot resolve the dispute to their mutual satisfaction within sixty (60) days after the matter has been referred to the General Manager and City Manager, the matter shall be referred to arbitration as set forth below. In the event the matter cannot be resolved by the General, Manager and the City Manager, the dispute shall be resolved through binding arbitration conducted in such location as the parties may agree. Arbitration proceedings may be initiated by either party sending a demand for arbitration to the other party. The parties shall impanel a group of three (3) arbitrators by each selecting an arbitrator if its choice, who shall then select a third member of the panel. If the two arbitrators appointed by the parties cannot on the selection of a third arbitrator within ten (10) business days from the initiation of the arbitration proceeding, the third neutral arbitrator shall be selected by the presiding judge of Riverside County Superior Court, Indio Branch. At least one of the arbitrators must be a person who has actively in the practice of law with expertise deciding disputes and interpreting contracts. Prior to the commencement of proceedings, the appointed arbitrators will take an oath of impartiality. The parties shall use 3 their reasonable best efforts to have the arbitration proceeding conclude within thirty (30) business days of the selection of the third panel member. In rendering the award, the arbitrators shall determine the rights and obligations of the parties according to the substantive and procedural laws of California. All discovery shall be governed by California Code of Civil Procedure with all applicable time periods for notice and scheduling provided therein being reduced by one-half (1/2). The arbitrators may establish other discovery limitations or rules. The arbitration process will otherwise be governed by the Commercial Arbitration Rules of the American Arbitration Association. All issues regarding compliance with discovery requests shall be decided by the arbitrators. A decision by two (2) of the three (3) arbitrators will be deemed the arbitration decision. The arbitration decision shall be in writing and shall specify factual and legal basis for the decisions. The decision of such arbitrators shall be final and binding upon the parties, and judgement upon the decisions rendered by the arbitration may be entered in the Riverside County Superior Court, Indio Branch. The costs (including, but not limited to, reasonable fees and expenses of counsel and expert or consultant fees and costs), incurred in an arbitration (including the costs to enforce or preserve the decision) shall be borne by the party whom the decision is against. If the decision is not clearly against one party on one or more issues, each party shall bear its own costs. The arbitration decision shall identify whether any party shall be responsible for the other party's costs. 10. All notices or other communications required or permitted hereunder shall be in writing and shall be either personally delivered (which shall include delivery by means of professional overnight courier service which confirms receipt in writing (such as Federal Express or UPS), sent by telecopier or facsimile (FAX) machine capable of confirming transmission and receipt, or sent by certified or registered mail, return receipt requested, postage prepaid to the following parties at the following addresses or numbers: If to City: City of La Quinta P.O. Box 1504 78-495 Calle Tampico La Quinta, California 92253 Attention: City Manager Telephone: (760) 777-7000 FAX No.: (760) 777-7101 If to CVWD: Coachella Valley Water District Post Office Box 1058 Coachella, California 92236 Attention: General Manager -Chief Engineer Telephone: (760) 398-2651 FAX No.: (760) 398-3711 4 Notices sent in accordance with this paragraph shall be deemed delivered upon the next business day following the: (1) date of delivery as indicated on the written confirmation of delivery (if sent by overnight courier service); (ii) the date of actual receipt (if personally delivered by other means); (iii) date of transmission (if sent by telecopier or facsimile machine); or (iv) the date of delivery as indicated on the return receipt (if sent by certified or registered mail, return receipt requested. Notice of change of address shall be given by written notice in the manner detailed in this paragraph. 11. This Agreement and the exhibits herein contain the entire agreement between the parties, and are intended by the parties to completely state the agreement in full. Any agreement or representation respecting the matters dealt with herein or the duties of any party relation thereto, not expressly set forth in this Agreement, is null and void. 12. If any term, provision, condition, or covenant of this Agreement, or the application thereof to any party or circumstance, shall to any extent be held invalid or unenforceable, the remainder of the instrument, or the application of such term, provision condition or covenant to persons or circumstances other than those as to whom or which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 13. In the event either party hereto brings an action or proceeding for a declaration of the rights of the parties, for injunctive relief, for an alleged breach or default, or any .other actions arising out of this Agreement, or the transactions contemplating hereby, the prevailing party in any such actions shall be entitled to an award of actual attorneys' fees and costs incurred in such action or proceeding, without regard to any rule of court or schedule of such fees maintained by the court, in addition to any other damages or relief awarded, regardless of whether such actions proceed to final judgement. 14. This Agreement may be executed in one or more counterparts and when a counterpart shall have been signed by each party hereto, each shall be deemed original, but all of which constitute one and the same instrument. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their respective officer thereunto duly authorized by the City on 10--2.7—co! 2001, and by CVWD on 2001. CITY CITY OF LA QUINTA ATTEST: DISTRICT ATTEST: Secr ry of the Coachella Valley Water District and of the Board of Directors Thereof y- Thomas P. Genovese City Manager COA By_ GCHE LA VALLEY WATERwDISTRICT Tom Levy `� General Manager -Chief ATTACHMENT I COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS REGIONAL ARTERIAL PROGRAM PROJECT COST DETERMINATION AND EXPENSE ELIGIBILITY PROJECT COST DETERMINATION AND • EXPENSE ELIGIBILITY SECTLQN 1.0 DFCCRTPTIQZI . INTRODUCTION COST ESTIMATE DEFINITIONS 2.0 PROJECT IDENTIFICATION 3.0 RIGHT-OF-WAY ACQUISITION 4.0 5.0 PROJECT LIMITS PROJECT FUNDING SOURCES 6.0 PROJECT SCOPE OF WORK 7.0 • PROJECT DESIGN (CIVIL) 8.0 PROJECT DESIGN (LANDSCAPING) 9.0 PROJECT CONSTRUCTION FUNDING 10.0 PROJECT CONSTRUCTION SURVEY 11.0 PROJECT CONSTRUCTION MANAGEMENT 12.0 PROJECT OVERSIGHT -AGENCY TIME 13.0 PROJECT CONTINGENCY FUNDS 14.0 REFERENCE DOCUMENTS 15.0 0 Page 2 This section of the procedures manual outlines the process which shall be followed in determining project costs and project expense eligibility which has been approved to be constructed as part of the Coachella Valley Regional Transportation Program. This section was developed by the Coachella Valley Association of Governments (CVAG) Transportation Technical Advisory Sub -Committee (TTAS). The primary purpose of this section is to provide a guideline for agencies to make application for a project for both Measure A and Transportation Uniform Mitigation Fee (TUMF) funding. The project development process starts with an agency -initiated study after a highway improvement need has been identified. The estimates for projects identified as part of the Regional Transportation Plan are addressed in the Regional Arterial Cost Estimate (RACE), dated March, 1993 and shall be updated biannually as part of the TUMF review process. The next update is scheduled for Fall, 1995. • Construction An updated cost estimate for the costs to build the improvement per the approved plans and specifications. • Engineering Engineering costs will usually be estimated on the basis of a percentage of the estimated construction costs. • Right -of -Way Expenditures for right-of-way are to be prepared with an accuracy comparable to standards in the industry. Overhead charges need not be included. • Scheduling Indicate status of project, giving a tentative schedule for engineering, right-of-way acquisition and construction. Discuss project phasing, if planned. Any project which is to be submitted for review and funding shall meet or provide all of the following: • The proposed project shall appear on the approved April 1994 Transportation Project Prioritization Study updated list of projects. • The project shall be clearly identified showing, as a minimum, the limits of the project, scope of work, anticipated start and completion dates, estimated project cost and funding sources. • A general statement of the project. Why it is needed, etc. • A preliminary design estimate for all design services. • A preliminary construction cost estimate, to be updated once design is completed. • A preliminary construction management and Agency project management cost estimate. Page 3 • All right-of-way acquisition and other associated costs, including appraisals and any other costs allowed by state and federal law, are eligible for regional funding. • g g The agency will further submit a detailed list of costs associated with the right-of-way acquisition to CVAG for review and comment. CVAG will assess each cost and determine its eligibility for regional funding. All protests shall be sent to the Transportation Technical Advisory Sub - Committee for further review. All protests must be in writing and the grounds for protest clearly identified. Where the likelihood of extensive right-of-way acquisition exists or the need for extensive relocation of homes and businesses, or in the case of new roadway extensions or openings or other extenuating physically or economical restraints so warrant, preliminary engineering, alignment and traffic studies shall be eligible for reimbursement or funding from regional funds. Any excess property purchased to secure the necessary right-of-way will be deemed to belong to the Regional Arterial Program. Excess property will be disposed of in the best interests of the Regional Arterial Program, in order to recapture funds expended. Any recaptured funds will reduce the overall cost of the project. The lead agency submitting a proposed project for review and funding shall clearly identify the • project limits. The limits of the project shall be defined as the beginning and the end of the • construction. If more than one beginning and/or ending is necessary, clearly indicate that on the statement of the project limits. A vicinity map shall be included with the project submittal package identifying where the project is located. Project funding will come from both regional Measure A revenues and TUMF collected by CVAG member agencies. Other sources of funding may include local funds from the agency proposing the project, local gas tax funds, ISTEA funds, redevelopment funds, etc. All funding sources should be considered by the agency prior to project submittal to CVAG for funding from the Regional system funds. CVAG will advance fund, for TUMF jurisdictions, a project up to 100% of the total approved, eligible, estimated project cost. Project contingency funds will not be funded. However, any additional costs incurred due to any change in scope of work may be submitted to CVAG for funding eligibility, and will be processed through CVAG's committee structure for approval. • Page 4 A project scope of work narrative shall be submitted to CVAG with the submittal for expense eligibility and regional funding. The narrative shall include, but not be limited to, discussion of the following: • Right -of -Way Acquisition and Relocation • Project limits • Typical roadway improvement section • Vicinity map for project location identification • Anticipated starting date - Engineering, R-O-W Acquisition and Construction • Anticipated completion date - Engineering, R-O-W Acquisition and Construction • Anticipated funding amount The project design is the sole responsibility of the agency and/or agencies which are proposing and constructing the project. However, the design and construction standards as outlined in the Regional Arterial Cost Estimate (RACE), 1993 Update, shall be a guideline to be used by the designer for project design and construction standards. Any deviations should be identified, along with the rationale for such deviations. The total project design services shall not exceed in cost 1ft% of the estimated construction costs, or as determined by CVAG. 03 1 ' : • i ►n W."IN 11 a U1011 The following is a narrative of the landscape improvements which shall or shall not be eligible for regional funding: • All newt landscaping, electrical and irrigation work shall NOT be eligible for regional funding. • Only newt utility sleeves which are to be placed below the roadway surface for future use shall be eligible for regional funding. Additionally, any existing landscaping, electrical and irrigation which is directly affected by the project shall be eligible for funding providing it is replaced "in kind". All regionally funded agency project construction will consist of furnishing all materials, equipment, labor, tools and incidentals as required to construct the improvements as required by the approved plans, specifications and contract documents. "Curb -to -curb" improvements are eligible for funding, with the exception of landscaping. (See section 9.0 for further detail on landscaping.) "Curb -to -curb" improvements include asphalt paving, striping, curb, etc. Sidewalks, bus -turnouts, bikelanes, etc. are not eligible for Regional Arterial funding. Page 5 Exception: One sidewalk and/or one bikelane will be eligible for Regional Arterial funding if it crosses a(n): • 1. Regional Arterial Bridge 2. Interstate 10 Interchange , 3. Interstate 86 Interchange All regionally funded agency projects will comply with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex or religion will also be required. All regionally funded agency projects will affirmatively ensure that minority business enterprises will be afforded full opportunity to submit bids in response to this project and will not be discriminated against. Any agency receiving federal funds must have an approved Disadvantaged Business Fn erne program. All recipients of Federal Highway Administration (FHWA) funds must carry out the provisions of Part 23, title 49 of the Code of Federal Regulations (CFR) which established the Federal Department of Transportation's policy supporting the fullest possible participation of firms owned and controlled by minorities and women in the Department of Transportation programs. All regionally funded project bids shall be prepared on the approved agency proposal forms in conformance with the instructions to bidders. • All approved regional construction projects will be funded to 100% of the lesser of the following: • • CVAG approved project construction cost estimate. • The lowest responsible bidder's award. Construction survey is defined as all surveying and construction staking necessary for the construction of the project as determined by the engineer. The cost of any additional surveying and/or construction staking primarily for the convenience of the contractor, not in conformance with usual and customary practices and for replacement of stakes lost as a result of the contractor's or agency's negligence, shall be the responsibility of the contractor and/or agency. The agency shall be responsible for all resetting of monumentation within public and/or private right-of-way that is destroyed by the construction operations unless it is itemized in the approved construction survey estimate. Page 6 d Project construction management costs shall be eligible for regional funding only if it is to fund one or more of the following: • • • Construction inspection • Materials testing • Project management • Construction Survey • Geotechnical studies and reports • Contract administration The activities set forth above shall be eligible for regional funding based upon actual costs provided the total sum does not exceed 15% of the approved estimated construction costs. Project cost estimates should include an amount intended to allow Agency to recover an amount representing the costs incurred for the time of its employed staff in working on the project. These amounts shall be eligible for regional funding. based upon actual costs provided the total sum does not exceed 5% of the approved estimated project costs. Project contingency funds shall not be granted at the beginning of a project. If a change in scope or design creates a need for a change order which may require additional funds, the agency shall make application with CVAG for expense eligibility from regional funds. Actual cost incurred shall only be eligible for funding. Transportation Project Prioritization Study, April 1994 Regional Arterial Cost Estimate, March 1993 Regional Arterial Financial Plan and Expenditure Program, November 1994 Coachella Valley Area Transportation Study, 1987 Coachella Valley Area Transportation Study, 1984 f:\trans\anne\policy\costelig\aa Page 7 ATTACHMENT H AMENDMENT NUMBER TWO CITY OF LA QUINTA - CITY OF INDIO- COUNTY OF RIVERSIDE CVAG REIMBURSEMENT AGREEMENT AND MEMORANDUM OF UNDERSTANDING PROJECT FINAL DESIGN ENGINEERING SERVICES AND CONSTRUCTION JEFFERSON STREET FROM AVENUE 54 TO HIGHWAY 111 AMENDMENT NUMBER TWO Contract No. W 'Dy Xyl1 a- Riverside Co. Transportation CITY OF LA QUINTA - CITY OF INDIO - COUNTY OF RIVERSIDE CVAG REIMBURSEMENT AGREEMENT AND MEMORANDUM OF UNDERSTANDING (MOU) PROJECT FINAL DESIGN ENGINEERING SERVICES AND CONSTRUCTION "JEFFERSON STREET FROM AVENUE 54 TO HIGHWAY 111" %"L THIS AMENDMENT NUMBER TWO is made and entered into this day of 1999, by and between the City of La Quints ("La Quints"), the City of Indio ("Indio"), 14—Co4unty of Riverside (" County"), and the Coachella Valley Association of Governments, a California joint powers agency, ("CVAG"). This amendment provides for the funding and reimbursement of expenditures in addition to those previously authorized under the terms of the existing Reimbursement Agreement and Memorandum of Understanding, executed April 29, 1997 ("MOU"). All other provisions in the MOU and Amendment Number One thereto shall remain in force. Under the terms of the MOU, $600,000 was authorized for Preliminary Engineering of "Jefferson Street, from Avenue 54 to Indio Boulevard". • This amendment amends the prior authorization for funding and reimbursement to include the final engineering, right-of-way acquisition and construction project cost for "Jefferson Street, from Avenue 54 to Highway 111 which is currently estimated to cost $15,061,660 ( $698,437 for Final Design Engineering Services and $14,363,223 for Construction). The revised Scope of Services, estimate of Cost, and updated Project Schedule are attached hereto as Exhibits "A", "B", and "C", which are incorporated herein by this reference. The parties recognize that the estimated costs outlined on Exhibit "A" are estimates only, and that the actual costs may exceed those costs. The parties agree that the reimbursement formula outlined below applies to the total allowable project costs for the final engineering, right-of-way acquisition and construction project cost for "Jefferson Street from Avenue 54 to Highway I I I ". CVAG agrees to pay up to 75% of allowable project costs for the La Quinta portion of the project. La Quinta agrees to pay the balance of all project costs for the La Quinta portion of the project as costs are incurred. CVAG agrees to pay 100% of allowable project costs for the Indio portion of the project. Indio agrees to pay any dis-allowed project costs for the Indio portion of the project costs. If La Quinta has incurred the disallowed project costs for the Indio portion of the project, Indio shall pay the disallowed amount to La Quinta within ten (10) business days of receipt of La Quinta's written request for payment of said amount. Indio agrees to repay up to 25 % of any funds so advanced by CVAG over five (5) years beginning with an initial payment on July V, 2000. The estimated first year repayment is $270,054, which is 20% of the Preliminary Engineering and Final Amendment #2 CVAG-La Quinta-Indio-County of Riverside/Jefferson Street/June 28, 1999 Page 1 Design, Construction of Jefferson Street (Avenue 54 to Hwy 111) cost. A CVAG- City of Indio repayment agreement is attached as Exhibit "D" - Amendment Two. CVAG agrees to process the requests for payment or reimbursement of La Quinta and Indio within seven (7) days of receipt. CVAG agrees to make all required payments of allowable project costs within (7) days of receiving the requests. It is the responsibility of La Quinta and Indio to take all actions necessary to acquire the right-of-way needed for the project within their respective jurisdictions. Nothing herein constitutes a commitment by any parry hereto to exercise or utilize any powers of eminent domain for any acquisition of any property or property interest necessary or appropriate for implementation of the construction project, or for any purpose. All parties hereto understand and acknowledge that the exercise of eminent domain is dependant upon a consideration and passage of a resolution of necessity, which constitutes a legislative determination by the governing body of the condemning agency, and such determination cannot be made prior to the conduct of a noticed hearing at which affected property owners have an opportunity to appear and be heard regarding the findings required to initiate eminent domain proceeding. All such findings lie within the legislative discretion of the governing body of the agency considering condemnation. Neither agency hereto has by any representation or agreement herein, nor by any action undertaken pursuant hereto regarding preliminary project planning, investigation of potential right-of-way acquisition, appraisal, or extension of offers to purchase any property or property interest, acquisition of such interests committed herein to proceed with eminent domain proceedings regarding any particular property, or at all. In the event acquisition of all property interests necessary or appropriate for construction of the project as currently contemplated is impossible or otherwise does not go forward, the parties agree to cooperate reasonably in any redesign, modification, or termination of the project, as the parties may at that time deem appropriate. The parties agree that all costs associated with the acquisition of right-of-way related to the final approved project design, including, but not limited to, filing fees, service of process, attorneys' fees, deposits of just compensation, appraisal fees, expert witness fees, escrow costs, costs of clearing title, deposition costs, exhibit costs, jury fees, litigation costs, and funds for settlements and just compensation awards and judgements shall be allowable project costs subject to payment or reimbursement as set forth above. The other allowable project costs are as outlined in Attachment 1 to the MOU, CVAG's Regional Arterial Program, Project Cost Determination and Expense Eligibility. La Quinta agrees to defend and indemnify Indio and CVAG for any claim or action arising out of or relating to La Quinta's failure to timely acquire the necessary right-of-way for the project. Indio agrees to defend and indemnify La Quinta and CVAG for any claim or action arising out of or relating to Indio's failure to timely acquire the necessary right-of-way for the project. Amendment #2 CVAG-La Quints -Indio -County of Riverside/Jefferson Street/June 28, 1999 Page 2 a • E • • CVAG agrees to defend and indemnify La Quinta and Indio for any claim or action arising out of or relating to CVAG's failure to timely provide the funding of any allowable project cost as set forth in this amendment. Inasmuch as this phase of the project is not located in the unincorporated portion of the County, the County has no financial obligation with regard to the additional work authorized in this amendment. The parties hereto have caused this Amendment number two to be executed by their duly authorized representatives on this date: ATTES Saundra Juhola, City Clerk APPROVED AS TO FORM: BY: � 1 (•- Dawn C. Honeywell, City Attorney ATTEST: BU&AIA • Evelyn Cldrk, Deputy City rk APPROVED AS TO FORM: 1� B �` y• Sam Alhadeff, City Attorney CITY OF LA QUINTA By: John . ena, M CITY OF INDIO By: &" "'00 Chris Silva, Mayor Amendment #2 CVAG-La Quinta-Indio-County of Riverside/Jefferson Street/June 28. 1999 Page 3 i, • • EXHIBIT "A"- AMENDMENT TWO SCOPE OF SERVICES PROJECT FINAL DESIGN ENGINEERING SERVICES AND CONSTRUCTION "JEFFERSON STREET FROM AVENUE 54 TO HIGHWAY 111" FINAL ENGINEERING SERVICES - PRASE-1 The City of La Quinta shall serve as `Lead Agency' for the Final Engineering Services. Based on the Preliminary Engineering Report, prepare roadway plans, specifications, and estimates (PS&E) for Jefferson Street from Avenue 54 to Highway 111. Professional Engineering services include all necessary survey, legal description, and associated right-of-way maps and plats to undertake right-of-way acquisition. Subject to the limitations set forth in the Second Amendment to the MOU, the City of La Quinta and the City of Indio shall each be the Lead Agency as to the acquisition of the necessary right- of-way within their respective jurisdictions. The City of La Quinta shall continue to serve as `Lead Agency' and shall cause the construction of Jefferson Street from Avenue 54 to Highway 111. Amendment #2 CVAG-La Quinta-Indio-County of Riverside/Jefferson Street/June 28, 1999 Page 5 EXHIBIT B - AMENDMENT TWO • ESTIMATE OF COST PROJECT FINAL DESIGN ENGINEERING SERVICES AND CONSTRUCTION "JEFFERSON STREET FROM AVENUE 54 TO HIGHWAY 111" . Design Engineering and Construction estimates, for the Jefferson Street from Avenue 54 to HWY111, are provided by the City of La Quinta as follows: ITEM BUDGET ($1 Final EnQin� Bering Services: Design Engineering Services 665,178 Administration (5%) 33,259 Final En ing eering Subtotal 698,437 Construction: City of La Quints Jefferson Street (Ave 54 to Ave 52) 3,665,000 Jefferson Street (Ave 52 to Ave 50) 2,7129000 Jefferson Street (Ave 50 to Ave 48) 1,459,000 Jefferson Street (Ave 48 to Hwy 111) 528,000 City of La Quinta Total $83,364,000 • City of Indio Jefferson Street (Ave 50 to Ave 48) 13,645,000 Jefferson Street (Ave 48 to Hwyl 11) 2,730,000 City of Indio Total $4,375,000 Administration (@5%) 6361,950 Construction Engineering (@8%) 987,273 Construction Subtotal $ l 4,363.223 TOTAL $1590619660 CVAG share = 75% of eligible total cost * Any excess property purchased to secure the necessary Right -of -Way will be deemed to belong to the Regional Arterial Program. Excess property will be disposed of in the best interests of the Regional Arterial Program, in order to recapture funds expended. Amendment #2 CVAG-La Quinta-Indio-County of Riverside/Jefferson Street/June 28, 1999 Page 6 JURISDICTIONAL REIMBURSEMENT SCHEDULE - AMENDMENT TWO PROJECT FINAL DESIGN ENGINEERING SERVICES AND CONSTRUCTION is "JEFFERSON STREET FROM AVENUE 54 TO HIGHWAY 111" (AGENCIES SHALL HAVE A FUNDING POLICY ACCEPTABLE TO CVAG IN PLACE PRIOR TO CONSTRUCTION) Below is the estimated reimbursement amounts for the following Phases: Preliminary Design Cost (Original Agreement): $60%000 Final Design Engineering and Construction Cost: $15,061,660 (This Amendment number 2) JURISDICTION ESTIMATED REIMBURSEMENT Total REPAYMENT AMOUNT ( 5% Pro-iect Cost)-! SCHEDULE Preliminary Final Design/ Design Construction City of La Quinta $ 90,000 $2,472,145 $29562,145 City of Indio $ 575,000 $192933,270 $11,350,270 County of Riverside $ 3,000 0 Total Agencies Share $ 150,000 31765,415 $399129415 * This estimated reimbursement amount is for the Preliminary Engineering of Jefferson Street from Avenue 54 to Indio Boulevard, and for the Final Design and Construction of Jefferson street from Avenue 54 to Hwy 111. The County of Riverside is not part of this amendment, therefore, their reimbursement share of preliminary engineering will appear in the Final Design and. Construction of Jefferson street from Hwy I I I to Indio Boulevard agreement. ** CVAG agrees to pay up to 75% of allowable project costs for the La Quinta portion of the project. La Quinta agrees to pay the balance of all project costs for the La Quinta portion of the project. * * * CVAG agrees to pay 100% of allowable project costs for the Indio portion of the project. The City of Indio agrees to pay any dis-allowed project costs for the Indio portion of the project cost. The City of Indio agrees to repay up to 25 % of any funds so advanced by CVAG over five (5) years beginning with an initial payment on July lst, 2000. The estimated first year repayment is $270,054, which is 20% of the Preliminary Engineering and Final Design, Construction of Jefferson Street (Avenue 54 to Hwy 111) cost. A CVAG- City of Indio repayment agreement is attached as Exhibit "D" - Amendment Two. Amendment #2 CVAG-La Quinta-Indio-County of Riverside/Jefferson Street/June 28, 1999 Page 7 • U • • EXHIBIT "C" - AMENDMENT TWO UPDATED PROJECT SCHEDULE PROJECT FINAL DESIGN ENGINEERING SERVICES AND CONSTRUCTION "JEFFERSON STREET FROM AVENUE 54 TO HIGHWAY 111" (FROM INFORMATION PROVIDED BY CITY OF LA QUINTA) Final Plans, Specifications and Estimates Bid Period Contract Award Notice to Proceed Project Completion May 14, 1999 May 19, 1999- June 11, 1999 June 15, 1999 December, 1999 October 31, 2000 Amendment #2 CVAG-La Quinta-Indio-County of Riverside/Jefferson Street/June 28, 1999 Page 8 Zvo • • EXHIBIT "D" - AMENDMENT TWO CITY OF INDIO - CVAG REPAYMENT SCHEDULE The following is the estimated five (5) year City of Indio repayment to CVAG. The repayment amounts below are 20% of the total cost of the Preliminary Engineering and Final Design, Construction of Jefferson Street for the segment from "Avenue 54 to Hwy 111" only. The Final Design, Construction of Jefferson Street (from Hwy I II to Indio Boulevard) will be administered at a future agreement. City of Indio Repayment Amount* City of Indio Repayment Schedule $ 2709054 FY 2000/2001 $ 2709054 FY 2001/2002 $ 2709054 FY 2002/2003 $ 2709054 FY 2003/2004 $ 2709054 FY 2004/2005 Total $1,3501270 * These amounts are for the Preliminary Engineering and Final Design, Construction of Jefferson Street (Avenue 54 to Hwy 111) cost. c:\wp\agree\stip\amend\jeffamnd299 Amendment #2 CVAG-La Quinta-Indio-County of Riverside/Jefferson Street/June 28, 1999 Page 9 EXHIBIT A SCOPE OF SERVICES CONSTRUCTION "L-3 PUMPING STATION" CONSTRUCTION - PHASE I The Coachella Valley Water District (CV)VD) shall serve as "Lead Agency" for the purpose of reconstructing the L-3 Pumping Station, located at the northeast corner of Jefferson Street and Avenue 49. A copy of the plans and specifications, dated January 10, 2001, are attached and made a part of this agreement. SPECIFICATIONS FOR CONSTRUCTION OF COACHELLA VALLEY WATER DISTRICT L-3 PUMPING PLANT Edmund Hui R.E.E. No. 10296 QioF ESS10,v �k� pMv NO S cc E 10296 srgl f�ECTe�cr`��Q Exp. Date 9/30/04 t1�0 a. ASA 0-To ct4/1.,¢ Julian A. DeLaTorre R.C.E. No. 43880 Exp. Date 1 TABLE OF CONTENTS L-3 PUMP STATION TECHNICAL SPECIFICATIONS DIVISION 1 — GENERAL OPERATIONS 1.1 General DIVISION 2 — DEMOLITION 2.1 General 2.2 Salvage and Disposal DIVISION 3 — PIPING AND APPURTENANCES 3.1 General 3.2 Bolts and Nuts 3.3 Shop Drawings 3.4 Welded Steel Pipe 3.5 Ductile Iron Pipe DIVISION 4 -VALVES AND FLOW METER 4.1 General 4.2 Small Valves 4.3 Check Valves 4.4 Gate Valves 4.5 Flow Meter 4.6 Relief Valves TABLE OF CONTENTS L-3 PUMP STATION TECHNICAL SPECIFICATIONS (Continued) DIVISION 5— PAINTING 5.1 General 5.2 Materials 5.3 Piping, Valving, Pumps and Appurtenances 5.4 Temporary Work Suspension 5.5 Preparation of Surfaces and Paint Application 5.6 Ungalvanized Ferrous Metal in Structures and Above Ground 5.7 Galvanized Ferrous Metal in Structures and Above Ground 5.8 Buried Galvanized 5.9 Electrical Metallic Cabinetry 5.10 Underground Coatings DIVISION 6 — EPDXY COATING 6.1 General 6.2 Material 6.3 Surface Preparation 6.4 Application 6.5 Thickness of Coating and Lining 6.6 Inspection 6.7 Field Repairs TABLE OF CONTENTS L-3 PUMP STATION TECHNICAL SPECIFICATIONS (Continued) DIVISION 7 — HORIZONTAL SPLIT CASE PUMPS AND MOTORS 7.1 General 7.2 Operating Conditions 7:3 Experience Requirement 7.4 Pump Efficiency Tests 7.5 Pump Construction 7.6 Pump Motors 7.7 Pumping Unit Vibrational Analysis DIVISION 8 — CONTROL AND TELEMETRY 8.1 General DIVISION 9 — ELECTRICAL 9.1 General 9.2 Products 9.3 Motor Control Centers 9.4 Advantage Low Voltage Motor Control 9.5 Variable Frequency Drive (VFD) 9.6 Execution APPENDIX SPECIAL PROVISIONS 316-1 GENERAL OPERATIONS 316-1 General The proposed theory of operation consists of an upper system that will accommodate Lake LaQuinta, Rancho LaQuinta west golf course and other areas along with a lower system that will accommodate the current users along Jefferson street and the proposed Rancho LaQuinta Pate golf course. The site will have two systems, 1) an upper system that delivers water between the rates of 1 to 3 cfs (450 gpm to 1346 gpm) at approximately 80 TDH and 2) a lower system that delivers water between the rates of 2 to 5 cfs (900 gpm to 2244 gpm) at approximately 0 to 60 TDH, respectively. Each system will have two centrifugal pumps with low RPM performance curves. One of the two centrifugal booster pumps will be dedicated to the variable frequency drive controller (VFD) and will act as the primary booster pump throughout the course of the year. The second pump will be an "Across the line" stand by booster pump. The stand by booster pump will be used during a scheduled maintenance period which occurs during the peak pumping demand of the year, or if the primary VFD booster pump or VFD fails. The stand by booster pumps can be manually operated or automatically operated on setpoint by a micro remote terminal unit (uRTU). The normal site operation would be to set the two stand by pumps to manual offloff-line in the uRTU and have the two VFD pumps set to Local control. The setpoint in the uRTU would turn on/off the VFD pumps on decreasing/increasing pressure. The uRTU is used to facilitate the remote control of the site from the control room. Each system would have a differential pressure transducer of the output manifold to monitor each systems pressure. If a high-pressure condition were to occur, the pressure switch would activate and shut down the pump for that system. When the pressure differential dropped below the low setpoint the latched in cutoff would reset via a time delay relay in the cutoff circuit after 10 minutes. This would limit the number of pump runs to 6 per hour, which is a safe allowable runs of the pump. The uRTU would send its calls to the PLC and the PLC would run the pumps on the lower system. Because of the requirements on the lower system to switch to gravity flow if the flow is less than 700 gpm or about 1.55 cfs. The PLC would monitor the flow and disable the call from the uRTU on low flow demands. The PLC would be required on the lower system, but not on the upper system. Also the lower system flow would have to be monitored so a flow meter would have to be installed into the lower system discharge to monitor the flow and send a 4-20 M Amp signal to the PLC. When the flow increased to over 900 gpm or about 2 cfs the PLC would allow the uRTU to call the pump once again. The VFD's shall be installed in a NEMA 1A gasket electrical panel. The VFD's will be derated to work at 50 degrees Celsius © or 122 degrees Fahrenheit (F) for the 115% full load amperage of the selected pump motor without the use of an air conditioned building. I.e., a 40 horsepower (hp) pump motor might require a 50 hp rated VFD to operate at 50 C. The site will work as a pressure demand site. if a user on the system opens a valve, the system pressure will drop. The uRTU will monitor the pressure. Once the pressure falls below a set point the uRTU will call the pump to come on. The VFD will ramp up to a pressure setpoint established in the VFD's P.I.D. controller. When the valve is closed the VFD will ramp down until no water is delivered to the system. A minimum speed will be established for the pump so the pump will not dead head. Ultimately the system pressure increases. Once the pressure reaches a set point the uRTU calls the pump to turn off. For flows less than 1.55 cfs (700 gpm) on the lower system the pumps can be shut down and the system can deliver water by means of gravity. The lower pump system is restarted when the gravity flow exceeds 900 gpm. General Rdoc\1221\L-3 Spec 316-2 DEMOLITION 316-2.1 General The Contractor's attention is directed to Sheet 4 of 18 of the Drawings (DEMOLITION PLAN). The Contractor shall provide all labor and material necessary to remove the CVWD Pumping Plant L-3 as indicated on the Drawings. The work includes, but not limited to, the removal of existing fencing and landscaping, concrete, pumps and piping, pipe supports, hydro - pneumatic tank, electrical, block walls, light pole, gate, and related items, all as shown on the Drawings and as specified herein. The Contractor's attention is directed to the sequence of removals as indicated on the Drawings. 316-2.2 Salvage and Disposal All components of the CVWD Pumping Plant L-3 are the property of the Coachella Valley Water District. The Contractor shall salvage the pumps and motors and shall deliver equipment to the District's yard in Coachella. The Contractor shall take precautions not to damage the materials to be salvaged. The remaining components shall be hauled away by the Contractor, to a City approved landfill. END OF SECTION RdocN1221\L-3 Spec Demolition 316-3 PIPING AND APPURTENANCES 316-3.1 General The Contractor's attention is directed to the fact that the pipeline work specified herein shall be constructed of mortar lined and restrained joint and polyethylene encased ductile iron and CMUCMC welded steel pipe for below grade and epoxy lined and painted welded steel pipe for above grade pipe. The pipeline. shall be the product of a company in business for the design and manufacture of pipe materials required herein. The Contractor shall furnish and install all pipe, fittings, valves, closure pieces, supports, bolts, nuts, gaskets, jointing materials, and appurtenances as shown and specified, and shall furnish and install all auxiliary piping and appurtenances as required for a complete and workable piping system in strict accordance with the Plans and Specifications. All exposed piping shall be adequately supported with devices of appropriate design. Where details are shown, the supports shall conform thereto and shall be placed as indicated; provided that support for all piping shall be complete and adequate regardless of whether or not supporting devices are specifically called for on the drawings. 316-3.2 Bolts and Nuts The Contractor shall furnish and set all bolts and anchor bolts. Except where otherwise shown.or specified, all bolts, anchor bolts, and nuts shall be ASTM Grade A protected with the TRIPAC 2000 Blue Coating System. 316-3.3 Shop Drawings Shop drawings of all welded steel pipe specials, 3 inches in diameter and larger, including fittings and specials shall be submitted for approval to CVWD and in accordance with the Standard Specifications for Public Works Construction. 316-3.4 Welded Steel Pipe 316-3.4.1 General Welded steel pipe and fittings shall be manufactured of steel plate with a minimum thickness as indicated on the drawings and in accordance with the District's Standard Specifications. Pipe materials, fabrications and shop testing of straight pipe shall conform to the requirements of the "AWWA Standard for Steel Water Pipe 6 Inches and Larger' (AWWA C200). All outlets, 4 inch diameter and larger, shall be provided with reinforcing designed for the water working pressure specified or shown. For pipe 16 inches or smaller, the steel cylinder wall thickness shall not be less than schedule 40. For pipe 18 inches or larger, the steel cylinder wall thickness shall be extra strong. Shop drawings of all welded steel pipe and fittings shall be furnished in accordance with the Standard Specification for Public Works Construction. Unless otherwise provided, the nominal diameter shown shall be considered to be the inside diameter after lining. 316-3.4.2 Joints Joints for welded steel pipe shall be plain ends fitted with flanges and butt welded per the District's Standard Specifications, unless otherwise noted on the plans. Piping and Appurtenances Rdoc\1221\L-3 Spec 316-3.4.3 Flanges Where the design pressure is 150 psi or less, flanges shall conform to ASTM A-181 and ANSI B16.5 150-lb class. Flanges shall be flat faced steel ring slip-on type. Pipe flanges shall be attached with bolt holes straddling the vertical axis of the pipe unless otherwise shown. Attachment of the flanges to the pipe shall conform to the applicable requirements of AWWA Standard C207. 316-3.4.4 Welding All hand welding shall be done by welders certified in accordance with Appendix II of the "Code for Pressure Piping" (ANSI B31.1) or the "Standard for Field Welding of Steel Water Pipe Joints" (AWWA C206). 316-3.4.5 Shop Testing Upon completion of the welding, but before lining, each steel plate special shall be bulkheaded and tested under a hydrostatic pressure of not less than 1'/2 times the pressure for which the pipe has been designed, provided however, that if straight pipe used in fabricating the specials has been previously tested in accordance with this section. The circumferential welds may be tested by a dye penetrant process using Turco Dy-Chek, or approved equal, with no further hydrostatic test. Any pin holes or porous welds which may be revealed by the test shall be chipped out and rewelded and the pipe or fitting retested. 316-3.4.6 Lining Except- as otherwise provided, above grade welded steel pipe and fittings shall be epoxy lined in accordance with the District's Standard Specifications. 316-3.4.7 Coating Polyethylene encasement shall be installed on all buried pipe and fittings in accordance with District's Standard Specifications. The exterior surfaces of welded steel pipe and fittings, which are in valve structures or above ground shall be cleaned, primed and finish painted as specified in Section 316-5. 316-3.4.8 Installation At all times when the work of installing pipe is not in progress, all openings into the pipe and the ends of pipe in the trenches shall be kept tightly closed to prevent entrance of animals and foreign materials. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any source, shall assume full responsibility for any damage due to this cause and shall at his own expense restore and replace the pipe to its specified condition and grade if it is displaced due to floating. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until its acceptance by the Owner and/or District. The pipe sections shall be laid in place to true alignment and grade in accordance with the drawings. Special care shall be taken in placing the pipe and making the field joints. Piping and Appurtenances Rdoc112211L-3 Spec Bumping of the pipe in the trench will not be permitted. Fabric slings and spreader bar shall be used for handling painted pipe, and sandbags shall be used to support the pipe when stockpiled. Bell holes of ample size shall be dug where joints are to be welded. Joints to be field - welded shall be done by welders certified for this Contract in accordance with the "Standard for Field Welding of Steel Water Pipe Joints" (AWWA C206). All pipelines shall be cleaned by use of an engineer -approved mandrel, which shall be pulled through the pipe by hand to ensure the pipe is debris free during construction process. The mandrel shall be in accordance with the District's Standard Drawing Number W-28. 316-3.4.9 Field Fabrication All pipe shall be fabricated in the shop in accordance with the plans, specifications and shop drawings. Field fabrication of any pipe shall not be allowed unless the Contractor has submitted, to the Engineer, a written request to perform pipe fabrication in the field. Field fabrication of any pipe shall not be performed until approval of the Contractor's request has been received. All field fabrication work shall be inspected during fabrication and prior to installation. It shall be the Contractor's responsibility to notify the Engineer and/or District a minimum of 24 hours prior to any field fabrication work. 316-3.5 Ductile Iron Pipe 316-3.5.1 General Ductile iron pipe (DIP) shall be in accordance with AWWA C151. All pipe is polyethylene wrapped per CVWD Standards. DIP shall be a minimum Class 350 for pipe diameter of 12" and below, and class 250 for pipe diameters above 12" or as shown on the Plans. DIP with flanges shall be a minimum of Class 350 for pipe diameters of 12" and below, and Class 250 for diameters greater than 12". DIP shall be furnished in 18-foot laying lengths and as required to complete the work. C110. 316-3.5.2 Pipe Joints Joints for ductile iron pipe shall be Tyton and/or flanged in accordance with AWWA 316-3.5.3 Fittings Fittings for DIP shall be ductile iron flanged in accordance with AWWA C110 with cement mortar linings. Fittings shall be furnished with flanged joints for connection to steel pipe, ductile iron pipe, and valves. 316-3.6 Mechanical Couplings Mechanical couplings shall be designed for a water working pressure equal to the design pressure for the pipe on which they are to be installed, and equipped with Grade E rubber gaskets and 316 stainless steel bolts and Zylon coated nuts. Couplings shall be Victaulic Style 77 as shown on the plans, or approved equal. 316-3.7 Gaskets Piping and Appurtenances Rdoc\1221\L-3 Spec Except as otherwise provided, gaskets for flanged joints shall be 1/16 inch thick laminated non -asbestos fiber, Cranite, or an approved equal by District Standard Specifications. Wherever blind flanges are shown, the gaskets shall consist of 1/16 inch thick reinforced rubber which shall cover the entire inside surface of the blind flange and shall be cemented to the surface of the blind flange or as approved by District Standard Specifications. 316-3.8 Insulating Couplings Where shown, pipe or fittings made on non-ferrous metals shall be isolated from ferrous metals by Lochinvar "V"-line insulating couplings as distributed by Corrosion Control Products Company, or approved equal. 316-3.9 Small Steel Pipe Unless otherwise shown, galvanized steel pipe and black steel pipe in sizes 4 inch in diameter and smaller, shall conform to the requirements of the "Specifications for Black and Hot - Dipped Zinc -Coated (Galvanized) Welded and Seamless Steel Pipe for Ordinary Uses" (ASTM A120), and shall be standard weight unless otherwise shown. Galvanized steel pipe shall be wrapped in PVC tape, one half lap. Fittings shall be of galvanized malleable iron, unless otherwise shown. 316-3.10 Copper Tubing and Solders Copper tubing shall conform to the requirements of the District Standard Specifications and the "Specifications for Seamless Copper Water Tube (ASTM B88), and shall be Type "K" soft as manufactured by Anaconda, Phelps -Dodge, or Revere. Silver Solder used in joining copper pipe and fittings shall be per District Standard Specifications. 316-3.11 Electrical Continuity Test of Metal Pipelines Unless otherwise approved by the Engineer, all metallic pipelines requiring joint bonding, including epoxy lined - and painted steel pipe and ductile -iron pipe (DIP), shall be tested for electrical continuity upon completion of construction and prior to acceptance by the District in accordance with Subsection 306-1.4.10 of the Standard Specifications. 316-3.12 Hydrostatic Pressure Testing All pressure pipelines shall be field pressure tested in accordance with Section 306-1.4 of the Standard Specifications for Public Works Construction, "Latest Edition" and the District Standard Specification. END OF SECTION Rdoc\1221\L-3 Spec Piping and Appurtenances 316-4 VALVES AND FLOW METER 316-4.1 General The Contractor shall furnish and install all valves shown and specified. All valves shall be new and of current manufacture. The flanges of valves shall be flat faced. Flanges of valves shall be faced and drilled to ANSI B16.1 250-pound, as indicated on the plans. Unless otherwise specified, each valve body shall be shop tested under a test pressure equal to twice its design water -working pressure. Unless otherwise specified, all interior bronze parts of valves shall conform to the requirements of the "Specification for Composition Bronze or Ounce Metal Castings" (ASTM B62). All interior stainless steel components shall be Type 316 stainless steel. Except where otherwise provided, ferrous surfaces, exclusive of stainless steel surfaces, in the water passages of all valves, 4 inches and larger, shall be epoxy coated. Valve operators shall be turned clockwise to close the valve. Shop drawings on all valves shall be furnished in accordance with the Standard Specification for Public Works Construction. 316-4.2 Small Valves Valves 2-inches and smaller, unless otherwise shown, shall be bronze with screw ends for a water -working pressure of 150 PSI. Small gate valves shall conform to requirements of Section 2.2.4 of Technical Conditions of the District's Standard Specifications. 316-4.3 Check Valves 316-4.3.1 Slanting Disc Check Valve The slanting disc check valve shall be manufactured by APCO. The check valve shall be ductile iron body, stainless steel trim, Class 125, Series 800 with indicator valve disc position or approved equal. Check valve to be epoxy lined and painted per these specifications. 316-4.3.2 Ball Valve The ball valve shall be manufactured by Mueller or District approved. The ball valve shall be brass. 316-4.3.3 Hose Bibbs Hose bibs shall be manufactured by Mueller or Ford and approved by District. 316-4.4 Gate Valves Gate valves shall be ductile iron, epoxy coated and lined and conform to the requirements of the District's Standard Specifications. All body bolts shall be Type 316 stainless steel. Valves and Flow Meter Rdoc\1221\L-3 Spec\SecA2 316-4.5 Flow Meter 316.4.5A Well Head Meter The Contractor shall furnish and install a well head flow meter which shall be equipped with a remote mount signal converter. The meter shall have a flow range as follows: The meter is required to be of the direct drive propeller type with a minimum of 3 vanes within the flanged flow tube. The meter will be constructed with a magnetic drive with a sealed housing for 150 psi working pressure. The flow meter indicator is required to read in units of cubic feet per second (cfs) and will also be equipped with a six digit totalizer reading in units of acre-feet. The meter will comply with the applicable provisions of the American Water Works Association (AWWA) Standards and will be accurate to within a range of 2 percent. The meter will be installed as per CVWD Drawing Nos. Irr. 101 A or B and will be required to be from one of the following District -approved manufacturers with the corresponding model number: Item No, Manufacturer Model No. Remote Read Model' 1 Water Specialties ML-04-D CN-08 2 Sparling FM-104 FT-194 3 McCrometer MW500 Series R0900-100 Where applicable The meter to be installed is required to match flow ranges outlined below: Flow Ranges, GPM Meter Size Flow range Minimum Max- 4-inch 55 500 6-inch 120 1,200 8-inch 150 1,500 10-inch 180 2,000 12-inch 200 3,000 14-inch 300 4,000 Valves and Flow Meter Rdoc\1221\L-3 Spec\Sec.12 Volumetric testing of all meters is required to be performed and approved by the manufacturer prior to shipment. The complete meter head assembly will be accuracy tested in the same pipe size and same tube that the meter will be mounted in. The test will be at the minimum, maximum and intermittent manufacturer's specified flow ranges of the meter. The amount of water used to conduct the test must be left on the totalizer. Prior to shipping, a tag is required to be attached to the meter showing the totalizer reading after the test. 316-4.6 Relief Valves 316-4.6.1 Air and Vacuum Relief Valves Air and Vacuum Relief Valves shall be a manufacturer and model in accordance with the District's Standard Specification. END OF SECTION Rdoc\1221\L-3 Spec\Sec.12 Valves and Flow Meter 316-5 PAINTING 316-5.1 General The Contractor shall complete all painting work as herein specified. 316-5.2 Materials All material shall be delivered to the job in original, unopened containers bearing the manufacturer's name and brand. Materials shall be thinned only in accordance with the manufacturer's printed instructions, and any material that does not comply with these Specifications shall be removed immediately from the job site. All paint, oil, etc., is to be first grade standard manufacture of Sinclair Paint Company, Rustoleum or as specified herein. Unless otherwise specified, no painting shall start without color approval. 316-5.3 Piping, Valving, Pumps and Appurtenances 316-5.3.1 Prime Coat All above grade piping, supports, and pump discharge head shall receive a prime coat per these specifications. Prime coat shall be "Rustoleum Undercoat" or equal. All primed or finish painted surfaces which are damaged shall be primed prior to refinishing. Prime coat shall be minimum 3 mils DFT. 316-5.3.2 Finish Colors All pumps, valves, piping and support shall be given two finish coats of enamel, Sinclair Paint Company color as selected and approved by the Owner and/or District. Each finish coat shall be minimum 3 mils DFT each. 316-5.4 Temporary Work Suspension The Contractor shall not paint during adverse atmospheric conditions such as high drying winds, dust, high humidity, extreme surface temperatures on exterior work or any other conditions which would affect the quality of the paint finish. Painting shall not be done while carpenters, masons, or other tradesmen are working. 316-5.5 Preparation of Surfaces and Paint Application Coats shall be of the consistency, coverage, and applied as recommended by the manufacturer's printed instructions. Materials shall be applied so as to be free from sags, runs, or other defects. Brush strokes shall appear in one direction only when finished and no curved strokes shall show. All coats shall be thoroughly dry before succeeding coats are applied, and each area shall receive its complete first coat before the second coat or following coat is applied in that area. All primer, second and third coats, shall be applied with a brush. All areas shall be kept clean while painting is in progress. Each coat shall produce a minimum film thickness as specified herein. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. All coating thicknesses specified herein refer to minimum dry film thicknesses. . Painting Rdoc\1221\L-3 Spec\Sec.13 All metal surfaces shall first be solvent cleaned according to SSPC-SP1, Solvent Cleaning. After solvent cleaning, all metal surfaces shall be prepared according to SSPC-SP3, Power Tool Cleaning. No wire brushes shall be permitted. Cleaned steel surfaces, not so primed, shall be primed the same day that the surface is cleaned. Abraded spots on primed steel shall be cleaned as mentioned above and then touched up with metal primer. Voids between trim and exterior masonry surfaces shall be filled with putty or patching plaster. Voids between trim and exterior masonry surfaces shall be filled with a caulking compound that will provide a suitable painting surface and still remain elastic. 316-5.6 Ungalvanized Ferrous Metal in Structures and Above Ground 316-5.6.1 Surface Preparation Surfaces shall be sandblasted in accordance with SSPC-SP6 (Commercial Blast Cleaning), except that where, in the Engineer's opinion, sandblasting is obviously inappropriate because the size or location of the surface, or because of the difficulty in protecting adjacent work, such surfaces shall be either power tool cleaned in accordance with SSPC-SP3 (Power Tool Cleaning) or hand tool cleaned in accordance with SSPC-SP2 (Hand Tool Cleaning). 316-5.6.2 Protective Coating Surfaces shall be primed or spot -primed as required. Prime coat shall be "Rustoleum" 7673 primer (2 mils). Intermediate coat shall be 2 mils of "Rustoleum 7600 Series off-white." Finish coat shall be 2 mils of "Rustoleum 7600 Series. Total of all coats shall be a minimum of 6 mils DFT. Color shall be chosen by the District. 316-5.7 Galvanized Ferrous Metal in Structures and Above Ground 316-5.7.1 Surface Preparation Surfaces shall be cleaned in accordance with SSPC-SP1 (Solvent Cleaning). 316-5.7.2 Protective Coating Surfaces shall be primed or spot -primed as required. Prime coat shall be "Rustoleum" 5281 Primer (2 mils). Intermediate coat shall be 2 mils of "Rustoleum 5200 Series Off-white." Finish coat shall be 2 mils of "Rustoleum 5200 Series.. Total of all coats shall be 6 mils DFT. 316-5.8 Buried Galvanized 316-5.8.1 Surface Preparation Surfaces shall be cleaned in accordance with SSPC-SP3 (Power Tool Cleaning). 316-5.9 Electrical Metallic Cabinetry All exposed metallic electrical cabinetry shall be painted with at least 2 coats of ASA 49 gray epoxy enamel. Each coat shall produce a minimum dry film thickness as specified above. Painting Rdoc\1221\L-3 Spec\Sec.13 316-5.10 Underground Coatings Buried valves, flanged joints, sleeve -type couplings and other buried metal items, which are not mortar coated, shall be thoroughly cleaned and shall be coated with NO-OX-ID `Special" to a minimum dry film thickness of 16 mils. Coatings shall be applied in accordance with the manufacture's recommendations. Coatings shall only be used for the protection of exterior surfaces or underground appurtenances. NO-OX-ID "Special" shall not be used for interior linings. END OF SECTION Rdoc\1221\L-3 Spec\SecA3 Painting 316-6 EPDXY COATING 316-6.1 General Where specified or shown, ferrous surfaces, exclusive of stainless steel surfaces, in water passages of appurtenances shall be epoxy lined in accordance with AWWA C213-85 and the District's Standard Specification Section for "Field Application of Protective Linings and Coatings". The epoxy coating shall be applied as specified herein. 316-6.2 Material Epoxy linings shall be of the manufacturer and type of one of the following: 20-2000 Pota- Pox as manufactured by Tnemec Company, Inc. and Bar -Rust 233H by Devoe Coatings. 316-6.3 Surface Preparation The surface shall be blast -cleaned in accordance with SSPC-SP-5 (White Metal Blast Cleaning). The grit size used shall be as recommended by the epoxy manufacturer. 316-6.4 Application Application of the liquid epoxy coating shall be in accordance with the manufacturer's instructions; provided that, if liquid epoxy is permitted, it shall be applied in not less than two spray coats to give the required total thickness. 316-6.5 Thickness of Coating and Lining The minimum dry lining thickness (DFT) for liquid epoxy shall be 14 mils, provided, however, that the thickness of coating in the grooves for valves or fittings designed to receive a rubber gasket shall be approximately 7 mils. 316-6.6Inspection Coating thickness shall be checked with a nondestructive magnetic type thickness gage. Coating integrity shall -be tested in accordance with AWWA C213-85 Subsection 5.3.3. All pinholes shall be marked, repaired, and retested. No pinholes or other irregularities will be permitted in the final coating. 316-6.7 Field Repairs if small local repairs are necessary, they shall be made using a liquid epoxy recommended by the manufacturer of the epoxy with which the item was initially coated. The surface must first be hand tool cleaned in accordance with SSPC-SP2 (hand Tool Cleaning). The repair epoxy material shall be applied and cured in accordance with the manufacturer's instructions. END OF SECTION Rdoc\1221 \L-3Spec\Sec316-6 .Epoxy Coating SECTION 7 316-7 HORIZONTAL SPLIT CASE PUMPS AND MOTORS 316-7.1 General The Contractor shall furnish and install in accordance with these Specifications, four horizontal split case pumps, complete with fabricated steel surface discharge head, four premium efficiency, severe duty electric motors, and all necessary appurtenances. The pumps shall be of the open line shaft, water lubricated type. Bearings shall be provided to prevent the occurrence of shaft critical speed vibration at normal operating speeds. Roller bearings are not acceptable. Pump motors shall be equipped with shaft steady bushings. All equipment shall be new and of current manufacture. No equipment shall be furnished until the review and return of shop drawings to the contractor without rejection or revisions. Shop drawings shall be submitted by the Contractor in accordance with Section 1-10. The service of.factory representatives to check installation and operation of the pumps and motors assembly and appurtenances after installation, shall be furnished at no additional cost. All pumps and motors shall be of only one manufacturer. 316-7.2 Operating Conditions The Contractor shall furnish and install four horizontal split faced pumps as described herein. 316-7.2.1 Operational and Dimensional Requirements __ . The pumps will be used to pump irrigation water. All materials furnished and installed by the Contractor shall be compatible with this purpose. The pump operation shall conform with the following design characteristics with no excessive vibration, cavitation and no continuous upward thrust forces which could cause excessive noise or harmful operation to the pump, motor and piping and meet Hydraulic Institute Standards. The pumps shall be capable of operating along the pump curve to meet the design conditions as identified herein. The design operation points on the curve shall be capable of meeting minimum efficiencies, design flows, horsepower and other criteria established herein, at each design head listed in the conditions summary. The required pump Net Positive Suction Head (NPSH) shall be less than the noted minimum NPSH listed in the conditions summary. Note, only one pump manufacturer shall supply all pumps. 316-7.2.2Pumps (Upper Zone) 316-7.2.2.1 Pump land 2 Pump 1 and 2 shall meet the following operational and dimensional requirements. (1) Minimum capacity at design head (2) Design head, TDH (3) Maximum pump shutoff head (4) Minimum pump lab efficiency @ design head (5) Impeller diameter (6) Diameter of discharge (7) Maximum required horsepower 1,346 gpm 80 feet 110 feet 80 % 9.9375 inches 5 inches 40 horsepower Pumps and Motors Rdoc\1221U.-3 Spec\Sec316-7 (8) Maximum pump operating speed 1,780 rpm (9) Minimum NPSH available 8.78 feet The motor horsepower required shall not exceed. 40 horsepower throughout the entire recommended operating range of the pump curve. 316-7.2.2.2 Pump 3 and 4 (Lower Zone) Pump 3 and 4 shall meet the following operational and dimensional requirements. (1) Minimum capacity at design head 2,244 gpm (2) Design head, TDH 60 feet (3) Maximum pump shutoff head 115 feet (4) Minimum pump lab efficiency @ design head 74 % (5) Impeller diameter 10.25 inches (6) Diameter of discharge 6 inches (7) Maximum required horsepower 50 horsepower (8) Maximum pump operating speed 1,780 rpm (9) Minimum NPSH available 15 feet The motor horsepower required shall not exceed 50 horsepower throughout the entire recommended operating range of the pump curve. Pumps 1 and 2 shall be Fairbanks Morse, Model No. 2800-HCS-1800, size 5" 2876A or approved equal. Pumps 3 and 4 shall be Fairbanks Morse, Model No. 2800-HCS-1800, size 6" 2822A or approved equal. 316-7.3 Experience Requirement Pumping equipment shall be the product of a manufacturer having at least ten years experience in manufacturing and selling such equipment. 316-7.4 Pump Efficiency Tests The minimum pump efficiency specified is the minimum efficiency for a completely staged unit. Certified factory pump curve shall be submitted in accordance with these Specifications, prior to delivery. A certified three point plus shut-off pump test shall be conducted in the field, after pump installation, in accordance with the requirements of the "Test Code for Centrifugal Pumps" of the Standards of the Hydraulic Institute, Incorporated. The cost of making such tests shall be borne entirely by the Contractor. The Contractor shall notify the District five days before the tests are to be conducted for scheduling inspection. Certified copies of the performance tests conducted at the site shall be furnished to the Engineer and District in accordance with these Specifications. Failure to comply with the operational requirements shall require repair or adjustment to the pumps, to the satisfaction of the District's Inspector, at no additional cost to the District. The pump manufacturer shall list the guaranteed efficiencies of the pumps at the specified design head and submit curves showing the performance characteristics of the pumps. In the event pumps fail to perform in accordance with these specifications or meet the guaranteed efficiencies, the Contractor shall repair, adjust,. modify or replace the pumps to the satisfaction of the District's Inspector at no additional cost to the District or Owner. Pumps and Motors Rdoc\1221\L-3 Spec\Sec316-7 316-7.5 Pump Construction 316.7.5.1 Impeller Impeller shall be enclosed type, double suction, Francis vane design, to minimize inlet losses and accommodate high suction lifts. Impeller shall be hydraulically and statically balanced to reduce bearing loading. Impellers shall be precision cast in one piece with smooth flow contours to promote maximum efficiency. Impeller shall be fixed axially along the shaft by shaft sleeves and nuts and secured to the shaft through a precision fit and full length key. Impeller skirt shall have sufficient metal. thickness to allow machining for installation of impeller rings. 316-7.5.2 Shaft The pump shaft shall be manufactured of high quality heat treated steel of sufficient diameter to allow no greater than 0.003" maximum deflection measured at the sealing box for all normal performance conditions on the curve. Shaft shall be manufactured to meet stiff shaft construction with a critical speed at least 25% in excess of operating speed, in order to prevent vibration and fatigue. The shaft shall be accurately machined along its entire length. A keyway shall be machined at the coupling end. No threads shall be machined adjacent to the impeller. The shaft shall be reversible to provide for field change to opposite rotation if required. Renewable shaft sleeves shall be provided to protect the shaft from wear and from contact with the pumped liquid. The sleeves shall also serve to accurately position the impeller on the shaft. 316-7.5.3Casing Casing shall be made of close -grained cast iron, having minimum 30,000 PSI tensile strength, and suitable for 300 PSI (cast iron) working pressure. Casing shall consist of upper and lower half castings containing the volute and suction passages, and removable bearing housings that are doweled and securely bolted to the lower half casing, inboard and outboard bearing housings shall be replaceable without the need for field alignment. Casing shall be axially split along the horizontal shaft centerline with flat -faced suction and discharge flanges and mounting feet cast integral with. the lower half casing. Casing shall be line -bored to assure concentricity and angular alignment. The upper and lower half casings shall be single volute (10" 2824A double volute) doweled to permit easy removal and accurate replacement of the upper half for inspection and maintenance. The upper half casing shall be completely removable without disturbing the suction or discharge piping connections. Suction and discharge connections shall be sized to reduce hydraulic friction losses and to reduce turbulence and pipe noise. All suction and discharge flanges shall be designed for straight through nut -and -bolt flange connections with [125# ANSI drilling] [250# ANSI drilling]. Upper half casing shall have a drilled and tapped connection at the highest point on the casing for the purpose of pump priming or air release. Lower half casing shall be drilled and tapped to allow for drainage piping. Pumps and Motors Rdoc\12211-3 Spec\Sec316-7 316-7.5.4Bearings Bearings shall be single row and deep groove ball type bearings. Bearings shall be selected to carry radial and thrust loads. Interchangeable inboard and outboard bearings shall be press fit and positioned onto ground journals on both ends of an accurately machined shaft. Bearing housings shall be doweled and accurately positioned onto the bearing shoulders located on the lower half casing to ensure accurate alignment. Bearings shall be' grease lubricated, however pump and bearing construction shall be such that a change to oil lubrication can bee made in the field, using the same bearings. 316-7.5.5Wearing Rings Casing wear rings shall be of the annular type, designed to minimize leakage across the ring fit. Casing ring will be straight -sided, renewable type, pinned at the parting flange of the casing to prevent rotation. Impeller wear rings will be designed to minimize recirculation of the pumped fluid through the casing. 316-7.5.6Sealing Box The sealing box shall be machined into the casing. Sealing box shall contain a two- piece interlocking gland, five (5) rings of synthetic graphite impregnated packing and a water seal ring. External piping complete with snubber valves shall be installed from the casing to each sealing box to circulate sealing water. 316-7.5.6Baseplate, Coupling and Guard A [bent form] [structural steel] base for pump and driver is to be supplied. The base shall be designed to resist torsional movement and support the combined weight of both pump and driver. After leveling and alignment, the base shall be grouted and completely filled with a non -shrinking grout. A flexible coupling and an enclosed type coupling guard shall be provided. 316-7.5.7Quality Assurance Pumps are to be engineered and manufactured under a written Quality Assurance program. The Quality Assurance program is to be in effect for at least five (5) years, to include a written record of periodic internal and external audits to confirm compliance with such program. 316-7.6 Pump Motors 316-7.6.1 General Motors shall be constructed in accordance with the latest applicable NEMA, IEEE, UL and ASA Standards and shall be designed and selected according to specific purpose, application and load requirements needed. Motors are to be provided by the supplier of the driven equipment and are to be compatible with the electrical characteristics and physical locations shown on the plans as follows. The supplier shall furnish two copies of a parts list and a maintenance manual for each motor furnished. Motors shall be manufactured by Newman, General Electric or U.S. Motors. Pumps and Motors Rdoc\1221\L-3 Spec\Sec316-7 This specification covers energy efficiency, continuous duty, horizontal, 3 phase, integral horsepower, TEFC extra severe duty, squirrel cage induction motors in NEMA frames 182 - 449. Unless otherwise specified, motors conforming to this specification shall be suitable for operation in accordance with their rating under the following service conditions: a. Ambient temperature in a range of -15C to +50C (+5F to +104F). b. Maximum altitude of 1000 meters (3300 feet) above sea level. c. Indoor or outdoor installations in severe duty applications such as high humidity, chemical laden (corrosive) or salty atmospheres. d. Full voltage, across -the -line starting and be VFD rated. 316-7.6.2 Design Motors on this project shall be as shown in the following table: TAG# TYPE H, VH, VS VOLTAGE HP SYNCHRONOUS RPM MINIMUM EFFICIENCY ENGLUSUKt TEFC, XP, WPI, WPII VH APPLICATION TION APPLICATION Note Speed Range P-1 H 460 460 I 460 460 40 40 50 50 1780 94.5 1780 94.5 1780 94.5 1780 94.5 TEFC TEFC TEFC TEFC 780-1780% 780-1780% 780-1780% t 780-1780% P-2 H P-3 I H H p-4 H=Horizontai, vh=verucai nohow onau, ��-���•� Motor shall GE X$D 40HP Model #E9915 and 50HP Model #E9917 or approved equal. Motors shall be NEMA Design "B" unless otherwise noted. The Contractor shall complete Form CVWD- 890 located in the Appendix as part of the pump motor shop drawing submittal. 316-7.6.3Induction Motor Criteria motors. 316-7.6.3.1 Description This Subsection outlines the electrical requirements for squirrel -cage induction 316-7.6.3.2 Electrical Requirement a. Standard motors shall be rated 460 volts. Motors will be rated for operation on a 3 phase, 60 Hertz power supply. b. Motors shall operate successfully under running conditions at rated load with variation in the voltage or the frequency not exceeding the following conditions (1) +/- 10% or rated voltage with rated frequency; (ii) +/- 5% of rated frequency with rated voltage; or (iii) a combination of voltage and frequency variation of 10% (sum of the absolute values) of rated values provided that the frequency does not exceed +/- 5% of the rated frequency. c. Motors shall operate successfully under running conditions at rated load and frequency when the voltage unbalance at the motor terminals does not exceed one percent. d. Motor insulation system meets NEMA MG1 part 31 at 460 volts. Motors shall have Class F insulation or higher for operation with solid-state or other types of variable frequency or variable voltage power supplied for adjustable speed applications require individual consideration to provide satisfactory performance. The motor manufacturer should be consulted before selecting motors for such applications. 2.Opera ting Characteristics With rated voltage and frequency applied, motor performance shall be as follows for critical operating characteristics: Pumps and Motors Rdoc\1221\L-3 Spec\Sec316-7 a. TORQUES. Motqrs shall meet or exceed the locked rotor (starting) and minimum breakdown torques specified in NEMA standards for Design B for the ratings specified. b. CURRENTS. Locked rotor (starting) currents shall not exceed NEMA Design B Maximum values for the specified rating, with F voltage code. Motors shall be capable of a 20 second stall at six times full load current without injurious heating to motor components. c. EFFICIENCY. Motors shall be premium (Super-E) efficiency having a minimum full load efficiency as listed in section 316-7.6.2 when tested in accordance with NEMA test standard MG1-12.54.0, IEEE Test Procedure 112, Method B, using accuracy improvement by segregated loss determination including stray load loss measurements. The minimum efficiency shall be guaranteed. d. POWER FACTOR. The power factor for 3600 and 1800 rpm, 3 through 250 horsepower ratings at full load and at full voltage shall be a minimum of 80%. Six pole ratings will be excluded from this requirement. e. TEMPERATURE RISE. The temperature rise shall be 80 degree C or better at service factor 1.5 while operating in an ambient temperature of 50°C. 316-7.6.3.3 Terminal Boxes The motors shall be equipped with steel terminal boxes for all conduit and wire connections required. Boxes shall be properly sized, diagonally split, and rotatable in 90-degree steps. Provide a gasket between the box and motor frame, and attach the box to the motor frame with high strength, zinc plated and chromated steel bolts and cap screws. 316-7.6.3.4 Finish The castings shall be coated with a red -oxide zinc -chromate primer, and finished with a corrosion resistant epoxy coating per Section TC-14 herein. Submit details of manufacturer's primers and coatings and furnish a gallon of each for touch-up purposes. 316-7.6.3.5 Nameplates Provide stainless steel nameplates of ample size with clear numerals and letters. Nameplates shall indicate the manufacturer, serial number, model number, type, horsepower, phase, hertz, voltage, design, full load amperage, locked rotor code letter, service factor, speed, insulation class, certified IEEE-112B tested efficiency, power factor, temperature rating and other essential data, including variable speed operation data when motor is specified for that purpose. Nameplate data shall be completely in English. Nameplates shall be secured to the motor frame with corrosion resistant pins in accessible locations. 316-7.6.3.6 Grounding All motors shall be supplied with connection point suitable for ground lug. 316-7.6.3.7 Submittals Submit for Engineer's review shop drawings and technical data for pumps and motors supplied with driven equipment as specified in this Section, and these Specifications. Submittal shall be made within 30 days of notice of award by the District. Pumps and Motors Rdoc\1221\L-3 Spec\Sec316-7 A. Shop Drawings The equipment shop drawings shall be complete and include the following: 1. Plans Plans shall show the equipment assembly, space requirements, clearances and locations for conduits and anchor bolts. 2. Elevations Elevations shall show the component arrangements of the equipment. 3. Details Details shall show the required enlarged small parts. 4. Dimensions Dimensions shall be included on the Drawings. 5. Weights Weights for equipment shall be included on the Drawings. 6. Items listed in 316-7.6.4.14. 7. Provide as part of the Submittal Form CVWD 890 as provided in the Appendix. The form shall be completed and include all appropriate information. Provide a copy of the District's stamped form as a part of the O & M manuals with the motor serial numbers and field measured running amps indicated. B. Technical Data Complete electrical characteristics, description, operation and installation data shall be submitted with the shop drawings. C. Current Data Submit eight (8) copies to the District of field recorded current data. The data shall indicate the full load current for each motor and the current rating for the overload relay in each motor starter and controller. D. Test Reports Copies of the factory test reports shall be certified by the manufacturer and submitted to the Engineer as outlined in these Specifications. 316-7.6.4Motor Specifications 316-7.6.4.5 Insulation System a. Standard motors shall have a Class F insulation system. b. Standard motors shall be given a heavy build varnish to increase moisture resistance. c. Motors shall meet a minimum resistance of 1.5 megohms after 168 hours exposure in a humidity chamber maintained at 100% humidity operating in a 40 degree C ambient. Pumps and Motors Rdoc\1221\L-3 Spec\Sec316-7 316-7.6.4.6 Temperature Rise All motors shall have a Class B rise by resistance at 100% load and shall be supplied with a Class F insulation system suitable for 1.15 service factor when applied at 100% voltage sine wave power. Motors shall be 3-phase, constant speed, squirrel cage induction types suitable for variable speed or part -winding starting as indicated. Construction of motors shall include cast iron housings and end brackets. Terminal box shall be cast metal with gaskets between the box and cover. The box shall have a threaded conduit entrance. Ventilating fans shall be non -corrosive. Vertical motors shall be provided with aluminum canopy caps. 316-7.6.4.9 Mechanical 1. Frame Size A. The horsepower to frame relationship shall conform to the latest NEMA Standard for T frame motors. B. All motors shall be capable of NEMA F1 and F2 mounting assembly. C. Motors covered by this specification are in the 182 - 449 frame sizes. 2. Enclosure A. Motors shall be totally enclosed fan cooled JEFC) construction for severe environments. B. Motor frame, endshields, conduit box and fan cover shall be of cast 'iron construction. C. Drains will be provided at the lowest point to allow condensation drainage. 3. Bearings A. All motors shall have fully regreasable, anti -friction bearings, sized to provide L-10a life of at least 50,000 hours under minimum V belt sheave sizes for maximum belt loading conditions (see NEMA Standard MG!-14.41) or 125,000 hours L10 life for a direct connected load. B. Drive end and opposite drive end bearings will be the same size, oversize bearings, except for motors having certain mechanical modifications. C. The drive end endshield shall be capable of field installation of an Inpro seal bearing isolator. 4. Ventilating Fans A. Fans shall be of corrosion resistant, non -sparking material such as 30% glass - filled polypropylene or bronze. 5. External screws and bolts shall have hex heads and be plated to resist corrosion. 6. Motor Shaft shall be provided with an external recessed slinger at the drive end to provide additional protection from moisture and foreign material. Pumps and Motors Rdoc\122.1\L-3 Spe6Sec316-7 7. Rotor and stator air gap surfaces shall be coated so as to prevent corrosion. 8. External paint shall be a high bond, heavy build, double coat, catalyzed epoxy enamel or equivalent for maximum corrosion protection. 9. Built-in lifting lugs shall be provided. 10. Motor vibration at rated voltage and frequency shall not exceed the limits (0.055 ips) stated in NEMA Standard MG1-12.07. 316-7.6.4.10 Balance A. All motors shall be dynamically balanced. The use of solder or similar deposits is not acceptable. Any parent metal removed to achieve dynamic or static balance shall be removed in a manner, which will maintain the structural integrity of the rotor. B. Motors shall be tested with seismic -type vibration sensors by the manufacturer at his factory under no load conditions at rated voltage and frequency. The motors shall have a maximum peak -to -peak amplitude of vibrations on the bearing chambers of 1.5 level in Mils. C. Completely assembled motors, at the manufacturer's factory, shall have a percentage separation between the rotor shaft first actual critical speed and the rated motor speed as follows: Rotor Design First Actual Critical Speed Location Rigid Shaft Minimum of 25% above rated motor speed Flexible Shaft Maximum of 85% of motor speed D. When specified on the motor data sheet, the manufacturer shall provide design data to enable the purchaser to calculate rotor dynamic response. 316-7.6.4.11 Sound Levels 1. Sound pressure levels shall be in sound pressure dBA, measured in a free field with a reference pressure of 0.00002 pascals, average reading at three feet. 316-7.6.4.12 Warranty 1. Motor efficiency shall be guaranteed to meet the minimum value stamped on the motor nameplate. The warranty shall provide for repair, replacement or remuneration options to customer satisfaction. 2. Motor mechanical components shall have a full three year performance warranty. 316-7.6.4.13 Testing and Inspection A. Certified test reports shall be supplied for all motors at time of shipment. 1. No load running current. 2. Locked rotor current. 3. High potential test. Pumps and Motors Rdoc\1221\L-3 Spec\Sec316-7 4. Winding resistance. 5. No load vibration check. 6. Temperature rise of the winding and bearings taken from a full load heat run conducted until these temperatures become constant. 7. Full load current and speed, starting current and torque, breakdown torque, efficiency and power factor at 112, 314, and full load. 8. Peak -to -peak amplitude of vibration under no load. 9. Speed torque curve. 10. Efficiency per MG1-12,53a, IEEE-112, Test Method B. 316-7.6.4.14 Data A. All motors shall be supplied with a detailed outline drawing, which includes: 1. Motor dimension. 2. Wiring diagrams. 3. Accessory descriptions. 4. Performance data. 5. Nameplate data, per MG1-12.53b. 6. Motor serial number. 7. Purchase order number. 8. Application. 9. Job Site. 10. Lifting lugs (hooks). 316-7.6.5 Installation 316-7.6.5.1 General A. Provide all the equipment installations and wiring installations, including connections as indicated, specified and required. Assure proper fits for all equipment and materials in the spaces as shown on the Drawings. B. Motors 1. Provide power, control, alarm, and grounding installation for all motors as indicated and required. 2. Check the connections and provide correct rotation for all motors. 3. Record the full load current to each motor, and the overload relay rating in each motor starter for the certified data submittal. 4. Provide the wiring for heaters in the motor. 5. Provide the required wiring for all control equipment that shall be furnished and installed by other Sections of the Specifications. 316-7.6.5.2 Factory Tests All motors smaller than 60 HP shall be given a standard commercial test. Provide a copy of factory test with O & M manuals. 316-7.6.5.3 Field Checks A. Motor installations shall be complete and correct. B. Field damaged factory finish on equipment shall be touched -up with paint that is equal in quality and color to the original factory finish and shall also be finished per Section 316-5. Pumps and Motors Rdoc\1221\L-3 Spec\Sec316-7 316-7.7 Pumping Unit Vibrational Analysis Completed pumping unit (pump and motor) shall receive a final field trim balance, as may be required, and vibration of unit shall not exceed 0.0025 inches, peak to peak amplitude when operating. Contractor shall field measure vibration with a suitable calibrated instrument and all measurements shall be witnessed by the District's Inspector. Vibration shall be measured at motor thrust bearing housing, and at any other locations on pumping unit as directed by the District's Inspector. END OF SECTION Rdoc\1221\L-3 Spec\Sec316-7 Pumps and Motors 316-8 CONTROL AND TELEMETRY 316-8.1 General 316-8.1.1 All work to be specified, supplied and installed by CVWD. Control and Telemetry Rdoc\1221\L-3 Spec\Sec.316-5 316-9 ELECTRICAL 316-9.1 General Provisions It is the intent of this section of the specifications that the Contractor furnish all labor, supervision, tools, equipment, and materials necessary for erecting complete and ready for continuous use, a tested and working electrical system, substantially as indicted on the plans and hereinafter specified. These specifications are intended to provide a broad outline of the work and equipment required, but are not intended to include all the details of design and construction. The electrical plans are diagrammatic, approximately to scale. However, they shall not be used for exact locations. The Contractor shall verify all dimensions from the detailed drawings and approved shop drawings and shall coordinate these dimensions with actual field conditions. Actual distances, locations, and elevations will be governed by actual field conditions. Allowance has been made in the design for the number of conduits, cables and conductors, which the Engineer considers adequate for feeding various drives and equipment. These circuits and diagrams are based on available data pertaining to a particular design of equipment and portray the systems, which the Engineer has chosen to effect the required operation and level of control. Equipment provided by the Contractor (even though of the make and model specified) may differ in detail, arrangement, connections or form from that shown. If the Contractor uses equipment which differs from the equipment shown in major aspects and requires modifications to power, control or other electrical systems (including, but not limited to, size and quantity changes to wires, raceways, starters, circuit breakers, control devices, etc.), the Engineer's acceptance of the equipment will be based upon the Contractor providing the modification required, and they shall be of the same quality as shown and shall be provided at no additional cost to the District. The plans do not, and are not intended to, show all equipment, such as pull boxes, junction boxes, etc. required nor to indicate all mechanical or structural difficulties that may be encountered which would necessitate routing alteration, offsets, or fittings. Items not specifically mentioned in these specifications or noted on the plans or approved shop drawings, but which are obviously necessary to make a complete working installation, shall be deemed to be included herein. Discrepancies shown on different plans, or between plans and actual field conditions, or between plans and specifications shall be promptly brought to the attention of the Engineer for a decision. The alignment and conduit shall be varied due to architectural changes, or to avoid work of other trades, without extra expense to the District. All electrical equipment shall be capable of operating successfully at full -rated load, without failure, when the ambient temperature of the air is 50 degrees C except where specified otherwise. Electrical conductors including cable, etc., shall be copper, bus bars shall be silver - coated copper, except where specified otherwise. Electrical Rdoc\1221\L-3 Spec\Sec316-10 316-9.1.2 Related Work Specified Elsewhere A. Section 5- Painting B. Section 7 — Horizontal Split Case Pumps and Motors C. Section 8 - Control and Telemetry D. Section 1 - General Operation 316-9.1.3 Scope of Work A. General The Contractor shall provide all the materials and equipment, and perform all the work necessary for the complete execution of the electrical work as shown on the electrical plans and specified herein, including electrical work indicated on other plans which is specifically included in the electrical work. The Contractor shall provide all labor and materials not specifically shown on the plan or specified herein, yet required to ensure proper and complete operation of any system(s) or design intent inherent in the project except as specifically excluded. B. Work Included In general, the electrical work as referred to herein shall consist of, but not be limited to, the items listed as follows: 1. 480 volt service 2. 120/208 volt, 3 phase transformer and panel integral to the MCC 3. 480 volt motor control center 4. Lighting systems 5. All conduit, wiring and connections 6. Wire pumps and motors, check rotation and put in service necessary components to operate automatically. 316-9.1.4Codes and Standards All the equipment and materials shall conform to the latest revision of the following standards: American National Standards Institute (ANSI) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Manufacturers Association (NEMA) Underwriters' Laboratories (UL) Insulated Power Cable Engineers Association (IPCEA) American Society for Testing and Materials (ASTM) National Electrical Code (NEC) Occupational Safety and Health Regulations of Occupational Safety and Health Administration (OSHA) Motors may instead of or inclusive of UL be Factory Mutual (FM) listed. Underwriters' Laboratories Approval: All equipment furnished by the Contractor shall be listed by and shall bear the label of Underwriters' Laboratories, Incorporated (UL) or Edison Testing Labs (ETL) or of an independent testing laboratory acceptable to the local code -enforcement agency having jurisdiction. Electrical Rdoc\1221\L-3 Spec\Sec316-10 Contractor shall be responsible for complying with all applicable government regulations. All electrical equipment and materials, and the design, construction, and installation thereof, shall comply with all applicable provisions of the Federal Occupational Safety and Health Act (OSHA), State Building Standards, and applicable local codes and regulations. Where the plans or these specifications call for equipment and workmanship to be of better quality or higher standard than required by the above codes, standards, rules, and regulations, then said plans and specifications shall prevail. Nothing on the plans or in these specifications shall be construed to permit work in violation of the above codes; standards, rules, and regulations and the Contractor shall be held responsible for any work, which is not acceptable. In case of conflict or disagreement between the building codes, state law, local ordinances, industry standards, utility company regulations, fire insurance carrier's requirements, drawings and specifications, or within the contract document itself, the most stringent condition shall govern. The Contractor shall promptly notify the Engineer in writing of such differences. 316-9.1.5Coordination of Work and Trades Electrical work shall conform with the construction schedule and progress of other trades. The electrical construction shall be performed in cooperation with all other trades so that a neat and orderly arrangement of the work as a whole shall be obtained. Electrical apparatus on all equipment shall be handled, set in place, connected, checked out, serviced, and placed in readiness for proper operation to the satisfaction of the District and Engineer all within the scope of work intended under this section. Before any work is started, the Contractor shall verify with the equipment manufacturers that equipment dimensions and arrangements will allow for equipment installation in the spaces provided for on the plans for switchgear, switchboards, panel boards, motor control centers, terminal cabinets, transformers, and other major items of electrical equipment or apparatus and that the installation indicated will provide for all required ventilation,. clearances, access, and work space. Before installing any equipment, materials, or raceways, the Contractor shall examine the complete set of plans and specifications and approved shop drawings and verify all dimensions and space requirements. 316-9.1.6Coordination of the Electrical System The Contractor shall verify all actual equipment and motor full -load and locked rotor current ratings. The necessary minimum equipment, wire, and conduit sizes are shown on the plans. If the Contractor furnishes equipment of different ratings, the Contractor shall coordinate the actual current rating of equipment furnished with the branch circuit conductor size, the controller size, the motor starter, and the branch circuit over current protection. The branch circuit conductors shall have a carrying capacity of not less than 125 percent of the actual full -load current rating. The size of the branch circuit conductors shall be such that the voltage drop from the overcurrent protection devices up to the equipment shall not be greater than 2 percent when the equipment is running at full load and rated voltage. Conductor ampacities shall be derated in accordance with NEC, Table 310-16 for ambient temperatures of 114-122 degrees Fahrenheit. Electrical Rdoc\1221\L-3 Spec\Sec316-10 The motor running overcurrent protection devices shall be ambient temperature compensated for 50 degrees Celsius and be rated or selected to trip at no more than 125 percent of the motor full -load current rating for motors marked to have a Class B temperature rise for motors marked with a service factor not less than 1.15, and at no more than 115 percent for all other types of motors operating in 50°C ambient. The motor branch circuit overcurrent protection device shall trip open in 30 seconds or less on locked -rotor current of the motor. This device shall also protect the motor branch circuit conductors and the motor control apparatus against overcurrent due to short circuits or grounds. The motor control circuits shall have overcurrent protection of the type indicated on the plans. 316-9.1.7 Utility Company Requirements All work for electrical power shall be performed in accordance with the requirements of the respective serving utility companies. Immediately after the award of the contract, the Contractor shall notify the serving utilities that the project is under construction and provide them with all pertinent information, including the dates on which the services will be required. Shop drawings shall be submitted to the utility company with the appropriate panel dimensions (top view and elevation view) and EUSERC (Electric Utilities Service Equipment Requirement Committee) No. for service entrance and metering sections. The Contractor shall be responsible for the application for electrical service to the site, and all associated fees. The Contractor shall coordinate details and timing of service entrance installation with the utility, provide all required temporary service, and include all utility connection fees for temporary service in his proposal. Service will be transferred upon completion of work covered within contract documents for the construction of said booster station. 316-9.1.8Permits and Inspections The Contractor shall obtain all permits and inspections and he shall pay all fees therefore. At the conclusion of the work on the project, the Contractor shall furnish to the district, properly executed, all required certificates of final inspection and approval before the work will be accepted as complete. 316-9.1.9 Equipment, Materials and Workmanship It is the intent of these specifications and the plans, to secure high quality in all equipment and materials, and to require first-class workmanship, in order to facilitate trouble free operation and minimum maintenance of the electrical system. All equipment and materials shall be new, listed by UL and bear the UL label, unless exception to this requirement is inherent to an individual item specified herein, or . exception is otherwise granted by the District. Equipment and materials shall be the products of reputable, experienced manufacturers. Singular items in the project all shall be the products of the same manufacturer. All equipment and materials shall be of industrial grade and standard of construction, shall be of sturdy design and manufacture, and shall. be capable of long, reliable, trouble -free service. Electrical Rdoc\1221\L-3 Spec\Sec316-10 All work, including installation, connection, calibration, testing and adjustment, shall be done by qualified, experienced personnel who are technically skilled in their trades, are thoroughly instructed, and are competently supervised. The resulting complete installation shall reflect professional quality work, employing industrial standards and methods. Any and all defective material or inferior workmanship shall be corrected immediately to the satisfaction of the District at no additional cost to the District. 316-9.1.10 Area Designations A. General For purposes of defining electrical enclosure and electrical installation requirements of this project, certain areas have been classified on the plans and in these specifications as defined below. Electrical equipment and installations within these areas shall conform to the code requirements for the areas involved. B. General Purpose Locations Electrical work installed in areas which are not specifically classified shall be "General Purpose." Workmanship, materials, and enclosures in these locations shall comply with the general requirements of this section. C. Wet Locations All locations exposed to weather are classified as wet locations. In this area classification, raceway shall be rigid steel conduit; unless plastic coated conduit (PVC- RGS) is specified on the drawings issued for construction; entrances shall be threaded; fittings shall have gasketed covers located at a low point to drain the fitting or conduit system. Threaded hardware shall be stainless steel. Mounting brackets shall be galvanized after fabrication. Instruments and control cabinets and panels shall be NEMA 4 in outdoor locations and NEMA 4X in vaults. Switchboards located outdoors shall be NEMA 3R "weatherproof'. Enclosures shall be mounted with a 1/4 inch air space from walls unless otherwise noted on the plans. 316-9.1.11 Contractor Submittals A. General The Contractor shall conform to General Conditions. Supplement with the following. In the event that products are nonstandard, they must be ordered promptly to meet construction schedule and no delay in shop drawing submittal will be tolerated. B. Materials and Equipment Schedules Deliver to the Engineer a complete list of all materials, equipment. apparatus, and fixtures; including manufacturers' cut sheets; clearly indicating which materials the Contractor proposes to use. The list shall include sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. C. Shop Drawings 1. Within 30 days of award of contract, the Contractor shall submit three (3) complete copies to the District and detailed dimensioned shop drawings of all designated Electrical Rdoc112211L-3 Spec\Sec316-10 equipment for favorable review before fabrication. Drawings submitted for review shall include front views, sections, and anchoring details. Separate drawings shall be submitted for elementary control and wiring diagrams. Wiring diagrams shall be complete for all electrical equipment furnished except lighting. Should an error be found in a shop drawing during installation of equipment, the correction, including any field changes found necessary, shall be noted on the drawings shall be checked by the Contractor before submittal for review by the District and the Contractor shall certify that the submittals are in accordance with the plans and specifications. 2. Catalog cuts, bulletins, brochures or the like shall be submitted for items of materials for which shop drawings are not designated to be submitted. These data shall be submitted together with a clear indication (arrows) of the specific item or items, or class of items proposed, in order to establish written record of the Contractor's intent. A list of items indicating "as specified" will not suffice. A manufacturer's name alone will not suffice. Each sheet of descriptive literature submitted shall be marked by the electrical contractor in black ink to identify the material or equipment as follow: a. Lamp fixture descriptive sheets shall show the fixture schedule for which the sheet applies. b. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. c. Sheets or drawings showing more that the particular item under consideration shall have crossed out all but the pertinent description of the item for which review is requested. d. Equipment and materials descriptive literature not readily cross referenced with the plans or specifications shall be identified by a suitable notation. e. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will NOT be accepted, unless it is clearly marked to show the intended connections. 3. Shop drawings shall be submitted for the following items; a. Service panel, panel boards, motor control centers, terminal cabinets, transformers and other major equipment or apparatus. b. Control panels and other speciallyofabricated or custom made equipment. c. For other items as may be specifically called for hereinafter. D. Record Drawings The Contractor shall conform to General Conditions. Supplement with the following: Prior to completion of the contract, the Contractor shall furnish the Engineer with (3) sets of electrical plans marked with any changes, deviations or additions to any part of the electrical work. One set to remain at the job site until as built drawings are received by the District. The Contractor shall clearly indicate on as -built plans the following information: Electrical Rdoc\1221\L-3 Spec\Sec316-10 1. All conduit runs as actually installed. 2. Location of all underground conduits and stubouts accurately dimensioned. 3. Forming, cabling, and identification of all power and control circuits within pull boxes and terminal boxes. 4. All changes, deviations, in locations, routing, or dimensions or additions to any part of the electrical work. 5. Interior views of each pull box identifying each conduit entrance by conduit number. E. Operation, Maintenance and Repair Manuals The Contractor shall conform to General Conditions. Supplement with the following: The manuals shall include all systems drawings, block diagrams, schematics, shop drawings, and shall be supplied in both hard copy and on diskette in autocad version 12.0 or later. Other pertinent data required to completely describe the operation and maintenance of the installed electrical system shall also be provided. These manuals shall be submitted prior to final acceptance of the system and shall reflect all as -built conditions. The electrical system information in the O & M manuals shall contain: 1. System operating instructions written for the benefit of the District's operating personnel for normal operational condition and utilizing names of controls as they appear on nameplates. 2. Calibration and maintenance instructions. 3. Troubleshooting instructions. 4. Instructions for ordering replacement parts. 5. Part List a. List of fuses, lamps, seals, and other expendable equipment and devices. b. List of all vendors, addresses, and phone numbers. F. Miscellaneous Reports The Contractor shall submit all other reports as called for in these specifications at the times specified. These miscellaneous reports include, but are not limited to, test procedures, records of electrical test results and certificates of inspection and acceptance. 316-9.1.12 Grounding A grounding system shall be installed in accordance with the National Electrical Code and all state and local codes and regulations. The grounding system shall bond Electrical Rdoc\12211-3 Spec\Sec316-10 together and effectively ground all exposed non -energized metal surfaces containing energized parts, devices or conductors, all building steel, all metallic electrical raceways and the neutrals of all transformers. An equipment grounding conductor shall be installed in all conduits carrying power to any equipment. 316-9A.13 Warning Signs Permanent warning signs shall be mounted at all mechanical equipment which may be started automatically or from remote locations. Signs shall be made in accordance with Porcelain Enamel Institute Specification S-103 and shall be suitable for exterior use. Mounting details shall be in accordance with manufacturer's recommendation. Signs shall be located as approved by District. Provide one sign on each door of the building. Warning signs shall be 7 inches high by 10 inches wide, colored yellow and black, on not less than 18 gauge vitreous enameling stock. Sign shall read: CAUTION THIS EQUIPMENT STARTS AUTOMATICALLY BY REMOTE CONTROL Permanent and conspicuous warning signs shall be mounted on all equipment and doorways to equipment rooms where the voltage exceeds 120 volts. Signs shall be made in accordance with Porcelain Enamel Institute Specification S-103 and shall be suitable for external use. Mounting details shall be in accordance with manufacturer's recommendations. Signs shall be located as approved by the Engineer. Provide one sign on each door of pump enclosure and one on door of motor control center. Warning signs shall be 7 inches high by 10 inches wide, colored red and white, on not less than 18-gauge vitreous enameling stock. Sign shall read: WARNING HIGH VOLTAGE KEEP OUT 316-9.1.14 Quality Assurance The plans indicate diagrammatically the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be determined in the field based on the physical size and arrangement of equipment, finished elevations, and obstructions. Locations indicated on the plans, however, shall be adhered to as closely as possible. All conduit and equipment shall be installed in such a manner as to avoid all obstructions, preserving headroom, and keepingopenings similar 9 and tams shallssageways clear. be9ocat d within Lighting fixtures, switches, convenience outlets, a finished rooms as indicated on the plans. Where these plans do not indicate exact locations, such locations shall be approved by the District. Where equipment is installed without approval and must be moved, it shall be moved without additional cost to the District. All materials and equipment shall be installed in accordance with printed recommendations of the manufacturer which have been approved by the Engineer. The installation shall be accomplished by workmen skilled in this type of work and installation shall be coordinated in the field with other trades so that interferences are avoided. Electrical Rdoc\1221\L-3 Spec\Sec316-10 One quart of identically colored paint shall be sent from the factory to the Contractor for the use of refinishing damaged, scratched, or marred equipment. The remainder of the unused paint shall be given to the District at the finish of the project. The Contractor shall provide adequate means for and shall fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the work and until accepted by the Engineer. All materials and equipment, both in storage and during construction, shall be covered in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint, and all moving parts shall be kept clean and dry. The Contractor shall replace or have refinished by the manufacturer, all damaged materials or equipment, including faceplates of panels and switchboard sections, at no expense to the District. The Contractor shall perform the tests described hereinafter and any other tests that may be required by the District or other authorities having jurisdiction. The entire electrical installation shall be tested, adjustments made, and defects corrected as an obligation under the work of this section. The Contractor shall furnish all necessary replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. The following testing, as a minimum, shall be accomplished: A. Insulation resistance tests B. Continuity test of all wiring C. Test for proper grounding D. Test for short circuits in system E. Test for all fixture connections F. Complete operational test on all equipment G. Participate in plant startup After each electrical installation is complete, it shall be tested thoroughly to demonstrate that the entire system is in proper working order and in accordance with the plans and specifications. In no case shall the tests be less than those outlined hereinafter. Test procedures shall be submitted to the Engineer for all tests to be performed. All tests shall be conducted in the presence of the District energy/electrical coordinator or electrical/ mechanical personnel and shall be subject to their approval. The Engineer shall be notified in writing two (2) calendar days prior to the date upon which the test is to take place, and no testing shall be started without the written approval of the District. Three (3) certified copies of all test data in booklet form shall be submitted to the District Engineer for his review. Form CVWD-889 located in the Appendix shall be utilized for recording test information. All wiring and connections shall be tested for continuity, short circuit, conductor insulation failure and improper grounds. Any failure shall be corrected in a manner satisfactory to the District. Electrical Rdoc\1221\L-3 Spec\Sec316-10 Field insulation tests shall be performed on all field installed conductors. Test each conductor, phase to ground and phase to phase with a megohmmeter with rated test voltage of 1000 volts. After megohmmeter testing the conductor, be sure to short the conductor phase to phase and phase to ground to remove any stored voltage on the conductor. Record test values in booklet form as described herein. High pot testing shall be performed on all conductors, which will be used to carry 480 volts. High pot test voltage shall be twice the rated conductor voltage plus one thousand volts and shall be applied for 15 seconds. Short the tested conductor, phase to phase and phase to ground to remove any stray capacitance left on the conductor in accordance with manufacturer's instructions. Field continuity test shall be performed by disconnecting the conductor from the circuit, grounding one end of the conductor with a removable jumper wire and measuring continuity with an ohmmeter on the other end of the conductor to ground. After test is completed, be sure to remove jumper before energizing the conductor with circuit voltage. Test data shall be tabulated in booklet form for insulation, high pot testing and continuity tests giving the conductor number, conductor size, test data value and expected test value for each conductor on the project. Any and all conductors failing the test shall be removed from the project and replaced with a new conductor of the same size and retested at no additional cost to the District. The project will be subject to continued inspection during construction. The Contractor shall cooperate with the District and shall provide assistance at all times for the inspection of the electrical work. He shall remove covers, operate machinery, or perform any reasonable work which, in the opinion of the District, will be necessary to determine the quality and adequacy of the work. All bolts, screws and connectors within the MCC shall be retightened to panel manufacturer's specifications, which may have loosened during the shipment and installation, by the Contractor to insure the quality of the project. Bolts and connectors shall have painted registration marks to indicate proper tightening. The "Record Drawings" shall be subject to inspection at any time and shall be updated as the work progresses. 316-9.1.15 Cleanup All parts of the electrical materials and equipment shall be left in a clean condition. Exposed parts shall be clean of cement, plaster and other materials, and all oil and grease spots shall be removed with a non-flammable cleaning solvent. Such surfaces shall be carefully wiped and all cracks and corners scraped out. During the progress of the work, the Contractor shall clean up after his men and shall leave the premises and all portions of the site in which he is working free from debris and surplus materials. At the completion of the work, all lighting fixture reflectors, globes, lenses and diffusers that appear noticeably dirty shall be cleaned and all burned out lamps shall be replaced. 316-9.1.16 Guarantee The Contractor shall guarantee his work against any defects in material and workmanship for a period of one year from the date of final inspection, except lamp ballasts shall be guaranteed for a period of two years from date of final acceptance, ordinary wear and tear excepted. This guarantee shall be in written form and delivered before final acceptance and payment is made. Any latent defects in Contractor -furnished Electrical Rdoc11221Vt--3 Spec\Sec316-10 material or workmanship which are discovered during the time of this guarantee shall be repaired or replaced at no cost to the District. The Contractor shall respond in a professional manner to a notification of defect or failure. Services shall be performed within five (5) calendar days after notification by the District or within time period as mutually agreed to by both parties. 316-9.1.17 Working Clearances To permit access to and to provide working safety for personnel a working and standing space located around the electrical equipment shall be provided. There shall be a minimum of two-exits/entrances into or around the equipment for quick emergency exits/entrances in the case of electrical fault occurrences. Working clearances around electrical equipment, junction boxes, motor control centers, and switchboards shall be a minimum of three foot (3') in front of and thirty -inches (30") on the sides, and for a height of not less than 6Y?-foot (6-6"). This working space shall be kept clear and unobstructed. The height clearance for the working space shall be measured from finish grade. There shall be a minimum of twenty -four -inches (24") clearance beyond the edge of the enclosure doors when the doors are in the open and locked at 90-degrees from the panel. Junction boxes and disconnect switches shall be installed where the maximum height does not exceed six foot (6') from the finish grade, or finish surface to the center -line of the box or switch. Working clearances in front of conduit bodies (condulets) shall be a minimum of eighteen inches (18"). 316-9.1.18 Barricades Permanent barricades may be required to provide the clearance where the working space is exposed to vehicles or hazardous conditions. 316-9.2 Products 316-9.2.1 General Except as may be specifically indicated otherwise, materials furnished under this section shall be new and in accordance with the standards as herein before specified. Equipment used for the same purpose shall be of the same make. Outdoor equipment, fixtures and wiring devices shall be of approved weatherproof construction or shall be in weatherproof enclosure. A. Standard Products Materials and equipment submitted for approval shall be the cataloged products of companies regularly engaged in the manufacture of such items, shall be the latest standard design that conforms to the specification requirements and shall essentially duplicate material and equipment that has been in satisfactory use for at least two years. Replacement parts shall be stocked locally within a radius of two hundred (200) miles from job site. B. Approved Manufacturers Wherever on the plans or in the specifications, materials or equipment are identified by the names of one or more manufacturers, it is intended that only these manufacturers will be acceptable. Equal materials or equipment of other manufacturers may be submitted for consideration by the Engineer at least 30 days prior to bid. 316-9.2.2Conduit Electrical Rdoc\1221\L-3 Spec\Sec316-10 Rigid metal conduit shall be in accordance with ANSI C80.1 and shall be hot dipped galvanized and equipped with couplings and threaded protected caps. Electric metallic tubing shall be steel, zinc coated. Standards: ANSI C80.3 and UL 797. Flexible metal conduit shall be constructed of interlocking steel strips with continuous zinc coating. Standard: UL 1. Liquid tight flexible metal conduits shall be constructed of galvanized interlocking steel strips with a smooth moisture and oil -proof, abrasive -resistant neoprene jacket. Conduits less than 1-1/4 inches shall be equipped with an internal copper bonding conductor wound spirally in the space between each convolution. Standard: UL 360. Nonmetallic conduit shall be Type II, Schedule 40, polyvinyl chloride rated for 90 degrees C. Standards: ANSI C33.91, NEMA TC-2, UL 651. Jacketed steel conduits (PVC-GRS) shall conform to Federal Specification WW- 0581-d, ANSI rigid steel conduit Specification C80.1, NEMA RN-1 and to UL Specification UL-6. The zinc surfaces inside and outside shall remain intact. A 40 mil thickness PVC coating shall be bonded to the outside of the conduit. A PVC coated coupling shall be furnished with each length of conduit. A PVC sleeve equal to the O.D. of the conduit shall extend 2 inches from each end of the coupling. All conduits shall be identified with tag number in accordance with conduit schedule. Contractor is required to label all conduits with tag numbers on the shop drawings which corresponds with the labeled conduits in the pump station. Conduit tags shall be stamped 1-inch brass tags. - 316-9.2.3Conduit Fittings, Outlet and Pullboxes Conduit fittings shall be of the same material and finish as the conduit for which they are used. Standards: UL 6, UL 467, UL 514 and UL 1242. Jacketed fitting shall have a 40 mil thickness PVC coating bonded to the outside body of the fitting. A PVC sleeve equal to the trade diameter of the conduit opening shall extend 2 inches beyond each threaded opening. Expansion joints shall be OZ type "AX" Crouse -Hinds type "XJ" or equal and shall be complete with bonding jumper. out type. Outlet boxes shall be galvanized or sheradized, one-piece pressed steel, knock- All outlet and junction boxes within the vault shall be NEMA4X FRP-type. Weatherproof outlet boxes shall be cased of non-ferrous metal with threaded conduit entity and gasketed covers. Insulated bushings shall be molded plastic or malleable iron with insulating ring. Grounding bushings shall be malleable iron with insulating bushing and ground lug. Electrical Rdoc\1221\L-3 Spec\Sec316-10 Grounding rod clamp shall be high copper alloy ground connector for joining ground conductors to ground rods in nonburial applications, manufactured by Burndy, No. GRC-34 or approved equal. Standards: UL467. Conduit hubs shall be Appleton Type HUB, Myers "Scrutite," or equal. Pullboxes shall be code gauge steel with removable covers secured with machine screws. The pullbox shall be painted with two (2) coats of primer and one (1) finished coat of light gray enamel, ANSI No. 61. Pullboxes shall meet all code requirements as to size for number and size of conduits terminating. Weatherproof pullboxes shall be hot dip galvanized with two (2) coats of primer paint and one (1) coat of enamel, ANSI No. 61 grey. Covers shall be gasketed and made completely weathertight. Conduit bodies (condulets) shall be aluminum, gasketed with aluminum covers and captive stainless steel screws and threaded for rigid conduit and fittings. 316-9.2.4 Underground Pullboxes and Manholes Pullboxes and manholes shall be precast type designed and manufactured for heavy traffic loading with heavy duty, cast iron, traffic type covers. Covers for manholes shall have a minimum diameter of 26 inches. Manholes shall be complete with necking and other appurtenances required for proper installation. All pullboxes shall have bolt -down covers complete with fiber gaskets for a weathertight fit. All joints between precast sections shall be sealed. Box and manhole covers shall be permanently identified as follows: Telephone Service - "T" Electrical Systems 600 volts and less - "E" Electrical Systems above 600 volts - "High Voltage" Instrumentation - I 316-9.2.5Wiring Devices and Plates Lighting switches shall be spring wound, timer type 0 to 6 hour, rated 20 amperes at 120/277 volts. Convenience outlets shall be duplex, 3-wire grounding type, specification grade, rated 20 amperes, 120/277 volt. Color shall be ivory and be GFCI protected except where indicated or noted otherwise. Stainless steel cover plates for switches and receptacles shall be 0.040 inch thick with satin finish and shall be engraved with the panel and circuit designation (EX. PNL C,CIR #3). Lighting switch and receptacle located in vault shall be housed in 2 gang box, Taymac No. 9851 OC, or approved equal. Weatherproof cover plates shall be weatherproof while in use type. See Section 19-2.13. Electrical Rdoc\12211-3 Spec\Sec316-10 Nameplates shall be laminated black on white with characters cut through black lamination. Letters shall be a minimum 3/16 inch high, block type. 316-9.2.6Wire and Cable A. All conductors shall be soft -drawn stranded copper, #14 AWG minimum 97% conductivity minimum. All conductors shall have type "THWN" 600 volt insulation or THHN where noted. Conductors: All conductors, including ground conductors, shall be copper. Insulation shall bear the manufacturer's trademark, type, voltage rating, and conductor size. Wire and cable shall be products of Anaconda, Brand -Rex, General Electric, Okonite, Rome, or equal. Cable assembly and cable testing shall comply with applicable requirements of IPCEA Publication No. S-66-524, S-61-402, S-19 and other relevant IPCEA publications. Factory test results shall be submitted in accordance with section entitled, "Contractor Submittals", prior to shipment of cable. Testing shall include a field test of insulation resistance and to detect wrong connections, short circuits, continuity and grounds. Insulation tests shall be made with a megger test instrument on all cables and conductors. All lighting, power feeders and branch conductors shall be tested phase to phase, and phase to ground. Phase to ground tests on shielded cable shall mean "conductor to shield". After insulation resistance tests have been performed, all conductors which will be used to carry 480 volts shall be "hi -pot" tested in accordance with the current IPCEA Standards and the manufacturer's recommendation. Voltage shall be applied and removed in a slow, even manner, and the conductors shall be grounded for at least one minute after the voltage is removed to ensure that no charge remains. Test voltage and application time for the various cables and conductors shall be submitted to the District, prior to completion of the project in booklet form. Any defects in the wiring systems shall be corrected at Contractor's expense without cost to the District. All conductors within fluorescent fixtures shall have type AVA or RHH 600-volt insulation except fixtures with approved wireways for 75 degree wire. B. Instrumentation Cable Instrumentation cable shall be single or multiconductor shielded pairs as indicated. Conductors shall be No. 16 AWG coated copper per ASTM B 33, Class B strand. Insulation shall be 25 mils, cross -linked, polyethylene rated, 600 volts. Each conductor shall be color coded, and each pair shall be number coded. The assembled pairs shall have an aluminum/mylar tape shield with a tinned copper drain wire over it. The assembly shall be covered with a polyethylene jacket, 60 mils in thickness. Quantities and terminal point locations shall be as shown on the Drawings. The instrumentation cable shall be as manufactured by Okonite or equal. C. Electrical Tape. Electrical tape shall be plastic, 0.007 inches thick, and resistant to abrasion, alkalis, acids, corrosion, moisture, and low and high temperatures. The tape shall be Scotch No. 33 Plus, Slip Not No. 7, or approved equal. Electrical Rdoc\1221\L-3 Spec\Sec316-10 316-9.2.7 Lighting Fixtures and Lamps The Contractor shall furnish, install and connect all lighting fixtures in accordance with the fixture schedule, the drawings and as hereinafter specified. All fixtures shall be installed complete with lamps, all fittings and accessories, wiring and connections necessary for their complete installation and correct operation and control. All labels shall be removed from sight when viewed from below. Fluorescent lighting fixtures shall be equipped with electronic high power factor Class "P", ETL and CBM approved, sound -rated ballast. Voltage shall be as indicated. Battery backup shall be provided for fixtures as noted on Drawings. Battery shall provide one (1) hour of emergency lighting. High intensity discharge fixtures shall be equipped with high power factor, constant wattage ballast and shall be fused. Voltage shall be as indicated. Fluorescent lamps shall be T-8 type tube standard cool white except as noted. Incandescent lamps shall be extended service type, rated for 120 volts. High intensity discharge lamps shall be color corrected. 316-9.2.8Panel Boards Lighting and power panel boards shall be surface or recess mounted in motor control centers or mounted as indicated on the plans with quantity and size of thermalmagnetic molded case circuit breakers inducted in panel schedules. Panels shall be 20 inches wide minimum with 4-inch minimum side gutters and 6-inch minimum top and bottom gutters, and external closure shall be made of #10 gauge steel. Breakers shall be bolt -on Type "E" frame minimum. Provisions shall be outdoor load circuits protected by UL-approved ground fault circuit interrupters. All circuit breakers shall be UL listed having at least 10,000-ampere interrupting capacity. All busses shall be copper. Panels shall be provided with directories, which shall be typed and shall describe the load served. 316-9.2.9 Relays and Time Switches A. Relays Magnetically held relays shall have convertible contacts, and all relays shall be provided with one spare normally open contact. Control relays shall have contacts rated 10 ampere inductive load, 125 volts, with coil voltage, number of poles, and pole arrangement as indicated on the plans. B. Time Switches Provide single channel microprocessor based, solid state,365-day programmable time switch. Time switch shall have the following features/functions as minimum: 18 Setpoints 7 Day programming 11 Holidays 12 or 24 Hour clock format Automatic daylight savings changeover ,Electrical Rdoc\12211-3 Spec\Sec316-10 Leap year corrected Output contacts rated at 15 amp resistive and inductive at 120 vac. Time switch shall be Paragon EC71/18S or approved equal. C. Time Delay Relays On -delay timers shall be solid state 8-pin with coil voltage indicated. Off -delay timers shall be pneumatic type with coil voltage indicated. Slave 8-pin relays shall be used where required to obtain additional contacts unless otherwise indicated on Drawings. All relays shall have contacts rated 10 amperes at 125 volts, AC. D. Phase Voltage Relays The phase voltage relay (PVR) shall be rated for continuous operation at 480 volts, three phase, 60 Hz, and -40F to 165F. The PVR shall be adjustable for operation between 380V to 540V with trip points of + 10 percent of setting. PVR shall be selectable with manual or automatic reset with adjustable delay -on -make between 0.05 to 5 minutes. A single pole single throw (SPST, N.O.) normally open control contact shall be rated at 10 amp resistive at 240V to drop out the control circuit of the pump starters. A separate single pole double throw (SPDT) contact shall be provided for fault annunciation to the Districts micro remote terminal unit (MRTU). LED indicators shall be provided to indicate over and under voltage, phase loss and phase reversal. PVR shall be manufactured by Diversified, model AC-2020. 316-9.2.10 Control Switches and Indicating Lights A. Control Switches All control switches for mounting in motor control centers or motor starter enclosures and elsewhere shall be round, 30.5 mm diameter, NEMA rated, oiltight type, complete with legend plates and quantity of contact blocks required of the control function. All control switches for mounting in control panels shall be round, twist to actuate type. Each function switch shall have engraved legend plate to indicated function. B. Indicating Light Indicating lights for mounting in motor control centers or motor starter enclosures and elsewhere shall be rounded, 30.5 mm diameter, NEMA rated, oiltight type, complete with color of lens indicated and legend plate. All lights shall be 24-volt AC, and complete with 120-24-volt transformer. All indicating lights shall be push -to -test type. Provide 12 spare lamps per lamp type. Lens Color White or Clear Amber or Yellow Green Red Function Call Pre -alarm or High Pressure Run Alarm or Shut Down C. Field Mounted Control Stations Field -mounted control stations shall be NEMA 4X with threaded stainless steel control boxes with NEMA rated 30.5 mm push button type operators (red STOP, black - OFF, green -RUN ). Each control station button shall be labeled for the intended motor it is controlling. Lock -out -stop control stations shall be rolled steel type capable of accepting a 5/16-inch padlock shank. -Electrical Rdoc\1221\L-3 Spec\Sec316-10 D. Limit Switches Limit switches shall be double pole, double throw. Contacts shall be rated 5 amperes, 120-volt inductive load. Limit switch shall be mounted on all equipment indicated or specified and shall be equipped with proper mounting hardware and actuator to accomplish the function. E. Building and Gallery Light Switches Light switches shall be spring -wound type switches selectable for 0-6 hours of operation. F. Proximity Switches Proximity switches shall be 2-wire operation with tough link cable for operation between 40-250-volt ac and UL listed, CSA certified. Short circuit protection shall be a minimum of 8-amps. The inductive proximity sensor shall have a stainless steel face and be a threaded stainless steel barrel with a diameter of 30-mm. Switch output contact configuration shall be normally closed (NC). Switch shall be as manufactured by Allen- Bradley, model 871TM, part number 871TM-B10C30-H2. 316-9.2.11 Power Service Equipment The service panel shall be free floor standing dead -front, dead -rear with all equipment and connections accessible from the front. The pedestal and accessories shall be manufactured and tested in accordance with NEMA and IEEE standards and shall bear the UL label. The panal shall be in accordance with all applicable codes and shall be approved by the serving utility company. 316-9.2.12 Transformers The lighting transformers shall be equivalent to Sorgel Electric Division, Square D Company "Quiet Quality", General Electric Company "QHT", or approved equal. Transformer shall be mounted as shown on the plans. The primary winding of the transformer shall be rated 480 volts, 3 phase, with two 2-% taps above and below normal. The secondary winding of the transformers shall be 120/208 Volts. The primary circuit breaker and secondary circuit breaker of size and number of poles indicated on the drawings shall be furnished and installed. Conductor winding shall be copper. Transformer insulation shall conform to NEMA TR1, Class B or Class H insulation systems. All transformers shall be UL listed. 316-9.2.13 Weatherproof While in Use Safety Outlet Enclosures A. Scope - These specifications encompass outlet enclosures required to be weatherproof and/or physically protected while in use or idle. These safety outlet enclosures shall be used in exterior locations in potentially wet or weather -exposed environments. B. Description - The safety outlet enclosure shall consist of a suitable style outlet/receptacle plate with a hinged safety cover. The safety outlet enclosure shall have cord port(s) capable of allowing an appropriate size electrical cord(s) to pass through when safety cover is closed. Electrical Rdoc\1221\L-3 Spec\Sec316-10 The safety outlet enclosure shall have a latching mechanism to allow the enclosure to maintain weatherproof integrity. The latch shall be a tamper resistant (locking/security) style. The safety outlet enclosure shall be sufficient depth to allow full closure with attachment plug(s) in use. C. Manufacture - Manufacturer shall be Taymac Corporation of Tempe, Arizona or approved equal. 316.9.2.14 Wire Markers Wire markers shall be provided to identify all conductors and cables at equipment terminals, and in pull boxes, hndholes, and manholes. The markers shall be one uniform standardized marking system. A. Wire Markers The marking system shall consist of heat shrinkable flame retarded and self extinguishing identification sleeves that fit tightly over the wire to be insulated. Wire tags shall be made of a cross -linked polyolefin with a 3 to 1 shrink ratio. Wire tags shall be UL recognized to Standard 224, MIL-M-81531. Wire tags shall be smear resistant prior to shrinking, and achieve mark permanent when shrunk, without the need for permatizing equipment. Markers shall be seamless. Markers shall be resistant to common industrial fluids including Freon TF, Isopropyl Alcohol and Ethylene Glycol. Markers shall have a temperature range of-30Centigrade (C) to 105C and a dielectric strength of 500V/mil minute. Marks shall be legible after 20 eraser rubs and 30 solvent brush strokes. The markers shall be suitable for indoor or outdoor use. A Kroy Tube Marker 600 complete with an AC power adapter shall be purchased for tagging wires and shall be supplied as part of the MCC. Heat shrinkable thermoplastic tags are not acceptable. The system described shall be Raychem/Kroy Cable Marking or Brady — Permasleeve white Polyolifia (B-342) or equal. B. Clear Tubing Adhesive type wire markers are not acceptable by themselves. Due to higher ambient temperatures as witnessed in the desert, a translucent (clear) shrink tube must be placed over each wire marker and heat shrinked. The clear tube shall be suitable for high temperature performance, abrasion resistance and cut -through resistance and resistant to chemicals and solvents. The clear tubing shall meet the high temperature performance that meets or exceeds military industrial standards: MIL-1-23053, Test C, with UL VW-1 ratings. Operating temperature range shall be -55C to 175 C. Product shall be Kynar as manufactured by Raychem or approved equal. Heat shrinking of the wire markers and clear tubing shall be in accordance with manufacture's specifications. C. Nameplates Nameplates shall be laminated black plastic with '/•-inch minimum high white letters, NEMA ES-1, 3-ply, 1 /16 inch thick, beveled and satin finished. Nameplate inscriptions shall include the identifications name and ID number for the equipment and loads as shown on the Drawings. The nameplates outside a panel or enclosure shall be the sane except provide 1-inch high white letters. 316-9.2.15 Control Panel Electrical Rdoc\1221\L-3 Spec\Sec316-10 Provide control panel sized as indicated on the drawings to house PLC and auxiliary equipment. Panel shall be constructed of 12-gauge steel and rated NEMA1 with door gasketing and door locks. 316-9.2.16 Terminal Blocks . Provide terminal blocks as needed per the amount required for all the connections with 20 percent additional spare terminals for future connections. The terminal blocks shall be din rail mounted, 600 Vac, 20 amp minimum for control applications and 30 amps minimum for power terminations, capable of accommodating multiple wire terminations of 2412 AWG minimum. Terminal blocks used in pull out starter buckets shall be latched pull apart type without disconnecting the wire from the terminal blocks. Wire termination shall accommodate at least 1 - #18 to 1- #10 AWG conductors. Provide spacers and end stops where necessary. Blown fuse indicators and fuse pullers shall be a part of terminal blocks used for holding fuses within the circuitry. The terminal blocks shall be mounted pointing forward to the front of the electrical panel, not on side panels. The terminal blocks shall be UL recognized as a minimum. 316-9.2.17 Execution 316-9.2.18 Conduit Conduit shall be as indicated on the plans. Wiring, except as otherwise noted, shall be in conduit. Conduits shall not be installed in water -restraining walls, except where specifically authorized. Exposed conduit shall be installed either horizontally or vertically and parallel to the planes of the walls or vertically and parallel to the planes of the floor. All wiring runs in earth shall be in conduit and encased in concrete with a minimum of 3 inches of cover. Top of ductbanks shall be 24 inches, minimum, below finished grade unless otherwise noted on Drawings or in these specifications. All conduit sweeps 45 and greater and risers shall be PVC coated rigid galvanized steel conduit. All exposed conduit stub -ups shall be PVC jacketed steel a minimum of 6 inches above finished grade. Transition from PVC to PVC-RGS shall be a minimum of 5 feet of PVC-RGS prior to entering structure or going above grade without couplings or conduit fittings.. Conduit runs shown entering the structures and within the structures are schematic only. The exact locations of such conduit runs shall be determined by the Contractor with the approval of the Engineer and/or energy/electrical coordinator to suit the structural details. Conduit shall be the sizes noted on the plans. The smallest conduit allowed shall be 3/4-inch trade size, except where 1/2-inch conduit is specifically called for. Where conduit sizes are not shown, they shall be one size larger than the size required by code. All spare conduits shall be stubbed up to a flush coupling and plugged. Conduit shall run continuously between outlets and shall be provided with conduit junction boxes where connections are made, except in special pull boxes where indicated on plans. Flexible steel conduit may be used in runs from adjacent junction boxes to motors, benches, and in certain locations where, for structural or other reasons, it is impractical to use rigid conduit and where specific permission to do so has been granted by the District. Flexible conduit shall be used with compression type conduit fittings and bushings. PVC -jacketed conduit shall be used for all exposed runs in damp locations, all pipe and filter gallery runs, all conduit in chlorine rooms, underground sweeps, and all stub -ups. Threading shall be done with dies with guide sleeve bored out to allow for Electrical Rdoc\1221\L-3 Spec\Sec316-10 increased diameter of conduit. Conduit bends shall be made with next larger size EMT bender or next larger sized shoe bushed for proper fit. Cuts or damaged areas shall be repaired with an approved paste material. All exposed conduit stub -ups shall be PVC jacketed steel with a minimum of 6" above finished grade in accordance with standard detail drawings issued for construction. Conduit runs in concrete slabs, concrete walls and masonry walls shall be PVC coated galvanized steel. Conduit runs in attic spaces or non -masonry walls may be EMT. Conduit shall be concealed, unless otherwise indicated. All conduit runs exposed to view, except those under buildings, shall be installed parallel or at right angles to structural members, walls, or lines of the building, and shall be EMT, IMT or rigid conduit. PVC conduit above ground is not acceptable except within chlorine generation structure. Conduit shall be kept at least 6 inches from the covering on hot water pipes, 18 inches from the covering on flues and breechings, and 3/4 inch from all water -bearing walls, unless shown otherwise on the plans. The open ends of all conduits shall be sealed in accordance with standard detail drawings issued for construction. Use approved conduit unions where union joints are necessary. Running threads will not be permitted. Exposed conduit, stubbing up through floor slab into bottom of exposed panels, cabinets, or equipment, shall be lined up, properly spaced, and shall be straight and plumb. Conduits shall be installed at sufficient depth below slab to eliminate any part of the bend above top of slab. Conduit placed against concrete or masonry above ground shall be fastened to the concrete with pipe straps or one -hole conduit clamps attached to the concrete by means of expansion anchors and bolts. Plastic screw anchors are not to be used. Factory -made pipe straps shall be one -hole malleable iron or two -hole galvanized clamps for rigid steel conduits. Straps shall be PVC -coated for PVC -coated rigid conduits. Provide secure mounting facilities for all conduit. Conduit shall be supported at intervals as required by codes and not exceeding 10 feet and in all cases with a support not more than 3 feet from the outlet and at any point where it changes in direction. Wire, perforated strap, or plumber's tape shall not be used in the support of conduit. Conduit shall not be secured to suspended ceiling hanger wires or to the suspended ceiling structure. Pipe hangers for individual conduits shall be factory made, consisting of a pipe ring and threaded suspension rod. The pipe ring shall be malleable iron, split and hinged, or shall be springable wrought steel. Rings shall be bolted to or interlocked with the suspension rod socket. Rods shall be 3/8 inch for 2-inch conduit hangers and smaller and shall be inch for 2 inch conduit hangers and larger. Hanger straps, rods, or pipe supports under concrete shall be attached to inserts set at the time the concrete is poured. Under wood use bolts, lag bolts, or lag screws; under steel joints or trusses, use beam clamps. Where conduit passes from one type of construction to another or where there is a possibility of dissimilar movements, a suitable flexible or expansion device shall be installed. Expansion couplings shall be provided wherever conduits cross expansion joints or for continuous runs in excess of 100 feet, except when embedded in concrete. Expansion fitting shall have bonding jumper. Electrical Rdoc\1221\L-3 Spec\Sec316-10 Junction or pullboxes shall be provided for pulling conductors due to excessive number of bends or length of conduit runs. Junction or pullboxes placed against concrete or masonry shall be fastened to the concrete by means of expansion anchors and bolts. Plastic anchors are not acceptable. A nylon pull chord of 200-pound strength shall be installed in all empty conduits affixed to a washer that is larger than the conduit opening. All empty conduits shall be capped with a threaded cap except at the end that is terminated within an enclosure. 316-9.2.19 Underground Duct Installation Ducts (three conduits or more per trench) shall be Schedule 40 PVC with concrete encasement. Concrete shall be two sack mix Class C (200 psi minimum) Control Density Fill (CDF). Top three (3) inches of envelope shall be colored with red iron oxide pigment that is integrally mixed with the concrete in the proportion of 2 pounds per sack of cement. Pigment shall be commercially pure hydrated oxide, insoluble in water, free from soluble salts and acids, with calcium sulfate less than 10%. Pigment shall be dry batched with the 3/8-inch maximum aggregate. Reinforcement shall conform to ASTM A 615, Grade 60 and shall be required for arrays of three (3) or more ducts. Top of concrete duct banks installed for IID facilities shall be a minimum of 48 inches below finished grade. Duct shall be installed on a minimum grade line of 2 inches fall per 100 feet, sloping toward manhole or pullbox. Changes in direction shall be made with long sweeps with minimum radius of 12 times duct diameter. Spare ducts shall have a 200-pound strength nylon cord installed with at least 36 inches of slack on each end. The installed conduits shall be cleaned by: 1) pulling a flexible mandrel through each duct; and 2) pulling a wire brush and swab through each duct. Mandrel shall be '/• inch less in diameter than the duct diameter, but no less than the diameters in the following table: Normal Conduit Size Flexible Steel 'Solid Steel or Aluminum Mandrels Schedule 40 Schedule 40 Schedule 80 1 /2 7/16" -- 3/4 11 /16" -- -- 1 7/8" -- -- 1 1 /4 1 1 /8" -- -- 1 1 /2 1 3/8" -- -- 2 1 3/4" 1 3/4" 1.500" 3 2 3/" 2 3/" 2.375" 4 3 '/•" 3 '/." 3.400" 5 4 3/4" 4 3/" 4.400" 6 5 3/4" 5 3/4" 5.263" 'Minimum wall thickness is 1/8 with ends closed and six inches (6) in length. • Electrical Rdoc\122M-3 Spec\Sec316-10 316-9.2.20 Conduit Fittings and Outlet Boxes Cast, non-ferrous fittings shall be installed for all exposed conduits including fittings for switches and receptacles. Stainless -steel screws shall be used to attach cover to conduit fitting. Standard plaster rings will not be accepted. Unless otherwise specified or noted on the plans, boxes for the various outlets shall be as follows: For light outlet boxes, use minimum of 4 inches square, 1-1/2 inches deep, equipped with plaster ring and fixture -supporting device as required by the unit installed. For wall switch outlets, use four -inch boxes with single or two -gang boxes with gang plaster rings for more than two switches, unless noted otherwise on the plans. For convenience outlets, use 4-inch boxes with single -gang plaster rings. All conduit fittings, sealing devices, junction boxes, and devices used in Hazardous areas shall be UL approved and as manufactured by Crouse -Hinds or Appleton. 316-9.2.21 Conductors Conductors No. 2 AWG and smaller shall be hand pulled. Larger conductors may be machine pulled with tension monitored. Wire lubricants shall be UL approved. 316-10.2.21 Color Code: Wire and cable shall be factory color -coded by integral pigmentation with a separate color for each phase and neutral. On conductors larger than No. 8 AWG color tape or colored plastic bands will be permitted. Each system shall be color -coded and shall have it maintained throughout. Phase 1201208 Volts 277/480 Volts A Black Brown B Red Orange C Blue Yellow Neutral White Grey Ground Green Green Note: All low "DC" and "AC" (below 100v) voltages and signals shall be grounded separately from above power grounds. 600 volt conductors, No. 8 AWG and larger, shall be termination spliced with compression type connectors and insulated with three layers of UL approved vinyl insulating tape. 600 volt conductors, No. 10 AWG and smaller shall be spliced with pre -insulated coil spring type connectors. Terminations and splices in all motor connection boxes shall be made with compression type connectors. 316-9.2.22 Termination and Splices Termination splices shall be insulated with two varnished cambric tape with three -layer overlap of a high temperature, UL approved, tape. Electrical Rdoc112211L-3 Spec\Sec316-10 Control conductors shall be spliced with pre -insulation crimp type connectors and terminated with split tongue pre -insulated, crimp type connectors. Splices and terminations of instrument cable shall be with pre -insulated crimp type connectors. Shields shall be electrically continuous at spliced joints with two layers of UL approved electrical insulating tape over splices. Connectors for terminations shall be split tongue or ring type. Shields shall be grounded at the receiving end of cables. Splices in manholes and underground pull boxes for 600 volt conductors and below shall be waterproofed using encapsulating epoxy resin splice kits. Splices and Terminations: Splices or terminations of 600 volt branch circuit conductors No. 8 and larger shall be compression connectors similar to Burndy "HI lug". Thomas & Belts "Shure Staken, or equal. Splices or terminations of conductors smaller than No. 8 shall be pre -insulated spring connectors such as 3M "Scotch Lok", Ideal Wing Nuts, or equal. Terminations for control conductors shall be pre -insulated fork tongue lugs such as Thomas & Belts RC series. Burndy, or equal. Splices in 600 volt wire and cable which are not pre -insulated shall be taped with two layers of linerless rubber splicing tape (Scotch No. 103C, Plymouth, or equal) and shall be overlapped with two layers of plastic vinyl tape (Scotch No. 33, Plymount, or equal), each layer half -lapped. All splices in damp or outdoor locations, or in outdoor pull boxes, shall be protected with a coating of G.E. Glyptol, 3M Scotchkote, or equal. An alternative to this splicing technique is to tape the spliced area with two layers of half lapped linerless rubber splicing tape and slide a cold shrink connector insulator (pre - slipped over the wire) sleeve over the splice connector and unwind the inner plastic core. Cold shrink insulators shall be Scotch, or approved equal. Splices to motor leads in the motor terminal boxes shall be compression lug type with motor splice boots to serve as insulators. Splices of 600 volt conductors in concrete pullboxes shall be made watertight using epoxy resin splicing kits such as 3M Scotchcoat 82 Series, Burndy HySeal epoxy kits, or equal. Shielded power cable shall be terminated with pre -assembled stress cones in a manner approved by the cable manufacturer. The Contractor shall submit its proposed termination procedures as described for shop drawings. Stress cone material shall be as manufactured by G & W, 3M, DuPont, or equal. Wire markers shall be provided to identify all conductors and cables at equipment terminals, and in pullboxes, handholes, and manholes. The markers shall be one uniform standardized marking system as specified in Section 19.2.14. 316-9.2.23 Lighting Fixtures All lighting fixtures shall be cleaned and any damaged parts including lens, burned out lamps or noisy ballasts shall be replaced prior to final acceptance. All fixtures shall be properly mounted and securely supported. Pendant or suspended fixtures shall be mounted and secured in an approved manner to withstand earthquake damage. Lighting fixtures shall be effectively grounded. Electrical Rdoc\1221\L-3 Spec\Sec316-10 316-9.2.24 Grounding The grounding system shall be continuous throughout the facility. All metallic, non -current conducing parts of the electrical system shall be grounded. A bonding ground wire is required in all metallic and non-metallic conduits and sized per NEC Table 250-95. Minimum conductor size of #12 AWG. Metallic raceways shall be terminated with double lock nuts and insulated ground bushings. Conduits terminating in switch boards and motor control centers shall be equipped with grounding bushing and connected to equipment ground bus. Non-metallic conduits shall contain . a green insulated copper grounding conductor. Ground conductor shall be securely connected to equipment and associated enclosures. Grounding continuity for underground duct banks may be maintained by the installation of a bare copper conductor installed in the concrete envelope. Ground continuity shall be maintained through all manholes and pullboxes. All metal parts in manholes shall be connected to the grounding system. Ground rods shall be 3/4-inch copper -clad steel. Locations shall be as shown on the plans, length of rods shall be as required to obtain a minimum ground resistance of 5 ohms. Top of ground rod shall be fitted with a coupling and steel driving stud. Connection to ground conductors shall be exothermic welded where concealed and shall be bolted pressure type where exposed. Connectors shall be of copper alloy. Grounding cable shall be copper and sized in accordance with Code requirements, when not sized on the plans. 316-9.2.25 Equipment Pads and Anchoring All floor standing equipment shall be mounted on raised concrete pads. Pad size and height shall be as indicated on the plans. Pads not indicated shall extend out 3 inches beyond enclosure and shall be 3 inches above finished grade. All equipment shall be securely anchored to the concrete slab. Anchorage shall consist of the Hilti HVA Adhesive Anchor System, using the HEA capsule and HFA insert components. Anchorage shall be designed by a registered Civil/Structural Engineer in the State of California and shall be based on the Uniform Building Code (UBC 91), for vertical and seismic loads. 316-9.2.26 Equipment and System Identification All control and indicating devices for equipment shall be identified with laminated plastic nameplates. Nameplates shall identify equipment and/or function. Nameplates shall be provided for all panel boards, control panels and special outlets. Three phase outlets shall be identified with circuit origin and phase identification. All control devices located within the panels shall be identified with permanent tags. Embossed, stick -on, plastic tags shall not be used. Terminal strips shall be identified by imprinted markers in center or under terminal strip. All cables and all conductors shall be identified at each termination. All circuits and all multi -conductor cables shall be identified in each manhole and pullbox. Individual conductors that make up a circuit shall be bundled and laced together with imprinted heat Electrical Rdoc\1221\L-3 Spec\Sec316-10 shrink tubing per Section 19.2.14. Circuit and multi -conductor cable identification shall be made with imprinted metal bands or tags. All control wiring shall be color -coded and color continuity maintained throughout the system. Control circuit color -coding is as follows: Color Service Black L1 of 120V Brown Main coil (usually to start P.B.) Red 480 volt wiring in MCC for phase fail relay Orange Trip coil Yellow Pump start after time delay (part wound) and interlock control circuit from external source Green Equipment Grounding Conductor Blue DC Control Circuit Violet Telemetry Call to start pump Gray Common return White L2 of 120V (current carrying ground) Pink Hot lead (usually to stop P.B.) All conductors shall be marked at both ends with wire markers that clearly display a circuit number at each end of the conductor. Control wires connected to door mounted components must be tied and bundled in accordance with good commercial practice. Bundles shall be made flexible at the hinged side of the enclosure. Adequate length and flex shall allow the door to swing full open without undue stress or abrasion. Bundles shall be held on each side of hinge by mechanical fastening devices. 316-9.2.27 Earthwork Excavation and backfill necessary for proper installation of the electrical work shall conform to the provisions of the Section of earthwork in these specifications. 316-9.2.28 Cutting and Repairing Where it becomes necessary to cut into existing work for the purpose of making electrical installations, core drills shall be used for making circular holes. Other demolition methods for other cutting or removing shall be approved by the Engineer prior to starting the work. The Contractor shall repair all damage caused thereby to the satisfaction of the Engineer. 316-9.2.29 Dissimilar Metals Wherever dissimilar metals come in contact, the Contractor shall isolate these metals as required with neoprene washers or gaskets. Where fastening aluminum items, stainless -steel bolts shall be used. Wherever steel and aluminum join, isolation bushings shall be used to separate these dissimilar metals and grounding jumpers shall be provided across these joints. 316.9.3 Motor Control Centers 316-9.3.1 Scope Electrical Rdoc\1221\L-3 Spec\Sec316-10 This specification covers requirements for providing a factory built, prototype tested, field tested, complete and operable Motor Control Center (MCC). Material and equipment shall be new and current, delivered to the site completely wired, tested and ready for installation. This system shall be in accordance with the electrical drawings. 316-9.3.2 Literature and Drawings The manufacturer shall have printed literature and brochures describing the standard series (not a one of a kind fabrication). Unless specified otherwise herein, all performance data and other information shall be as on the manufacturer's printed literature. 316-9.3.3Testing The intent of this specification is to provide equipment with proven reliability and compatibility. Each installed motor starter shall be individually tested to ensure that the starter has been properly installed and connected and that it operates as required and specified. 316-9.3.4 Equipment Substitution Equipment as described herein is that as manufactured by Cutler -Hammer and shall be equal in every way to that specified herein, including quality, operation and function. The installing contractor shall be responsible for changes in the facilities work, made necessary from installation of equipment other than specified, without additional cost to the District. Verify all work with the equipment manufacturer. 316-9.3.5 Basic Construction Motor Control Center shall consist of one or more enclosed vertical sections joined together to form a rigid, free standing assembly with NEMA 2B wiring to master terminal blocks located in the control section and to the PLC. The construction of the Motor Control Center shall meet the requirements set forth by Underwriters' Laboratories publication UL 845, NEMA publication number ICS-2-192 and the National Electric Code. 316-9.3.6Enclosure The Motor Control Centers shall be as manufactured by Cutler -Hammer or other electrical manufacturer authorized by CVWD. The manufacturer of the MCC enclosure shall also be the manufacturer of the motor starters. The manufacturer shall assemble, interwire and test all sections in the factory prior to shipment. The Motor Control Center enclosure type shall be in accordance with NEMA standards for Type 1A interior with gasketed doors, gasketed panels and structural channel base. All enclosure parts shall be thoroughly cleaned and given a phosphatizing treatment to inhibit rust and to prime the metal for the finish coating. A 2-mil thick electrostatic powder paint coat is applied to all surfaces. The paint type and process meets UL 1319 for electrical equipment steel enclosures. For improved interior visibility, the interior of the enclosure and plug-in units are painted white. Exterior shall be light gray, ANSI 61. Color chip shall be submitted to the District for approval. One gallon of identically colored paint shall be sent from the factory in accordance with Section 13. Provide warning signs as indicated in Section 7. 316-9.3.7Service Electrical Rdoc\12211-3 Spec\Sec316-10 Motor Control Centers shall be suitable for operation for 2771480 volt, 3 phase, 4 wire, 60 hertz grounded service. Control Centers shall be suitable for connection to an available fault as shown on Drawings. 316-9.3.8Vertical Sections Vertical sections shall support the horizontal and vertical combination starter units, covers and doors, and shall be designed to allow for easy rearrangement of units by the purchaser. Vertical sections shall have structural supporting members formed of a minimum of 13-gauge hot -rolled steel. All finished surfaces shall be blemish -free. Where needed, reinforcement structural parts shall be of 10 gauge steel to provide a strong, rigid assembly. Each section shall be 90 inches high and shall have 7 gauge steel, 12-inch high removable lifting angle and two 1-inch high base channels. Complete control center line-ups shall be divided into shipping splits no wider than approximately 72 inches. The lifting angle shall be provided on the top of each shipping split and shall extend the entire width of the shipping split. Lifting angles shall be designed to support the entire weight of the MCC section. Base channels shall be provided with holes to permit bolting the Motor Control Centers to the floor. The entire assembly shall be constructed and packaged to withstand all stresses induced in transit and during installation. Vestibule floor shall be provided between dead front panel and external door frame made of #10 gauge steel, minimum. Motor Control Centers shall be designed so that matching vertical sections of the same current rating and manufacture can be added later at either end of the line-up without use of transition sections and without difficulty of undue expense. Removable end closing plates shall be provided to close off openings on the end of Motor Control Center line-up. A removable top plate shall be provided on each vertical section and vertical sections shall be designed to accommodate plug -on units in front -of -board construction. Vertical housing plug -on units shall be 20 inches wide and shall be 20 inches deep. Wider sections will be permitted only for bolted connection type units not fitting the 20 inch — sections. Unit mounting area shall be divided into 1 space factor divisions, each approximately 6 inches. NEMA size 1 and 2 combination starter units shall use only 3 space factor, or 18 inches, of unit mounting space. NEMA size 3 combination starter units shall use 9 space factor, or 54 inches, of unit mounting space. Vertical sections shall allow for 12 space factors of unit mounting space. Removable blank plates shall cover all unused unit mounting spaces. Blank plates shall be flanged on all four sides and shall be mounted with thumb captive screws. Vertical sections shall be provided with both horizontal and vertical wireways. Sufficient clearances shall be provided in the horizontal wireway so that no restriction is encountered in running wires from the vertical to horizontal wireway. Wireways shall be in accordance with the wireway sections contained in this document. 316-9.3.9Horizontal Wireways Horizontal wireways shall be provided in the top and bottom of each vertical section and shall be arranged to provide full length continuity throughout the entire assembly. The top horizontal wireway shall be 9 inches high. The bottom horizontal wireway shall extend through the length and depth of the vertical sections and shall also be provided with openings for full length continuity throughout the entire assembly except VFD Sections. The bottom .horizontal wireway height shall be not less than 9 inches. Covers for all wireways shall be capable of 115 degree swing and be equipped with captive type thumb screws to prevent loss of hardware during installation. All wireway doors shall be capable of 115 degree swing and be isolated from the bus bars. 316-9.3.10 Vertical Wireways Electrical Rdoc\1221\L-3 Spec\Sec316-10 A vertical wire trough shall be located on the right hand side of each vertical section and shall extend from the top horizontal wireway to the bottom of the available unit mounting space. Each vertical wire trough shall be a minimum of 4 inches wide and have a cross sectional area of not less than 30 square inches and shall be isolated from the bus bars to guard against accidental contact. A separately hinged door having captive type thumb screws shall cover the vertical wire trough to provide easy access to control wiring without disturbing control units. Reusable wire ties shall be furnished in each vertical wire trough for the purpose of grouping and securely holding wires in place for a neat and orderly installation. 316-9.3.11 Bus Bars A continuous main three conductor horizontal bus shall be provided over the full length of the control center at rated ampacity as indicated on drawings issued for construction. A fully rated horizontal ground bus, 300 Ampere minimum, shall be supplied over the full length of the motor control center. When necessary, the bus shall be split to allow for ease in moving and handling. Splice bars will be supplied for joining the bus whenever a split has been made. All splice connections shall be made with at least two bolts and shall employ the use of Belleville concave washers in the connection. Horizontal bus bars shall be mounted edgewise and supported by insulated bus supports. For distribution of power from the main horizontal bus to each unit compartment, a three-phase bus shall be provided. The vertical bus shall be firmly bolted to the horizontal bus for permanent contact. The main horizontal buses shall be made of copper and the entire length shall be electrolytically silver plated to provide maximum protection to the bus bars from normal or adverse atmospheric conditions. Bus supports shall be formed to high strength glass reinforced alkyd material. Bus supports shall have generous surface clearances in the vertical plane to shed dust and maintain dielectric integrity. Bus supports and insulators shall be red to indicate proximity of energized bus parts. The main horizontal bus rating shall be as noted on drawings. Vertical bus rating shall be a minimum of 300 amperes for adequate current carrying capacity or as noted on drawings. Continuous current ratings shall be in accordance with temperature specifications set forth by U.L, ANSI and NEMA Standards. A copper ground lug shall be provided in each incoming line vertical section capable of accepting #8 to 250 MCM cable. A horizontal and vertical tin plated copper ground bus shall be provided in each section of the motor control center. Horizontal ground bus shall run continuously throughout the control center except where splits are necessary for ease of shipment and handling in which case splice bars shall be provided. Ground bus shall be tin plated copper and have a cross -sectional area equal to 28% of the main horizontal bus cross sectional area Horizontal ground bus shall be located at the bottom of the Motor Control Center. Vertical ground bus shall run parallel to the power distribution bus in each vertical section. Design shall be such that for any plug -on unit the ground bus stall shall make contact with ground bus before the power bus contact is made. 316-9.3.12 Bus Barriers Electrical Rdoc\1221\L-3 Spec\Sec316-10 Insulated horizontal and vertical bus barriers shall be furnished to reduce the hazard of accidental contact with the bus. Barriers shall have a red color to indicate proximity of energized buses. Vertical bus barriers shall have interlocking front and back pieces to give added protection on all sides and shall segregate the phases to reduce the possibility of accidental "flash over". Small separate openings in the vertical bus barriers shall permit unit plug -on contacts to pass through and engage the vertical bus bars. Bottom bus covers shall be provided below the vertical bus to protect the ends of the bus from accidental contact with fish tapes or other items entering from the bottom of the enclosure. Unused plug -on openings in the bus shall have plastic snap -in closing plates for added safety. 316-9.3.13 Main Incoming Lug Compartments A front accessible lug compartment shall be provided with suitable lugs to accommodate the number and size of cables as indicated on the Drawings. The compartment shall be located in the bottom most unit space of the section to accommodate the user's cables entering the Motor Control Center. The main incoming lug compartment shall be covered by a hinged door from maintenance access. This door shall be held closed with captive type screws to discourage unauthorized access. A unit door padlock attachment shall also be provided to lock the door in the closed position with one 5/16 inch diameter shackle padlock. This attachment shall also accept a meter type seal. All lug connections, bus work bolts, etc. shall be torque tightened to manufacturers specs. 316-9.3.14 Units Combination starter units shall consist of starters, motor circuit protectors and auxiliary control devices, as required and/or shown on the user's one -line and elementary diagrams. All pumps shall be protected by Phase Voltage Relays as specified in Section 19.2.9. All auxiliary equipment, except that which is specified for mounting on the door, shall be mounted within the compartment. All units shall be provided with unit doors, unit support pans, unit saddles and unit disconnect operators as outlined in this specification. Each unit compartment shall be enclosed and isolated from adjacent units, buses and wireways except for openings for conductor entrance into units. Units shall be designed and constructed so that any fault will be localized within the compartment. All units shall be UL listed for a minimum of 65,000 amperes RMS symmetrical fault withstandability. Plug -on combination starter units of the same NEMA size and branch feeder units of the same trip size shall be readily interchangeable with each other. It shall be possible to withdraw each plug -on unit to a de -energized position with the unit still being supported by the structure. It shall be possible to lock the unit in the off position with one padlock. Full voltage non -reversing combination starter units shall have the following minimum space factor requirements (X = 1 space factor = 6 inches), shall be provided with plug -on connections and shall be provided with ample space for customer wiring room: Starter with Circuit Breaker -Space Factor Size 1 6X Size 2 6X Size 3 9X Size 4 9X Electrical Rdoc112211L-3 Spec\Sec316-10 Size 5 12X 316-9.3.15 Unit Plug -On For convenient unit connection to bus bars, unit plug -on contacts shall be provided on the following units: For circuit breaker type units: full voltage starters, Size 4 and smaller; branch circuit units, 225 ampere and smaller. The plug -on connection for each phase shall be of a high quality two point connection and shall be designed to tighten around the vertical bus bar during a heavy current surge. For trouble free connections, the plug -on fingers shall be silver plated and coated with a compound to assure a low resistance connection. Contact fingers shall be of a floating and self -aligning design to allow solid seating onto the vertical bus bars. 316-9.3.16 Unit Doors Each unit shall have a door securely mounted with rugged concealed -type hinges which allow the door to swing open a minimum of 112 degrees for ease of unit. maintenance and withdrawal. Doors shall be fastened to the structure so that they remain in place when a unit is withdrawn and may be closed to cover the unit space when the unit has been temporarily removed. Doors shall be held closed with captive type screws which engage self aligning cage nuts. These screws shall provide at least two threads of engagement to hold doors closed under fault conditions. Each unit door shall be interlocked with its disconnect mechanism to prevent the door from opening when the unit is energized. A defeater mechanism shall be provided for defeating this interlock by authorized personnel. Removable door panels held with captive type thumb screws shall be provided in starter unit doors for mounting push buttons, selector switches or pilot lights. Blank door panels capable of accepting future pilot devices shall. be furnished when pilot devices are not originally specified for starter units. Each starter unit door shall house an external low -profile overload reset button for resetting the overload relay in the event of tripping. Each unit door shall have the following: A. Toggle type 5 amp circuit breaker for connecting/disconnecting the incoming L1 120 volt lead to control circuit within the bucket. The circuit breaker shall be Potter Broomfield No. W31 X2EM1 G-5 or approved equal. B. Keyed switch to disconnect automatic foreign voltage (120V) labeled Telemetry Disconnect, manufactured by Cutler -Hammer No. 10250T1611 for key switch with legend plat and contact block, no equal approved. C. Non-resettable elapsed time meter D. Push -to -test green lens Run indicating light. 316-9.3.17 Unit Support Plan Each plug -on unit shall be supported and guided by a tilt and lift -out removable pan, so that the unit rearrangement can be easily accomplished. For easy unit installation and rearrangement, transfer of this unit support pan from one location to another shall be accomplished with ease after the control unit and door have been removed. 316-9.3.18 Unit Saddles Electrical Rdoc112211L-3 Spec\Sec316-10 Each plug -on unit shall have a saddle of 14-gauge hot rolled steel designed and constructed to physically isolate the unit from the bus compartment and adjacent units. Saddles shall be equipped with captive, self -aligning mounting screws that shall hold the unit securely in place during shipment. Flanged edges shall be provided on each saddle to facilitate unit removal. 316-9.3.19 Disconnect Operators An external operator handle shall be supplied for each switch or breaker. This mechanism shall be engaged with the switch or breaker at all times regardless of unit door position to prevent false circuit indication. The operator handle shall be color coded to display red in the ON position and black in the OFF position. The operator handle shall have a conventional up -down motion and shall be designed so that the down position will indicate the unit is OFF. For added safety it shall be possible to lock this handle in the OFF position with up to three padlocks. The operator handle shall be interlocked, with the unit door to prevent switching the unit to ON while the unit door is open. A defeater mechanism shall be provided for the purpose of defeating this interlock by a deliberate act of an electrician should he desire to observe the operation of the operator handle assembly or the unit components. In the tripped position, the external mechanism will assume a neutral or horizontal position with at least 40 degrees of movement from the "ON" position. 316-9.4 Advantage Low Voltage Motor Control 316-9.4.1 General. A. Provide all low voltage motor control, meeting the latest applicable sections of Underwriters' Laboratories (UL) and National Electrical Manufacturers Association (NEMA). Motor contactors and motor starters shall be Westinghouse type ADVANTAGE, or approved equal having the following specified features. B. Provide all low voltage motor control, U.L. listed and/or labeled. All low voltage control to be furnished and installed in accordance with applicable sections of the latest edition of the National Electric Code and local Codes. The adhesive label of each starter shall be placed on the respective panel door. Contactors. on the A. Provide motor contactors with NEMA size 1 through 6 ratings as shown plans. Provide motor contactors with replaceable fixed and movable contacts. B. Provide contactors of the electromechanical type with coil controlled by an application specific microprocessor with the following features: 1. Microprocessor shall measure control circuit voltage and prevent closing of the coil on low voltage (78 volts ac) and/or high voltage (135 volts ac) conditions which are outside of the coil ratings. 2. Microprocessor shall apply voltage to the coil such that a guaranteed maximum of two milliseconds of main contact bounce occurs on contactor closure. 3. Microprocessor shall continuously measure coil circuit voltage and current so as to maintain constant coil power at a level to maintain main contact closure and minimize coil power consumption. Rdoc\1221\L-3 Spec\Sec316-10 Electrical 4. Provide electronic circuitry such that the coil is isolated from surges to the point where surge suppressors are not required. Manufacturer to provide lifetime free coil replacement of any.failed coil. 5. Microprocessor to wait for three 1/2 cycles of control start signal prior to activating a close to prevent starts resulting from momentary voltage spikes, switching transients, fluttering contacts, and shorted Programmable Logic Control outputs. In addition, the phase angle of the power in the control circuit is to be compared with the phase angle of the input start signal to prevent starts resulting from capacitively coupled or inductively coupled signals. C. CONTACTOR ACCESSORIES 1. Contactor to be designed to accommodate two auxiliary contact blocks, each capable of a combination of up to four normally closed or four normally open auxiliary contacts. Auxiliary contact blocks to be of a design that is capable of fitting NEMA 1 through 6 contactors. Contacts to be color coded, black designating NC and silver designation NO. Contacts to be rated 10 amperes continuous, make 7200 VA, break 720 VA for 120 through 600 volts ac and 69 VA Make and Break for 125 through 300 volts dc. Provide a minimum of one (1) spare NO contact and one (1) spare NC contact in addition to any auxiliary contact shown on the drawings. 2. Where reversing or multi -speed contactors are shown on the drawings, provide a mechanical interlock of the lever type (with electrical contacts included) mechanism to prevent closing of one contactor when the other is closed. Mechanical interlock to be of a design that is capable of being utilized on NEMA size 1 through 6 contactors. D. MOTOR STARTERS 1. Motor starters shall be furnished with contactors having the features listed for motor contactors listed above. Individual motor starters shall be of the same physical size as their corresponding NEMA rated motor contactor. in addition, provide motor starters with the below listed features a. Provide one current sensor located in each phase monitored by the microprocessor to provide motor running overload protection that yields a time current curve closely paralleling that of motor heating damage boundary, accurate to 2%. Running overload protection shall be DIP switch selectable for the specific motor full load amperes within the starter range. Provide DIP switch selectable overload trip class, of 10, 20 and 30. Use bi-metal type overcurrent type relays on VFD output contactor/starter controlled motors. b. Motor starters to monitor current in each phase to provide phase loss and phase unbalance protection, such that if the unbalance on any of two phases is greater than 30% of the DIP switch elected trip rating, a phase loss/unbalance trip occurs. Provide phase loss/unbalance protection which requires no time delay for reset. c. Motor starters to provide Class II ground fault protection. Ground fault protection shall be set at 20% of maximum continuous ampere rating and have a start delay of 20 seconds, and a run delay of 1 second to prevent nuisance trip on starting. E. MOTOR STARTER ACCESSORIES Rdoc112211-3 Spec\Sec316-10 Electrical Provide motor starters capable of utilizing the accessories specified above for motor controllers, and provide these accessories as specified or shown on the plans. In addition, provide motor starters capable of utilizing the following accessories. Provide each motor starter with a snap -in window which allows clear visibility of overload DIP switch settings and prevents unwanted tampering of DIP switch settings once installed. Window to install from front of motor starter, but once installed, be removable only from the rear. 316-9.5 Variable Frequency Drive (VFD) 316-9.5.1 General A. The Variable Frequency Drive (VFD) shall be of a Pulse Width Modulated (PWM) design as manufactured by Cutler -Hammer, Model SV9000, GE AF-300 G11 or Toshiba, Type H3. The VFD supplier shall coordinate with the pump/motor supplier for system operation and reliability. Input displacement power factor of >.95 at all operating speeds and loads. B. The VFDs shall be sized to control a 50 HP and a 40 HP motor operating at a 1.15 service factor and be derated to operate in a 50C Ambient temperature without the need of an air conditioning unit. The manufacturers derating for this operation shall be submitted to the District for approval. C. The PWM VFD shall provide the following design features as standard. 1. Microprocessor logic. The VFD shall be microprocessor based and utilize digital input for parameter adjustments. Use of potentiometers for parameter adjustments is not acceptable. 2. Digital output displays and input parameter programming. The VFD shall include a digital display and digital input programming capability on the main logic board. The display shall be programmable for indication of output speed in rpm, frequency or percent of base speed; motor amps, output motor volts and output load. The display shall also function as first fault indicator. 3. Critical Frequency Avoidance (Frequency jump points). The VFD shall provide a minimum of four (4) selectable frequency jump points, in 1.5 Hz increments, to be used to avoid critical resonance frequencies of the mechanical system. 4. Loss of follower signal. In the event of loss of input follower reference signal (transducer failure), the VFD shall, by user selection, go to either a preset speed which shall be user adjustable, or hold the VFD speed based on the last reference received. The VFD shall provide an open collector output for customer use, to indicate the loss of reference condition. 5. Manual Bypass Feature on VFD fail. D. The VFD supplier shall provide the same design/technology to cover the HP range for all VFDs. E. Input power. The VFD shall operate within the following parameters: Rdoc112211L-3 Spec\Sec316-10 Electrical 1. 480 V + 5%/-100/0 (437-504 volts). 2. 3 phase, 60 Hz. F. Setup adjustments. Standard setup adjustments shall include: 1. Minimum speed, 0 to 100%. 2. Maximum speed, 0 to 100%. 3. Linear accel, .5 to 600 seconds. 4. Linear decel, .5 to 600 seconds. 5. Maximum output voltage, adjustable. 6. V/Hz, adjustable with selectable profiles. 7. Current limit, 50 to 110%. 8. Maximum current rating shall be 115% of the non-derated motor horsepower, supplied with the pump. Operating in an ambient 50°C in a non -air conditioned building housing the motor control center and pump motors. G. Codes and Standards. The VFD shall meet the following standards. 1. CSA 2. ETL (UL 508) 3. NEMA 4. NEC H. Protective features. The VFD shall be designed to meet the followin specifications and operate within the following parameters. g 1. Short circuit and ground fault protection.The VFD shall have an instantaneous electronic trip circuit to protect the VFD from output line -to -line and line -to - ground short circuits. The VFD must be capable of withstanding short circuits at 480V Plus 10% (538V). The VFD supplier must demonstrate ground fault and short circuit protections at the time of start up or plant witness test. The VFD shall be capable of handling 110% of motor current intermittently. The VFD shall include an instantaneous overcurrent trip. The VFD shall not restart after electronic overcurrent trip until reset through the run/stop circuit or unless the auto restart function has been enabled. 2. Transient and surge voltage protection. Transient and surge voltage protection shall be provided through the use of Metal Oxide Varistors (MOVs). The VFD shall withstand a 6,000 volt, 80 joule surge voltage when tested in accordance wit ANSI/IEEE C62.41-1980 with the test circuit adjJusted for a 2,100 am h second short circuit discharge current pulse. P peak 8x20 micro 3. Rotating Motor Start. VFD shall be able to start into a rotating motor (an speed or direction) and accelerate (decelerate) to set speed without tripping y loss. Aping or component Rdoc112211L-3 Spec\Sec316-10 Electricat I. Required features. 1. Operator panel. A soft touch operator panel shall provide for the following functions and requirements: a. Meets NEMA 12 and NEMA 4 requirements. b. Shall digitally display motor speed, load, amps and output volts. c. Shall have eight (8) LEDs for indicating drive run, drive ready, drive fault and pulse operator function/status indication such as auto speed reference and auto restart. d. Shall provide selection for Hand -Off -Auto control. In Hand Mode, the VFD shall be started and stopped from the operators panel. In the Auto Mode, the VFD shall be started and stopped by remote contact closure. In the Off Mode, the VFD shall be locked out. e. Shall provide selection for Manual reference/Auto reference. In the Manual ref. mode, the VFD speed reference shall be set from the operators panel. In the Auto reference mode, the VFD speed reference shall be set by the external source instrumental signal. f. Shall have large ( inch minimum), easily readable displays. All mnemonics shall be displayed in English. g. Keypad shall include electronic lock -out feature to prevent unauthorized personnel from parameter access. h. Input power fuses to VFD. 2. —Bypass control circuitry. Bypass control circuitry shall be mounted integrally to the VFD enclosure. The bypass shall utilize an input circuit breaker to feed the VFD and separate circuit breaker for the bypass starter. An input molded case switch shall be utilized to feed the VFD and isolate the VFD for troubleshooting. 3. Circuit breakers. The operating mechanism shall be designed so that the door can be padlocked in the off position. 4. NEMA 12 enclosures. 5. Input signal follower. The input signal follower circuit shall have selectable differential inputs and accept an electrical speed command from an external source rated at 0-5, 4-20 or 10-50 mA or voltage signals of 0-5 or 0-10 Vdc. The input follower circuit shall be capable of operating directly or inversely proportional to the listed speed commands. A 10V bipolar input shall be standard. 6. PI regulator. The VFD shall include proportional and integral gain constant inputs for process control requirements. 316-9.5.2Molded Case Switches Rdoc112211-3 SpedSec316-10 Electrical Molded case switches shall be 480 volt, 3-phase, with the ampere ratin indicated on the Drawings. Switches shall be heavy duty and suitable for • 9 as within the Motor Control Center. installation 316-9.5.3 Emergency Disconnect Switch A maintained, RED, 2-1/4 inch diameter emergency mushroom push button w' Ith two normally closed (N.C.) contacts shall be provided to quickly interrupt the control of the station. Contacts shall be rated for 60 amps on make, 6 amps on break, and 10 amps continuous. Legend plate shall be labeled Push To Stop and Pull To Start a 10 nameplated EMERGENCY STOP. The push button shall be 30.5 mm, heavy du NE nd rated, NEMA 4 or NEMA 4X in corrosive locations. duty MA 316-9.5.4Wiring The control center wiring shall be NEMA Class 1, Type B. As defined by NEMA Standard ISC-2-192, Class 1 control centers shall include no interconnections between control units. Type B wiring shall include terminal blocks mounted on lift out brackets in the units. Terminal blocks shall be conventional track mounted solderless box lug type. 316-9.6 Execution 316-9.6.1 General Provide all the control equipment installation, wiring installations and tests including connections and interconnections for the electrical controls as indicate specified and required. Assure proper fit for all equipment and materials in the s ac s, shown on the drawings. p 316-9.6.2 Panting Field damaged factory finishes shall be touched -up with paint that matches th original equipment finish as specified in Section 27 entitled Painting. e END OF SECTION Rdoc112211L-3 SpeclSec316-10 Electrical APPENDIX Rdoc\12211L-3 Spec Appendix FORM 15-1 PUMP MOTOR DATA SHEET HP NO Load SPEED FULL LOAD FRAME NO. TYPE ENCLOSURE RMP SPEED RPM PHASE/ HERTZ VOLTS Current -Amperes Insulation Class Max. Temp. I Rise (Resist. Service Factor ) ,Therm. Full Load Locked Rotor EFFICIENCY DIRECTLY % POWER FACTOR TORQUE AT FULL VOLTAGE NEMA KVA/HP CODE NEMA DESIGN LETTER MEASURED FULL LOCKED PULL-OUT LOAD (START) (BRKDWN) (LB FT) % OF FULL LOAD Full 3/4 Yz Full 3/4 Yz LD LD LD LD LD LD Appendix A RADocuments\1221Torm 15-1 t FORM 19-1 Conduit No: Wire or Cable No: Location of Test 1. 2. 3. 4. 5. 6. 7. CERTIFIED WITNESSED WIRE AND CABLE RESISTANCE TEST DATA FORM 0 Temperature, F: Date Date Insulation Resistance, megohms Appendix A RADocuments\1 22 1 Torm 19-1 SPECIAL PROVISIONS SECTION CVWD File too. COACHELLA VALLEY WATER DISTRICT Post Office Box 1058 Coachella, Califomia 92235 Telephone (619) 398-20651 SUBMITTAL SSE INSTRUCTIONS, GENERAL CONDITION 52 SUBMITTAL NO. DATE PROJECT NAME PROJECT ENGINEER CONT"rcAC T OR SPECIFICATION NO. REFERENCE SECTION NO. Attention Address State city FAX Phone NO �l E: Each submittal is reviewed as a unit. Submit only one type of equipment, -work item or slop drays each submittal. DIS T RIC ITEM DIRECTION DESCRIPTION i (3e!cw Clis line fcr District use crly) DISTRICT DIRECTION: 1. WORK MAY PROCEED 2. WORK MAY PROCEED: SUBJECT TO INCORPORATION OF COMMENTS 3. REVISE AND RESUBMIT: WORK MAY NOT PROCEED 4. OTHER REMARKS: Reviewed i3y, Project Engineer CVWD - 375 (Rev. 4196) N 0 Z C O W F.. O < Z W < c� v W V W J V J C z COACHELLA VALLEY WATER DISTRICT ENGINEERING DEPARTMENT SUBMITTAL PROCESS CONTRACTOR ENGINEERING TRADES OPERATIONS SERVICE C.V.W.D. 1 PROJECT ENGINEER LOG —IN & DISTRIBUTION PROJECT ENGR. CONSOLIDATE COMMENTS RESOLVE CONFLICTS CONSULTING ENGINEER APPROVED "ADDITIO4OA'L ADDITIONAL. COMMENTSEW NOT NECESSARY YES ENGINEERING SECRETARY ORIGINAL TO COPY TO: FILE 1. INSPECTION 2. CONTRACTOR 3. CONSULTANT ENGINEERING SECRETARY r ORIGINAL TO COPY TO: FILE 1. *PROJECT ENGR. 2. CONTRACTOR 3. CONSULTANT EXHIBIT "B" TOTAL COSTS CONSTRUCTION OF L-3 PUMP STATION The following costs represent the Engineer's estimated costs for the L-3 Pumping Station located at the northeast corner of Jefferson Street and Avenue 49. FUNDING AGREED UPON: The City of La Quinta agrees to submit the following items to CVAG for reimbursement to CVWD, provided that the CVWD follows the procedures set forth in Paragraphs 3.1-3.3. Construction Bid Item Estimated Amount Bid Items 1-62 $340,780.00 *Construction Administration @ 15% $51,117.00 Contingeny @ 20% $78,379.00 Sub -total: $470,276.00 The Coachella Valley Water District shall provide funding for construction bid items 63 through 65. The Engineer's Estimated Cost of constructing the proposed L-3 Pumping Station is attached and made a part of this agreement. * Includes costs associated with inspection, materials testing, construction survey, and construction administration. ... < ,. :. �z .; ._...: ITEM : NO.:::.:: :$t ...... 1 V S :�L ..:•: ....-.• CONST. ;; NOTE# ENGINEER'S ESTIMATE.,.::.,. .: ....'Sl!• •V FMiY X" :t1M :![. ..C: _'..... >^^! kk ;tJJ%. sx%XN`l' - 5.' '� yam• : . x ,:.�.� � w � 2 '...:� .. ... � Y �,4C' � Y,�.. 4 �,w vzr;���� y,t s N , �Lg�� .. :. r .cn«x +�r��isF rFr �s►. r r ti r ;.. �..... 1T:EM DESCRIPTION.:..,: YR !i \ 5 T. ES :.STY...: '4't UNIT wL UNIT.M PRICE n' re (i figu s) D"OLLARS 1 1 . 1,.)'F� r TOTAL din figures]: x :DOLLARS >ti L -3 `PUMPING PLANT; �CVAGCi � :.of lndio� _ led. 1 N/A MOBILIZATION 1 LS $10,000.00 $10,000.00 2 N/A TRAFFIC CONTROL 1 LS $8,000.00 $8,000.00 3 N/A DEMOLITION 1 LS $25,000.00 $25,000.00 4 N/A UNCLASSIFIED EXCAVATION 1 LS $10,000.00 $10,000.00 5 N/A CONCRETE FOUNDATION 1 LS $15,000.00 $15,000.00 6 N/A ELECT. SYS., PANEL, CONDUIT (excl. VFD's) 1 LS $65,000.00 $65,000.00 7 1 40 HP PUMP AND MOTOR VFD UPPER ZONE 1 EA $12,000.00 $12,000.00 8 2 40 HP PUMP AND MOTOR FIXED UPPER ZONE 1 EA $12,000.00 $12,000.00 9 3 50 HP PUMP AND MOTOR VFD LOWER ZONE 1 EA $15,000.00 $15,000.00 10 4 50 HP PUMP AND MOTOR FIXED LOWER ZONE 1 EA $15,000.00 $15,000.00 11 5 8" D.I. RESILIENT WEDGE GATE VALVE 2 EA $750.00 $1,500.00 12 6 12" STEEL WYE WITH 6" BRANCH 1 EA $400.00 $400.00 13 7 6" 45 DEGREE BEND STEEL 4 EA $200.00 $800.00 14 8 8"VICTAULIC COUPLING 2 EA $300.00 $600.00 15 9 10" VICTAULIC COUPLING 2 EA $350.00 $700.00 16 10 6" APCO SLANTING DISK CHECK VALVE 4 EA $600.00 $2,400.00 17 11 12" D.I. PIPE 137 LF $60.00 $8,220.00 18 12 6" D.I. GATE VALVE 4 EA $650.00 $2,600.00 19 13 6"X5" REDUCER - STEEL 2 EA $200.00 $400.00 20 14 12" WATER METER 2 EA $8,000.00 $16,000.00 21 15 12" 45 DEGREE BEND -STEEL 1 EA $500.00 $500.00 22 16 12" 90 DEGREE BEND -STEEL 1 EA $500.00 $500.00 23 17 36" 45 DEGREE BEND -STEEL 1 EA $3,500.00 $3,500.00 24 18 39"X36" D.I. & 36" 90 DEG. D.I. BEND CONN. 1 EA $12,000.00 $12,000.00 25 19 24"X18" ECCENTRIC REDUCER -STEEL 1 EA $2,000.00 $2,000.00 26 20 24" WELDED STEEL PIPE 11 LF $120.00 $1,320.00 27 21 36"X24" ECCENTRIC REDUCER -STEEL 1 EA $3,500.00 $3,500.00 28 22 36" WELDED STEEL PIPE 20 LF $240.00 $4,800.00 29 23 10" WELDED STEEL PIPE 11 LF $60.00 $660.00 30 24 12" WELDED STEEL PIPE 12 LF $70.00 $840.00 31 25 1 1/2" HALF COUPLING WITH PRESSURE TAP 3 EA $100.00 $300.00 32 26 3/4" STEEL COUPLING W/(2) 3/4" HOSE BIBB 1 EA $200.00 $200.00 33- 27 1" AIR -VACUUM RELIEF VALVE 4 EA $850.00 $3,400.00 34 28 12" D.I. GATE VALVE 2 EA $1,200.00 $2,400.00 35 32 CUT EX. BLOCK WALL & CONST. END CAPS 88 LF $45.00 $3,960.00 36 33 8" WELDED STEEL PIPE 12 LF $50.00 $600.00 37 34 12" SLANT DISK CHECK VALVE W/INDICATOR 1 EA $1,500.00 $1,500.00 38 35 12" WYE WITH 10" BRANCH -STEEL 1 EA $500.00 $500.00 39 36 6" WELDED STEEL PIPE 15 LF $40.00 $600.00 40 37 V MASONRY BLOCK WALL 155 LF $50.00 $7,750.00 41 38 GATE PER CVWD STD.# W-43 1 LS $5,000.00 $5,000.00 42 39 UNDERGROUND VAULT 1 EA $10,000.00 $10,000.00 43 40 12" 45 DEG. BEND-D.I. 9 EA $500.00[_$4,500.00 44 42 6"X6" GRATED FLOOR DRAINS 1 4 EA 1 $150.001 $600.00 :_r, Engineer's Estimate Page Two 45 43 6" WYE - D.I. 1 EA $300.00 $300.00 46 44 12"X6" REDUCER - D.I. 1 EA $350.00 $350.00 47 45 12" WYE WITH 6" BRANCH - D.I. 1 EA $400.00 $400.00 48 46 6" D.I. PIPE 28 LF $40.00 $1,120.00 49 47 6" 45 DEG BEND - D.I. 3 EA $200.00 $600.00 50 48 36" D.I. PIPE 27 LF $240.00 $6,480.00 51 49 36" 45 DEG BEND - D.I. 1 EA $3,500.00 $3,500.00 52 50 10" D.I. GATE VALVE 2 EA $1,000.00 $2,000.00 53 51 18"X12" ECCENTRIC REDUCER - STEEL 1 EA $1,800.00 $1,800.00 54 53 REM. EX. B.F. & THRUST & CONN. TO EX. 12" 2 EA $3,000.00 $6,000.00 55 54 8" THICK CONCRETE DRIVEWAY WITH APRON 1 LS $5,000.00 $5,000.00 56 55 4" PVC DRAIN LINE 122 LF $15.00 $1,830.00 57 56 DRYWELL 1 LS $2,000.00 $2,000.00 58 57 4" CLEANOUT 1 EA $150.00 $150.00 59 58 12" PLUG VALVE W/WORM GEAR ACTUATOR 1 EA $3,800.00 $3,800.00 60 59 6" VICTAULIC COUPLING 4 EA $250.00 $1,000.00 61 60 PIPE STAND 23 EA $300.00 $6,900.00 62 N/A PAINTING 1 LS $6,000.00 $6,000.00 TOTAL AMOUNT OF BID ITEMS 1 THROUGH 62 $340,780.00 :. PRICE TOTAL ITEM CONST. EST . n figures) (in figur es) NO. NOTE# ITEM DESCRIPTION QTY. UNIT DOLLARS DOLLARS L-3 PUMPING PLANT (CVWD) 63 N/A BUILDING (above foundation) 1 LS by CVWD by CVWD 64 N/A TELEMETRY SYSTEM 1 LS by CVWD by CVWD 65 N/A VARIABLE FREQUENCY DRIVES 2 EA $10,000.00 $20,000.00 TOTAL AMOUNT OF BID ITEMS 63 THROUGH 65 - $20,000.001 TOTAL AMOUNT OFBID ITEMS 1 THROUGH 65 53609780.00 CONTINGENCY @ 15% .. $54,117.00 L-3 PUMPING PLANT PROJECT TOTAL $414,897.00 BID SCHEDULE Project No. 96-05 Jefferson Street Improvements — Avenue 54 to Highway 111 City of La Quinta 78-495 Calle Tampico P.O. Box 1504 La Quinta, CA 92253 Gentlemen: Pursuant to the Invitation to Bid, the undersigned hereby proposes and agrees that on award by the City under this Bid, and in accordance with the provisions therein stated, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 96-05, Jefferson Street Improvements — Avenue 54 to Highway 111, in accordance with the Plans and Specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. Unit prices are required of the two apparent low bidders and shall be submitted within 48 hours of bid opening. Unit prices required are not intended to necessarily reflect all of the various work items required per the Plans and Specifications. Complete unit pricing is required. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. ITEM NO. CONST. NOTE# BID SCHEDULE ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (iftfgures) DOLLARS L-3 PUMPING PLANT (CVAG-City of Indio, City of La Quinta) 1 N/A MOBILIZATION 1 LS $ $ 2 N/A TRAFFIC CONTROL 1 LS $ $ 3 N/A DEMOLITION 1 LS $ $ 4 N/A UNCLASSIFIED EXCAVATION 1 LS $ $ 5 N/A CONCRETE FOUNDATION 1 LS $ $ 6 N/A ELECT. SYS., PANEL, CONDUIT (excl. VFD's) 1 LS $ $ 7 1 40 HP PUMP AND MOTOR VFD UPPER ZONE 1 EA $ $ 8 2 40 HP PUMP AND MOTOR FIXED UPPER ZONE 1 EA $ $ 9 3 50 HP PUMP AND MOTOR VFD LOWER ZONE 1 EA $ $ 10 4 150 HP PUMP AND MOTOR FIXED LOWER ZONE 1 EA $ $ 11 5 8" D.I. RESILIENT WEDGE GATE VALVE 2 EA $ $ 12 6 12" STEEL WYE WITH 6" BRANCH 1 EA $ $ 13 7 6" 45 DEGREE BEND STEEL 4 EA $ $ 14 8 8" VICTAULIC COUPLING 2 EA $ $ 15 9 10" VICTAULIC COUPLING 2 EA $ $ 16 10 6" APCO SLANTING DISK CHECK VALVE 4 EA $ $ 17 11 12" D.I. PIPE 137 LF $ $ 18 12 6" D.I. GATE VALVE 4 EA $ $ 19 13 6"X5" REDUCER - STEEL 2 EA $ $ 20 14 12" WATER METER 2 EA $ $ 21 15 12" 45 DEGREE BEND -STEEL 1 EA $ $ 22 16 12" 90 DEGREE BEND -STEEL 1 EA $ $ 23 17 36" 45 DEGREE BEND -STEEL 1 EA $ $ 24 18 39"X36" D.I. & 36" 90 DEG. D.I. BEND CONN. 1 EA $ $ 25 19 24"X18" ECCENTRIC REDUCER -STEEL 1 EA $ $ 26 20 24" WELDED STEEL PIPE 11 LF $ $ 27 21 36"X24" ECCENTRIC REDUCER -STEEL 1 EA $ $ 28 22 36" WELDED STEEL PIPE 20 LF $ $ 29 23 10" WELDED STEEL PIPE 11 LF $ $ 30 24 12" WELDED STEEL PIPE 12 LF $ $ 31 25 1 1/2" HALF COUPLING WITH PRESSURE TAP 3 EA $ $ 32 26 3/4" STEEL COUPLING W/(2) 3/4" HOSE BIBB 1 EA $ $ 33 27 1" AIR -VACUUM RELIEF VALVE 4 EA $ $ 34 28 12" D.I. GATE VALVE 2 EA $ $ 35 32 CUT EX. BLOCK WALL & CONST. END CAPS 88 LF $ $ 36 33 8" WELDED STEEL PIPE 12 LF $ $ 37 34 12" SLANT DISK CHECK VALVE W/INDICATOR 1 EA $ $ 38 35 12" WYE WITH 10" BRANCH -STEEL 1 EA $ $ 39 36 6" WELDED STEEL PIPE 15 LF $ $ 40 37 & MASONRY BLOCK WALL 155 LF $ $ 41 38 GATE PER CVWD STD.# W-43 1 LS $ $ 42 39 UNDERGROUND VAULT 1 EA $ $ 43 40 12" 45 DEG. BEND-D.I. 9 EA $ $ 44 42 6"X6" GRATED FLOOR DRAINS 4 1 EA $ Is Bid Schedule Page Two 45 43 6" WYE - D.I. 1 EA $ $ 46 44 12"X6" REDUCER - D.I. 16- 1 EA $ $ 47 45 12" WYE WITH 6" BRANCH - D.I. 1 EA $ $ 48 46 6" D.I. PIPE 28 LF $ $ 49 47 45 DEG BEND - D.I. 3 EA $ $ 50 48 36" D.I. PIPE 27 LF $ $ 51 49 36" 45 DEG BEND - D.I. 1 EA $ $ 52 50 10" D.I. GATE VALVE 2 EA $ $ 53 51 18"X12" ECCENTRIC REDUCER - STEEL 1 EA $ $ 54 53 REM. EX. B.F. & THRUST & CONN. TO EX. 12" 2 EA $ $ 55 54 8" THICK CONCRETE DRIVEWAY WITH APRON 1 LS $ $ 56 55 4" PVC DRAIN LINE 122 LF $ $ 56 DRYWELL 1 LS $ $ 57 4"CLEANOUT 1 EA $ $ 58 12" PLUG VALVE W/WORM GEAR ACTUATOR 1 EA $ $ L 59 6"VICTAULIC COUPLING 4 EA $ $ 60 PIPE STAND 23 EA $ $ N/A PAINTING 1 LS $ $ AMOUNT OF BID ITEMS 1 THROUGH 62 $ UNIT ITEM PRICE TOTAL ITEM CONST EST. (in figures) (in figures) NO. NOTE#. ITEM DESCRIPTION QTY. UNIT DOLLARS DOLLARS L-3 PUMPING PLANT (CVWD) 63 N/A BUILDING (above foundation) 1 LS by CVWD by CVWD 64 N/A TELEMETRY SYSTEM 1 LS by CVWD by CVWD 65 N/A VARIABLE FREQUENCY DRIVES 2 EA $ $ (TOTAL AMOUNT OF BID ITEMS 63 THROUGH 65 Total in words: Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final Payment will be based upon actual work performed, subject to such adjustments and alterations as elsewhere provided herein. Name of Bidder AMENDMENT No. 1 AGREEMENT FOR RECONSTRUCTION OF THE L-3 PUMPING PLANT This is an amendment of AGREEMENT FOR RECONSTRUCTION OF THE L-3 PUMPING PLANT (Agreement) between the City of La Quinta (City) and the Coachella Valley Water District (District) dated the 28' day of December, 2001. It is the intent of the parties to transfer portions of unfinished work included in the Granite Construction contract to the District. IT IS AGREED: The scope of work for the Project is hereby amended to include additional work described herein as Exhibit "A" entitled "Scope of Additional Services" attached hereto and made a part hereof. 2. The cost estimate for the Project is hereby increased by the amount of $47,775 as more particularly described in Exhibit "B" entitled "Cost Estimate for Additional Services" attached hereto and made a part hereof Work covered by this amendment will be performed by District forces and not by competitive bidding. AUTHORIZED BY: CITY on AYe/l 2 12002 DISTRICT on `3 , 2002 CITY OF LA QUINTA Thomas P. Genovese City Manager COACHELLA VALLEY WATER DISTRICT Tom levy General Manager/Chief Exhibit A Scope of Additional Services Temporary Construction of L-3 Pump Station District forces to perform works of the temporary L-3 pump station which include, but are not limited to coordinating the application of the temporary electrical services for the L-3 pump station with Imperial Irrigation District which consists of a 200 amp service (277/480 volt, III phase). Removal of the existing electrical panels and main meter section and motor control center. Furnish and install PVC conduits, ductile iron piping and fittings to connect to the relocated pump. Remove the existing hydro -pneumatic tank, portions of existing concrete pad, existing pumps and motors and above ground structures located at the intersection of Avenue 48 and Jefferson Street. Relocate the existing fence and perform all related works in accordance with CVWD Drawing No. 27629. Exhibit B Cost Estimate for Additional Services District forces estimated cost to perform temporary L-3 pump station works in accordance with CVWD drawing no. 27629 is $47,775.00. This cost includes the following: Electrical work $8,500 Demolition work $25,000 Onsite piping work $12,000 Subtotal $45,500 Administration and general overhead $2,275 Total $47,775