Loading...
HomeMy WebLinkAbout0850-72_Tamarind Avenue Sewer Lift Station_11.5City of Fontana CALIFORNIA TO: ALL BIDDERS FROM: CITY OF FONTANA JOB NAME: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 SB-48-93 DATE: FEBRUARY 25, 1993 NOTICE TO BIDDERS ADDENDUM #2 PAGE 1 of 5 This Addendum #2, consisting of 5 pages, is an integral part of the Contract Documents and shall be treated as such. Contractor shall acknowledge receipt of this Addendum on the Bid Form. I. Ductile iron pipe to be used shall have rubber gaskets, push -on type, except as shown on plans. For the rest of the Addendum, see pages two and five. 8353 SIERRA AVENUE (P.O. BOX 518) • FONTANA, CALIFORNIA 92334.0518 • (714) 350-7600 SISTER CITY - KAMLOOPS, B.C. CANADA recycled paper r MI i1 EN M NMI iI iI 1® N N— NE I-- r BID # SB-48-93 PROJECT NAME •ar Hall & Foreman, Inc. MIME' e Civil Engineering • Planning • Surveying • Public Works 3602 Inland Empire Blvd.. Suite C-320 Ontario. CA. 91764 (714) 941-3570 2/25/93 DATE 4013 JOB wnaN3aad 1f" n vi4/ f1 My 100A MANUAL TRANSFER SWITCH r-----1 100 MAP et COMM LOAD CALCULATION MI 40.0 F.L..AMPS M2 40.0 F.L.AMPS 25% 10.0 A LG MTR 6.3 TRANSFORMER 96.8 TOTAL LOAD CL A/ i,r)CA TiON OF EACH WD HAS A PAIR BY PASS STARTER AND ISOLATION CONTACTOR NEW► Siff i Lit SIDE REACTORS ARE REQUIRED FOR WD PROTECTION. a11-04. 2010 *ISN ) S tsar L rC' UTW/hp. 1-p GIL. ♦04 minim A-121201W 2-3/4- CONDUITS r11H 1 EA. 010/2 IOW COWS 2-I.0' CONDUITS 1H114 1 LA. /SCORDS /4 SDr COS 2-1 2 AND C 111 nnsi G$ 5/N GL E LINE DIAGRAM NOT TO SCALE MOTOR CONTROL CENTER CTI.l AR �I1 M 1.001 as51OAR W.o en 3 IPARICIS EIS TYPE SEAL Off macs Y13W Y23DIp 30 30. IENA 4 VANN& s 3/4- MIMIT O { OLR LJNE AND• / 4' COUPLING J LIGHTING "MU11ES Cf1 UTILITY 1ECEPTACLJ 1' CONDUIT WTH 114 & 1-3/r BUMS LME NOFFNAN A 100N0/i 2-3/4' CONDUITS WTH 1 EA 10/2 sow CONOS MOCORM nTONGS ELEV. 2102 PIMPS START ALUM ON -bRas18. 3/11' 0U00LDR LJIE escrecrocY n.OAT =TOILS City of Fontana CALIFORNIA February 22, 1993 Hydro Conduit Corporation 23200 Temescal Canyon Road Corona, CA 91718-0939 ATTN: Craig R. Beatty This is. to acknowledge that the City of Fontana intends to award the bid for the provision of a pre -cast wet well to Hydro Conduit Corporation according to the terms and conditions of Bid #SB-49-93. This action is contingent on Fontana City Council concurrence with staff recommendation. In accordance with this letter of intent, please start work to comply with the time frame as specified in the bid documents. If you have any questions, please contact F,ilipe Molinos of the Engineering staff at.350-6641. Yours ve Cl ff Stewart, CPPO Central Services Manager cc: City Engineer File ADDENDUM # 2 PAGE 3 0 s 8353 SIERRA AVENUE (P.O. BOX 518) • FONTANA CALIFORNIA 92334-0518 • (714) 350.7800 SISTER CITY — KAMLOOPS. B.C. CANAOA 15 recycled older CITY OF PONTANA CALIFORNIA HEXORANDum TOs Potential Bidders PRODS: Cliff Stewart, Central Services Manager ai SUBJECT: ADDENDUX 1t - 8B-49-93, PRBCAST WET MAP DATE: February 2, 1993 The following clarifications are hereby made to the bid documents 3. The cover for the aocesa through the top slab shall be galvanised. The access walls shall also have P.V.C. liner. 2. Mot well core drillings will be performed in the field by the main pro.jeot aentrsctor and are not part of this bi4. NOTE : ATDcN�M NuheEra j PM n.4 (g 5I3 — 49- 93 cow si sT D OF AD VAkl i1..16 61D OPENING pA'TE r0 FEI3fZUAIZY 18, 1993. Plc GNAwee 3 OF TEci+ iCAL NR"1URE L)ERLE MAI= wi rH T-1Ar A DPE?1 DU pi 1. . ADDENDUM # 2 S 6-48-43. PAGE. 4 of 5 5 r''— _-9-9 - 93 P2E cAsr WET LJ .Lt_ CITY OF FONTANA Specification for pre -cast R.C. Vet Well for the Tamarind Avenue Wastewater Purnpirg Station. All material shall be manufactured in accordance with the applicable Standard Specifica- tions for Public Works Construction, 1991 Edition and Tamarind Avenue Wastewater Pumping Station plans. Reinforced Concrete Pipe Section 207-2 P.V.C. Liner Section 210-2 R.C. Slab Section 201 Pipe shall be pre -cast 120" diameter reinforced concrete gasketed pipe, Class II 1000D, with 360°'T' lock P.V.C. liner. Design shall be for 32' depth saturated soil lateral loading with inner and outer layers of reinforcing. Pipe shall be cast with two 12' sections and one 7' square bottom end section. Manufacture shall verify dimensions with Hall & Foreman, Inc. (909) 941-3570 prior to manufacturing. The 7' section shall have an 18" loose bottom PVC flap. Top Slab., Top Slab shall be pre -cast reinforced concrete with pipe seat and outside diameted to match pipe. Top slab shall have "T' lock P.V.C. liner and spring assisted 48" x 78" access cover, style H.S. Series 500, manufactured by Brooks Products or approved equal. Both slab and access cover shall be H-20 loading design. Materials shall be manufactured for delivery by April 15, 1993 and stored until contractor calls. Delivery to job site shall be included in cost of pipe. Unloading shall be the site contractors responsibility. 4013\spec\weswall ADDENDUM # 2 P4"6E 5 aF 5 1/13/93 To: All Bidders From: City of Fontana Job Name: Sewer Force Main for Tamarind Avenue and Sewer Lift Station No. 8 SB-48-93 Date: February 9, 1993 NOTICE TO BIDDERS ADDENDUM #1 This Addendum is an integral part of the contract documents and shall be treated as such. Contractor shall acknowledge receipt of this Addendum on the Bid Form. I. Clarification to Sheet 4 of 10 "Pump Station #8 Site Details" 1. Plan View: Arrowhead on construction item 10 was misdirected. The valve box and cover is over the 6" gate valve. 2. Plan View: Reference to Detail "D" should be omitted. II. Clarification to. Sheet 5 of 10 "Pump Station #8 Piping Details" 1. Construction Notes: Add the following items:. 20. Construct 6" AWWA Gate Valve 21. Construct 6" DIP Flanged Spool 22. Construct 6" DIP 90° Flanged Bend 2. Refer to Clarification Sketch attached hereto. 1 each 12.33 1.f. 1 each MI — NIB — MIN NEI MIMI Mill S 1 all MINI MINI M OM BID SB-48-93 •11vr'" Hall & Foreman, Inc. # ■�Ir A Civil Engineering •Planning • Surveying • Public Works PROJECT NAME 3602 Inland Empire Blvd.. Suite C-320 Ontario. CA. 91764 (714) 941-3570 2/10/93 DATE 4013 JOB i Wf1aN300V ,- u \oorII II'" 91� II II►,2� II 0 1 nrn II :iIllrRiks.- • 'ON38 .06 TO .. t 1 CITY OF FONTANA CALIFORNIA SPECIFICATIONS 111 FOR CONSTRUCTION OF r SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIST STATION NO. 8 ' BID NO. SB-48-93 PREPARED FOR CITY OF FONTANA 8353 Sierra Avenue Fontana, California 92335 (909) 350-7610 11 These plans and specifications are the exclusive property of the Agency and shall not be used in any manner without prior consent of the Agency. Any reuse of these plans and specifications by the Agency or others shall be at the Agency's and/or other's sole risk and without liability to the City of Fontana or Hall & Foreman, Inc. t CITY OF FONTANA CALIFORNIA SPECIFICATIONS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 Prepared Under the Supervision of: HALL & FOREMAN, INC. 3602 Inland Empire Blvd. Suite C-320 Ontario, CA 91764 (909) 941-3570 Approved: Steve Reiner, P.E. 41308 February 4, 1993 CITY OF FONTANA TABLE OF CONTENTS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 NOTICE INVITING SEALED BIDS NB-1 INSTRUCTIONS TO BIDDERS IB-1 PROPOSAL DOCUMENTS Proposal P-1 Bidder's Information P-3 Contractor's Licensing Statement P-4 List of Subcontractors P-5 References & Designator of Sureties P-6 Bid Bond P-7 Non -Collusion Affidavit P-10 Certification of Non -Discrimination by Contractors P-11 Proposal Bid Sheet P-12 Addendum No. Acknowledgement P-15 CONTRACT DOCUMENTS Agreement CA-1 Contract Performance Bond CA-4 Payment Bond CA-8 Compensation Insurance Certificate CA-12 General Liability Endorsement CA-13 Automobile Liability Endorsement CA-16 Workers Compensation/Employees Liability Endorsement CA-19. GENERAL CONDITIONS: Scope of Work GC-1 Location of Work GC-1 Time of Completion GC-1 Liquidated Damages GC-1 Traffic Requirements GC-1 Hazardous Materials GC-2 Utility Requirements GC-2 Flow and Acceptance of Water GC-5 Removal of Water GC-5 Trench Safety and Shoring Excavation GC-5 Standard Specifications GC-6 Wage Rates & Labor Code Requirements GC-7 Clayton Act & Cartwright Act GC-8 Substitutions GC-8 Substitution Request Form GC-9 TABLE OF CONTENTS (cont'd) SPECIAL PROVISIONS. PART I - GENERAL PROVISIONS SP-1 Section 1 - Terms, Definitions, Abbreviations and SymbolsSP-1 1-2 Definitions SP-1 Section 2 - Scope and Control of the Work SP-1 2-1 Award and Execution of Contract SP-1 2-4 Contract Bonds SP-2 2-5 Plans and Specifications SP-2 2-8 Right of Way SP-2 2-9 Surveying SP-2 Section 3 - Changes in Work SP-2 3-2 Changes Initiated by the City SP-2 3-3 Extra Work SP-3 Section 4 - Control of Materials SP-3 4-1.1 General SP-3 Section 5 - Utilities 5-1 Location SP-3 SP-3 Section 6 - Prosecution, Progress and Acceptance of the Work SP-3 6-1 Construction Schedule and Commencement of WorkSP-3 6-4 Default by Contractor SP-4 6-7 Time of Completion SP-4 6-8 Completion and Acceptance SP-4 6-9 Liquidated Damages SP-5 Section 7 7-1 7-2 7-3 7-5 7-9 Permits Protection and Restoration of Existing Improvements SP-7 7-10 Public Convenience and Safety SP-7 7-15 Payroll Records SP-9 - Responsibilities of the Contractor SP-5 Contractor's Equipment and Facilities SP-5 Labor SP-5 Liability Insurance SP-5 SP-7 Section 9 - Measurement and Payment SP-9 9-3 Payment SP-9 PART II - CONSTRUCTION MATERIALS SP-11 Section 211 - Soils and Aggregate Tests SP-11 PART III - CONSTRUCTION METHODS SP-11 Section 300 300-1 300-2 Section 301 301-1 Subgrade Preparation 301-6 Soil Sterilant - Earthwork Clearing and Grubbing Unclassified Excavation SP-11 SP-11 SP-12 - Treated Soils, Subgrade Preparation and Placement of Base Materials SP-13 SP-13 SP-13 TABLE OF CONTENTS (cont'd) Section 302 - Roadway Surfacing SP-14 302-5 Asphalt Concrete Pavement SP-14 Section 303 - Concrete and Masonry Construction SP-14 303-1 Concrete Structures SP-14 303-2 Air Placed Concrete SP-17 303-4 Rock Slope Protection (Rip Rap) SP-17 Section 306 - Underground Conduit Construction SP-17 APPLICABLE STANDARD PLANS APPENDIX I SOILS REPORT APPENDIX II TRAFFIC CONTROL MEMORANDUM APPENDIX III MANUFACTURER'S SPECIFICATIONS APPENDIX IV PLANS SEPARATE DOCUMENTS Title: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 Dwg. No. 2210 Bid No. SB-48-93 CITY OF FONTANA COMMUNITY DEVELOPMENT DEPARTMENT NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 PUBLIC NOTICE IS HEREBY GIVEN that the City of Fontana, as AGENCY, invites sealed bids for the above stated project and will receive such bids in the offices of the City Clerk up to the hour of 10:00 A.M. on the 4th day of March, 1993, at which time they will be publicly opened and read aloud. The work of improvement consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications and Contract Documents for the above stated project. The general items of work to be done hereunder consist of SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93. Copies of Plans, Specifications. and Contract Documents are available from. the Engineering Division of the Community Development Department of the City of Fontana, 8353 Sierra Avenue, Fontana, CA 92335 upon payment of a Thirty Five ($35.00) non-refundable fee ($45.00 if mailed. Any questions pertaining to this project should be directed to Felipe Molinos, Principal Engineer, at (909) 350- 6641. A payment bond and a performance bond, each in an amount equal to 100% of the total contract amount, shall be required concurrently with the execution of the contract and shall be in the form set forth in the contract documents. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Labor Code Section 1735 requires that no discrimination be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Government Code Section 12940. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. 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. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. The contract documents call for monthly progress payments based upon the engineer's estimate of,the percentage of work completed. The AGENCY will retain 10 percent of each progress payment as security for completion of the balance of the work. At the request and expense of the successful bidder, the AGENCY will pay the amounts so retained upon compliance with the requirements of Public Contract Code Section 22300 and the provisions of the contract documents pertaining to Substitution of Securities. Bids must be prepared on the approved proposal forms in conformance with the Instructions to Bidders and submitted in a sealed envelope plainly marked on the outside "SEALED BID FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93-DO NOT OPEN WITH REGULAR MAIL". NB-1 The AGENCY reserves the right to reject any or all bids, to waive any irregularity, to accept any bid or portion thereof, and to take all bids under advisement for a period of ninety five (95) days. At the time of contract award, the prime contractor shall possess a Class A contractor's license and/or any combination of Class "C" specialty contractors license(s) sufficient to perform the work. BY ORDER OF the City Council of the City of Fontana. Dated this day of , 1993. By City Clerk City of Fontana 8353 Sierra Avenue Fontana, CA 92335. (909) 350-7610 NB-2 CITY OF FONTANA INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 PROPOSAL FORMS Bids shall be submitted in writing on the Proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY will not consider any proposal not meeting these requirements. PROPOSAL GUARANTEE (BID BOND) Proposals must be accompanied by a proposal guarantee in the form of cash, cashier's check, a certified check or bid bond payable to the AGENCY in the amount of at least ten percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will.not be considered. If a bidder to whom a. contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the AGENCY. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents. All required bonds shall be issued by companies which are admitted surety insurers in the State of California and which have a rating of B plus 5 or better in the current edition of Best's key rating guide. The lowest responsible bidder must execute the contract documents and provide the insurance certificates and bonds no more than ten (10) days after the Notice of Award. Acceptable bond forms and insurance policy endorsements are enclosed. NON -COLLUSION AFFIDAVIT Bidder shall declare that the only persons or parties interested in the proposal as principals are those named therein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in the proposal; that the proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that the proposal is in all respects fair and without collusion or fraud. The Non -Collusion Affidavit shall be executed and submitted with the proposal. NON-DISCRIMINATION AFFIDAVIT Labor Codes Section 1735 requires that no discrimination be made in the employment of persons upon public works because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Government Code Section 12940. Bidder shall declare that it does not discriminate in its employment with regard to such factors. The Non -Discrimination Affidavit (on enclosed form) shall be executed and submitted with the proposal. IB-1 PROPOSAL BID SHEET Bidders shall give, unit prices for each and all of the items set forth. No aggregate bids will be considered. The bidder shall set forth for each item of work, in clearly legible figures, a unit item price and a total for the item in the respective spaces provided for this purpose. The quantities listed in the Bid sheets are supplied to give an indication of the general scope of work, but the accuracy of figures is not guaranteed and the bidder shall make his own estimates from the drawings. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. EQUIPMENT RENTAL AND LABOR RATES Bidder shall submit a schedule of equipment rental and labor rates which shall be applicable to any extra work which is performed. DELIVERY OF PROPOSAL Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the AGENCY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids." Late proposals will not be considered. Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93-DO NOT OPEN WITH REGULAR MAIL." WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the AGENCY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids". The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineation, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. DISQUALIFICATION OF BIDDERS In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. At the time of contract award, the prime contractor shall possess a Class "A" contractor's license or a combination of Class "C"licenses as required to perform the work. IB-2 No contract will be executed unless the bidder is licensed in accordance with the provisions of the State Business and Professions Code. INTERPRETATION OF PLANS AND DOCUMENTS If any person contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, or finds discrepancies in, or omissions from, the drawings or specifications, he may submit to the Engineer of said AGENCY a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery.' Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The Engineer will not be responsible for any other explanation or interpretations of the proposed documents. ADDENDA OR BULLETINS All bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each bidder shall be fully responsible for informing himself as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid, and said addenda shall be made a part of the contract documents and shall be returned with them. Failure to cover in his bid any such addenda issued may render his bid irregular and may result in its rejection by the City. LEGAL RESPONSIBILITIES All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same are expressly referred to herein or not. Any Bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and Contract Documents, and to full compliance therewith. AWARD OF CONTRACT Following a review of the bids, the AGENCY shall determine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as determined solely by the AGENCY. At the time of contract award, the successful Bidder shall hold a Class A Contractors License or a combination of Class C license (s), as required to perform the work, issued by the State of California. Additionally, the AGENCY reserves the right to reject any or all proposals, to accept any bid or portion thereof, to waive any irregularity, and to take the bids under advisement for the period of time stated in the "Notice Inviting Sealed Bids", all as may be required to provide for the best interests of the AGENCY. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. No bidder may withdraw his proposal for a period of ninety-five (95) days after the time set for opening thereof. However, the AGENCY will return all proposal guarantees within ten (10) days after the award of the contract or rejection of the bids, as the case may be, to the respective bidders whose proposals they accompany. IB-3 LABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the AGENCY has obtained the general provisions rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman needed to execute the contract from the Director of the Department of Industrial Relations. These rates are on file with the AGENCY,and copies will be made available to any interested party on request. Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Section 1773.8 of the Labor Code. The Contractor and all subcontractors shall comply with the provisions of Section 1774 of the Labor Code and other statutes relating to prevailing wages, benefits, overtime and so forth. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. Pursuant to the provisions of Section 1770 of the Labor Code, the general prevailing rate of wages has been ascertained (which rate includes .employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. The holiday wage' rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. The AGENCY will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in the contract. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his bid, and will not under any circumstances be considered as the basis of a claim against the AGENCY on the contract. The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age (of such employee), except as provided in Section 3077. WORKMAN'S COMPENSATION CERTIFICATE Section 3700 of the State Labor Code requires that every employer shall secure the payment compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self -insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance Certificate which is included with the Contract Agreement, and submit same to AGENCY along with the other required contract documents, prior to performing any work. Reimbursement for this requirementshall be considered as included in the various items of work. IB-4 CLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the AGENCY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the AGENCY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the AGENCY tenders final payment to the Contractor without further acknowledgment by the parties. SUBSTITUTION OF SECURITIES In conformance with the State of California Public Contract Code, Section 22300, the contractor may substitute securities for any monies withheld by the AGENCY to ensure performance under the contract. At the request and expense of the contractor, securities equivalent to the amount withheld shall be deposited with the AGENCY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the contractor upon notification by. AGENCY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the AGENCY'S Attorney. SUBLETTING AND SUBCONTRACTING Pursuant to the Subletting and Subcontracting Fair Practices Act .(commencing with Section 4100 of the Government Code), bidders are required to list in their proposal the name and location of place of business of each subcontractor who will perform work or labor or render services in or about the construction of the work or improvement or a subcontractorr who specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of 1/2 of 1% of this prime contractor's total bid. Failure to list a subcontractor for a portion of the work means that the prime contractor will do that portion of the work. It is the Agency's intent for the Subletting and Subcontracting Fair Practices Act to apply to all phases of the work. The list of subcontractors (on enclosed form) shall be executed and submitted with the proposal. SUBSTITUTIONS The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, and quality. Whenever a material, process or article is indicated or specified by a proprietary name or by name of manufacturer, such specification shall be deemed to be used for the purpose of facilitating description of a material, process or article and shall be deemed to be followed by the words "or equal", and contractor may offer any material, process or article which shall be equal in every respect to that article specified. Substitution of equal products will only be considered until thirty-five (35) days after the award of contract, and only when accompanied by a written request for approval completed as outlined on Page GC-8 entitled "Substitutions" of the Contract Documents. Bidders are urged to obtain substitution approval prior to the bid opening by submitting a written request for approval, completed as outlined on Page GC-8 of the Contract Documents, to the Engineer, no later than February 18, 1993 at 5:00 p.m.. Rejection of offered substitutions shall not entitle the successful bidder to any adjustment of the Contract sum after the bids have been opened. IB-5 BIDDER'S NAME CUP c°; y �gY'J11". z- A 3-, COMPANY CITY OF FONTANA PROPOSAL FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 TO CITY OF FONTANA, as AGENCY: In accordance with AGENCY's "Notice Inviting Sealed Bids", the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and Contract Documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and Contract Documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Proposal Bid Sheet. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the Bid Bond accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Proposal Bid Sheet are solely for the purpose of comparing bids, and that, final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts. BIDDER agrees and acknowledges that he is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workman's compensation or to undertake self-insurance in accordance with the provisions of that code, and that the BIDDER will comply with such provisions of that code before commencing the performance of this Contract if awarded to it. BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. P-1 BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to. inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. BIDDER certifies that he possesses a Class "A" or a combination of Class "C" licenses as required to perform the work. BIDDER declares that his license numm)za is the license expiration date is /0 -31-7 6,oafr/ and that DATED 3 " , 1993 BIDDER / 1)2 / / CO AISG . pc 102.41k BIDDER'S ADDRESS: Wo ,v GA ssc// 0,e4,v c6, c 4, S 6 PHONE(./ / `�) 21P -3C/ 9 FAX N6.% /y/ oZ S?" -2,PC b P-2 BY TITLE la4451- 1 BIDDER'S INFORMATION BIDDER certifies that the following information is true and ,correct: II Bidder's Name: / l ai-1 1 6! Ass ' Co 4 in IR j E 2 A w' Business Address: � '/0 All°' G/.4SSf// 1 ©1AitiG ,C C4 507,6 ‘ Telephon4-7/4 .57' 3 6 Fax N/b7/V ,;Zell- 3,-g State Contractor's License No. and Class: f� O "02(P-/ A- /J Original Date Issued:✓ .3 /' ' 1 Expiration Date: /0 3/-9V 1 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: ,Q/ )er /24, r2- 1 .e/� 1 The dates of any voluntary or involuntary bankruptcy judgments against any 1 principal having an interest in this proposal are as follows: 11 All current and prior DBA's, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: 1 47vLLj1 /c 4,cA 11 P-3 CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of California providing for the registration of Contractors. A .. Expiration Date Contractor's License Number License Classification Name of Individual Contractor (Print or type): Signature of Owner 77-01-41: &el;AcZ Business Address o 4.7V0 tiD' G/,arse/ OJ 4 3( Name of Firm /t%ULT CO'✓Sr. CO d- ,d Business Address Name Address Title Name Address Title or Name of Corporation Business Address Corporation organized under the laws of the State of Signature of President of Corp. Signature of Secretary of Corp. Date P-4 LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: 1 Jame Under Which Address of Subcontractor License Office, is Licensed No. Mill or Shop 1 &4QZ7\4061- Cc' 1 P-5 Percent Specific of Total Description of Contract Subcontract 9 7 ti/cG-r /019 6909,41- .EFERENCES The following are the names, addresses, and phone numbers for three public kgencies for which BIDDER has performed similar work within the past two years: 4)An/ £ % 70to .r1aevvr gArf (7, q )26.123--,1` PoMt sT 99PT M& y c4,14 ,Y,vJ4 ) .o40,1.D,4- pi/f deAxICC4 , (3//5i 4,////'1- e/,iJ ,, J DESIGNATOR OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to•procure insurance and bonds: 5-600 Co440,. ( )/ ) 92 /-c 3".7 0 JJ,CJ,t) "0 ,.✓c' 2 ^ 2 i S1,/,1L/14AA/ k/I' J 'J1? ,20 .)064 4/` (d'%i 7.Z%. S 0 P-6 BOND# 1-B PREMIUM -NIL CITY ° 0f.:.• TONTANA Fort C 1t4TION Or • f ♦•r. A .• BEWIS* •.' i MAYN SEWER LI � TI4NNO. 8 BID if(%'*A1w4843 100W ALL HEN BY THESE PRESEN `S,'Iliet we, the undersigned, •-MULTI CONSTRUCTION CO. AND RAMIREZ A S.V. , (hereafter called '"Principal," j d':':.WAS INGTON INTERNATIONAL INSURANCE. COMPANY , (hereafter called' are hhld and firml bound,unto-the City_ of Fontana (hereafter pallid' .: °1-Owner"), in the sum of TEN PERCENT OF AMOUNT ID :::4011'axe ($ •107. ), for the payment of which, well and truly to be made,' ...hereby jointly and severally bind,ouravlvee and our successors and assigns., �� 3RD da C MARCH 19 93 4%'';$;fiN�Yl: thin y '" _► w,;,.. A. 0,:•_• . The condition of the above obligation is such that whereas the Principal ,,..�„h1la submitted to the Owner a certain Bid, attached hereto and hereby made a part Ahersof, to enter into a contract iri. writing for the construction of the SEWER pit MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, ss-48-93. 7J7•-" :,:. KOOK • TBAREPORE, ,4+ri: •• :" N.e►•i. ••• • a. If said Bid is re jsotad',' or • b. If said Bid is acCQpted'• and Principal executes and delive r; ....• contract in the attached Agreement form within ten (10) days after acceptance (properly completed in accordance with,ea d Bid), and furniehee,i'nsurance certificates and endornemsntsc • bonds for faithful: performance of said Contract and fo.4At, 14;:.•• payment of all :pexp tn4, ., performing labor or furn,i4) ,, materials in connection therewith, and all other require documents, .. , this obligation shall be void; :otherwise, the same shall remain in force, and.. i:E, it being expressly understood.and'agreed that the liability of Surety, fib,; ;:,,arid: all claims hereunder shall,,,. , in . no event, exceed the amount s., iab#.on as herein stated. •, �° ,, ;'For value received, surety hereby stipulates and agrees that the obligation. •said Surety and its bond shall be in no way impaired or affected.,:::: p.¢ing errors or �dxteneion of the time within which the Owner may acce ;,and • said Surety hereby waives notici of any such extension. .Z4Vg IN •WITNxss WHEREOF, principal and Surety have hereunto set their handli;j4�d .., 4 eile, and much of them as are corporations have caused their corporate seals to v4f0X4to,. affixed and these preeente..; to.,,be signed by their proper ofticere,,,,,on,., „- ;4 y'and year first set forth above. • • • ,„,:.,,, Page 1 of 3 .,R•e%bey:!. Ts (if corporation) :' "11Xtl41: • .. . ' AnUNCIPAIAMULTI CONSTRUCTION CO. •5'By: ...:;. r'd,rate' Segal ) SY, / WASHINGTON INTERNATIONAL SUg.ETY; INSURANCE COMPANY . rmte:.8eal ) Titlet DAVID L. CULBERTSON! ATTORNEY -IN -FACT . I NTs, 'Surety companies exicut.i.ng bonds must possess a certificats , of. ' , . tcity:from the California Insuranor: Commissioner authorizing them towz ° '`irisuranoe' defined in Section 105 'b.E the California Insurance Coda, • an isk.:o project is financed, in Whole or in part, with federal gran or ',0_A, 1� i`;y""itUIt also appear on the Treaeury.bep�►rtment's most current list (Cirrcy,le ,.,. • .+ 4a1 nded) . THIS 1S A REOUIRED..iP`QR?4. • ysyoaeime under this bond may be addressed • to: ihisieind''addreast of surety) a ar-4nd address of agent or Ont#ittive for service of 4414 in California, if opotlt from above) igi'pti'one number and fax number yr tyand' agent or repreeenta- ffOr>,service of process in • ,WASHINGTON INTERNATIONAL INSURANCE COMPANY :1930 THOREAU _DRIVE, SUITE 101 • ee: , SCHAUMBURG, IL 60173 :CULBERTSON INSURANCE SERVICES, 5500 E. SANTA ANA CANYON ROAD, SUITE'201 ANAHEIM, CA 92807 (708) 490-1850 FAX-(708) 885-8710 :•;,�.::'.. (7.14) 921-0530 FAX-(714) 921-2096 p-8. • ••:yi.:•:nv:• (Page•2 of:3) • G'LIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5193 'State of CALIFORNIA r rCounty of ORANGE r j'On 3-03-93 before me, 1 DATE ('personally appeared jnpersonally known to me - OR - 0 prov } KAREN CHANDLER - NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" DAVID L. CULBERTSON 1 1r r Karen Chandler :' ;dE.. ti 1 U Comm. *959502 X NOTARY PUBLIC • CALIFORNIA r C �,1 j ORANGE COUNTY r G c Foo , ply Comm. Ex, irss Mar. 27. 1996 f II 1g NAME(S) OF SIGNER(S) ed to me on the basis of satisfactory evidence to be the person(x) whose name(i) is/KIR subscribed to the within instrument and ac- knowledged to me that heWilethey executed the same in his/Joituktxta authorized capacity(*ax), and that by hiss signature(g) on the instrument the person(t, or the entity upon behalf of which the person* acted, executed the instrument. WITNESS my hand and official seal. 'THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: SIGNATURE OF NOTARY OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT BID BOND NUMBER OF PAGES 3 DATE OF DOCUMENT OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL EEATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR OTHER: 1 SIGNER ISNAME OF ENTITY(IES) REPRESENTING: 1 WASHINGTON INTERNATIONAL 1 f 3-03-93 1 1 INSURANCE COMPANY Though the data requested here is not required by law, OTHER THAN NAMED ABOVE N/A it could prevent fraudulent reattachment of this form. SIGNER(S) ©1992 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 or CALIFORNIA as. :•••<iMUNfl OF BAN BERNARDINO ) On this , day of , in the year _, before me,, personally appeared , personally known to m• • :: zQxq .ta.me on the basis of.aatLitactory evidence) to be the person. .. •' "i'e described to this instrument as the attorney in fact of and ackhpwledged to me that he/she subsorib.•, ,44g9..91 , thereto as principal,, 4014 : name as attorney in fact.;.%• .�!ndr.`h7y`1• •. Notary public ;•„pQcno►i� a. a ton expires e u "' Ak,,copy of the Power of Attorney' to local representatives of the bondj. ' .. >+:. company must be attached horotb. Page 3 of 3 • General WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and existing under the laws of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois, does hereby constitute and appoint * * KAREN CHANDLER, DAVID L. CULBERTSON, LINDA L. CULBERTSON, * * t * CHARLES L. FLAKE, DIANA LASKOWSKI AND LEXIE SHERW00D * * its true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shalt be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President at its principal office. This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July.3, 1980 and October 21, 1986 which read, in part, as follows: 1. The President may designate Attorneys -in -Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys -in -Fact, who are hereby authorized to certify to copies of any power -of -attorney issued in pursuant to this section and/or any of the By -Laws of the Company, and to remove, at any time, any such Attorney -in -Fact or Special Attorney -in -Fact and revoke the authority given him." 2. The signatures of the Chairman of the Board, the President,'Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the company. IN TESTIMONY WHEREOfob on International Insurance . ny has, caused this instrument to be signed and its corporate seal truptig i t }y Authorized offi er, thi 0 h day of November, 1992. t V ..•........ 1 z'CORPORATE'• �� � SEAL ' / `'y ARIZONA ••' eJ�: STATE OF ILLINOF Ie 4.4...... 4104.4. •* a , COUNTY OF COOK Je f `N�54` On this 30th day of November, 1992, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; TIONAL INSURANCE COMPANY rson, Vice President IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seat, the day and year first above written. "OFFICIAL SEAL" S 1 CHRISTINE ZAR.ETSKY S Notary Public, State of Illinois S My Commiuion Expires 10-7-96 i CERRLFt I CATS istine Zarets My Commission E tary Pulpl c October``Z,•1996 STATE OF ILLINOIS ) COUNTY OF COOK ) 1, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III, Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Cook. Dated tl 3RD d- < /Of ;y� `/, 19 93 Lewis M. Moeller, Secretary NON -COLLUSION AFFIDAVIT STATE OF CALIFORNIA COUNTY OF ORANGE MERLE R. JOHNSON . , being first duly sworn, deposes and says (Name of Affiant) MULTI CONSTRUCTION CO. AND that he\MicK is PARTNER of RAMIREZ A J.V. (Title) (Name of Bidder) the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder,. or to fix any overhead, profit or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; thatall statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted hisor her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. F(aren Chandler r � Comm. #959502 0 !13ANOTARY PUBLIC - CAUFORMA(' ORANGE COUNTY Comm. Expires Mar. 27, 1996-4 MERLE R. JOHNSON (Typed Name) PARTNER (Title) NOTARY PUBLIC IN AND FOR THE STATE OF CALIFORNIA, COUNTY OF ORANGE SUBSCRIBED BEFORE ME on this 3RD day of MARCH My Commission Expires:, MARCH 27, 1996 P-10 , 1993. 4‘a fic CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS Labor Code Section 1735 requires that no discrimination be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status or sex of such persons, except as provided in Government Code Section 12940. The firm listed below certifies that it does not discriminate in its employment with regard to the factors set forth in Labor Code Section 1735; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To�jtake affirmative steps to hire minority employees within the company. FIRM / / 0LT/ / coNSr CJ 4- 44/1I/ A 1/ TITLE OF PERSON SI NING ! " 1 6e 'b £' 10 9 AT SIGNATURE DATE 7 . 7 / 1 Please include any additional information available regarding equal opportunity employment programs now in effect within your company. 1 1 1 1 1 1 1 1 1 Li CITY OF FONTANA PROPOSAL BID SHEET . FOR CONSTRUCTION OF SEWER FORCE HAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 ITEM NO. DESCRIPTION ESTIMATED UNIT QUANTITY UNIT. PRICE TOTAL ' AMOUNT 1. Clearing and Grubbing, complete. 2. Construct Sewer Lift Station No. 8, complete. 3. Install 60" diameter metering manhole,. complete in place. 4. Pothole existing utilities. 5. Install 12" D.I.P. force main. '!E 6. Install 18" VCP Sewer, complete. 7. Install 12" D.I.P. 45° bend. 8. Install 12" D.I.P. lateral. 9. Install 60" diameter drop manhole, `complete in place. 10. Install 4' x 5' precast concrete utility vault, complete in place. 11. Remove existing A.C. pavement. 12. Construct P.C.C. trench backfill slurry , complete. 13. Install 6" thick crushed Aggregrate Base material, Trench Repair. 14. Install 4" thick asphaltic Concrete Pavement, Trench Repair, 15. Provide electric generator and trailer. 16. Provide equipment for maintenance vehicle. Lump Sum Lump Sum 1 4 2,206 55.5 2 1 5 13,100 280 P-12 540 357 Lump Sum Lump Sum LS LS EA EA LF LF EA EA EA EA SF LF Tons Tons LS' LS i a ti 29 / &J13q 21 I '70" e?gb of 25'" .0 C Y3� /322' ?S6CGc i aG CITY OF-FONTANA PROPOSAL BID SHEET FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. BID NO. SB-48-93 I 41- o0 TOTAL $ 2 Amount in Words /WO i OA6v,r6a G'/GH7Y SVA/V Tc;O.C.X . Ai✓h /141/ ,X NOTE: The estimated quantities listed in the Proposal Bid Sheet(s) are supplied to give an indication of the general scope of the work, but the accuracy of these figures is not guaranteed and the bidder shall make his own estimates from the drawings. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. , '1U Gkeldo . t1-4ingt 2'Av'B DI DER' S NAME ( 7ma l ad3• 3,444. TELEPHONE NUMBER FAX NUMBER PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this 4TH day of MARCH , 1993. BIDDER MULTI CONSTRUCTION CO. AND RAMIREZ A J.V. Subscribed and sworn to this 3RD day of MARCH , 1993. NOTARY PUBLIC. Karen Chandler g Comm. #959502 TARY PUBLIC • CALIFORNIAX ORANGE COUNTY My Comm. Expires Mar. 21,19W By 24 r„"1L1� Title MERLE R. JOHN ON, PARTNER AGENCY acknowledges that this proposal was received and opened at the time and in the place specified, and that it was accompanied by the required guarantee in the amount of at least ten percent (10%) of the total bid. By Title P-14 CITY OF FONTANA CONTRACT DOCUMENTS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 ADDENDUM NO. ACKNOWLEDGEMENT I have received the Addendums listed below: Addendum No. Date iC ‘, •5, /51 v < 7 'CO'`�'S�'d BIDDERS NAME /7') 02,3- 3 6 /, TELEPHONE NUMBER -my) ) P-3 76P-6 6 FAX NUMBER P-15 CITY OF FONTANA CONTRACT AGREEMENT FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 THIS CONTRACT AGREEMENT is made and entered •into for the above stated project this /�o day of /Yliq-&# , 19% , BY AND BETWEEN THE CITY OF FONTANA, as AGENCY, and me42.7 -ea057"gae Ci'•, . nre. ALAAn' gonkti'zezi . ,LV, , as CONTRACTOR. WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as follows: ARTICLE I The contract documents for the aforesaid project shall consist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal Documents, General Conditions, Standard Specifications, Special Provisions, Plans (Dwg. No.2210, Sheets 1 through 10), and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by AGENCY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including.those for well and faithfully completing the work and the whole thereof in the manner and time CA-1 specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV AGENCY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of that code, and certifies compliance with such provisions. ARTICLE VI CONTRACTOR agrees to indemnify and hold harmless AGENCY and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the work undertaken by CONTRACTOR hereunder. ARTICLE VII CONTRACTOR affirms that the signatures, titles, and seals set forth hereinafter in execution of this Contract Agreement represent all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest herein. ARTICLE VIII If any legal action is required to enforce or interpret the Contract Documents, then the prevailing party shall have the right to recover from the losing party all costs of such action including attorney fees. CA-2 ' READ AND APPRO. D S 0 L FORM AND CONTENT: Clark Als p o Stephen P. Deitsch City Attorney This document is the true and complete document approved by City Council on M.r h 16 , 1993. • Get Li Nunn Deput City lerk Ken Jeske. Community Develo meat Director (Interim) 46 / ennif Vaug n Blakely / Comp]: nce Officer Robert Graham Risk Management CITY OF FONTANA A 1Mff icipal Corporation Jay. Corey Cit M nager ' A E z, ' Katwas kavA__- hy Montoya / / I74 Ne./,'.' i pET, City Clerk 1 1 1 1 CA-3 Other Party Name TITLE iCairen Chandler Comm. #959502 NOTA OPUBLIC - RANGE COUNTY CALIFORNIA''' My Comm. Expires Mar. 27,1996" EXECUTED IN THREE COUNTERPARTS CITY OF FONTANA CONTRACT PERFORMANCE BOND .(CALIFORNIA PUBLIC WORK) .KNOW ALL MEN BY THESE PRESENTS:. BOND# S-300 4403 PREMIUM: $5,307.00 THAT WHEREAS, the .City of. Fontana (sometimes referred to hereinafter as "Obligee") has awarded to MULTI CONSTRUCTION CO. AND RAMIREZ, A J.V. (hereinafter designated as the "Contractor"), an agreement for the work described as follows: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed•by the Contractor is more particularly set forth in that certain contract for the 'said Public Work dated MA-(-1- l (p ll \'93 , (hereinafter referred to as the "Contract") , which Contract is incorporated herein by this.reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, MULTI CONSTRUCTION CO. AND RAMIREZ, A J.V. ,the undersigned Contractor, as Principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY a corporation organized and existing under the laws of the State of ARIZONA , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Fontana in the sum of TWO HUNDRED EIGHTY-SEVEN THOUSAND ONE HUNDRED FIFTY-FIVE THOUSAND DOLLARS AND EIGHTY-SIX CENTS Dollars ($ 287,155.86 ), said sum being not less than one hundred percent (100%) of the total amount payable •by the said Obligee under the terms of the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in•all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it. shall be and remain in full force and effect. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall (Page 1 of 4) CA-4 M 'CITY OF FONTANA CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of• Fontana (sometimes referred to hereinafter as "Obligee") has awarded to (hereinafter designated as the "Contractor"), an agreement for the work described as follows: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by the. Contractor is more particularly set forth in that certain contract for the said Public Work dated , (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, ,the undersigned Contractor, as Principal, and , a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Fontana in the sum of Dollars ($ ), said sum being not less than one hundred percent (100%) of the total amount payable by the said Obligee under the terms of the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder, or the Specifications accompanying the same shall CA-4 (Page 1 of 4) •v0, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5193 0 [4 State of CALIFORNIA County of ORANGE } On 4-01-93 before me, KAREN CHANDLER — NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared DAVID L. CULBERTSON NAME(S) OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(X) whose name(X) is/W subscribed to the within instrument and ac- knowledged to me that he/executed the same in his/MIXXNX authorized capacity(I, and that by his/XXXXXXXX signature(X) on the instrument the person(1), or the entity upon behalf of which the person(X) acted, executed the instrument. .Q�j' pIOF Karen. Chandler �.1 Comm. 4959502 NOTARY PUBLIC - CALIFORNIAA ORANGE COUNTY My Comm. Expires Mar. 27,1996- iJ f IFiAN 7 THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. WITNESS my hand and official seal. SIGNATURE OF NOTARY -- • - . OPTIONAL SECTION = OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) WASHINGTON INTERNATIONAL INSURANCE COMPANY TITLE OR TYPE OF DOCUMENT PERFORMANCE BOND NUMBER OF PAGES 4 DATE OF DOCUMENT 4-01-93 SIGNER(S) OTHER THAN NAMED ABOVE N/A tit,-.', ©1992 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the Obligee and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the Obligee is .required to engage the services of an attorney in connection with enforcement of the bond, each shall pay Obligee's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 1ST day of APRIL , 19 93 • CA-5 PRINCIPAL/CONTRACTOR: MULTI CONSTRUCTION CAND RAMIREZ, A J.V. By: SURETY: WASHINGTON INTERNAT,ONALINSURANCE COMPANY By )'�L -es Attorney -in -Fact DAVID L. CULBERTSON (Page 2 of 4) 1 1 1 1 1 1 1 1 I I 1 1 1 in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the Obligee and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the Obligee is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay Obligee's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 19 CA-5 PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney -in -Fact 4 (Page 2 of 4) The rate of premium on this bond is $25.00/$15.00 per thousand. The total amount of premium charged: (The above must be filled in by $ 5,307.00 corporate surety). s must certificate of IMPORTANT: Surety aInsurance Commissioner aouthorizing them to write authtyiin from the Californialiforgrant or loan surety insurance defined in Section 105 of the California;th federal, and if the work or project is financed, in whole or in p funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS 'IS A REQUIRED FORM. Any claims under this bond may be addressed ASHINGTON to: INSURANCE COMPANY (Name and Address of Surety) SUITE 101 1930 THOREAU DRIVE, SCHAUMBURG, IL 60173 (Name and Address of agent or representative for service of process in California if different from above) (Telephone Number and Fax Number of of Surety and agent or representa- tive for service of process in .- California) CULBERTSON INSURANCE SERVICES, INC. 5500 E. SANTA ANA CANYON ROAD, SUITE 201 ANAHEIM, CA 92807 (800) 338-0753 FAX-(708) 885-8710 SURETY (714) 921-0530 FAX-(714) 921-2096 AGENT CA-6 (Page 3 of 4) to 1 1 1 1 1 The rate of premium on this bond is per thousand. The total amount of premium charged: corporate surety). (The above must be filled in by IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of agent or representative for service of process in California if different from above) (Telephone Number and Fax Number of of Surety and agent or representa- tive for service of process in - California) CA-6 (Page 3 of 4) STATE OF CALIFORNIA ) COUNTY OF On this day of ss. personally appeared person whose name is subscribed to the of the subscribed the name of the , in the year , before me, , a Notary Public in and for said State, , known to me to be the within instrument as the Attorney -in -Fact (Surety) and acknowledged to me that he (Surety) thereto and his own name as Attorney -in -Fact. Notary Public in and for said State (SEAL) Commission expires: NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. (Page 4 of 4) EXECUTED IN THREE COUNTERPARTS ** CITY OF FONTANA PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: BOND# S-300 4403 PREMIUM: INCLUDED IN PERFORMANCE BOND THAT WHEREAS, the City of. Fontana .(sometimes referred to hereinafter as "Obligee") has awarded to MULTI CONSTRUCTION CO. AND RAMIREZ, A J.V. (hereinafter designated as the "Contractor"), an agreement dated SQ(41 S , described as follows: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 (hereinafter referred to as the "Contract"): and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract, and pursuant to Section 3247 of the California Civil Code; NOW, THEREFORE, We, MULTI CONSTRUCTION CO. AND RAMIREZ, A J.V. , the undersigned Contractor, as Principal; and WASHINGTON INTERNATIONAL INSURANCE COMPANY a corporation organized and existing under thelaws of the State of ARIZONA , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Fontana and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the sum of ** Dollars ($ 287,155.86 ), said sum being not less than one hundred percent (100%) of the total amount payable by the said Obligee under the terms of the said Contract, for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION .IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery or power used in, upon for or about the performance of the Public Work contracted to be done,•or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the'Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation.shall be void. In addition to the provisions hereinabove, it, is agreed that this -bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their.assigns in,any suit brought upon this bond. TWO HUNDRED EIGHTY-SEVEN THOUSAND ONE HUNDRED FIFTY-FIVE DOLLARS AND EIGHTY-SIX CENTS. (Page 1 of 4) CA-8 CITY OF FONTANA PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of. Fontana (sometimes referred to hereinafter as "Obligee") has awarded to designated as the "Contractor"), an agreement dated as follows: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 (hereinafter , described (hereinafter referred to as the "Contract"): and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract, and pursuant to Section 3247 of the California Civil Code; NOW, THEREFORE, We, undersigned Contractor, as Principal; and , the a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Fontana and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the sum of Dollars ($ ), said sum being not less than one of the total amount payable by the said Obligee under Contract, for which payment will and truly to be made, heirs, executors and administrators, successors and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery or power used in, upon for or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in,any suit brought upon this bond. CA-8 hundred percent (100%) the terms of the said we bind ourselves, our assigns, jointly and (Page 1 of 4) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE No. 5193 } On 4-01-93 before me, KAREN CHANDLER — NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared DAVID L. CULBERTSON NAME(S) OF SIGNER(S) Elpersonally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person6g) whose name) is/mg subscribed to the within instrument and ac- knowledged to me that hettrgiamt executed the same in his6haritttrix authorized capacity(g), and that by hisiwittivik 0 c M. OF /FOR Karen -Chandler 3 Comm. #959502 NOTARY PUBLIC - CALIFORNIAw ORANGE COUNTY 0 My Comm. Expires Mar. 27, 1996" slgnaturek) on the instrument the person6§), or the entity upon behalf of which the person(*) acted, executed the instrument. WITNESS my hand and official seal. (4. SIGNATURE OF NOTARY _. _ .-J OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. ® OPTIONAL SECTION Emmen CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) PARTNER(S) 0 LIMITED GENERAL El ATTORNEY -IN -FACT • TRUSTEE(S) El GUARDIAN/CONSERVATOR El OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) WASHINGTON INTERNATIONAL INSURANCE COMPANY TITLE OR TYPE OF DOCUMENT PAYMENT BOND NUMBER OF PAGES 4 DATE OF DOCUMENT 4-01-93 SIGNER(S) OTHER THAN! NAMED ABOVE N/A f r 1 f - ©1992 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Contract or to the work to be 'performed thereunder or the Specifications accompanying the same shall in any affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the Obligee and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the Obligee is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay Obligee's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 1ST day of APRIL . , 19 93 PRINCIPAL/CONTRACTOR: MULTI CONSTRUJTION CO.,\ND RAMIREZ, A J.V. By:/` - SURETY: WASHINGTON IN ERNATIONAL INSURANCE COMPANY By: 7",L DAVID L. CULBERTSON CA-9 ttorney-in-Fact (Page 2 of 4) The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the Obligee and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the Obligee is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay Obligee's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS, WHEREOF, we have hereunto set our hands and seals this day of , 19 CA-9 PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney -in -Fact (Page 2 of 4) 1 • 1 IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) WASHINGTON INTERNATIONAL INSURANCE COMPANY 1930 THOREAU DRIVE, SUITE 101 SCHAUMBURG,IL 60173 (Name and Address of agent or CULBERTSON INSURANCE SERVICES, INC. representative for service of process in California if different from above)5500 E. SANTA ANA CANYON ROAD, SUITE 201 ANAHEIM, CA 92807 (Telephone Number and Fax Number of (800) 338-0753 FAX-(708) 885-8710 SURETY. Surety and agent or representative for service of process in California) (714) 921-0530 FAX-(714) 921-2096 AGENT CA-10 (Pa.ge 3 of 4) • STATE OF CALIFORNIA COUNTY OF on this ss. day of personally appeared person whose name is subscribed to the of the subscribed the name of the own name as Attorney -in -Fact. (SEAL) Commission expires: , in the year 19 , before me, , a Notary Public in and for said State, , known to me to be the within instrument as the Attorney -in -Fact (Surety) and acknowledged to me that he (Surety) thereto and his Notary Public in and for said State NOTE: A copy of the power of attorney to local representatives of the bonding company must be attached hereto. (Page 4 of 4) 4 General WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and existing under the laws of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois, does hereby constitute and appoint * * KAREN CHANDLER, DAVID L. CULBERTSON, LINDA L. CULBERTSON, * * * * CHARLES L. FLAKE, DIANA LASKOWSKI AND LEXIE SHERWOOD * * its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shalt be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President at its principal office. This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1. The President may designate Attorneys -in -Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys -in -Fact, who are hereby authorized to certify to copies of any power -of -attorney issued in pursuant to this section and/or any of the By -Laws of the Company, and to remove, at any time, any such Attorney -in -Fact or Special Attorney -in -Fact and revoke the authority given him." 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer 'and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the company. IN TESTIMONY WHEREO on International Insurance •any has caused this instrument to be signed and its corporate seal i �� } authorized offi er, thi 0 h day of November, 1992. i; CORPORATE' ''v • SEAL ;g® .; f ARIZONA :r STATE OF ILLINO pt ' °•.•••*'••• •® COUNTY OF COOK J \* ?��br On this 30th day of November, 1992, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; TIONAL INSURANCE COMPANY rson, Vice President IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year first above written. 1 "OFFICIAL SEAL" S I's :fh•; S CHRISTINE ZAR,ETSKY S istine Zarets N•tary Pu l c Notary NIA, State of Illinois S My Commission E • i res October \Z, 1996 My Commission Expires 10-7-96 CERT+ ICATE STATE OF ILLINOIS ) COUNTY OF COOK ) I, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III, Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Cook. Dated tt 1ST d/ ofAP' Arf Lewis M. Moeller, Secretary 1993, COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code (amended by State, 1979, C.373, p. 1343,) each Contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City prior to performing any work on the Contract: I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this Contract. BY: /'j U1/ t Nf C0 4 414a1 z C NTRACTO TR TITLE DATE Section 3700 of the State Labor Code reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: "(a) By being insured against liability to pay compensation in one or more of the following ways: (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his. employee." (Amended by State. 1978, c. 1379, p. 4571) COMPENSATION INSURANCE CERTIFICATE TOGETHER WITH CITY OF FONTANA GENERAL LIABILITY, WORKER'S COMPENSATION AND AUTOMOBILE LIABILITY FORMS OF ENDORSEMENTS TO BE SUBMITTED WITH CONTRACT. GENERAL LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION: Endorsement 1 1. Insurance Company: FIRST OAK BROOK - ILLINOIS INSURANCE EXCHANGE Policy Number:DGC -162694 2. Policy Term (From): 10-22-92 (To); 10-22-93 ; Endorsement Effective Date: 04-05-93 3. Named Insured: MULTI CONSTRUCTION & RAMIREZ, A. J.V. 4. Address of Named Insured: 2440 N. CLASSELL- ORANGE, CA. 92665 5. Limit of Liability Any One Occurrence: $ 2,000,000.00 6. Deductible or Self -Insured Retention (Nil unless otherwise Specified): $ 1,000.00 PER CLAIM 7. Coverage is equivalent to: Comprehensive General Liability form GL0002 (Ed. 1\73) Commercial General Liability "Occurrence" form CG0001 Kg 8. Bodily Injury and Property Damage Coverage is: Kg "occurrence" Note: If "Claims Made" coverage is used to satisfy the liability insurance requirement, the coverage will be required to be maintained for six months following completion of the project. If commercial general liability form or equivalent is used, the general aggregate must apply separately to this location/project or the general aggregate must be twice the occurrence limit. 9. Description of Project: SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8. CA-13 1 1 1 1 1 1 1 1 1 1 1 1 > CERTIFICATE HOLDER < I20201 Sherman Way #206 Canoga Park, CA 91306 PHONE818-718-6410 •ERTIFICATE OF INSURANCE 04/14/93 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Johnson & Associates NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE IINSURED COMPANY LETTER A FIRST OAKBROOK/ILLN. INS. EXCH. MULTI CONSTRUCTION CO. & IRAMIREZ, A. J.V. 2440 N. GLASSELL ORANGE, CA 92665 II> COVERAGES < THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO IIWHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COMPANY LETTER B COMPANY LETTER C COMPANY LETTER D COMPANY LETTER E CO LTR TYPE OF INSURANCE IGENERAL LIABILITY A X] COMMERCIAL GEN LIABILITY [ ] [ ] CLAIMS MADE [2 .00C. POLICY NUMBER POLICY EFF DATE POLICY EXP DATE DC] OWNER'S & CONTRACTORS PROTECTIVE X] PROD/COMP OPS C] NON -OWNED AUTO AUTOMOBILE LIAB [ ] ANY AUTO ( ] ALL OWNED AUTOS [ ] SCHEDULED AUTOS ( ] HIRED AUTOS [ ] NON -OWNED AUTOS [ ] GARAGE LIABILITY [] EXCESS LIABILITY ( ] UMBRELLA FORM ( ] OTHER THAN UMBRELLA FORM DOL 157050 10/22/92 10/22/93 ALL LIMITS IN THOUSANDS GENERAL AGGREGATE PRODS-COMP/OPS AGG. 2000 2000 PERS. & ADVG. INJURY EACH OCCURRENCE FIRE DAMAGE (ANY ONE FIRE) MEDICAL EXPENSE (ANY ONE PERSON) WORKERS, COMP AND EMPLOYERS, LIAB CSL 2000 2000 50 5 BODILY INJURY (PER PERSON) BODILY INJURY (PER ACCIDENT) PROPERTY EACH OCC C AGGREGATE STATUTORY EACH ACC DISEASE -POLICY LIMIT DISEASE -EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS PROJECT:TAMARIND AVENUE LIFT STATION NO. 8 AND FORCE MAIN ENDORSMENT FOR ADDITIONAL INSURED ATTACHED ******CERTIFICATE HOLDER IS NAMED ADDITIONAL INSURED***** *10 DAY NOTICE FOR NON PAYMENT > CANCELLATION < CITY OF FONTANA ATTN: PHILLIPE MOLINOS 8353 SIERRA AVENUE FONTANA, CA 92335 ACORD 25-S (3/88) = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- = PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT • FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF • ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE = AUTHORIZED REPRESENTATIVEG�[i.t�22��'/// B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. As respects any work performed on the above -described Project, the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers, and volunteers are included as insureds with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured on the above -described Project for or on behalf of the City of Fontana; or (b) products sold by the Named Insured to the City of Fontana for use on the Project; or (c) premises leased by the Named Insured from the'City of Fontana, the insurance afforded by this policy shall be primary insurance as respects the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers, or volunteers; or stand in an unbroken chain ofcoverage excess of the Named Insured's schedule underlying primary coverage. In either event, any other insurance maintained by the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers, or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: (1) Insurance Services Office form number GL 0002 (Ed. 1/73), Comprehensive General Liability Insurance and Insurance Services Office form number GL 0404 Broad Form Comprehensive General Liability endorsement; or (2) Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG 0001; or (3) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding sections (1) and (2). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company's limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City of Fontana, its elected or appointed officer, officials, employees , consulting engineers or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified' mail return receipt requested, to the City at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 60 days prior to the effective date of cancellation. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: CLAIMS DEPARTMENT (Title) (Department) VENTURE UNDERWRITERS OF ARIZONA (Company) P.O. BOX 2799 BULLHEAD CITY • (Street Address) ARIZONA 86430 (City) (800) 382-5533 (State) (Zip Code) (602)763-1905 (Telephone Number) (FAX Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, WITLIAM F. FIX , warrant that I have authority to bind the (print/type name) below listed insurance company and by my signature hereon do so bind this company. I (SI ATURE OF AUTI REPRESENTATIVE (Original Sigture required on endorsement furnished to the City of Fontana) ORGANIZATION: JOHNSON AND ASSOCIATES TITLE: AGENT ADDRESS:. TELEPHONE: ZOZOl SHERMAN WAY #206 CANOGA PARK, CA_ q1106 • (818) 718-6410 FAX NO. (818) 718-6490 AUTOMOBILE LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION 1. Insurance Company: Policy Number: Endorsement 1 FIRST OAK BROOK - ILLINOIS INSURANCE EKCHANGE DGC-162694 2. Policy Term (From): 10-22-92 (To): 10-22-93 04-05-93 Endorsement Effective Date: MULTI CONSTRUCTION & RAMIREZ, A. J.V. 3. Named Insured: s 4. Address of Named Insured: 2440 N. GLASSF.'Tr ORANGE, CA. 92665 5. Limit of Liability Any One Occurrence: $ 2,000,000.00 - NON OWNED AUTO ONLY 6. Deductible or Self -Insured Retention (Nil unless otherwise Specified): $ 1000.00 7. Description of Project: SEWEREFORCELIFT A IN FOR. SAMARIND AVENUE AND S B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The City of Fontana, its elected or appointed officers, officials, consulting engineers, employees and volunteers are included as insureds with regard to damages and defense of claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired. or borrowed by the Named Insured, regardless of whether liability is attributable to the Named Insured or a combination of the Named Insured and theCity e of Fontana, its elected or appointed officers, officials, employ, consulting engineers or volunteers. _ CA-16 2. Additional Insured: Property Owner, Terminal Freight Handling Company, A Delaware Corporation, Sears Logistics Services (SLS) 225 Windsor Drive Itasco, Illinois 60143-1223 [ERTIFICATE OF INSURANCE PRODUCER I Johnson & Associates II20201 Sherman Way #206 Canoga Park, CA 91306 PHONE818-718-6410 INSURED MULTI CONSTRUCTION CO. RAMIREZ, A. J.V. 2440 N. GLASSELL ORANGE, CA 92665 li> COVERAGES < I THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO 1111 WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 04/14/93 THIS CERTIFICI E IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LETTER A FIRST OAKBROOK/ILLN. INS . EXCH. COMPANY LETTER B COMPANY LETTER C COMPANY LETTER D COMPANY LETTER E I CO TYPE OF INSURANCE IIILTR IA GENERAL LIABILITY X] COMMERCIAL GEN LIABILITY [ ] [ ] CLAIMS MADE [l OCC. X] OWNER'S & CONTRACTORS PROTECTIVE DC] PROD/COMP OPS C] NON -OWNED AUTO POLICY NUMBER DOL 157050 POLICY EFF DATE 10/22/92 POLICY EXP DATE 10/22/93 ALL LIMITS IN THOUSANDS GENERAL AGGREGATE 2000 PRODS-COMP/OPS AGG. 2000 PERS. & ADVG. INJURY 2000 EACH OCCURRENCE 2000 FIRE DAMAGE (ANY ONE FIRE) 50 MEDICAL EXPENSE (ANY ONE PERSON) 5 AUTOMOBILE LIAB C] ANY AUTO [ ] ALL OWNED AUTOS [ ] SCHEDULED AUTOS [ ] HIRED AUTOS [ ] NON -OWNED AUTOS [ ] GARAGE LIABILITY [] EXCESS LIABILITY [ ] UMBRELLA FORM [ ] OTHER THAN UMBRELLA FORM WORKERS/ COMP AND EMPLOYERS, LIAB OTHER CSL BODILY INJURY (PER PERSON) BODILY INJURY (PER ACCIDENT) PROPERTY I EACH OCC I AGGREGATE I I I I STATUTORY EACH ACC DISEASE -POLICY LIMIT DISEASE -EACH EMPLOYEE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS PROJECT:TAMARIND AVENUE LIFT STATION NO. 8 AND FORCE MAIN ENDORSMENT FOR ADDITIONAL INSURED ATTACHED ******CERTIFICATE HOLDER IS NAMED ADDITIONAL INSURED***** *10 DAY NOTICE FOR NON PAYMENT > CERTIFICATE HOLDER < > CANCELLATION < ICITY OF FONTANA ATTN: PHILLIPE MOLINOS 8353 SIERRA AVENUE FONTANA, CA 92335 ACORD 25-S (3/88) = SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- = PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT = FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF = ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. = AUTHORIZED REPRESENTAT1VEj//��/`'/7/ 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City of Fontana, the insurance afforded by this policy shall: (a) be primary insurance as respects the City of Fontana, its elected or appointed officers, officials, employees, consulting engineers or volunteers; or (b) stand in an unbroken chain of coverage in excess of the Named Insured's primary coverage. In either event, any other insurance maintained by the City of Fontana, its elected or appointed officers, officials, employees or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage to the Named Insured at least as broad as: (1) Insurance Services Office form number CA 00001 (Ed. 1/78), Code 1 ("any auto") and endorsement CA 0025. (2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1). 4. SEVERABILITY OF INTEREST: The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respect to the Company's limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City of Fontana, its elected or appointed officer, officials, employees, consulting engineers or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the City at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 60 days prior to the effective date of cancellation. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (Title) (Department) (Company) (Street Address) (City) (State) (Zip Code) (Telephone Number) (FAX Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have authority to bind the (print/type name) below listed insurance company and by my signature hereon do so bind this company. ORGANIZATION: TITLE: (SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the City of Fontana) ADDRESS: TELEPHONE: FAX NO: • , WORKER'S COMPENSATION/EMPLOYERS LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION Endorsement # 7f%% UL CO/ /, Goidi•✓ EA 6/1 1. Insurance Company: PolicyNumber: 2. Effective Date of This Endorsement: y" 0/CC . 73. 3. Named Insured: ("the Company") yLJ c /13- zs a9-o / C, j f /C5,c.T,1VA 4. Employer's Liability Limit (Coverage B) : I c700, 00'0 B. POLICY AMENDMENTS In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. Cancellation Notice. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt. requested, to the City at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 60 days prior to the effective date of cancellation. Insurance Code Section 674 provides that a policy of liability insurance issued to a local public entity, including a city, as a name insured shall not be cancelled or renewal of such a policy declined for reasons other than nonpayment of premium unless notice is mailed by certified mail return receipt requested has been given to the City' at least 45 days prior to the effective date of the nonrenewal or at least 60 days prior to the effective date of cancellation. 2. Waiver of Subrogation. The Insurance Company agrees to waive all rights of subrogation against the City of Fontana, its elected or appointed officers, officials, agents and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the City of Fontana. CA-19 riSUR. CERTIFICATE OF INSURA� CI 04/02/93 PRODUCER .RIDEMARK INSURANCE AGENTS & BRS 23002 LAKE CENTER DRIVE MAKE FORREST, CA 92630 range, Ca. 92664 - 8090 (714) 748 - 8500 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE RED J & S MULTI CONSTRUCTION, INC. INC. IP.O. BOX 2665 ORANGE CA 92669 COMPANY A LEIItR COMPANY B LETTER GOLDEN EAGLE COMPANY C LETTER COMPANY D LETTER COMPANY LETTER ■)VERAGES HIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS RTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POUCYNUMBER PODGY FFFECTWE DATE (MM/DD/YY) POUCY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL UABIUTY CLAIMS MADE OCCUR. OWNER'S & CONTRACTOR'S PROT. GENERAL AGGREGATE PRODUCTS-COMP/OP AGG. $ PERSONAL & ADV. INJURY $ EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXPENSE (Any one person $ AUT➢NOBILE LIABILITY ANY AUTO AU. OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE UABILTTY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM EACH OCCURRENCE AGGREGATE V RNER'S COMPENSATION AND EMPLOYERS' LIABILITY NWC 18 25 29-01 04/29/93 04/29./94 STATUTORY UMTTS EACH ACCIDENT DISEASE-POUCY UMR 1000000 1000000 DISEASE -EACH EMPLOYEE 1000000 OTHER ICRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ALL OPERATIONS OF THE NAMED INSURED CERTIFICATE HOLDER '',CANCELLATION 'CITY OF FONTANA 8353 SIERRA AVENUE FONTANA, CA 92335 IIP1M 25-BBS (07/90) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXIPRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT AUTINIRIZED REPRESENT YE t 1 • IApril 2, 1993 SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, James P. Jeffords, warrant that below listed Insurance Company and "bind this Company. 1 ORGANIZATION: TITLE: TELEPHONE: FAX NO: 1 1 1 (Sign PRIDEMARK INSURANCE, Producer (714) 748-8500 (714) 748-8508 I have authority to bind the by my signature hereon do so r''z=d Representative) AGENTS/BROKERS C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have authority to bind the (print/type name) below listed insurance company and by my signature hereon do so bind this company. ORGANIZATION: TITLE: ADDRESS: (SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the City of Fontana) TELEPHONE: FAX NO. CITY OF FONTANA GENERAL CONDITIONS FOR CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 BID NO. SB-48-93 SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, transportation, services and incidentals as required by the contract documents to complete all the work for the above stated project. The general items of work to be done hereunder consist of construction of SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8, SB-48-93 complete, including gravity in flow, sewer, force main and metering manhole. LOCATION OF WORK The general locations and limits of the work are as follows: Tamarind Avenue between Santa Ana Avenue and Jurupa Avenue. TIME OF COMPLETION The Contractor shall complete all work in every detail within 60 working days after the notice to proceed. The Contractor shall place the order for the pumps, electrical panel, manhole meter, generator and sewer maintenance vehicle equipment, within 35 days following project award by Agency (presently anticipated to be April 6, 1993). Verification of order shall be presented to Agency. LIQUIDATED DAMAGES Failure of the contractor to complete the work within the time allowed will result in damages being sustained by the Agency. The amount prescribed in the Special Provisions, pursuant to the authority of Public Contract Code Section 10226 to be paid to the Agency or to be deducted from any payments due or to become due the Contractor for each consecutive calendar day in completing the whole or any specified portion of the work beyond the time allowed in specifications. TRAFFIC REQUIREMENTS A minimum of one (1) 1.ravel lane in each direction shall be maintained on all paved streets within the construction zone at all times. Access shall be provided to all intersecting local streets and driveways at all times. The Contractor shall submit a plan detailing the delineation and protective measures to be undertaken for AGENCY and other agencies' approval. Said Plan shall identify construction phasing which shall not disrupt existing traffic circulation patterns. Delineation shall be in accordancewith the California Department of Transportation Traffic Manual. No street closures shall be made without prior approval of the City Engineer and other agencies involved. See Appendex III, Traffic Control Memorandum. GC-1 Steel plate covers shall be installed over all open trenches at the close of construction each day so that a minimum of one (1) travel lane in each direction can be maintained during non -construction hours. HAZARDOUS MATERIALS Public Contract Code Section 7104 requires a contractor to notify the public entity of various problems, including the existence of possible hazardous materials, as follows: If the work entails digging a trench or other excavation four (4) feet or more in depth, contractor shall promptly, and before the following conditions are disturbed, notify the Agency in writing of any,material that the contractor believes may be hazardous waste; any subsurface and latent physical conditions at the site differing from those indicated; or any unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in the work of the character provided for in the contract. UTILITY REQUIREMENTS The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least 48 hours notice to the Underground Service Alert by calling 1/800/422-4133. Contractor shall contact USA as specified and shall provide the Agency with proof of contact with. USA upon request. The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their structures. The utility companies listed below can be contacted as indicated. 1. Fontana Water Company Local Telephone: (909) 822-2201 USA Member Utility, Phone 1-800-422-4133 2. West San Bernardino County Water District Local Telephone: (909) 877-0516 3. Pacific ' Bell Local Telephone: (909) 359-2520 USA Member Utility, Phone 1-800-422-4133 4. Southern California Edison Co. (909) 357-6223 (East of Citrus Ave.) Local Telephone: (909) 357-6231 (West of Citrus Ave.) USA Member Utility, Phone 1-800-422-4133 5. Southern California Gas Company Local Telephone: (909) 335-7750, (800) 624-2497 USA Member Utility, Phone 1-800-422-4133 6. Fontana Community Development Department (Sewer and Storm Drain) Local Telephone: (909) 350-7610 7. Comcast Cable Local Telephone: (909) 988-2985 GC-2 1 1 Chino Basin Municipal Water District Local Telephone: (909) 987-1712 9. Santa Fe Pacific Pipeline Local Telephone: (909) 877-2373 10. Southern Pacific. Railroad Local Telephone: (213) 629-6161 Fiber Optic Cable: (800) 283-4237 11. Cal Trans Local Telephone: (909) 383-4536 12. Metropolitan Water District of Southern California Local Telephone: (213) 250-6679, (213) 250-6000 13. U. S. Sprint Local Telephone: (909) 874-7450 14. San Bernardino County Department of Transportation/Flood Control Local Telephone: (909) 387-2888, (909) 387-2642 The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The Contractor shall notify the Southern California Gas Company's Headquarters Planning Office at 714/335-7769 at least two (2) working days prior to the start of construction. The Contractor shall exercise extreme care to protect all existing utilities in place whether shown on the plans or not, and shall assume full responsibility for all damage resulting from his operations. The Contractor shall coordinate with each utility company as to the requirements and methods of protection of their facilities during the construction period, and shall be responsible for preparation and processing of any required plans or permits. The Contractor shall assume full responsibility to maintain uninterrupted service for all utilities, including temporary service connections. By submitting a bid, the Contractor acknowledges the above referenced utility work to be done in conjunction with this project. The. Contractor shall schedule his work and conduct his operations so as to permit access and time for the required utility work to be accomplished during the progress of the work. The Contractor shall coordinate with each utility company as to the extent of required work and the time required to do so. The Contractor shall include this time in his schedule. Payment for the above, including coordination, protection in place, and temporary connections, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. To the extent required by Government Code Section 4215, the Agency shall compensate Contractor for the costs of locating and repairing damage to utility facilities not due to the failure of Contractor to exercise reasonable care, and for removing or relocating main or trunk line facilities not indicated in the plans with reasonable. accuracy, and for equipment necessary idled during such work. Contractor shall not be assessed liquidated damages for delay caused by failure of Agency to provide for removal or relocation of such utility facilities. GC-3 The Contractor shall "pothole" to determine the exact horizontal and vertical location of the existing storm drain, water, gas or other utilities, sewer and the sewer where the sewer will cross or connect to as shown on the plans, marked in the field, or as directed by the Engineer, in conformance with Section 5-1 of the Standard Specifications, and shall immediately notify the Engineer in case of conflict. This shall be the first item of work completed. The Contractor shall be responsible for obtaining the horizontal and vertical measurements to the utility once exposed. The area of pavement removed for potholing shall be the minimum required to perform the work. Pavement removal shall be by sawcutting. Following excavation in paved areas, the existing soil shall be replaced and compacted to 95% or greater to a level of one foot below the existing pavement. Asphalt cold mix shall then be added and compacted to a level flush with the existing finished surface. In areas without paving, the soil shall be replaced and compacted to a level even with the adjacent grade. All backfilling and compacting for potholing shall be completed under the supervision of the Inspector. Any backfilling or compaction done without proper inspection will require submittal of a soils report confirming compaction of subgrade and base and gradation conformance prior to final release. Compaction testing will be performed by the Agency. For potholing done without the proper supervision, the cost of testing shall be deducted from the compensation paid to the Contractor for potholing. The Inspector may, at his discretion, order testing for any area he believes to be below the required compaction, whether he has supervised the work or not. If the suspect area fails to meet the required compaction, the Contractor shall rework the area until the specified density is obtained. The Agency shall then retest the area for compliance. The cost of all testing within these areas shall be deducted from the compensation paid for potholing. If the suspect area meets the compaction requirements, the testing will be at the Agency's expense and the cost will not be deducted from the compensation paid for potholing. Cold mix patches shall remain in place a minimum of five working days to assure proper compaction. Cold mix patches within the proposed areas to be repaved may remain in place until such time as the final paving is undertaken. The Contractor shall maintain full responsibility for the temporary cold mix patch and shall complete all required maintenance and repairs until final paving is completed. Following approval of the waiting period by the Agency, the Contractor shall remove the temporary cold mix in areas outside the repaving limits and construct the final patch using a C2-AR4000 hot mix asphalt. A tack coat shall be applied to the pavement edges and surrounding areas. The thickness of the asphalt concrete layer shall be one inch greater than the existing section, but not less than four inches. Payment for potholing shall be made at the contract price bid for each and shall include full compensation for furnishing all materials, labor, tools and equipment to provide this item of work, complete in place, including pavement removal, excavation, measurement, backfilling, compacting, temporary and final patch, maintenance, and all appurtenant related work and no additional compensation will be allowed. The bid quantity shown in the proposal bid sheet for potholing is an estimate only and may be substantially different from the actual work performed by the Contractor. The exact number of potholes to be performed by the Contractor shall be as determined by the Engineer in the field. Payment for potholing will be made at the contract unit bid price only for the work actually performed and pre -approved to be performed at each location by the Engineer in the field. And shall not be subject to the provisions of Section 3-2 of the Standard Specifications. GC-4 FLOW AND ACCEPTANCE OF WATER It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly; and Contractor submitting a bid assumes all said risk. The Contractor shall conduct his operations in such a manner that storm or other existing waters may proceed uninterrupted along their existing drainage courses. Diversions of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the Engineer, are not subject to probability of damage. The Contractor shall obtain written permission from the applicable public agency or property owner. before any diversion of water, outside of street right of way will be permitted. REMOVAL OF WATER The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. No concrete footing or floor shall be laid in water nor shall water be allowed to rise over them until the concrete or mortar has set at least two (2) hours. Water shall not be allowed to rise unequally against wall for a period of twenty-eight (28) days. Dewatering for the structures and pipelines shall commence when ground water is first encountered, and shall be continuous until such time as water can be allowed to rise in accordance with the above paragraph. Dewatering shall be accomplished by well points or some other method which will insure a dry hold and preservation of final lines and grade of the bottoms of excavation, all subject to the approval of the Engineer. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. Disposal methods shall conform to the Porter -Cologne Water Quality Control Act, 1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. Full compensation of dewatering shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefor. TRENCH SAFETY AND SHORING EXCAVATION The Contractor shall utilize sheeting, shoring and bracing as required to minimize the trench width or to protect existing improvements or utilities in place as required for this project. In accordance with Section 6500 of the Labor Code, the Contractor is required to obtain a permit from the Division of Industrial Safety for any trench or excavation which is five feet or more in depth and into which a person is required to descend. The Contractor shall furnish all labor, equipment, and materials required to design, construct, and remove all sheeting, shoring and bracing or other equivalent method of support for this project. The City of Fontana will acquire a 50 foot wide by 400 foot long temporary construction easement adjacent to the sewer lift station. The Contractor may use this area for slopping the excavation in lieu of shoring for the wet well construction. The contractor shall verify that the acquisition is complete prior to beginning work outside the public right of way. GC-5 Excavation five (5) feet or more in depth shall not begin until the Contractor has received approval from the Engineer of the Contractor's detailed plan for worker protection from hazards of caving ground. Such plan shall be submitted at least five (5) days before the Contractor intends to begin excavation and shall show the details of the design of 'shoring, bracing,. shielding or other provisions to be made for worker protection during excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than required by. Construction Safety Orders of the Division of Industrial Safety and if such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared and signed by an Engineer who is registered as a Civil or Structural Engineer in the State of California. Prior to the beginning of excavations requiring shoring, the Contractor shall designate in writing to the Engineer someone whose responsibility it is to supervise the project safety measures and someone whose responsibility it is to supervise the installation and removal of sheeting, shoring, and bracing. In addition to shoring the excavations in accordance with the minimum requirements of Industrial Safety Orders, it shall be the Contractor's responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those desired by using the criteria set forth in the Industrial Safety Orders. The Contractor shall be solely responsible for any damages which may result from his failure to provide adequate shoring the excavation under any or all of the conditions of loading which may exist, or which may arise during construction of the project. Payment for sheeting, shoring, bracing, and all appurtenant related work shall be considered as included in the unit price bid for V.C. pipe or D.I. pipe, and sewer lift station, and no additional compensation will be allowed. CITY FURNISHED MATERIALS The City of Fontana has pre -ordered and paid for the manufacturing of the 120" diameter RCP wet well and top slab. The pipe and top slab will be delivered to the job site by the manufacturer upon request of the Contractor. Unloading, errection, core drilling, joint sealing and appurtenant work are the Contractor's responsibility. PLASTIC LINER Plastic liner joints, corner and weld strips shall be per SEctions 210-2 and 311-1 of the Standard Specifications. METAL FABRICATION AND CONSTRUCTION Metal fabrication and construction shall conform to the applicable portions of Section 304 of the Standard Specifications. LUMBER AND WOOD CONSTRUCTION Lumber and wood construction shall conform with the applicable portions of Section 204 of the Standard Specifications and the Uniform Building Code. No building permit will be required. GC-6 STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the latest edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, ("Green Book" 1991 Edition), including all supplements as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher: Building News, Incorporated 3055 Overland Avenue Los Angeles, California 90034 (310) 202-7775. The Standard Specifications set forth above will control the general provisions for this contract except as amended by the Plans, Special Provisions, or other contract documents. The section numbers of the following Special Provisions coincide with those of the Standard Specifications. Only those sections requiring amendment or elaboration, or specifying options, are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. References in the Special Provisions to Standard Plans shall mean the Standard Plans of the City of Fontana or other governing agency as specified. Applicable Standard Plans for this project are contained in Appendix I of these Specifications. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place and that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment and incidentals, and do all the work involved in executing the contract. WAGE RATES AND LABOR CODE REQUIREMENTS Wage Rates The Contractor and all Subcontractors shall be required to adhere to the general prevailing rate of per diem wages as determined and published by the State Director of the; Department of Industrial Relations, pursuant to Sections 1770, 1773, and 1773.2 of the California Labor Code. Copies of these rates and the latest revisions thereto are on file in the Office of the. Secretary of the Board of Directors and are available for review upon request. Attention is directed to the provisions of Sections 1774, 1775, 1776, 1777.5, and 1777.6 of the State Labor Code. Sections 1774 and 1775 require the contractor and all subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Section 1776 requires the Contractor and all Subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures,and certain -notices required of the Contractor pertaining to their location. GC-7 The Contractor and all subcontractors shall be required to pay travel and subsistence payments as defined in applicable collective bargaining agreements and Labor Code Sections 1773.1 and 1773.8. Eight (8) hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight (8) hours during any one calendar day and forty (40) hours in any one calendar week, except when payment of overtime is made at not less than one and one-half (1-1/2) of the basic rate for all hours worked in excess of eight (8) hours per day. The Contractor shall forfeit to the Agency, as a penalty, $25 for each worker employed in the execution of this contract by him, or by any subcontractor under him, for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day or forty (40) hours in any one calendar week without such compensation for overtime. Apprentices Section 1777.5 requires the Contractor or Subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ration of apprentices to journeymen to be used in the performance of the contract. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade and if other Contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Clayton Act and Cartwright Act Section 7103 of the Public Contract Code specifies that in executing a public works contract with the Agency to supply goods, services or materials, the Contractor or Subcontractors offers and agrees to assign to the Agency all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professional Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the Agency tenders final payment to the contractor without further acknowledgement by the parties. SUBSTITUTIONS A. - Instructions to Bidders specify time restrictions for submitting requests for substitutions during and after the bidding period. B. Subsequent to the time restrictions specified, substitutions will be considered only when a Product becomes unavailable through no fault of the Contractor. C. Substitution requests must be made on the City's substitutionrequest form with complete data substantiating compliance of proposed substitution with the Contract Documents. The substitution request form is enclosed on Page CG-9 of this section. GC-8 To: City Engineer Project: Specified Item CITY OF FONTANA FONTANA, CALIFORNIA SUBSTITUTION REQUEST FORM SECTION PAGE PARAGRAPH DESCRIPTION The undersigned requests consideration of the following: PROPOSED SUBSTITUTION Attached data includes product description, specifications, drawings, photographs, performance and test data adequate for evaluation of the requests; applicable portions of the data are clearly identified. Attached data also includes description of changes to Contract Documents which proposed substitution will require for its proper installation. The undersigned states that the followingparagraphs, unless modified on attachments are correct: 1. The proposed substitutions shall not result in any changes in the design, dimensions or performance of the Sewer Lift Station and Building Structure. 2. The proposed substitutions. will have no adverse effect on other trades, the construction schedule, or specified warranty requirements. 3. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, performance and quality of the proposed substitution are equivalent or superior to the specified item. Submitted by: For use by City of Fontana Signature: 0 Accepted 0 Accepted as Noted Firm: 0 Not Accepted Address: 0 Received too late By: Date: Date: Telephone: Remarks: Fax: Attachments: GC-9 1 1 1 1 1 1 1 CITY OF FONTANA SPECIAL PROVISIONS FOR THE CONSTRUCTION OF SEWER FORCE MAIN FOR TAMARIND AVENUE SEWER LIFT STATION NO. BID NO. SB-48-93 EXCEPT AS SPECIFIED BELOW, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (SSPWC), COMMONLY REFERRED TO AS "THE GREEN BOOK", WILL APPLY TO: AND CONTROL THIS WORK. PART 1 - GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS. Construction City of Fontana Agency/City City of. Fontana Board - City Council County County of San Bernardino Engineer - City Engineer Federal - United States of America State - State of California Civil Engineer Hall & Foreman, Inc. Geotechnical - Geotechnical Investigation Santa Ana Avenue Sewer/Lift Station Empire Center Fontana, California September 19, 1991 Project No. 1023.58 Prepared. By: Geotechnical Professionals, Inc. Arborist Preliminary Arboricultural Report Prepared By: Knapp & Associates SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT. [Replace with the following]: Within ten (10) working days after the date of the Notice to Award, the Contractor shall execute and return the following contract documents to the Agency: Contract Agreement Contract Performance Bond Payment Bond General Liability and Automobile Liability Insurance Certificate and Endorsement form Worker's Compensation and Employer's Liability Insurance Certificate and Endorsement forms Construction Schedule SP-1 Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the Agency until executed by the authorized Agency officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the Agency, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 2-4 CONTRACT BONDS. Both the Contract Performance Bond and the Payment Bond shall each be for. not less than one hundred percent (100%) of the total contract amount. The Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Contract Performance Bond will not be released until one year after said date. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. [Replace the first paragraph with the following]: The Contractor shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the field,`and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as -built conditions. Upon completion of all work, the Contractor shall return the control set to the Engineer. Final payment will not be made until this requirement is met. Payment for the as -built plans shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefore. 2-8 RIGHT-OF-WAY The Agency will acquire all rights of way, easements and temporary construction easement as required for this project. The Contractor shall verify that the acquisition(s) is completed prior to beginning any work outside the public right of way. All cost for remobilization, downtime, etc., due to delays in obtaining the required rights of way, easements, and rights of entry shall be included in the lump sum price bid for Clearing and Grubbing and no additional compensation will be allowed. 2-9 SURVEYING 2-9.3 Surveying Service. [Replace the first two paragraphs with the following]: The Engineer will provide surveying and construction staking required for the construction of this 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 operations will be the responsibility of the. Contractor. The cost of said additional surveying shall be deducted from the Contractor's progress payments. The Contractor -shall make all requests for construction stakes in writing at least 48 hours in advance of the day required. SP-2 The Contractor shall set finish elevation control stakes. Payment for setting control stakes shall be considered as included in the price bid for the applicable items of work. The Contractor shallobtain written verification of tying out existing monumentation by Agency prior to beginning any removals. SECTION 3 - CHANGES IN, WORK 3-2 CHANGES INITIATED BY THE AGENCY 3-2.1 General {Add the following]: The term "Contract Price" as specified herein shall serve to mean the total dollar value of the Contractor's original bid for all of the various items of work combined and shall not be construed to mean the subtotal shown on any singular item of work. 3-3 EXTRA WORK 3-3.2.3 Markup. [Add the following as the first paragraph]: The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of superintendents, project managers, timekeepers and other personnel, not working directly on the change order and pickup or yard trucks used by the above personnel. These costs shall not be reported as labor. or equipment' elsewhere except when actually performing work directly on the change order and then shall only be reported at the labor classification of the work performed. SECTION 4 - CONTROL OF MATERIALS The Contractor's attention is directed to the provisions of Section 4, including the provisions regarding inspection and testing, and use of equivalent materials. The City will pay for inspection and materials testing. The Contractor shall pay for retests due to failure to meet specifications. 4-1.1 General. [Replace the third paragraph with the following]: If at any time defects in the work shall be found, the Contractor shall promptly correct such defects, remove and dispose of all defective and unsatisfactory work or materials. Should the Contractor fail or refuse to remove and renew any defective work performed, or to make any necessary repairs in an acceptable manner, and in accordance with the Contract Documents, the City shall cause the unacceptable or defective work to be removed or renewed, or such repairs as may be necessary to be made at the Contractor's expense. Any expense incurred by the City in making these removals, renewals, or repairs, which the Contractor has failed or refused to make, shall be deducted from any monies due or which may become due the Contractor, with Contractor being obligated to reimburse the City for any sums incurred in excess of monies due or which may become due. SP-3 SECTION 5 - UTILITIES • 5-1 LOCATION. (Add the following paragraph]: The Contractor shall notify the utilities designated in the General Conditions at least 48 hours in advance of excavating around any of their structures. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK [Replace with the following]: The Contractor's proposed Construction Schedule shall be submitted to the Engineer within ten (10) working days after the date of the Notice of Award of Contract. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. Prior to issuing the Notice to Proceed, the Engineer will schedule a preconstruction meeting with the Contractor to review the proposed Construction Schedule and delivery dates, arrange the utility coordination, discuss construction methods and clarify inspection procedures. The Contractor shall submit periodic Progress Reports to the Engineer by- the tenth day of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. The Contractor is advised as to the possibility of award of other construction projects within the proposed construction zone by the City of Fontana, other governing agencies, or private companies. In the event of such award(s), the Contractor shall coordinate with the applicable parties as to the extent of and time required to complete their work and shall schedule his work and conduct his operations so as to permit access and time as required for the concurrent work. The Contractor shall immediately notify the Engineer in the event of a delay in scheduling caused solely by this concurrent work. Payment for the above, if any, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. 6-4 DEFAULT BY CONTRACTOR. [Replace the first paragraph with the following]: The City has the right to suspend the work in whole or in part or cancel the contract without liability for damages, when in the City's opinion the Contractor is not complying in good faith, has become insolvent, has assigned or subcontracted any part of the work without City's consent, or shall fail to abide by the provisions of the Contract Documents. In the event it is necessary for the City to suspend the work as provided in this section, the Contractor shall not be entitled to any additional compensation for labor, materials, or other cost or expenses which may be incurred as a result thereof. City shall further have the right to withhold from the Contractor, any reasonable estimated sums as determined by the Engineer as may be required to correct the result of the Contractor's failure to abide by the provisions of the Contract Documents. The Contractor shall remain liable to the City for any correction cost in excess of cost incurred. Should work be suspended in part, Contractor shall continue with other work unaffected by the work suspended in accordance with the regular schedule or construction practices: SP-4 6-7 TIME OF COMPLETION 6-7.1 General. [Add the following]: The time for completion shall be as set forth in the General Conditions. 6-7.2 Working Day. [Replace with the following]: The Contractor's'activities shall be confined to the hours between 7:00 AM and 6:00 PM, Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. The service fees will be deducted from any amounts due the Contractor. 6.8 COMPLETION AND ACCEPTANCE. [Replace the second paragraph with the following]: The date as certified by the Engineer and/or accepted by the City when the construction of the project or specified construction schedule thereof is sufficiently completed. Completion will be in accordance with the Contract Documents, all applicable codes and to the full satisfaction and acceptance of the City of Fontana, County, State and Federal authorities, having jurisdiction over the project so that the project or specified construction can be utilized for the purpose for which it was intended. Substantial completion shall include Contractor's furnishing of all contractor's record data as required by the Engineer to comply with the requirements of the appropriate governmental authorities and acceptance by any governmental authority or municipality. 6-9 LIQUIDATED DAMAGES. [Replace last sentence with the following]: If the work is not completed within the period provided in the General Conditions, the City and the Contractor agree that it would be impractical or extremely difficult to assess the actual resulting damages to City and therefore, they agree that the sum of One Thousand ($1000) Dollars for each every calendar day of such delay is a reasonable estimate of the same and shall constitute liquidated damages to City in such event. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. [Add the following]: A.noise level limit of 86 dbA at a distance of fifty feet shall apply to all construction equipment on or related to the job, whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR 7-2.2 Laws. (Add the following]: The Contractor, and all subcontractors, suppliers and vendors shall comply with applicable Agency, State and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure SP-5 to file any report due under said orders will result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. 7-3 LIABILITY INSURANCE. [Replace the entire Subsection with the following]: 7-3.1 Indemnification.. The Contractor shall indemnify and save harmless the CITY OF FONTANA, the State of California, the County of San Bernardino and/or any incorporated city from all claims or suits for damages arising from his prosecution of the contract work, as more fully described in Subsection 7-3.2 "Contractor's Liability." 7-3.2 Insurance Requirements. The Insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the City at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 60 days prior to the effective date of cancellation. The Contractor shall maintain during the life of the contract a protective liability policy. The policy shall provide for not less than the following amounts: Bodily Injury $1,000,000 each person $2,000,000 each accident. $1,000,000 each accident for products and completed operations Property Damage $1,000,000 each accident Worker's Compensation Statutory Automobile Liability Insurance to include all owned, non -owned or non -hired vehicles, including loading and unloading thereof: Automobile Bodily Injury Automobile Property Damage $1,000,000 each person $2,000,000 each accident $ 500,000 each occurance All liability insurance policies shall 'bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the AGENCY shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event leas than 30 days before expiration or cancellation is effective. The following statement shall be included on the insurance certificate: "Additional Insured: The insurer agrees that the City and its City Council, and/or all City Council appointed groups, committees, boards and any other City Council appointed body, and/or elective and appointive officers, servants or employees of the City when acting as such are additional insured hereunder, for the acts of the insured, and such insurance shall be primary to any insurance of the City." SP-6 The Contractor agrees to protect, defend and indemnify the City of Fontana against loss, damage or expense by reason of any suit claims, demands, judgments and causes of action caused by the Contractor, his employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at his option, may include such coverage under his General Liability coverage. 7-3.3 Contractor's Liability. The City of Fontana, the City Council or the Engineer shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons,. either workmen or the public; or for damage to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or any one employed by him; against all of which injuries or damages to persons and property the Contractor, having control over such work, must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless the City of Fontana, the City Council and the Engineer from all suits or actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the Engineer may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due or becoming due the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. 7-3.4 Certificates of Insurance. The Contractor shall not commence work until Contractor had delivered to the City a Certificate of Insurance executed by a duly authorized agent of the insurance carrier specifying that the insurance affords coverage for all matters set forth in this contract in at least the minimum amount required. All of said certificates must show the correct job reference and location of the Jobsite and are not to state "covering all tracts." Contractor at his own cost and expense, shall insure this interest against loss resulting from fire, earth settlement, theft, embezzlement, riot or any other cause whatsoever. 7-5 PERMITS [Replace the first sentence with the following]: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and make arrangements for AGENCY inspections. The Contractor and all subcontractors shall each obtain any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or public utility. The Contractor is required but not limited to obtaining SP-7 a construction permit from the County of San Bernardino Transportation/Flood Control District (.909) 387-2888. Payment for this work shall be included in the bid items of work and no additional compensation will be allowed. The City of Fontana will waive the usual City encroachment permit fees. The Contractor shall provide the AGENCY with copies of all permits prior to commencement of construction. If the permit or license of any agency or public utility is more restrictive than the standard specifications, standard drawings or the special provisions, the requirements of the permit or license shall take precedence for that portion of the work in the agency or public utility right-of-way. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. In addition to standard specifications, special attention shall be given to the following: Contractor shall notify the City of utility to be crossed. Contractor shall protect in place said utility and provide all labor, materials, tools and equipment necessary for shoring, bracing or other support and backfill required by utility owner or City and no additional compensation will be allowed. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. [Add the following]: (Special attention is called out for in Section 7-10.0 in whole, and especially as. underlined:) The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants, commercial and industrial establishments,churches, schools, parking lots, service stations, motels, fire and police stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossing, of the Work at intervals not exceeding 300 feet (90 ml, also shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the Property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to such extent that safe access may be provided, and the street is opened to local traffic, the contractor shall immediately clear the street and driveways and provide and maintain access. The contractor shall cooperate with the various parties involved in the delivery of mail and the collection or removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway, excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. SP-8 Unless otherwise authorized, work shall be performed in only one-half of the roadway at one time. One-half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall include in its Bid all costs for the above requirements. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The Contractor shall notify all affected property owners of the proposed schedule a minimum of 48 hours, but not more than 72 hours, in advance of any limitation or closure of access to their property. Form of said notice shall be as approved by the Engineer and shall contain the date and time of the closure. In the event of delay, whether beyond the control of the Contractor or not, the Contractor shall notify all affected property owners as to the extent of the delay and his revised schedule. In the event of delay over 72 hours, the Contractor shall re -notify the property owners as described above. Payment for notification and coordination as per Section 7-10 as modified herein shall be included in the compensation paid for the various items of work and not additional compensation will be allowed. 7-10.2 Storage of Equipment and Materials in Public Streets. [Add the following]: No more than 1000 linear feet of pipeline shall be stockpiled on the site, regardless of size. The Contractor shall assume full responsibility for any damage caused by stockpiling and shall repair same at his expense. The Contractor shall also be responsible for providing traffic control as required to protect the public from hazards caused by stockpiling within the right of way. Payment for the above, if any, will be deemed as included in the items of work and no additional compensation will be allowed. The Contractor may, at his own expense, maintain and operate a work and storage area outside the public right-of-way. In such case the Contractor shall submit to Agency written authorization from the owners of the,subject property prior to occupation. Occupation of site without written authorization shall be grounds for immediate suspension of work. Location of site to be approved by Agency. Condition and operation of yard shall conform to these specifications. The Contractor shall assume full responsibility for all damage to the site resulting from his operations and shall repair and/or replace same, at his own expense, to the satisfaction of the owner of the subject property. The Contractor shall vacate site and return it to pre -project condition within five (5) working days following application for Notice of Completion. The Contractor shall obtain a written release from the property owner accepting the condition of the vacated site and releasing the Contractor from any further clean-up or restoration work and shall submit a copy of such release to Agency. The.Notice of Completion will not be issued until said release is submitted. 7-10.3 Street Closures, Detours,. and Barricades. [Add the following]: The Contractor shall maintain the minimum traffic requirements designated in the General Specifications. It shall be the Contractor'sresponsibility to furnish a detailed detour signing and barricade plan for Agency approval. SP-9 Unless otherwise specified, compensation for Traffic Control shall include full compensation for street closures, detours, grading, restoration, signs, flagmen, barricades, flashers, temporary striping, removal and replacement of miscellaneous signs, fences and all appurtenances and shall be paid for at the lump sum contract price for traffic control and no additional compensation will be allowed. Payment shall include full compensation for all labor, materials, tools, equipment and doing all work involved in Traffic Control as specified, including preparation of Traffic Control plans and obtaining Agency and County plan review, approval and permits. All existing stop signs, street name signs and regulatory signs shall be maintained in visible locations during construction and permanently relocated or removed as directed by the plans and the Engineer. Signs which need not be maintained during construction or permanently relocated shall be salvaged to the applicable government authority. Contractor will be responsible for providing traffic detour and traffic control plans for AGENCY approval as outlined in the Memorandum dated August 21, 1992 (See Appendix III). The cost for preparing such traffic control plans will be included in the lump sum price bid for the traffic signal installation and no additional compensation will be allowed. Traffic detour and traffic control plans shall be submitted for plan checking prior to the start of construction. No street or access closure to through traffic will be allowed without the express approval of the Agency. 7-10.4 Public Safety. [Add the following] The Contractor shall provide and maintain for the duration of the construction a.temporary fence of design and type needed to prevent entry on to the pumping station work site. 7-10.4.1 Safety orders. The Contractor shall comply with the provisions of any Agency ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection. 7-15 PAYROLL RECORDS [Add the following paragraph]: Certified Payroll Records shall be submitted to the AGENCY by the tenth day of each month. Progress payments will be withheld pending receipt of any outstanding reports. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. (Replace the first paragraph with the following]: Contractor will be paid only for the quantities as listed in the Bid Schedule and constructed in accordance with the Plans and Specification. Should any pay item contained in the Contract Documents be found unnecessary for the proper completion of the work, the City may, upon written Change Order to the Contractor, eliminate such pay items from the contract, and such action shall in no way invalidate the contract. Any pay items added to the contract as a result of unforeseen circumstances or required work not included on the plans and specifications will be paid only if those items were approved by the City, a cost was agreed to by all parties and a written Change Order was approved and submitted to the City prior to the construction of said work. SP-10 Before any payment shall be made, Contractor shall have provided City with releases executed by persons who might have mechanics liens, stop notices or. labor and materials bond rights against the project and arising out of the work. 9-3.2 Partial and Final Payment. [Replace the last paragraph with the following]: The closure date for periodic progress payments will be five (5) working days prior to the first Monday of each month. The final progress payment will not be released until the Contractor returns the control set of the Plans and Specifications showing the as -built conditions. The full ten percent (10%) retention will be deducted from all payments. The final retention will be authorized for payment thirty-five (35) days after the date of recordation of the Notice of Completion. In conformance with the State of California Public Contract Code, Section 22300, the Contractor may substitute securities for any monies withheld by the AGENCY to secure performance under the contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the AGENCY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the Contractor upon notification by AGENCY of Contractor's satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the City Attorney's office. Before the Agency shall make the final payment, Contractor shall execute and file with the Agency a release in the form supplied by the Agency, releasing its officers, employees, representatives, and agents from any and all claims for liability relating to any undisputed contract amounts for work performed in relation to the undisputed amounts. 9-3.3 Delivered Materials. [Replace with the following]: Materials and equipment delivered but not incorporated into the work will not be included in the estimate for progress payment. 9-3.4 Mobilization. [Replace with the following]: Mobilization shall consist of preparatory work and operations; including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices,buildings and other facilities necessary for the work on this project; and for all other work and operations which must be performed or cost incurred prior to the beginning of work on the various contract items on the project site. The compensation paid formobilization shall be included in the contract lump sum price for clearing and grubbing and shall be full compensation for all costs incurred by the Contractor for doing all the work involved in mobilization as specified herein. Payment for mobilization will be included in the first monthly progress payment and shall be considered full compensation for the cost of such mobilization and administered for the entire contract period. SP-11 PART II - CONSTRUCTION MATERIALS SECTION 206 - MISCELANEOUS METAL ITEMS (Add the following subsection) 206-7.1 General All posts, rails, pickets, post caps and miscellaneous assembly components shall be cold formed, hot-diped galvanized, polyvinyl coated 12 gage steel tubing. 206-7.2 Coating Coating system shall consist of hot -dipped galvanizing inside and outside with a chromate conversion layer and electrostatically applied, thermally bonded polyester power. 206-7.3 Engineer Approval Contractor shall request in writing to Engineer any material substitutions and shall not purchase or fabricate any component until written approval from Engineer is received. Contractor shall at his own expense, replace any and all material installed without Engineer's approval of materials. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT 210-1.6 Paint for Traffic Striping, Pavement Marking and Curb Marking 210-1.6.1 General [Replace with the following]: The paint for traffic striping and marking shall be solvent -borne low VOC as approved for use in the South Coast Air Basin by the Air Quality Management District. Thinner shall not be mixed with paint. Paint shall dry "tack -free" within thirty (30) minutes. Paint used for pavement legends shall be a compound of paint and glass beads. 210-1.6.5 Reflective Material [Replace with the first sentence of the second paragraph with the following]: Glass beads for traffic paint shall conform to State Material Specification 751-80-34. SECTION 211 - SOILS AND AGGREGATE TESTS 211-2.1 Laboratory Maximum Density. [Replace with the following]: Laboratory Maximum Density tests shall be performed in accordance with Test Methods No. Calif. 216G, Part II. The correction for oversized material as stated in Test Method No. Calif. 216 shall be replaced with Note 2 of ASTM D1557. 211-2.2 Field Density. [Add the following paragraph]: Field density tests will be made by the Engineer during the course of construction at the expense of the Agency. if field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the SP-12 Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed by the Engineer at the Contractor's expense. PART III - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.3.2 Requirements. (Add the following): (d) Miscellaneous In addition to the work outlined in Section 300-1 of the Standard Specifications, the following items of work are included under the Clearing and Grubbing unless otherwise covered by specific bid item. (1) Mobilization in accordance with Section 9-3.4 of the Standard Specifications. (2) Maintaining dust control at all times by watering during the entire time of the project, whether extended or not, including developing a water supply and furnishing and placing all water for all work done in the contract, including water used for extra work. Provide for necessary traffic control, including all signs, barricades, flashers and flagmen necessary to maintain proper control. (3) (4) Application of soil sterilant. (5) Protection of utilities, structures, improvements and other facilities within the construction zone, except those specifically shown on the plans to be removed or relocated. (6) Removal and disposal of existing natural and artificial objectionable material within the limits of construction. Verification of existing locations and elevations as shown on the plans or directed by the Engineer other than that designated as "potholing" Cleaning of storm drains, including existing upstream portions which are jointed by the project following project completion. Cleaning to be done to satisfaction of Engineer. Replacement of disturbed traffic signs, striping and markings as required to the satisfaction of the Engineer. (10) Tree removal and disposal of trees in a legal manner. (11) This item shall also be interpreted to include the removal or relocation of any additional items not specifically mentioned herein or covered by specific bid item, which may be found within the work limits whether shown or not shown on the plans to be removed or relocated. (7) (5) (9) SP-13 300-1.4 Payment. [Add the following]: Unless otherwise specified, compensation for clearing and grubbing shall include full compensation for mobilization, traffic control, signs, barricades and flashers, replacing trees and plants of the same kind to the reasonable satisfaction of the property owners whether indicated on the plans or not, shall be paid for at the lump sum contract price and no additional compensation will be allowed. Payment shall include full equipment and doing all work involved in clearing and grubbing as specified. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Unclassified Excavation shall include excavating, loading, stockpiling, hauling and disposing of surplus material to the depth indicated on the plans or as directed by the Engineer. Removal of existing asphalt concrete pavement shall be included in this item of work unless covered by a specific bid item. 300-2.2 Unsuitable Material. [Add Subsection 300-1.3.2 (a) Bituminous Pavement" as Subsection 300-2.2.3 and amend as follows]: Bituminous Pavement and Concrete removals shall be sawcut at the designated lines, of removal shown on the Plans or as designated by the Engineer. 300-2.6 Surplus Material. (Add the following]: All surplus materials shall be disposed of in a legal manner at the Contractor's expense. 300-2.9 Payment. (Replace with the following]: Payment for Unclassified Excavation shall be deemed as included in the compensation paid for the related pipe and no additional compensation will be allowed. Payment for removal of existing asphalt concrete pavement, concrete driveways, and concrete curb and gutter shall be made at the contract unit bid price per square foot or linear foot, respectively, and shall include full compensation for furnishing all labor, materials, tools, and equipment involved, including sawcutting, loading, hauling, stockpiling and disposal and no additional compensation will be allowed. The contract unit bid actual price for asphalt pavement removal shall be independent of the actual thickness encountered in the field. The quantity measured for asphalt pavement removal shall be limited to a maximum of that designated as "pay lines" per detail on the plans and measured in the field. Removal of asphalt concrete beyond this limit shall be at the Contractor's expense. Payment will be made only for the quantity of pavement within the limits actually removed and within the "pay lines". 300-3.5 Structural Backfill Structural backfill shall be per sub -section 300-3.5.1 with the following amendments. Structural backfill shall have a minimum relative compaction of 95%. Structural backfill shall be the native material. Payment for structural backfill shall be included in the price bid for the structure and no additional compensation will be allowed. SP-14 SECTION 301 - TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.2 Preparation'of Subgrade [Add the following]: Preparation of the subgrade shall conform to the provisions of Section 301-1 of the Standard Specifications, the Geotechnical Report, and these provisions. 301-1.3 Relative Compaction. Relative compaction in areas to be paved shall be modified to require 95% relative compaction. Relative compaction in unpaved areas shall be not less than 95% up to a level even with the adjacent ground. Compensation for subgrade preparation shall be deemed to be included in the unit price bid for respective construction and no additional compensation will be allowed. 301-6 SOIL STERILANT. (Add new Subsection]: 301-6.1 General. All areas to receive Asphalt Concrete Pavement shall be prepared in accordance with applicable sections of the Standard Specifications concerning subgrade preparation. In addition, after the compaction is completed, the Contractor shall apply a non -migrating soil sterilant to the subgrade. Application shall be by spray equipment which provides good mechanical agitation and even coverage of the area to be treated. Spray equipment shall be final. Great care shall be taken to apply soil sterilant to the designated areas only. Aggregate base may be placed immediately after placement of soil sterilant. 301-6.2 Operator's License. The Contractor's operator applying the soil sterilant shall be licensed by the State of California, Department of Food and Agricultural Affairs and registered with the Office of the Agricultural Commissioner of San Bernardino County as pest control officer. 301-6.3 Application. Any soil sterilant, which is approved in writing by a licensed pest control advisor (for the purpose of which it will apply) may be used upon acceptance by the Engineer. The dye shall not stain concrete or masonry. Certification shall be furnished to the Engineer showing the purchase receipt and manufacturer's recommended rate of application of the material. 301-6.4 Payment. The Contractor shall supply all labor, materials and equipment to apply the soil sterilant and shall include the cost for application in the lump sum contract price bid for clearing and grubbing and no additional compensation will be allowed. SP-15 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. [Replace the last paragraph with the following:] Asphalt Concrete shall conform to the requirements of Subsection 203-6.1 and Section 302-5 of the Standard Specifications, as modified by these Special Provisions. 302-5.4 Tack Coat. A tack coat shall be applied uniformly upon the existing pavement joints, gutters, inlets, manholes, etc. prior to placing the asphalt concrete. The tack coat shall be SS-lh emulsified asphalt per section 203-3. The surface to be covered shall be free of water, foreign material, vegetation or dust before application of the tack coat.. Payment for tack coat, labor, equipment, and material and doing all other appurtenant work shall be deemed as included in the unit price bid for asphalt concrete and no additional compensation shall be allowed. 302-5.5 Distribution and Spreading. [Add the following, including new Subsection 302-5.4.1. Asphalt concrete pavement for resurfacing shall be at least 4" thick, regardless of the thickness of the pavement removed and shall be laid in two or more courses. The base courses shall be no more than three inches thick and shall be B-AR4000. The finish course shall be a minimum one inch thick and shall be C2-AR4000. The base courses may be blade graded. The finish course shall be machine placed. All trench resurfacing shall be completed to the base course level within five working days following construction. Placement of the finish course shall not be completed until completion of all construction unless waived by the Engineer. Only those areas where existing pavement is removed are to be repaved, subject to direction of the Engineer. 302-5.9 Measurement and Payment. [Add the following]: Asphalt Concrete pavement for resurfacing shall include the full depth patch and shall be measured by the ton. The weight shall be determined as provided in Subsection 302-5.8 of the Standard Specifications. Payment shall be made at the contract unit price bid per ton and shall include full compensation for subgrade preparation, including tack coat where required. Payment will only be made for resurfacing of areas of pavement removal within the "pay limits" as shown per detail on the plans and measured in the field. Resurfacing of areas removed outside of these limits will be at the Contractor's expense. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General. [Add the following paragraphs]: Concrete structures shall conform to the provisions of Section 303-1 of the Standard Specifications for Public Works Construction as modified by the applicable Standard Plans and herein. SP-16 Steel Reinforcement for Concrete. All steel reinforcement for concrete structures shall conform to the provisions in Section 201-2 of the Public Works Standards unless otherwise noted in the Plans or these Special Provisions. Section 52-1.04 of the State Standard Specifications shall apply in lieu of Section 201-2.5 of the Public Works Standards. Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A615. The surfaces of all concrete structures shall receive an ordinary surface finish. The Contractor shall furnish all labor, tools, and materials to construct reinforced Portland Cement Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The exact proportions of aggregate and water to be used in all classes of concrete shall be determined by the Contractor and submitted to the Engineer for review at least ten (10) working days prior to its use under this contract. Traverse construction joints and plastic control joints shall be as shown on plans. All concrete shall be Class 520-C-3250. At the contractors option a special concrete mix design for the wet well base may be submitted for review. The submittal shall include previous compression test to aid in the evaluation. The agency will perform daily compression test to determine the earliest possible date to errect the wet well. Errection may begin when the base concrete reaches 3250 PSI. 303-1.3 Forms (Add the following paragraphs]: Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of mortar. Formed wall surface shall be free of any unevenness greater than 1/4 inch when checked with a 10 foot straight edge. Concrete in walls with side slopes flatter than 3/4:1 shall be placed on suitable material which has been overfilled, compacted and trimmed to true grade. Backforms shall be used where the slide slope is 3/4:1 or steeper. A clear non -staining form release agent, which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete shall be used. The cost of furnishing and placing form release agent shall be included in the cost of Portland Cement Concrete. 303-1.7 Placing Reinforcement. 303-1.7.1 General (Add the following paragraphs): Aluminum and plastic supports for reinforcement shall not be used. Bars shall be accurately spaced as shown on the Plans and spacing of first bar immediately adjacent to transverse construction joint shall be one-half the required spacing shown on the Plans. In no case shall the clear distance between parallel bars be less than 2-1/2 diameters of the bar, or a minimum of 2 inches. Unless otherwise shown on the Plans, embedment of reinforcing steel (other than stirrups and spacers), shall be 1-1/2 inches clear depth for 08 bars or smaller and shall be 2 inches clear for #9 bars and larger. Where placement of reinforcing steel required alternate bars of different size, embedment requirements shall be governed by the larger bar. Stirrups and spacers shall be embedded not less than one inch clear depth. Measurement of embedment shall be from the outside of the bar to the nearest concrete face. Tack welding or butt welding of reinforcing bars will not be permitted. SP-17 303-1.7.2 Splicing (Add the following paragraphs]: Reinforcing bars may be continuous at locations where splices are shown on the Plans, at the option of the Contractor. The location of splices, except where shown on the Plans, shall be determined by the Contractor based upon using available commercial lengths where applicable. Splices shall consist of placing the reinforcing bars in contact and wiring them together in such a manner as to maintain the alignment of the bars and to provide minimum clearances. No lapped splices will be permitted at locations where the concrete section is not sufficient to provide a minimum clear distance of 2 inches between the splice and the nearest adjacent bar. The clearances to the surface of the concrete shall not be reduced. Where grade 60 reinforcing bars are required, the length of lapped splices shall be as follows: Reinforcing bars No. 8, or smaller, shall be lapped at least 45 diameters of the smaller bar to be joined, and reinforcing bars Nos. 9, 10, and 11 shall be lapped at least 60 diameters of the smaller bar to be joined, except where otherwise shown on the plans. Splices of tensile reinforcement at points of maximum stress shall be avoided; however, any deviation from splices shown on the Plans shall be approved by the Engineer. 303-1.8 Placing Concrete. 303-1.8.1 General. [Add the following paragraph]: The Contractor shall exercise caution in placement of concrete walls and congested areas to ensure proper consolidation and that there are no voids, and protection of waterstops in position. Adequate provisions shall be made for easy visual inspection of concrete placement, consolidation and waterstop protection. Pouring of walls in lifts, use of smaller maximum aggregate sizes, or other methods as necessary may be proposed by the Contractor and will be permitted only after evaluation by the Engineer. 303-1.9.2 Ordinary Surface Finish. [Add the following paragraph]: Ordinary Surface Finish shall not apply to rock pockets, which in the opinion of the Engineer, are of such extent or character as to, affect the strength of the structure materially or to endanger the life of the steel reinforcement. In such cases, the Engineer may declare the concrete defective and require the removal and replacement of the structure affected. 303-1.10 Curing. [Amend first paragraph with the following]: Exposed concrete surfaces shall be sprayed with Type 2 curing compound at a uniform rate of one gallon per 150 square feet. 303-1.11 Payment. [Replace paragraph one with the following]: Portland Cement. Concrete structures will be paid for as shown in the proposal bid sheet for each item or lump sum and shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work required to construct the respective structure in conformity with the plans and specifications. SP-18 Payment for concrete manhole structures, junction structures, catch basins, collars, and bulkheads shall be made at the contract unit price bid for each respective type of structure as bid and shall include full compensation for. furnishing all materials, labor, tools and equipment, and doing all work required to provide each respective item of work complete in place as shown on the plans or specified herein, including removal of existing improvements, and no additional compensation will be allowed. Payment for adjustment of concrete manholes or junction structures to grade shall be included in the compensation paid for the respective structure. Removal of existing structures shall be paid for at the contractg unit price per each regardless of size and no additional compensation will be allowed. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1.1.2 Maximum Length of Open Trench. [Replace with the following]: The maximum length of open trench shall not exceed 500 feet, including length of pipe laid but not backfilled, pipe laying construction, and open trench excavation. All excavations shall be backfilled to finish grade at the. completion of daily operations. Temporary asphalt patch shall be placed as soon as possible after pipe is laid in paved areas. 306-1.2.1 Bedding. [Add the following]: Pipe bedding for ductile iron pipe and vitrified clay pipe shall conform to plans and Section 306-1.2.1 of the Standard Specifications. The cost of providing and installing said bedding material shall be includedin compensation paid for the pipe construction and no additional compensation will be allowed. Where additional rock bedding is required by the Engineer to stabilize unstable subgrade due to existing ground conditions (not attributable to the Contractor's operation), such rock bedding shall be considered extra work as provided in Subsection 3-3 of the Standard Specifications as amended herein. Additional bedding placed in excess of the limits shown per the Standard Plan for the convenience of the Contractor shallnot be subject to additional compensation. 306-1.3.4 Compaction Requirements. [Replace with the following]: All trench backfill shall be dengified to 95% minimum relative compaction, as required per Section 301-1 of these specifications. Placed backfill and the granular bedding material shall be compacted to 95% minimum relative compaction. Jetting will not be permitted unless specifically approved in advance by the Engineer. Asphalt Concrete shall not be used for backfill unless it has been crushed to a maximum size of 3/4". No rocks greater than 6" diameter shall be allowed in the backfill. No nesting or rocks shall be allowed. SP-19 306-1.6 Measurement and Payment. Payment for ductile iron pipe and vitrified clay pipe shall be made at the contract unit price bid per linear foot, for the respective pipe size, as measured along the centerline of pipe and shall include full compensation for furnishing all materials, labor, tools and equipment and doing all work involved to provide these items of work, complete in place, including excavation, furnishing and installing the pipe, bedding, backfilling, compaction as shown on the plans or as directed by the Engineer and no additional compensation will be allowed. APPENDIX I APPLICABLE STANDARD PLANS SEE PLANS FOR MODIFICATION TO STANDARD DRAWINGS Manhole Frame a Cover Alhambra Foundry Co. Ltd. No. A- I l 70 TOP Pavement NOTES: 12" Min. PLAN A.C. Pavement to surface 2" A.C. Pavement to surface Inner Pan Alhambra Foundry Ca Ltd. No. A-1172 NOTE: Not to be furnished unless called for in specifications. 12" Min. 4. A. a �.,,,,,. , a 4 Manhole I Barrel SECTION A -A ®SAME AS EXISTING —3"min. 8 6" max. _ TOP Pavement 6"mire. Revised 8• s8 eke/ �-1� 4# p �"� 1 f Rai/liter/ G•77 cis 1p AA►rW fa! Drawn By 6/--7 - Checked By Approved % CI r BN I re Date Afi. /fro IA CITY OF FONTANA CALIFORNIA STD. MANHOLE FRAME & COVER AND REINFORCED CONCRETE COLLAR Scale• I = STD. DETAIL 109 hz t Std. Manhole Frame a Cover I/2"Cement Plaster " Brickwork Variable 8"Min. Class"B" Concrete Shelf a BIZ Shelf.. Variable CITY OF FONTANA CALIFORNIA STANDARD DROP MANHOLE For 68 to 36" Pipe Scale = I"= 2' \�\\\RR\•\R`EEMI i—; 1 I I I I 41-14 I.. I " I 1 I 1 I I BArch I 1 1 Shelf 1 \ C V V1 / 1 ♦ O I/ , .`\ 1/ .1 •I / N 1 a I : .I .0I 1 1. ` 1 O. I 1/21'Ceme .> 1 m I Plaster ' • 4, \ .. . r I. D: : Cr •, • a.. 1 51 5" NOTES* 1. For 15'.'sewers and larger, turn 8"Arch over pipe. 2. For 12" sewers and under, turn 4'Arch over pipe. 3. The lowest manhRle step shall be placed not less than 16 nor more than 24 above shelf. 4. The upper manhole step shall be placed between the top d the manhole and the manhole cover frame and shall project not more than 5" inside manhole. Drawn By Rv STD. Checked By's`7 DETAIL w Approved �ei Cif s/�1 ti oats Asai •/958 I I I AR— 4000 3/811 MAX., HOT MIX A.C. AR-4000 3/4" MAX.,HOT MIX A.C. SAW-CUT/REMOVED EXISTING A.C. SELECTED NATIVE SOIL PER CITY PLANS. 8 SPECS. BEDDING SHALL BE IN ACCORDANCE W/NOTE II, PIPE CL.a 0-LOADING CENTRAL NOTTS, 1. All 'sureties within the City of Pontau right-of-way requires an sxcavacios permit from the Public Werke Department. 2. Underground Service Alert shell be notified 8. 2 vorking day. prior to scare of work 1-800- 422-4133. 7. All exeavatiota shall be made, protected, and suporesd as rewired for safety. and La the manner set forth is the operation rules, orders, and regulation. prescribed by the California Division of Industrial Safety. 00. •} 12" MIN. 3"MAX. SIZE NATIVE SOIL, COMPACTED 95% 6" MAX. SIZE NATIVE SOIL, COMPACTED 90% (WITH A SELF-PROPELLED VIBRATING SHEEPSFOOT ) 3/4" MAX. COMPACTED TO 90% 'IV USE OF A VITRA^ORY COt1PAC'TR , OR PRE- MOISTENED SAND W= TRENCH WIDTH OD.= OUTSIDE DIAMETER OF PIPE 4 = 12" MINIMUM OR AS DIRECTED (saw-cut/rem.) 7. All edges of existing serenest being Joined and surface being overlaid shall receive a tack coat of asphalt emulates. Trenches of 300 feet or more to be paved vtth a self-propelled paving machine. T. Any paved or resurfaced in the previous li months where the trench ex- tends from the curb more than 7 feet or is in • traveled lane, will require am overlay 25 feat to both directions from the line of trench. Per number 8 above. 4. Compaction of backfill shall be verified by contractor and approved by the Department of 10. Public Works prior to the placing of the perma- nent serenest. S. ?armament pavesemt shall be replaced within 5 days of ezcavaciom; a minimmm 2-lash thickaoss of temporary asphalt paving shall be placed with- . in the trench area until petmemest repair is is completed. The temporary paving shall be placed and compacted in such a names as to pro- 11 vide a safs and smooth traveled surface. Permit tee shall maintain the temporary serenest in a safe and smooth counties until permanent paving is in place. • 6. Prior to placement of permanent paving. existing paveeant shall be cut to a nut straight line. Pavement cracked adjacent to the trench shall be removed. If trench failure should occur, the per- aittee/developer. will be notified of such deficiencies and allowed co remove, replace, remedy this work. Upon failure of the contractor to promptly comply and under order of the Clty Engineer, t•:ench failures shall be remedied. removed, re.. placed at permitt.a/developer sole expense. • bedding material shall be sane, gravel, crushed aggregate. or native free -drain - Leg granular material having a sand eget- valent of not less than 30, and shall have a percentage composition by weight which conforms to the following &railings Sieve Sizes Percentage Passing SLeves 2-1/2 90-100 No. 4 33-100 NOTE-SOIL-S^ P.I T.,P.;:'^ IS REQUIRED PRIOR TO PLACCt1ENT OF PERPiANENT PAVEMEn: IITY of FONTANA, CALIFORNIA STANDARD TRENCH REPAIR sae EP .THWORK DRAWN BY if/CA' (-Id% CHECKED BY F.M.,�/J.,NrG. APPROVED BY 7/440.1�l.^� City Engineer • DATE /- %G -86 STD. DETAIL 131 r 1 1 1 1 1 1 1 GRADE ADJUSTMENT RINGS, (24" MAX. HEIGHT). MUST HAVE CON- CENTRIC CONE. 4" INLETTING LINES TO HAVE SAME SOFFIT ELEVATIONS. VARIABLE OIA:) NOTE: STEPS ARE TO BE SET OPPOSITE DOWNSTREAM OUTLET. a 24" MAX. ArviAHU MANHOLE FRAME 3 COVER ALHAMBRA FORY.#a_;;'O ALL JOINTS TO BE CLASS "E" MORTER, THREE PARTS SAND a ONE PART CEMENT. D C17-r, 4:0! . -3E ALHAMBRA FDRY. A-3320 �?- (GALV.) OR EQUAL. g 6'-O" SECTION B-B im BASE CONCRETE SHALL BE /CLASS 560-B-32.30. MIN. UNDER OUTSIDE OF PIPE . —re CUT AWAY PIPE TO INSIDE WALL OF MANHOLE AND FORM CHANNEL ' IN MANHOLE BOTTOM. APPROVED -00 DIRECTOR OF PUBLIC WORKS REVISIONS TE.Waltri DATE is-fz 9.3=do BY MARK gL APPROVED tide /z/12/72 Awed, -arrr R rYL 9 t1 PRECAST MANHOLE CITY CF RIALTO,CALIFORNIA DEPT. OF PUBLIC WORKS►ENGINEERING DIV. STANDARD NO. 101 1 1 1 1 1 1 Surface ofT .. Ground f-tr, 0 • 0 See N6 Std. Manhole - 1. Frame t3 Cover lace to 21/8- step beneath frame Alternate cross wire bend to done line. o . o . me • e s IN 46,. • •. 4 Class"8"Concrete 4'-8VI" Outlet N -N M 2 V2I1 SECTION OF TOP RINGS (Pre -Cast R.C. a ---'1 5 3/4' 4-24"dia. j*-2 3/32" 4 Or 48"dia. CONE HALF -SECTION (Pre -Cast R.C) f 4 1/8" --• j 53 3/32"dia. 48"I.D. • T await I 48"I.Q 53 54s"dia. JOINT DETAIL NOTES;, 1. See Std Detail Nos. 111, 113a 114 for drop a junction details and typical junctions. 2. Eccentric cone may be used In lieu of concentric cones. 3. The lowest i ianhoA'step shell Do placed not less . than 16 net more than 24 above shelf. 4. TM upper monhols step shall bs placed between the top of manhole and the manhole eovpr frame and shall project not ••• more than 3� inside manhole. 5. All joints shell be mortared. 6. 3/4" d galv. iron step or plastic'steps per ASTM A-e2, ASTM C-478, ASTM. Type 11 Grade' 43758. 5/6/86 Type Steps .4J s 7/20/84 CITY OF FONTANA CALIFORNIA STANDARD PRE -CAST MANHOLE Reinforced Concrete for 6" to 24" Pipe Scale $ I": 2' No. of Top Rings Checked By Approved Dote Ad I'. ) MI NMI Sill NM NIS Slaps -Sae Note 3 It w Grout boles for Hoor elob - io O ' a: -0 fY M506`C-C Top ABoltom0 0 f` Typ. Top8iBottom� a t of slob N Coupling SECTION B-B NlRouglnn§lrfoce ALINFORCEMENT DETAILS FOR FLOOR AND ROOF SLAGS —+slope l/8 per II O; 0 ill Typi co I SECTION A -A 2' o 4 * 5 diogicnols IF 4.-3" SIP i go) Wirg I\� I— P FPlace ding. �3 . 4*5 dap. La 2'-9` 0 • Q rn g coin • '3/16"1 1. Doom.— 3' - 4� Long -.. DETAIL A -Rotated 90° CALK rwww REVISIONS -- Mt• 6-5 72 Added Nolo No 9 of C(A i Pipe roil . See Note 7 See Detail A for Joint v T 'T T• -----"-r '` ./ .! ' ,-1 _ ^4 iL 16�_ — 1 -. a �-- _.. it --AI' n/ � T Tel w I` Grout Hole 2"1(6" inside diameter lighl weight metal inserts Typical for roof slab Grout rail in place VERTICAL SECTION Precast Roof Slab 1 Steps ore continuous ifttliffk Lhwll r w ISee o Note 3 o S L. CL c c 0 Precosl v 0 w Floor Slob do =' J o9 -c NOTES 1 Manhole shall solely -ledge wdl be noted on the .. prorecl drawings when required Generally, .1 is ,c Col constructed in deep manhole shafts 20 1t or corrals. in depth 2 A safety ledge shall not be used it o pressure man- hole is required 3 Slaps shall be 3/4'round galvanised steel anchored 4' in the wall of the structure Sups shall be placed to mulch the spacing of the manhole snort Sas District Drawing 2-D96 4 Concrete shall develop 3000 p a i or greater in 28 days 5 Reinforcement shall be per ASTM A615, Grade 40 Reinforcing sled shall terminals 2' clear of concrete surfaces unless otherwise shown 6 Grout holes, pipe, and fittings shall be provided in the floor slob. Pressure grouting shall be used to fill voids and to secure uniform bearing. The grout shall be neat cement grout and grouting pressures shall be as determined in the field by ihe Engine.r 7 Pipe rail shall be fabricated of i-i/4' standard galvanised pipe composed of two sections 7 5 9 15' in length Joined- by a goivan.z•a coupling The coupling shall be threaded o minimum of 2- on each pipe length 8 Root and floor slabs shall be precast and keyed for reinforced concrete pipe section. as Shown All oinls shall be filled with 1-2 mortar and neatly pointed or wiped on the inside 72' R C P shall be proridea wan two c.rcuia cages o' it Ou rainlorcemenl O w Joint Details per Note 8 LOS ANGELES COUNTY FLOOD CONTROL- DISTRIC7 MANHOLE SHAFT. SAFETY LEDGE ... plow•12, ••�3 ..... ..- _ OAT( DWG. NO 2-0430 NONE 10-23-70s.uu 1 or` i -_— d ii - ►a-.. K ALI 1' APPENDIX II SOILS REPORT GEOTECHNICAL INVESTIGATION SANTA ANA AVENUE SEWER/LIFT STATION EMPIRE CENTER FONTANA, CALIFORNIA Prepared for: The Alexander Haagen Company, Inc. 3500 Sepulveda Boulevard Manhattan Beach, CA 90266 Prepared by: Geotechnical Professionals Inc. 5736 Corporate Avenue Cypress, CA 90630 (714) 220-2211 Project No. 1023.581 September 19, 1991 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift - Fontana, CA GPI Proj. 1023.581 TABLE OF CONTENTS PAGE 1.0 INTRODUCTION 1.1 GENERAL 1 1.2 PROPOSED IMPROVEMENTS 1 1.3 PURPOSE OF INVESTIGATION 1 2.0 SCOPE OF WORK 3.0 SITE CONDITIONS 3.1 SURFACE CONDITIONS 3.2 SUBSURFACE SOILS 3.3 GROUNDWATER AND CAVING 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 GENERAL 4.2 SEISMIC CONSIDERATIONS 4.2.1 Strong Ground Motion Potential 4.2.2 Potential for Ground Rupture 4.2.3 Potential for Liquefaction 4.2.4 Seismic Ground Subsidence 4.3 EARTHWORK 4.3.1 Clearing and Grubbing 4.3.2 Excavations 4.3.3 Shoring 4.3.4 Subgrade Preparation 4.3.5 Material for Fill 4.3.6 Placement and Compaction Fills 4.3.7 Shrinkage and Subsidence 4.3.8 Observation and Testing 4.4 FOUNDATIONS 4.4.1 Foundation Type 4.4.2 Allowable Bearing Capacity 4.4.3 Minimum Footing Widths/Depths of Embedment 4.4.4 Estimated Settlements 4.4.5 Lateral Load Reistance 4.4.6 Footing Excavation Observation 4.5 BUILDING FLOOR SLABS 4.6 TYPE OF CEMENT 1023-581.01 V(9/91) 3 3 3 3 4 4 5 9 10 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift - Fontana, CA GPI Proj. 1023.581 TABLE OF CONTENTS (CONTINUED) 4.7 LATERAL EARTH PRESSURES 10 4.8 PAVED AREAS 10 5.0 LIMITATIONS 12 APPENDICES A Exploratory Borings B Laboratory Tests C Soil Corrosivity Study D Selected Exploratory Borings from Reference 2 1023-581.01 V(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift - Fontana, CA GPI Proj. 1023.581 LIST OF FIGURES FIGURE NO. 1 Site Location ,Map 2 Site Plan APPENDIX A A-1 Key to Log of Borings A-2* and A-3 Log of Borings (*dated 8-29-91) A-2** Log of Borings (**dated 8-7-91) B-1 and B-2 B-3 and B-4 B-2, B-5 thru B-8, B-13, B-15 and B-21 APPENDIX B Grainsize Distribution Direct Shear APPENDIX D Selected Log of Borings from Reference 2 A-1 thru A-6 Selected Log of CPT from Reference 2 TABLE NO. 1 1023-581.01 V(9/91) UST OF TABLES APPENDIX C Laboratory Tests on Soil Samples The Alexander Haagen Company, Inc. Santa Ma Avenue Sewer/Lift Station September 19, 1991 GPI Proj. 1023.581 1.0 INTRODUCTION 1.1. GENERAL This report presents the results of a geotechnical investigation performed by Geotechnical Professionals Inc. (GPI) for the Stover Avenue/Santa Ana Boulevard/Jurupa Avenue/Empire Center Boulevard (north and south)/Tamarind Avenue portions of the off - site sewer improvements related to the Empire Center development in Fontana, California. Geotechnical recommendations for the design and construction of the facilities are provided herein. The location of the project site is shown on the Site Location Map, Figure 1. 1.2 PROPOSED IMPROVEMENTS Based on project plans prepared by Hall and Foreman, Inc., dated May 23, 1991 and discussions with them, the proposed sewer line and lift station, covered by this report, will be located adjacent to existing Stover, Santa Ana, Jurupa, and Tamarind Avenues and within proposed north and south Empire Center Boulevards. The sewer line will consist of approximately 14,400± feet of pipeline ranging from 10 to 21 inch diameter pipe. The northern portion of the proposed sewer line (Stover Avenue, Empire Center Boulevard [north], and Sierra Avenue) will be constructed at depths ranging from 10 to 22 feet below existing ground surfaces. The southern portion of the proposed sewer line (Empire Center Boulevard [south], Jurupa Avenue, and Tamarind Avenue) will be constructed at depths ranging from 6 to 26 feet below existing ground surfaces. The proposed alignment is shown on the Site Plan, Figure 2. A short portion of the line, between the lift station and Santa Ana Avenue, will consist of a force main. The entire system will drain into the proposed City of Rialto, Santa Ana sewer line. An investigation report dated September 3, 1991 by GPI was prepared specifically for the Santa Ana Avenue gravity sewer from Tamarind Avenue to the City of Rialto Treatment Plant. Additional improvements will consist of laterals and manholes for the sewer line system. The piping will consist of vitrified clay pipe (VCP). We understand that a Lift Station will be constructed at Tamarind Avenue Station 14+75 west of the proposed edge of pavement. The Lift Station will have plan dimension of 30 feet by 40 feet. The Lift Station will be founded about 30 feet below existing grades. A single -story structure to house support equipment will be constructed above grade. The details of the Lift Station design were not completed at the time this report was prepared. 1.3 PURPOSE OF INVESTIGATION The purpose of this investigation is to provide geotechnical design parameters, and recommendations related to design and construction of the proposed project. 1023-581.Q1 R(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Uft Station GPI Proj. 1023.581 2.0 SCOPE OF WORK Our scope of work for this investigation consisted of review of existing reports, field exploration, laboratory testing, engineering analysis and the preparation of this report. Prior to the field investigation, we reviewed subsurface information from previous investigations in the site area. We also incorporated field. and laboratory data from References 1 and 2. Field exploration for this portion of the project consisted of two (2) borings to supplement existing field explorations. The borings were drilled using large diameter bucket -auger equipment and extended to depths ranging 26 to 40 feet below existing grades. A description of field procedures and logs of borings are presented in Appendix A. Boring and Cone Penetration Tests Logs from previous investigations (References 1 and 2) are included in the Appendices. The logs from Reference 1 were reproduced with the permission of The Alexander Haagen Company, Inc. Subsurface conditions from these explorations were utilized as a basis for some of the evaluations and recommendations in this report for the construction of the proposed improvements. Laboratory soil tests were performed on selected representative samples as an aid in soil classification and to evaluate the engineering properties of the soils. The geotechnical laboratory testing program included determinations of moisture content/dry density, grain size distribution, shear strength (direct shear), maximum density (compaction), and chemical (corrosive) characteristics. Laboratory testing procedures and results are summarized in Appendix B. Laboratory testing and corrosion evaluations. for this project were performed by M. J. Schiff and Associates under subcontract to GPI. Their report is presented in Appendix C. Engineering evaluations were performed to provide geotechnical design parameters and recommendations related to construction. The results of those evaluations are presented • in the remainder of this report. 1023-581.01 R (9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 3.0 SITE CONDITIONS 3.1 SURFACE CONDITIONS At the time of our site investigation (August 1991), the project area consisted predominantly of undeveloped land covered with grape vines. Some portions of the area are currently covered with paved streets (Sierra, Tamarind and Stover). In general, the existing ground surface at the Empire Center site is relatively flat. The existing site grades range from 1,088± to 1,092± at Stover Avenue to 1,054± to 1,058± at Jurupa. The existing ground surface elevation at the proposed lift station is 1,045±. Detailed ground surface elevations are shown on the project plans. 3.2 SUBSURFACE SOILS Our field investigation disclosed a subsurface profile consisting predominantly of silty sands, sands, gravelly sands and sandy silt lenses and layers. In general, the majority of the soils encountered at the site consisted of slightly moist to moist, medium dense to dense silty sands and firm to stiff sandy silts. A detailed description of the subsurface conditions are presented in Appendices A and D. 3.3. GROUNDWATER AND CAVING Groundwater was not encountered in any of the borings drilled for this or the previous geotechnical investigations at the site. Groundwater levels measured in deep wells near the site were at depths on the order of 300 feet. Caving and ravelling was encountered in some of our explorations as summarized in the Logs of Borings. Past experience at the site indicates that the near -surface, dry, sandy soils (0 to 10 feet below existing grades) and the deeper gravelly sands are susceptible to caving/sloughing. 1023-581.01 R(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 GENERAL Our investigation disclosed relatively favorable subsurface conditions for the proposed improvements. The proposed structures can be supported on the existing subsurface soils expected to be exposed at the proposed excavation elevations or on compacted fill as discussed below. The only potential geotechnical constraint that may affect construction of the sewer line drain and lift station is that the near -surface soils are susceptible to caving and are compressible. Recommendations to mitigate these constraint are provided below. 4.2 SEISMIC CONSIDERATIONS 4.2.1 Strong Ground Motion Potential The site is located in a seismically active area and is likely to be subjected to strong ground shaking due to earthquakes on nearby faults. A deterministic evaluation of seismic hazards was performed for a past report. This evaluation indicated that peak ground accelerations on the order of 0.3g to 0.4g are likely to be experienced at the site during the design life of the development. The levels of ground shaking indicated by the deterministic analyses are not unusual for U.B.C. Seismic Zone 4, which includes most of Southern California. 4.2.2 Potential for Ground Rupture There are no known active faults crossing or projecting through the site. Therefore, ground rupture due to faulting is unlikely at this site. 4.2.3 Potential for Liquefaction Soil liquefaction is a phenomenon in which saturated cohesionless soils undergo a temporary loss of strength during severe ground shaking and acquire a degree of mobility sufficient to permit ground deformation. In extreme cases, the soil particles can become suspended in groundwater, resulting in the soil deposit becoming mobile and fluidlike. Liquefaction is generally considered to occur primarily in loose to medium dense deposits of saturated cohesionless soils. Thus, three conditions are required for liquefaction to occur: (1) a cohesionless soil of loose to medium density; (2) a saturated condition; and (3) rapid, large strain, cyclic loading, normally provided by earthquake motions. 1023-581.01 R(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 Soil liquefaction is not likely to occur at this site primarily because the groundwater level is very deep and the soils at shallow depths have very low moisture (well below saturation). 4.2.4 Seismic Ground Subsidence Strong earthquake shaking may result in some subsidence due to densification of the subsurface materials. Such subsidence, during a significant earthquake, is expected to occur in a relatively uniform manner across the site and not have a major impact on structures. 4.3 EARTHWORK The earthwork anticipated at the project site will consist of clearing, excavations, subgrade preparation, and the placement and compaction of fill. 4.3.1 Clearing and Grubbing Prior to excavation, the areas to be developed should be cleared of all vegetation and debris. All deleterious material generated during the clearing operation should be removed from the site. At the conclusion of the clearing operations, the Geotechnical Engineer should observe and accept the site prior to any grading/excavation. 4.3.2 Excavations Excavations at this site will include removals of disturbed natural soils and moderately compressible surficial soils during grading for the lift station building, footing excavations, and excavation for the well structure at the proposed lift station. Trenching will be performed to construct the balance of the proposed sewer system. Prior to placing fills within the building pad area for the lift station, loose silty sands/sandy silts within the building pad area will need to be densified. This can be accomplished by overexcavation and recompaction. For planning purposes, a depth of removal of 2 feet in general and 4 feet in areas where trees have been removed should be anticipated. The depth of removal limits should extend below existing grades or finished pad grade, whichever is deeper. The removal should extend 5 feet beyond the proposed building lines. It should be noted that the actual depths of removals should be determined in the field, during grading, by the geotechnical engineer. The existing surficial soils at the site are susceptible to caving. Therefore, locally, even shallow excavations where workmen are to enter, will need to be properly shored or sloped back at least 1:1 (horizontal:vertical) or flatter. In areas where excavation will be 1023-581.01R(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Na Avenue Sewer/Lift Station GPI Proj. 1023.581 performed in the existing streets, we expect that shoring will be used. Since the surficial soils are susceptible to caving, measures should be incorporated to prevent caving from under existing pavement (at edge of trench), which could result in voids of under the pavement. No surcharge Toads (including stockpiles) should be permitted within a horizontal distance equal to the height of cut from the toe of the excavation or five feet from the top of the slopes, whichever is greater, unless the cut is properly shored. Excavations that extend below an imaginary plane inclined at 45 degrees below the edge of any adjacent existing site facilities should be properly shored to maintain support of adjacent elements. All excavations and shoring systems should meet the minimum requirements given in the most current State of California Occupational. Safety and Health Standards. In general, the excavations should be readily accomplished by conventional soil excavation equipment such as backhoes, loaders, scrapers, or dozers. The trafficability of the surficial soils can be improved by maintaining moist subgrade conditions. 4.3.3 Shoring If shoring is to be used, it should be designed by a licensed civil or structural engineer in accordance with regulatory requirements. The design of the shoring should be based on the recommended geotechnical parameters provided in subsequent sections of this report. The Geotechnical Engineer should review any shoring plans to confirm that the appropriate parameters have been used. 4.3.4 Subgrade Preparation Prior to placing any fills in building areas for the lift station building, the subgrade soils should be scarified to a depth of 6 inches, moisture conditioned, and compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557 and as required by the City of Fontana. In vehicular areas to receive asphalt or concrete pavement, the top 12 inches of the subgrade soils should be compacted to 95 percent of maximum density. 4.3.5 Material for Fill The on -site soils are suitable for use in construction of compacted fills. Imported fill material should be predominately granular, non -expansive and contain no more than 40 percent fines (portion passing No. 200 sieve). The Geotechnical Engineer should be notified at least 72 hours in advance of the location of any soils proposed for import. Each proposed import source should be sampled, tested and accepted for use prior to delivery of the soils to the site. Soils imported prior to acceptance by the Geotechnical Engineer may be rejected if not suitable. 1023.581.01 R(9/91) .6 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Uft Station GPI Proj. 1023.581 Both imported and existing on -site soils, to be used as fill, should be free of debris and any pieces larger than 6 inches in greatest dimension. Excavations in areas of existing trees will generate a significant quantity of roots. The organic material should be removed prior to use of the soils in compacted fill. Any asphalt removed during excavation may be used in the fill provided it is broken down to at least six inches in dimension, not placed within one foot of the pipe and does not constitute more than 25 percent of any portions of the fill. 4.3.6 Placement and Compaction Fills All fill soils placed in the public right-of-way must be compacted to a minimum of 95 percent of maximum density as required by the City of Fontana. Fill should be placed in horizontal lifts, moisture conditioned, and mechanically compacted. Jetting flooding of fills is not permitted by the City. The optimum lift thickness will depend on the compaction equipment used and can best be determined in the field. The following uncompacted lift thickness can be used as preliminary guidelines. Plate Compactors Small Vibratory or static rollers (5-ton±) Scrapers and heavy loaders Heavy vibratory (20-ton) 4-6 inches 6-8 inches 8-12 inches 12-18 inches The maximum lift thickness for mechanical compaction should never be greater than 18 inches. The moisture content of the fill materials should be within two percent of optimum to readily achieve the required degree of compaction. The existing soils are dry (well below optimum). Therefore, moistening of these materials during grading will be required. During backfill of excavations, the fill should be properly benched into the construction slopes as it is placed in lifts. Where space constraints (i.e., interference with existing utilities, etc.) do not permit use of equipment for compaction, backfill consisting of one sack sand -cement slurry may be used. 4.3.7 Shrinkage and Subsidence Shrinkage is the Toss of soil volume caused by compaction of fills to a higher density than before grading backfill. Subsidence is the settlement of in -place subgrade soils caused by loads generated by large earthmoving equipment. For earthwork volume estimating purposes, an average shrinkage value of 15 to 20 percent and subsidence of 0.1 foot 1023-581.01 R(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 may be assumed for the existing surficial (upper 10 feet) natural soils. Shrinkage and subsidence of the deeper materials is expected to be nominal, on the order of 5 percent. These values are estimates only. Actual shrinkage and subsidence will depend on the types of earthmoving equipment used and shouid be determined during grading. 4.3.8 Observation and Testing A representative of GPI should observe all excavations, subgrade preparation and fill placement activities. Sufficient in -place field density tests should be performed during fill placement to evaluate the overall compaction of the soils. Soils that do not meet minimum compaction requirements should be reworked and tested prior to placement of any additional fill. 4.4 FOUNDATIONS 4.4.1 Foundation Type The proposed lift station may be supported on conventional isolated and/or continuous shallow spread footings or a mat foundation founded on the natural soils occurring 30 feet below existing grades. The single -story building may be supported on conventional footings founded in compacted fill 4.4.2 Allowable Bearing Capacity The proposed lift station will be founded approximately 30 feet below existing grades. An allowable bearing capacity up to 4,000 pounds per square foot (psf) may be used. This value is based on the expected lift station invert elevation. An allowable bearing capacity of 2,000 psf may be used for shallow foundations supporting the one-story building founded on properly compacted fill. The allowable pressures may be increased one-third for short-term, transient, wind and seismic loading. The maximum edge pressures induced by eccentricloading or overturning moments should not be allowed to exceed these values. 4.4.3 Minimum Footing Widths/Depths of Embedment Allowable Bearing Pressure (psf) 1023-58I.01 R(9/91) Minimum Minimum Width Depth 2,000 15 15 3,000 18 18 4,000 24 18 8 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 4.4.4 Estimated Settlements We do not anticipate any significant settlement for the lift station founded 30 feet below existing grades for the magnitude of allowable bearing pressure provided the subgrade soils are not disturbed during excavation. We anticipate total settlements and differential settlements to be the less than one-half and one-fourth of an inch, respectively, for shallow foundations founded on properly compacted fill. The above estimates are based on the assumption that the recommended earthwork will be performed and that the footings will be sized in accordance with our recommendations. 4.4.5 Lateral Load Resistance Soil resistance to lateral loads will be provided by a combination of frictional resistance between the bottom of footings and underlying soils and by passive soil pressures acting against the embedded sides of the footings. For frictional resistance, a coefficient of friction of 0.40 may be used for design. In addition, an allowable lateral bearing pressure equal to an equivalent fluid weight of 300 pounds per cubic foot may be used, provided the footings are poured tight against undisturbed natural or compacted fill soils. These values may be used in combination without reduction. 4.4.6 Footing Excavation Observation Prior to placement of.concrete and steel, the Geotechnical Engineer should observe and approve all footing excavations. All excavations should be cleaned of any loose material prior to placement of steel. 4.5 BUILDING FLOOR SLABS Slab -on -grade floors should be supported on granular, non -expansive soils compacted as discussed in the "Compacted Fill" section. A vapor/moisture barrier should be placed under any slabs that are to be covered with moisture -sensitive floor coverings (parquet, vinyl, tile, etc.). The vapor barrier should consist of a polyethylene sheet (visqueen) having a minimum thickness of 6 mils. This material should be covered by a layer of clean sand (not native soil) having a minimum thickness of 2 inches. The function of the sand layer is to protect the vapor barrier during construction and to aid in the uniform curing of the concrete. 1023-581.01 R(9/91) 9 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 4.6 TYPE OF CEMENT Based on the results of laboratory chemical testing for this investigation, the on -site soils exhibit soluble sulphate concentrations Tess than 50 parts per million. Therefore, ordinary. Type 1 or Type 2 cement may be used for the construction of concrete in contact with the subgrade soils. 4.7 LATERAL EARTH PRESSURES Active earth pressures can be used for, designing walls that can yield at least 1/4 inch laterally under the imposed loads. For level backfill the magnitude of active pressures are equivalent to the pressures imposed by a fluid weighing 30 pounds per cubic foot (pcf). This pressure may also be used for the design of temporary excavation support (cantilevered shoring). At -rest pressures should be used for restrained walls that remain rigid enough to be essentially non -yielding. At -rest pressures are equivalent to the pressures imposed by a fluid weighing 55 pounds per cubic foot. Walls subject to surcharge loads should be designed for an additional uniform lateral pressure equal to one-third and one-half the anticipated surcharge pressure for unrestrained and restrained walls, respectively. The wall backfill should be well -drained to relieve possible hydrostatic pressure or designed to withstand these pressures. Braced shoring should be designed to resist a uniform pressure distribution of 24H (psf). H is defined as the depth of the trench. The above pressure •distribution assumes that groundwater will be well below the bottom of the excavation during construction. As discussed previously, groundwater was not encountered during any of our explorations for this project. 4.8 PAVED AREAS Laboratory testing performed for adjacent projects indicated R-values for the finer grained sandy silts encountered at the lift station site to be on the order of 30 to 40. Preliminary pavement design has been based on an assumed R-Value of 30. The California Division of Highways Design Method was used for design of the recommended preliminary pavement sections. These recommendations are based on the assumption that the pavement subgrades will consist of the existing surface soils. Final pavement design should be based on R-value testing performed near the conclusion of rough grading. The following pavement sections are recommended for planning purposes only. 1023-581.01 R(9/91) 10 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 Section Thickness (inches) • Traffic Asphaltic Class II Pavement Area Index Concrete Base Course Heavy Truck Driveways 6.0 3 9 Auto and Pickup Driveways 4.0 3 4 The pavement subgrade underlying Class II Base should be properly prepared and compacted in accordance with the recommendations outlined under "Subgrade Preparation". The pavement base course (as, well as the top 12 inches of the subgrade soils) should be compacted to at least 95 percent of maximum density (ASTM D-1557). Aggregate base should conform to the requirements of Section 26 of the California Department of Transportation Standard Specifications for Class II aggregate base (3/4" maximum) or Section 200-2 of the Standard Specifications for Public Works Construction (Green Book) for untreated base materials. The above recommendations are based on the assumption that the base course will be properly drained. The design of paved areas should incorporate measures to prevent moisture build-up within the base course which can otherwise lead to premature pavement failure. For example, curbing adjacent to landscaped areas should be deep enough to act as a barrier to infiltration of irrigation water into the adjacent base course. 1023-581.01 R(9/91) The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 5.0 LIMITATIONS The report, exploration Togs, and other materials resulting from GPI's efforts were prepared exclusively for use by The Alexander Haagen Company, Inc., the City of Fontana and their consultants in designing the proposed development. The report is not intended to be suitable for reuse on extensions or modifications of the project or for use on any project other than the currently proposed development as it may not contain sufficient or appropriate information for such uses. If this report or portions of this report are provided to contractors or included in specifications, it should be understood that they are provided for information only. Soil deposits may vary in type, strength, and many other important properties between points of exploration due to non -uniformity of the geologic formations or to man-made cut and fill operations. While we cannot evaluate the consistency of the properties of materials in areas not explored, the conclusions drawn in this report are based on the assumption that the data obtained in the field and laboratory are reasonably representa- tive of field conditions and are conducive to interpolation and extrapolation. Furthermore, our recommendations were developed with the assumption that a proper level of field observations and construction review will be provided during grading, excavation, and foundation construction. If field conditions during construction appear to be different than is indicated in this report, we should be notified immediately so that we may assess the impact of such conditions on our recommendations. Our investigation and evaluations were performed using generally accepted engineering approaches and principles available at this time and the degree of care and skill ordinarily exercised under similar circumstances by reputable geotechnical engineers practicing in this area. No other representation, either expressed or implied, is included or intended in our report. Respectfully submitted, Geotechnical Pr. - onals Inc. 1111111,16. Scott E. Fitinghoff Staff Engineer Principal SEF:JEH:gn 1023-581.01 R(9/91) 12 James E. Harris, G.E. The Alexander Maagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Fontana, CA GPI Proj. 1023.581 REFERENCES 1. "Geotechnical Investigation, Santa Ana Sewer Line, Fontana, California," dated September 3, 1991 by Geotechnical Professionals Inc., Project No. 1023.591. 2 "Preliminary Geotechnical Investigation Empire Center, Fontana, CA," dated January 27, 1989 by GEOFON Inc., Project No. 87-357.01. 1023-581.01V(9/91) // /5 G-1• r•L: Trailer L, • . i 1■ Park .' • • Welt r_—_:'.n. ifs • - ifs.:.:..: /067 _.. .. :1 _.. �_....'a Trader 1:tl;!?:;t:7`? — I' 1 •• T! Park .. • //00 I 3 ••••.. •.• I ' • /07]. p•— CY, Res ci .. :;:.;•:: 2 ••i a. '. �. W /060—_ a. % B▪ ioorning:9:ji • High ScI .:I -- IJurups Hills : Scn :=: I Y Li' • " /049 •': 111 • ..:N Y `0 0/ l 1 /030.• -_ well. 0 • 2000 4000 7, • /052 N • • '• ▪ ' • •I• II 33 • /0/2 ■ .„, I PROFESS ONAL.S INC.. SANTA ANA AVE. SEWER / LIFT STATION GPI PROJECT NO.: 1023.581 SCALE: 1' = 2000' SITE LOCATION MAP FIGURE 1 PB-1 • PC-5 • EXPLANATION PROPOSED SEWER LINE APPROXIMATE LOCATION OF BORING BY GPI APPROXIMATE LOCATION OF BORING BY GPI (REFERENCE 1) APPROXIMATE LOCATION OF PREVIOUS BORING (REFERENCE 2) APPROXIMATE LOCATION OF PREVIOUS CPT (REFERENCE 2) N BASE MAP REPRODUCED FROM INCE( MAP BY HALL AND FORMEN INC. GEOTECHNICAL r 1 PROFESSIONALS INC. SANTA ANA AVE. SEWER / LIFT STATION PROJECT NO.: 1023.581 SCALE 1' = 800' SITE PLAN FIGURE 2 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ana Avenue Sewer/Lift Station GPI Proj. 1023.581 APPENDIX A EXPLORATORY BORINGS The subsurface conditions at the site were investigated by drilling and sampling two exploratory borings during our investigation. The boring locations are shown on the Site Plan, Figure 2. The borings for the current investigation were advanced to depths ranging from 26 to 40 feet. The borings were drilled using truck -mounted bucket auger equipment. Relatively undisturbed samples were obtained using a brass -ring lined sampler, driven into the soil by a 1,680-pound Kelly bar dropping 12 inches for sampling intervals up to 25 feet. A 840-pound Kelly bar dropping 12 inches was used to drive the brass -ring lined sampler below 25 feet. The number of blows needed to drive the sampler was recorded as the penetration resistance. It should be noted that the number of blows in this case are much lower than the Standard Penetration Resistance because of the greaterdriving weight. The field explorations for the current investigation were performed under the continuous technical supervision of a GPI field representative who visually inspected the site, maintained detailed logs of the borings, classified the soils encountered, and obtained relatively undisturbed samples for examination and laboratory testing. The soils, encountered in the borings were classified in the field and through further examination in the laboratory in accordance with the Unified Soil Classification System (Figure A-1). Detailed logs of the borings performed for this investigation are presented in Figures A-2 and A-3 in this appendix. Boring B-1 from Reference 2 (drilled on August 7, 1991) is also included for reference. 1023-581.01 X(9/91) A-1 1 1 1 1 UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D-2487) ' PRIMARY DIVLSIONS GROUP SYMBOL SECONDARY DIVISIONS COARSE GRAINED SOILS MORE THAN HALF OF MATERIALS IS LARGER THAN # 200 SIEVE SIZE SANDS GRAVELS MORE THAN MORE THAN HALF OF COARSE HALF OF COARSE FRACTION IS FRACTION IS SMALLER THAN LARGER THAN u 4 SIEVE # 4 SIEVE CLEAN GRAVELS GW WELL GRADED GRAVELS, GRAVEL -SAND MIXTURES, LITTLE OR NO FINES. (LESS THAN 5% FINES) CP POORLY GRADED GRAVELS OR GRAVEL -SAND MIXTURES, LITTLE OR NO FINES. GRAVEL WITH GM SILTY GRAVELS, GRAVEL -SAND -SILT MIXTURE. NON PLASTIC FINES. FINES GC CLAYEY GRAVELS, GRAVEL•SAND.CLAY MIXTURES. PLASTIC FINES. CLEAN SANDS SW WELL GRADED SANDS, GRAVELLY SANDS,LITTLE OR NO FINES. (LESS THAN)SP 5% FINES 5% POORLY GRADED SANDS OR GRAVELLY SANDS, LITTLE OR NO FINES. SANDS WITH SM SILTY SANDS, SAND -SILT MIXTURES. NON•PLASTIC FINES. FINES SC CLAYEY SANDS, SAND -CLAY MIXTURES. PLASTIC FINES. FINE GRAINED SOILS MORE THAN HALF OF MATERIAL IS SMALLER THAN a 200 SIEVE SIZE 2 SILTS AND SILTS AND CLAYS CLAYS 0 0 LIQUID LIQUID LIMIT IS LIMIT IS n GREATER LESS 6 THAN SO THAN SO ML INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY. CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS. LEAN CLAYS. OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY. MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SANDY OR SILTY SOILS, PLASTIC SILTS. CH INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS. OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS. PT PEAT AND OTHER HIGHLY ORGANIC SOILS. CLASSIFICATION CRITERIA BASED ON FIELD TESTS .r PENETRATION RESISTANCE (PR) CLAYS AND SILTS • NUMBER OF BLOWS OF 140 POUND HAMMER FALLING 30 SANDS AND GRAVELS CONSISTENCY BLOWS/FOOT• STRENGTH•• INCHES TO DRIVE A 2 INCH O.D. (I 3/8 INCH LD.) SPLIT BARREL RELATIVE DENSITY BLOWS/FOOT• VERY SOFT 0. 2 0 - %. SAMPLER (ASTM•1586STANDARD VERY LOOSE 0.4 SOFT 2-4 V.•55 PENETRATION TEST) LOOSE 4 • 10 FIRM 4 • 8 i�. I •• UNCONFINED COMPRESSIVE STRENGTH IN TONS/SQ. FT. MEDIUM DENSE 10.30 STIFF 8. 15 1 •2 READ FROM POCKET PENETROMETER DENSE 30.50 VERY STIFF 15.30 2 -4 VERY DENSE OVER 50 HARD OVER 30 OVER 4 CLASSIFICATION CRITERIA BASED ON LAB TESTS D60 itSTICITY INDEX N a o O o ED )2 3X CH GW AND SW—C�- GREATER THAN 4 FOR GW AND 6 FOR SW; Cc= DI D D10 0 60 ��v BETWEEN 1 AND 3 CL .-t• •�` GP AND SP — CLEAN GRAVEL OR SAND NOT MEETING REQUIREMENT FOR GW AND SW GW AND SM — ATTERBERG LIMIT BELOW "A" LINE OR PI LESS THAN 4 GC AND SC ATTERBERG LIMIT ABOVE "A" LINE P.I. GREATER TIIAN 7 % — 1 OH & Mil FINES FINE MEDIUM COARSE FINE COARSE BBLESDOULDERS ^CIL�7 ML k (SILT OR CLAY) SAND SAND SAND GRAVEL GRAVELFQ 00 '{G' _ CL SIEVE SIZES 200 40 10 4 3/ 4" 3" 10" 20 40 60 80 100 LIQUID LIMIT CLASSIFICATION OF EARTH MATERIALS IS BASED ON FIELD INSPECTION AND SHOULD NOT BE CONSTRUED TO IMPLY LABORATORY ANALYSIS UNLESS SO STATED. GEOTECHNICAL M I PROFESSIONALS INC. KEY FOR SOIL EXPLORATION LOGS FIGURE A-1 __ — 1 MOISTURE (%) DRY DENSITY (PCF) PENETRATION RESISTANCE (BLOWS/FOOT) SAMPLE TYPE w w ry n� -y DEPTH (FEET) DESCRIPTION OF SUBSURFACE MATERIALS z H� w This summary applies only at the location of this boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. pa Jv W -10#3- NATIVE Sandy Silt (ML) to Silty Sand (SM), brown, dry, firm to medium dense @ 3.5 feet becomes slightly moist -1040- 3.0 104 4 D Silty Sand (SM), brown, slightly moist, medium dense, B porous -1035- 2.9 103 5 D Sandy Silt (ML), brown, dry to slightly moist, stiff -1030- 3.7 90 6 D B Silty Sand (SM), brown, slightly moist, medium dense to -1025- 2.4 102 5 D dense -1020- 2.5 101 10 D B -1015- 2.6 101 8 D -1010- 2.2 116 9 D Silty Sand (SM), brown, slightly moist, medium dense Terminated at 40 feet. 2 boring 2.7 96 11 D Caving noted in upper feet of -1005- SAMPLE C TYPES DATE DRILLED 8-29-91 Rock Core filFONTANA B PROJECT NO.: ,1023.581 LIFT STATION EQUIPMENT USED: . a S D B T Standard Split Spoon Drive Sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Not encountered Tube Sample LOG OF BORING NO. B-1 FIGURE A-2 w W J a_ 0 1.1 9.9 14.4 2.0 2.0 115 112 109 107 2 3 4 4 4 15 DESCRIPTION OF SUBSURFACE MATERIALS =c2 H W W W This summary applies only at the location of this boring and at the time of o. drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. 5- 10— NATIVE Silty Sand (SM), brownish grey, slightly moist, medium dense @ 3 feet becomes moist Gravelly Sand Tens Sand (SP), brown, moist, medium dense 15-. Sandy Silt (ML) to Silty Sand (SM), brown, moist, stiff to medium dense Silty Sand (SM), brown, moist, medium dense, occasional silt lenses 20— Well -graded sand (SW), brown, slightly moist, dense, gravels to 2-inches diameter Terminated at 26 feet. Caving observed in upper 2 feet of boring. Ravelling observed below 5 feet in the boring. z 0,� H H ~• W W WWW �,, -J W -10CG- -1060- -1055- -1050- -1045- -1040- SAMPLE TYPES Rock Core E Standard Split Spoon OD Drive Sample © Bulk. Sample ❑T Tube Sample DATE DRILLED 8-29-91 EQUIPMENT USED: 18" BUCKET AUGER GROUNDWATER LEVEL: Not encountered 0-711=1 I PROJECT NO.: 1023.581 FONTANA LIFT STATION LOG OF BORING NO. B-2 FIGURE A-3 1 1 t CC N,. WI- �¢o Q. I- SI DESCRIPTION OF SUBSURFACE MATERIALS Z Hcr W �'... o.. >E_ pa. >- o i— W N3o ZwJ a�rn J n. E w wW o� This summary applies only at the location of this boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Jv w .� 0 - NATIVE Silty Sand (SM), brown, slightly moist, medium to dense B _ @3' gravels to 4 inches diameter -1055- 2.9 113 7 D . • • . Well -Graded Sand with Silt (SW-SM), brownish grey, • • ; • slightly moist, dense, gravels to 4 inches -1050- B J , ' ' • 3.3 121 9 D 10�• • -1045- Silty Sand (SM), brown, moist, dense 7.1 112 4 D 1' _ B r -1040- 7.5 111 5 D ._.-.-.-.-.-.-.-.- - - - 20—Terminated _ at 20 feet. Minor ravelling in boring. SAMPLE C TYPES Rock Core DATE DRILLED 8-7-91 ' PROJECT NO.: 1023.591 SANTA ANA AVE. SEWER EQUIPMENT USED: — = S D B I Ti Standard Split Spoon Drive Sample 18" Bucket auger Bulk Sample GROUNDWATER LEVEL: Not encountered Tube Sample LOG OF BORING NO. B-1 FIGURE A-� APPENDIX B The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI Proj. 1023.581 APPENDIX B LABORATORY TESTS INTRODUCTION Relatively undisturbed soil samples were carefully packaged in the field and sealed to prevent moisture Toss. The samples were then transported to our Cypress office for examination and testing assignments. Laboratory tests were performed on selected representative samples as an aid in classifying the soils and to evaluate the physical properties of the soils affecting foundation design and construction procedures. Detailed descriptions of the laboratory tests are presented below under the appropriate test headings. Test results are presented in the figures that follow. MOISTURE CONTENT AND DRY DENSITY Moisture content and dry density were determined for a number of the ring samples. The samples were first trimmed to obtain volume and wet weight and then were dried in accordance with ASTM 2216-71. After drying, the weight of each sample was measured, and moisture content and dry density were calculated. Moisture content and dry density values are presented on the boring logs in Appendix A. GRAIN SIZE DISTRIBUTION A representative sample was dried, weighed, soaked in water until individual soil particles were separated, and then washed on the No. 200 sieve. That portion of the material retained on the No. 200 sieve was oven -dried and then run through a standard set of sieves in accordance with ASTM D422-63. The grain distribution data is shown in Figures B-1 and B-2. DIRECT SHEAR Direct shear tests were performed on selected undisturbed ring samples, in accordance with ASTM D3080-72. After the initial weight and volume measurements were made, each sample was placed in the shear machine, and a normal load comparable to the in -situ overburden stress was applied. The sample was allowed to consolidate and then was sheared to failure. The procedure was repeated on additional test specimens from the same soil layer under increased normal Toads. Shear stress and sample deformation were monitored throughout the test. The results of the direct shear tests are presented in Figures B-3 through B-4. 1023-581.01 x(9/91) B-1 The Alexander Haagen Company, Inc. September 19, 1991 Santa Ma Avenue Sewer/Lift Station GPI ProJ. 1023.581 COMPACTION Compaction tests were performed on selected bulk samples, in accordance with ASTM D1557-70 in order to determine the maximum dry density and optimum moisture content for the material tested. The results of the compaction tests are presented below: Maximum Optimum Location Depth (feet) Soil Type Density (pcf) Moisture (%) B-1 8-10 SM 126 11.0 1023-581.01 X(9/91) B-2 U.S. STANDARD SIEVE -INCHES 1 U.S. STANDARD SIEVE NUMBERS 1 10 20 40 100 200 6 3 1.5 3/4 3/8 HYDROMETER 100 90 80 70 I-- 2 to H 3 60 >- m w50 z H U_ H v40 Or W a 30 20 10 0 10) COBBLES II II GRAVEL coarse 1C Ir • • I GRAIN SIZE IN MILLIMETERS fine coarse SAND medium fine 0 0 01 SILT OR CLAY 0.00 • Sample Location B-1 10 Classification Silty Sand (SM) MC% 3 LL PL PI Cc • Sample Location B-1 10 D 100 4.75 D60 0.18 D30 0.096 D10 %Gravel 0.0 %Sand 81.4 %Silt %Clay 18.6 PROJECT: FONTANA LIFT STATION PROJECT NO. 1023.581 INma GRAIN SIZE DISTRIBUTION FIGURE 13-1 HYDROMETER 200 100 90 80 70 H 2 3 60 m w 50 z H LL i-- w 40 U W a 30 20 10 0 J S..STANDARD SIEVE -INCHES I U.S. STANDARD (SIEVE -NUMBERS 6 3 1.5 1' 3/4 3/8 4 10 20 --4-6 100 1 I 1 I • -I 100 COBBLES GRAVEL coarse GRAIN SIZE IN MILLIMETERS fine coarse SAND medium fine 01 SILT OR CLAY 0.001 • Sample Location B-1 15 Classification Sandy Silt (ML) MC% 4 LL. PL PI Cc Cu • Sample Location B-1 15 D100 4.75 D60 D30 D10 %Gravel 0.0 %Sand 29.8 % %Silt %Clay 70.2 PROJECT: FONTANA LIFT STATION PROJECT NO. 1023.581 B _ = FIGURE B-2 GRAIN SIZE DISTRIBUTION 6000 4- a 5000 4000 2000 1000 00 1000 2000 30)0 4010 ■ NORMAL PRESSURE, psf PEAK STRENGTH Friction Angle = 33 degrees Cohesion = psf Note: Sample submerged before test Sample Location Classification 50.0 60 00 RESIDUAL STRENGTH Friction Angle = 33 degrees Cohesion = 0 psf DD,pcf MC,% • B-1 10.0 Silty Sand (SM) Peak 103 3 B-1 10.0 Silty Sand (SM) Residual 103 3 PROJECT: FONTANA LIFT STATION PROJECT NO.:1023.581 Mt El I � DIRECT SHEAR TEST RESULTS FIGURE B-3 6000 5000 4000 4- a (.o w - 3000 co cc w 2000 1000 0d 10)0 20)0 3000 NORMAL PRESSURE, psf PEAK STRENGTH Friction Angle = 38 degrees Cohesion = psf Note: Sample Submerged before test • Sample Location Classification 4000 500 60 00 RESIDUAL STRENGTH Friction Angle = 27 degrees Cohesion = 110 psf DD,pcf MC,% B-1 15.0 Sandy Silt (ML) Peak 90 4 B-1 15.0 Sandy Silt (ML) Residual 90 4 PROJECT: FONTANA LIFT STATION PROJECT NO.:1023.581 0111 I DIRECT SHEAR TEST RESULTS FIGURE B-4 APPENDIX C M. J. SCHIFF & ASSOCIATES Consulting Corrosion Engineers September 17, 1991 GEOTECHNICAL PROFESSIONALS, INC. 5736 Corporate Avenue Cypress, California 90630 Attention: Mr. Scott Fitinghoff Re: Gentlemen: 1291 NORTH INDIAN HILL BOULEVARD CLAREMONT, CALIFORNIA 91711-3860 714/626-0967 FAX 714/621-1419 Soil Corrosivity Study Off -Site Santa Ana Sewer Line/Lift Station Fontana, California Your # 1023.58I, MJS&A #91208 Laboratory tests have been completed on the single soil sample you provided from your borings for the subject project at Santa Ana and Tamarind Avenues. We assume that this soil is representative of the most corrosive soil at the site. The purpose of these tests was to determine if the soil may have deleterious effects on underground piping and concrete structures. The electrical resistivity of the sample was measured in its as -received condition and again with distilled water added to create the standardized condition of saturation. Resistivities are at about their lowest value when the soil is saturated. The sample was chemically analyzed for the major anions and cations, and pH was measured. Test results are shown on Table 1. A useful factor in determining soil corrosivity is electrical resistivity. The electrical re- sistivity of a soil is a measure of its resistance to the flow of electrical current. Corro- sion of buried metal is an electrochemical process in which the amount of metal loss due to corrosion is directly proportional to the flow of electrical current (DC) from the metal into the soil. Corrosion currents, following Ohm's Law, are inversely proportional to soil resistivity. Lower electrical resistivities result from higher moisture and chemical contents and indicate corrosive soil. A correlation between electrical resistivity and corrosivity toward ferrous metals is: Soil Resistivity in ohm -centimeters 0 to 1,000 1,000 to 2.000 2,000 to 10,000 over .10,000 Corrosivity Category severely corrosive corrosive moderately corrosive mildly corrosive The electrical resistivity measured in the laboratory with as -received moisture content was in the mildly corrosive category. When saturated, the sample dropped into the moderately corrosive category. The resistivity dropped considerably with added mois- ture because the sample was dry as -received. Soil pH value was 7.3 which is neutral and not significant in evaluating corrosivity. CORROSION AND CATHODIC PROTECTION ENGINEERING SERVICES SURVEYS • PLANS AND SPECIFICATIONS • INTERFERENCE PROBLEMS • SOIL TESTS • SUPERVISION, INSPECTION AND ADJUSTMENT OF INSTALLATIONS GEOTECHNICAL PROFESSIONALS, INC. September 17, 1991 MJS&A #91208 Page 2 The chemical content of the sample was low. Tests were not made for sulfides or negative oxidation-reduction (redox) potentials because they would not exist in this dry aerated sample. This soil is classified as moderately corrosive to ferrous metals. In addition to soil corrosivity, the life of buried materials depends on thickness, strength, loads, construction details, soil moisture, etc. and is, therefore, difficult to predict. Of more practical value are corrosion control methods that will increase the life of materials that would be subject to significant corrosion. The following corrosion control measures are recommended. Abrasive blast underground steel piping and apply a high quality protective coating such as extruded polyethylene, a tape coating system, hot applied coal tar enamel, or fusion bonded epoxy. Apply cathodic protection to steel piping. To prevent dissimilar metal corrosion cells and to facilitate the application of cathodic protection. electrically insulate buried steel piping from dissimilar metals, cement- mostar or concrete coated steel. and above ground steel pipe. Underground steel pipe with rubber gasketed, mechanical, grooved end, or other non- conductive type joints must be bonded for electrical continuity. Electrical continuity is necessary for corrosion monitoring and cathodic protection. Cast or ductile iron pipe. valves, and fittings do not require special protective measures such as a plastic wrap. However, to avoid possibly creating corrosion problems, iron should not be placed partially in contact with concrete such as thrust blocks. Use coat- ings mentioned above for steel or polyethylene plastic sheets 8 mils thick to prevent such contact. Electrically insulate underground iron pipe from dissimilar metals and above ground pipe. No special precautions are required for copper, reinforced concrete, asbestos -cement, vitrified clay. or plastic piping -placed underground from a corrosion viewpoint. Protect any iron valves and fittings as mentioned above. Where metallic pipelines penetrate concrete structures, use plastic sleeves, rubber seals, or other dielectric material to prevent pipe contact with the concrete and reinforc- ing steel. On any type of pipe, bare steel appurtenances such as bolts, joint harnesses, or flexible couplings should be coated with a coal tar or rubber based mastic or coal tar epoxy after assembly. Standard construction practices and concrete mixes may be used for concrete in con- tact with this soil using type 1 or 2 cement. GEOTECHNICAL PROFESSIONALS, INC. September 17, 1991 MJS&A #91208 Page 3 The scope of this study is limited to a determination of soil corrosivity and its general effects on materials likely to be used for construction. If the architects and/or engi- neers desire more specific information, designs, specifications, or review of design, we will be happy to work with them as a separate phase of this project. Respectfully submitted, M. J. SCHIFF & ASSOCIATES Robert A. Pannell cb Enc: Table 1 L64 MN N N- I- M NM -- r- N--- o M- TABLE 1 LABORATORY TESTS ON SOIL SAMPLES Location Soil Resistivity Chemical Analysis in mg/kg (ppm) of dry soil and ohm -centimeters Calcium Magnesium Sodium Bicarbonate Chloride Sulfate Depth Soil Type As Rec'd Sat'd Ca Mg Na HCO3 Cl SO4 B1 8-10' silty sand 25,000 3.000 7.3 60 trace 12. 122 35 48 Carbonate • 0 Off -Site Santa Ana Sewer Line/Lift Station Fontana, California Your #1023.58I, MJS&A #91208 F16 APPENDIX D GEOFON Project No. 87-357.01 APPENDIX B EXPLORATORY BORING RESULTS • The subsurface conditions at the site were investigated by drilling seventeen exploratory borings and excavating eighteen backhoe test pits at the locations shown on the Site Plan, Figure 2. The borings were advanced to depths up to 36 feet. The test pits were excavated to depths of 5 feet. The borings were drilled using truck -mounted bucket auger drilling equipment. The test pits were excavated using a backhoe. The field explorations were performed under the continuous technical supervision of a GEOFON geotechnical engineer who visually inspected the site, maintained detailed logs of the borings, classified the soils encountered, and obtained relatively undisturbed samples for examination and laboratory testing. Detailed logs of the borings (includingthose drilled for the previous investigation) are presented in Figures B-2 through B-21 of this appendix. The logs of test pits are presented in Figure B-22. The soils encountered in the explorations were classified in the field and through further examination in the laboratory in accordance with the Unified Soil Classification System (Figure B-1). Relatively undisturbed soil samples were obtained with a 2.42-inch inside diameter ring sampler. The soil sampler was driven with a 1680-pound weight falling 12 inches. Sand cone tests (ASTM D 1556) were performed in test pits. 35701002 UNIFIED SOIL CLASSIFICATION SYSTEM (AS'UM D-2487) COARSE GRAINED SOILS FINE GRAINED SOILS PRIMARY DIVISIONS x -- CLEAN GRAVELS (LESS THAN 5% FINES) GROUP SYMBOL GW SECONDARY DIVISIONS WELL GRADED GRAVELS, GRAVEL -SAND MIXTURES, LITTLE Ok NO FINES. GP POORLY GRADED GRAVELS OR GRAVELSAND MIXTURES, LITTLE Ok NO FINES. GRAVEL WITII FINES CLEAN SANDS (LESS THAN 5% FINES) SANDS wrrH FINES HIGHLY ORGANIC SOILS GM SILTY GRAVELS, GRAVEL -SAND -SILT MIXTURE. NON PLASTIC FINES. GC SW SP SM CLAYEY GRAVELS, GRAVEL -SAND -CLAY MIXTURES. PLASTIC FINES. WELL GRADED SANDS, GRAVELLY SANDS,LITILE OR NO FINES. POORLY GRADED SANDS Ok GRAVELLY SANDS, LITTLE Ok NO FINES.. SILTY SANDS, SAND -SILT MIXTURES. NON -PLASTIC FINES. Sc ML CL OL MH CH OH PT CLAYEY SANDS, SAND -CLAY MIXTURES. PLASTIC FINES. INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY Ok CLAYEY FINE SANDS OR CLAYEY SILTS WIT 11 SLIGHT PLASTICITY. INORGANIC CLAYS OI LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS. LEAN CLAYS. ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY. INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SANDY OR SILTY SOILS, PLASTIC SILTS. INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS. ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS. PEAT AND OTHER HIGHLY ORGANIC SOILS. CLASSIFICATION CRITERIA BASED ON FIELD TESTS PENETRATION RESISTANCE (PR) SANDS AND GRAVELS RELATIVE DENSITY BLOWS/FOO'1'• VERY LOOSE 0 •4 LOOSE; 4•10 MEDIUM DENSE 10-30 DENSE 30•50 VERY DENSE OVER 50 CLAYS AND SILTS CONSISTENCY BLOWS/FOOT• STRENGTH•• VERY SOFT SOFT FIRM STIFF VERY STIFF 0.2 0• 2-4 4.8 8- I 15-30 FAD l OVER 30 'n • l I.2 2.4 OVER 4 • NUMBER OF BLOWS OF 140 POUND HAMMER FALLING 30 INCHES TO DRIVE A 2 INCH U.D. (I 3/8 INCH I.D.) SPLIT BARREL SAMPLER (ASTM-I586STANDARD PENETRATION TEST) •• UNCONFINED COMPRESSIVE STRENGTH IN TONS/SQ. FT. READ FROM POCKET PENETROMETER 60 Z 40 Q 20 J 0 CLASSIFICATION CRITERIA BASED ON LAB TESTS CL Oil &MIA • SAIL 0 MI. & 20 40 60 LIQUID LIMIT SU SIEVE SIZES 200 . 40 GW AND SW-C 60 GREATER THAN 4 l"OR GW AND 6 FOR u DIU BETWEEN 1 AND } I,GJ GP AND SP - CLEAN GRAVEL OR SAND NOT MEETING REQUIREMENT FOR GW AND SW GW AND SM - ATTERBERG LIMIT BELOW "A" LINE OR P,I. LESS THAN 4 GC AND SC - ATTERBERG LIMIT ABOVE "A" LINE P.L GREATER THAN 7 FINES FINE MEDIUM COARSE' FINE COARST. .. (SILT OR CLAY) SAND SAND SAND GRAVEL GRAVEL�OBBLFS'BOULDLRS 100 10 4 3/4" 3,. 1U,. CLASSIFICATION OF EARTH MATERIALS IS BASED ON FIELD INSPLCTR1N AND • SHOULD NUT BE. CONSTRUED T'U IMPLY LAJORA'I"ORY ANALYSIS UNLESS sO STATED. GEOFON CC C▪ I.. cC O w o DESCRIPTION OF SUBSURFACE MATERIALS TH48 SUMMARY APPUES ONLY AT THE LOCATION OF THIS BORING ANO AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A BIMPUFICATION OF ACTUAL CONDITIONS ENCOUNTERED. § W 1092± 0 0 0 0 • 0 SAMPLE TYPES © Rock Core Q Standard Split Spoon QD Drive Semple Q Bulk Sample QT Tube Sample 25 21 25 D 5- 10 — 15— D 20 26 D 45 28 D SAND -GRAVELLY SAND (SP-SM). light brown, predominantly fine sand with some gravels and occasional cobbles; cobble content increasing below 10 feet; medium dense; slightly moist o 'o 0 'o o'•o . 25- 35- 30 D 36 D 40 • o. y • • • • • ;• • SANDY SILT (ML) TO SILTY SAND (SM), light brown to brown, medium dense, moist, occasional gravelly and cobbly zones Last sample interval 40.0'-41.5' Boring terminated at 41.5 feet r--1090t --1085t —1080± —1075± —1070± —1065t -1060t —1055± DATE DRILLED: 11-6-87 EQUPMENT USED: 8" Hollow Stem Auger GROUNDWATER LEVEL: Not Encountered GEOFON N C D•w • o w• I. o PROJECT NO.: 87-357 FONTANA DEVELOPMEN1 LOG OF BORING NO. B-1 11-87 FIGURE B-2 r MOISTURE (X) DRY DENSITY (PCP) PENETRATION RESISTANCE CBLOWS/FOOT (SAMPLE TYPE ch o DEPTH (FEET) DESCRIPTION OF SUBSURFACE MATERIALS ELEVATION (FEET) µ THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA• TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. Silty SAND (SM) brown, slightly moist, loose @2' medium dense -1045- • @4' dense 2.2 109 8 D -1040- • 3.7 107 8 D Sandy SILT (ML) brown, slightly moist, hard @10.5' grades yellow brown •1035- 7.8 92 8 D Terminate drilling at 16 feet SAMPLE TYPESkC DATE DRILLED: 11-30-88 PROJECT NO.: 87-357.01 c, GEOFON C Rock Core S Standard Split Spoon EQUIPMENT USED: EMPIRE CENTER Incorporated D Drive Sample 18" BUCKET AUGER ® Sulk Sample GROUNDWATER LEVEL: LOG OF BORING NO. B-4 © Tube Sample Not encountered 1 89 PAGE 1 OF 1 FIGURE 13-5 MOISTURE (%) DRY DENSITY (PCP) PENETRATION RESISTANCE RLfWS,F0l7T W o. I- a. to • o DEPTH (FEET) I DESCRIPTION OF SUBSURFACE MATERIALS ELEVATION (FEET)_ THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. • Silty SAND (SM) brown, slightly moist, loose @2' medium dense @ 4' light yellow brown, medium dense, trace of gravel 1045 -1040 -1035- 4.6 4.3 4.7 102 105 102 4 4 4 D1 Sandy SILT (ML) light grey, moist, very stiff Silty SAND (SM) brown, slightly moist, medium dense D Sandy SILT (ML), olive brown,slightly moist, very D • 1 stiff Terminate drilling at 16 feet SAMPLE S D B T TYPES DATE DRILLED: 11-30-88 Rock Core Standard Split Spoon EQUIPMENT USED: Drive Sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Tube Sample Not encountered .. GEOFON I n c o r p o r a t e d PROJECT NO.: 87-357.01 EMPIRE CENTER LOG OF BORING NO. B-5 1-89 PAGE 1 OF 1 FIGURE B-6 MOISTURE (%) DRY DENSITY (PCF) PENETRATION RESISTANCE BLOWS/FOOT SAMPLE TYPE I DEPTH (FEET) DESCRIPTION OF SUEISURFACE MATERIALS ELEVATION (FEET) µ THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. • Silty SAND (SM) , brown, slightly moist, loose @2' medium dense 1050 -1045- •1040• 2.6 3.5 4.0 108 112 108 4 5 4 D D D Terminate drilling. at 15 feet SAMPLE c S D B © TYPES DATE DRILLED: 11-30-88 Rock Core Standard Split Spoon EQUIPMENT USED: Drive Sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Tube sample Not encountered It]GEOFON I n c o r p o r a t e d PROJECT NO.: 87-357.01 EMPIRE CENTER L O G OF BORING NO B-6 1.89 PAGE 1 OF 1 FIGURE B-7 .W j., ►-� H " O Z DRY DENSITY (PCF) PENETRATION RESISTANCE CBLOWS/FOOT SAMPLE TYPE S F a..W W W CZ DESCRIPTION OF SUBSURFACE MATERIALS Z H H QW THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. W .. W 1055 ± 1.1 3.5 3.7 B 10—. 15^ _ Silty SAND (SM) light brown, slightly moist, loose, trace of gravel @2' medium dense - ' Silty SAND/ SAND (SM/SP), brown, slightly moist, medium dense, some gravel @6' minor caving • l050 105 3 D :: Silty SAND (SM) , yellow brown, slightly moist, medium dense, trace gravel @10' dense @15' medium dense to dense -1045- •1040- 112 8 D 106 5 ID Terminate drilling at 16 feet • SAMPLE C S D ©bulk T TYPES Rock Standard Drive Tube DATE DRILLED: 12-2-88 Core Split Spoon EQUIPMENT USED: Sample • 18" BUCKET AUGER Sample GROUNDWATER LEVEL: Sample Not encountered �� GEOFON Incorporated PROJECT NO.: 87-357.01 EMPIRE CENTER LOG OF BORING NO. B-7 1-89 PAGE 1 OF 1 FIGURE 11-8 CC D.. H 0,. ZU. wi-- ola .ZC1 Q C W a ... _^ F-H DESCRIPTION OF SUBSURFACE MATERIALS z oM. ~uj N'.�. o 0 a .. m o 1- ID 3 w fn 30 W W J a 0 m a ¢ to w W 0 THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT, THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA• TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. D !IE w 10; 0 : Silty SAND (SM), light brown, slightly moist, loose, with trace of gravel @2' medium dense •10 3.2 5 D 5 10 10— : : ' ': Gravelly SAND (SP), brown, slightly moist, medium dense Sandy SILT (ML) brown, moist, stiff to very stiff 9.2 97 3 D 10 15— 10.8 105 6 D @18' very stiff to hard - is 201 7.9 95 4 D • : Silty SAND/ SAND (SM/SP) brown, moist, medium dense -1c 25— 14.5 108 10 D : Sandy SILT (ML) brown, very moist, hard -10 _ 30— 15 D :•E Gravelly SAND (SP) light brown, moist, very -lc dense 35 Terminate drilling at 35 feet SAMPLE C © RockPCS DATE GRILLED: 12-1-88 Core Standard Split Spoon EQUIPMENT USED: C� GEOFON Incorporated PROJECT NO.: 87-35. EMPIRE CENTER D B T Drive sample 18" BUCKET AUGER Bulk Sample GROUNDWATER LEVEL: Tube Sample Not encountered LOG OF BORING NO. B-12 1-89 PAGE 1 OF 1 FIGURER W 0 } M Z IL 0a a 0 Z W ~ZO Wgx H3 aOm W J a a N 4.6 4.4 4.7 102 105 102 SAMPLE TYPES ©Rock Core [S] Standard Split Spoon DO Drive Sample Bulk Sample 0 Tube Sample F. aW WW OW 0 DESCRIPTION OF SUBSURFACE MATERIALS THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDITIONS ENCOUNTERED. 10- 15 Silty SAND (SM), brown, slightly moist, loose, caving @2' medium dense @7' some gravel Silty SAND/SAND (SM/SP), brown, slightly moist, medium dense Silty SAND (SM) brown, moist, medium dense,trace of fine gravel Z O, L W„ J W 1085 ± •1080- -1075- •107O- Terminate drilling at 16 feet DATE DRILLED: 12-1-88 EQUIPMENT USED: 18" BUCKET AUGER GROUNDWATER LEVEL: Not encountered E] GEOFONt e d PROJECT NO.: 87-357.01 EMPIRE CENTER LOG OF BORING NO. B-14 1-89 PAGE 1 OF 1 FIGURE B-15 it it it w ft to v M O E 4.3 3.3 5.2 8.6 103 103 91 94 5 SAMPLE TYPES Rock Core j Standard Split Spoon O Drive Sample Bulk Sample Q Tube Sample SAMPLE TYPE D DESCRIPTION OF SUBSURFACE MATERIALS THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCA- TIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF ACTUALCONDIT!ONS ENCOUNTERED. Silty SAND (SM), Iight brown, slightly moist, loose @2' medium dense 10- 15 Sandy SILT (ML), light to yellow brown, slightly moist, very stiff Silty SAND (SM) yellow brown, moist, medium . dense Sandy SILT (ML), Iight brown to yellow brown, moist, very stiff 20— Terminate the drilling at 21 feet Z 0 H aw E- aw J" til 1046 ± -1045• -1040• •1035• •1030- -1325 DATE DRILLED: 12-2-88 EQUIPMENT USED: 18" BUCKET AUGER GROUNDWATER LEVEL: Not encountered �' GEOFON� e d PROJECT NO.: 87-357.01 EMPIRE CENTER 1.89 LOG OF BORING NO. B-20 PAGE 1 OF 1 FIGURE B-21 i i i GEOFON Project No. 87-357.01 APPENDIX A CONE PENETRATION TEST RESULTS Fourteen Cone Penetration Tests (CPT's) were performed at the site during the present investigation. The locations of the CPT's are shown on the Site Plan, Figure 2. These soundings were advanced to depths of up to 35 feet below existing site grades. The Cone Penetration Test consists of pushing a cone -tipped probe into the soil deposit while simultaneously recording the cone tip resistance and side friction resistance of the soil to penetration. The Cone Penetration Tests described in this report were conducted in general accordance with ASTM specifications (ASTM D3441-79) using an electric cone penetrometer. The CPT equipment consists of a cone assembly mounted at the end of a series of hollow sounding rods. A set of hydraulic rams is used to push the cone and rods into the soil while a continuous record of cone and friction resistance versus depth is obtained in both analog and digital form at the ground surface. A specially designed all -wheel drive truck is used to transport and house the test equipment and to provide a 20-ton reaction to the thrust of the hydraulic rams. The cone penetrometer assembly (Figure A-1) consists of a conical tip and a cylindrical friction sleeve. The conical tip has a 60 degree apex angle and a projected cross -sectional area of 15 square centimeters. The cylindrical friction sleeve has a surface area of 200 square centimeters. Both the conical tip and the cylindrical friction sleeve have outer diameters of about 4.37 centimeters (about 1-3/4 inches). The interior of the cone penetrometer is instrumented with strain gauges that allow simultaneous measurement of cone . tip and friction sleeve resistance during penetration. Continuous electric signals from the strain gauges are transmitted by a cable in the sounding rods to analog and digital data recorders in the CPT truck. 35701002 Appendix A (Cont'd) GEOFON Project No. 87-357.01 Data obtained during a Cone Penetration Test consists of continuous stratigraphic information with close vertical resolution. Stratigraphic interpretation is based on relationships between cone tip resistance and friction resistance. The calculated friction ratio (CPT friction sleeve resistance divided by cone tip resistance) is used as an indicator of soil type. Granular soils typically have low friction ratios and high cone resistance, while cohesive or organic soils have high friction ratios and low cone resistance. These stratigraphic material categories form the basis for all subsequent calculations which utilize the CPT data. Computer plots of the reduced CPT data (including those performed for the previous investigation) are presented in Figures A-2 through A-33 in this appendix. The field testing and computer processing was performed by the Earth Technology Corporation under subcontract to GEOFON. The interpreted soil descriptions were prepared by GEOFON, Inc. 35701002 ELECTRIC CABLE INCLINOMETER STRAIN GAGE r FRICTION SLEEVE CONE GEDFON PROJECT NO. 87-357.01 EMPIRE CENTER ELECTRONIC FRICTION CONE PENETROMETER 20 TON CAPACITY 1-89 FIGURE A•1 FRICTION RESISTANCE 1 z2S m rn 30 35 40 45 50 TSF IKG/CM' I CONE RESISTANCE TSFIKG/CMJI 5 a z 50 100 1 150 2 0 250 3 00 3C 0 j\IiI.................... 1 0 400 qJ FRICTION RATIO IZI 1 .- E -1- 0 5 10 15 20 m 0 -a 25 z rn m rn -4 30 35 40 45 50 8 INTERPRETED SOIL DESCRIPTION SILTY SAND (SM), loose SANDY SILT (ML), stiff Refusal at 5 feet (Gravelly layer) GEGFONI PROJECT NO.: 87-357 • FONTANA DEVELOPMENT LOG OF C-5 11-87 FIGURE A-6 APPENDIX III TRAFFIC CONTROL MEMORANDUM TRAFFIC CONTROL PLAN AND DETOUR PLAN SUBMISSION AND CHECK PROCEDURES WITHIN THE CITY OF FONTANA Where any construction within public right-of-way is necessary and approved by the City of Fontana, Traffic Safety Control plans may be required prior to commencement of work. The following is a list of typical Traffic Control Plans and requirements: 1. VERY SMALL STREET OPENINGS OF LESS THAN 8 HOURS DURATION When normal traffic will be maintained (such as with blanket permit users), the permittee will be required to follow Chapter 5 of the Caltrans Traffic Manual. There will be no formal Traffic Control Plan required; normal inspection and review fees will be as required by. City Resolution. 2. AVERAGE STREET OPENINGS OF LESS THAN 8 HOURS DURATION When normal traffic flow may be affected or a lane closure. is required, a Traffic Control Plan may be required. The permittee may not be required to submit a full Traffic Control Plan upon approval of the City Traffic Engineer, after review of the Traffic Section. If a formal Plan is not required, the permittee shall be required to follow Chapter 5 of the Caltrans Traffic Manual; normal inspection and review fees will be required as per City Resolution. If a full Traffic Control Plan is required, the Plan sheet(s) will require about 10 days to review and process. This type of Traffic Control Plan would not require noticing, but normal inspection and review fees will be required. 3. MAJOR TRAFFIC CONTROL OR DETOURS A road closure of traffic control which will be more than 8 hours duration will require a full Traffic Control Plan. The plan will be submitted on Traffic Control Plan sheets for approval by the City Traffic engineer. A major Traffic Control or Traffic Detour Plan will normally require a least 30 days of checking, approval and notification. The following process is followed: A. Payment of Fee. Fees are calculated based upon the inspection and plan check fees in the City Fee Resolution. The final fee amount is subject to revision due to changes in the number of plan sheets of the duration of the control period. B. Plan Check Submittals Major Traffic Control and/or Detour Plans normally are submitted during or following the review and approval of construction plans. After the fees are paid, plans are reviewed for accuracy in meeting City requirements. The plans are also reviewed for format specifications as indicated below. The Engineer is advised by telephone of review findings to expedite the review process. Final plans require a Civil Engineer of Traffic Engineer's signature and stamp, except in instances where prior approval is obtained from the City Traffic Engineer. Following the checking process, authorization and notification is prepared and issued. Format Specifications 1. Sheet size of.24"x 36" with border and City title block 2. Drawing to be accurately proportioned to fit sheet size 3. A signature block for any other affected jurisdiction(s) Authorization will describe the specific requirements of approval: 1. Notification of public, public agencies and news services 2. Closure conflict disclaimer 3. Notification of affected adjacent property owners 4. Earliest construction starting date 5. Plan signed and approved by any affected jurisdiction(s) APPENDIX IV MANUFACTURER'S SPECIFICATIONS specifications For Non -Clog Pumps With a Submersible Motor and Pump Control Panel GENERAL: Pump shall be furnished as follows: A 6x6x14x3 heavy duty submersible pumps which shall include a submersible motor with a U.L. label and rated for Class 1, Groups C&D, Division 1 hazardous location, class 35 cast iron volute, cast iron impeller, 550 BHN Ni-hard wear plate, 550 BHN Ni-Hard "L" shape wear ring, 550 BHN Ni-hard suction wear ring, tungsten carbide lower mechanical seal and 316 stainless steel hardware. The pump shall be non -overloading throughout the entirety of the pump performance curve. The pump manufacturer shall have a stocking facility of the pumping equipment used in this project "with in a 50 mile radius to assure prompt service and deliveries. The pump and controller shall be manufactured by ESSCO Pumps and Controls for unit responsibility, 4935 Telegraph Rd., Los Angeles, Ca. 90022 213-261-2181 or approved equal evaluated and determined by the engineer. PUMPING CONDITIONS: 1000 GPM at 87 Ft. TDH 60% Eff. Design : 1450 GPM at 56 Ft. TDH 81% Eff. Minimum 2000 GPM at 36 Ft. TDH 70% Eff. PUMP CASING: Shall be constructed of high quality class 35 cast iron. All internal case clearances shall be smooth and rounded with no acute turns so that large diameter solids or long stringy material will pass through the pump with the greatest handling efficiency. The pump suction shall be fitted with a 550 BHN Ni-hard wear ring. Wear rings of different material or hardness shall not be considered equal. Where -the pump motor flange comes in contact with the volute there shall be an adapter plate or the volute shall have an indexed register to insure an accurate fit. IMPELLER: Shall be double shrouded enclosed, flat design with repelling vanes and shall be mounted in such a manner as to allow solids which enter the suction opening to leave the pump with minimal impeller contact. The impeller shall handle a minimum 3.38 inch diameter sphere. The impeller shall be constructed of high grade class 35 cast iron. The impeller shall be fitted with a 550 BHN Ni-hard "L" shape wear ring. Wear rings with a different shape or different material or lesser hardness shall not be considered equal. The impeller shall be attached to the shaft by a stainless steel bolt, stainless steel washer, stainless steel key, and be mechanically locked to insure that the impeller bolt will not back out if unit is operated backwards. Pumps over 30 HP shall have a cad. plated grade 8 bolt in lieu of a 316 stainless steel impeller bolt. All Stainless Steel components shall be a minimum of 304. WEAR PLATE: Each pump shall be furnished with a Ni-hard 550 BHN wear plate located behind the impeller and held inplace by the motor flange bolts. The wear plate shall be a minimum of .5" thick at the thinnest portion. EXTERNAL HARDWARE: Shall be made of stainless steel. COATINGS: Fusecote epoxy shall be applied to the exterior and interior of the pump casing, suction elbow and pump stand. Application of the epoxy shall be no less than 8 mills. MOTOR: The pump motor shall be a 3 phase, 30 HP, 460 volts, with a maximum speed of 1150 RPM, AC, U.L. listed Reliance submersible motor, Class 1,, Groups C&D, Division 1 hazardous location, explosion -proof rated, rated for 30 HP. MOTOR SHAFT: Shall be one piece 416 stainless steel. Shaft extending through both bearings with proper length to connect directly to pump impeller. Bearings shall be prelubricated at the factory and designed for B10-life of 37,500 hours. Shaft extension bearings shall be locked to prevent shaft movement and to take high thrust loads. MOTOR ENCLOSURES: Shall be cast iron, water -tight enclosures and shall be sealed by the use of "O"-rings and shall have rabbit joints with a large overlap, or there shall be furnished an adapter plate to accomplish an accurate fit equal to an indexed register fit. Electrical cable leads shall be 35 feet in length and joined to motor enclosure by use of an epoxy mold in the motor end bracket. The motor power leads, moisture detection and thermal detection cord shall have a primary sealing system which utilizes an epoxy compound with each cord conductor stripped back and a blind -splice utilized to stop any possible moisture from leaking into the motor body. In •addition to the blind -splice each conductor shall be separated and the epoxy compound shall flow completely around each conductor thus, causing a leakproof seal. Motors which rely only on grommets and compression systems will not be acceptable nor equal. Motors which utilize a grommet and epoxy compounds will not be considered acceptable nor equal. Motors which utilize a terminal board will not be considered acceptable nor equal. Motors shall be dual voltage and shall be supplied with a conductor sized to handle the lower of the two voltages specified. Motors which are single voltage and which are not field reconnectable will not be acceptable or equal. Motors which require a cooling jacket or cooling media such as oil or pumped media shall not be considered acceptable nor equal. Lifting eyes shall be cast into the motor housing and shall be of adequate strength to lift the entire pump and motor assembly. MOTOR SEALS: Tungsten carbide against tungsten carbide lower mechanical seal. Seal shall be installed prior to pump shipment. A written verification shall be provided prior to shipment of the pump unit. Two moisture sensing probes shall be used to detect any influx of conductive liquid past the outer seal and provide ample warning of first seal failure. Any moisture detection system which does not utilize two moisture probes or which utilizes a single probe or float will not be considered acceptable nor equal to the moisture detectin system specified. Any moisture sensing system located in the motor stator housing will not be acceptable nor equal. 3 MOTORS The motor nameplate horsepower rating shall not be exceeded by the brake horsepower requirements of the pump for any condition point. The motor shall be non -overloading throughout the entirety of the pump performance. The motor shall contain special Class "B" insulation with Class "F" materials. Automatic reset, normally closed thermal overloads, shall be installed in adjacent phases of the motor winding to provide the overheating protection. The motor shall be designed for Class I, Division I, Groups C&D, hazardous location as defined by the National Electrical Code and carry a UL label. Motor nameplate shall be made of stainless steel. SLIDE RAIL ASSEMBLY Each submersible pump shall be provided a spark -proof slide rail system as shown on the approved design drawings and specified herein. The discharge base elbow shall be permanently installed in the wet well along with the discharge piping. The pump shall be automatically connected to the discharge base elbow when lowered into place, and shall be easily removed for inspection. There shall be no need for personnel to enter the pump wet well. Sealing of the pumping unit to the discharge base elbow shall be accomplished by a simple linear down -ward motion of the pump. The entire weight of the pump unit shall be guided by no less than two guide bars and pressed tightly against the discharge base elbow. Sealing of the discharge faces shall be by means of an 0-ring thus, providing a leak proof seal. Metal to metal faces only shall not be considered equal due to the potential of similar metals fusing together in the corrosive environment of the sump. No portion of the pump shall bear directly on the floor of the wet well. The pump, with its appurtenances and cable, shall be capable of continuous submergence under water without loss of water tight integrity to a depth of 50,feet. Schedule 40 stainless steel guide pipe diameters are to be determined by the size of the pump units. BASE ELBOW Shall be constructed of Ductile iron. The base support and elbow shall be an integrally cast piece. Fabricated or assembled units shall not be considered equal. SLIDE FACE Shall be constructed of Class 35 cast iron with a bronze ring inset thus, making a spark -proof design. The Rail guides shall be bronze and shall be an integral part of the slide face. SEALING OF SLIDE FACE TO BASE ELBOW Shall be made by means of an 0-ring to assure sealing without leakage upto 100 PSI. Metal to metal faces shall not be considered equal or acceptable. STAINLESS STEEL LIFTING YOKE Shall be used to balance the pump unit with attached slide face and shall be made of stainless steel, nylon jacketed, wire -rope and rated for five times the breaking strength of the pump weight.. The wire -rope shall incorporate stainless steel lifting eyes in each end. GUIDE BRACKETS Shall incorporate a two rail system for assured rigidity and shall be 304 stainless steel. An intermediate guide bracket made of the same material shall be required as shown on the plans. The designated schedule 40 .stainless steel guide pipes and all stainless steel anchor bolts shall be provided by the installing contractor and shall be as shown on the approved design drawings. FASTENERS: All fasteners and impeller shaft spacer shall be stainless steel. STAINLESS STEEL LIFTING CABLES Shall be stainless steel wire -rope, nylon jacketed rated for five times the breaking strength of the pump weight and long enough to reach the lifting cable hangers placed at the top of the wet well. The wire -rope shallincorporate lifting eyes and four inch stainless steel rings placed at five foot intervals throughout the length of the cables. SPARE PARTS: Two spare impeller trimmed, dynamically balanced with a 550 BHN Ni- hard "L" shape impeller wear ring installed shall be furnished as 5 spare parts. Also, two Tungsten Carbide vs. Tungsten Carbide lower mechanical seals shall be furnished as spare parts. CERTIFICATION: Pumps and motors must be certified by testing. See attached certification requirements. The written certification report must be supplied prior to shipment of pumps to user. PUMP INFORMATION: Prior to shipment of pumps from factory, eight (8) copies of information listed below shall be submitted: 1. Pump cross section with parts list. 2. Pump shop detail drawings. 3. Certified performance data and test reports. ( See attached certification requirements.) 4. Instruction for erection or installation, operation and maintenance. CERTIFICATION REQUIREMENTS PUMP TEST: The pump manufacturer shall perform the following inspections and tests on each pump before shipment from factory: The certified pump performance test shall be witnessed by the engineer and owner at no expense to the engineer or owner. All associated cost shall be the responsibility of the contractor. a.) Impeller, motor rating and electrical connections shall first be checked for compliance to the customer's purchase order. b.) A motor and cable insulation test for moisture content or insulation defects shall be made. c.) Prior to submergence, the pump shall be run dry to establish correct rotation and mechanical integrity. d.) The pump shall be run for 30 minutes submerged a minimum of six (6) ft. under water. e.) After operation test, d.), the insulation test, b.), is to be performed again. f.) Certification that pump units meet required pumping conditions. A written report stating that the forgoing steps have been done will be supplied with each pump prior to the time of shipment. The pump cable end will be sealed with a high quality protective covering to make it impervious to moisture or water seepage prior to electrical installation. PUMP WARRANTY: The pump manufacturer shall warrant the units being supplied to the owner against defects in workmanship and material for a period of five (5) years or 10,000 hours under normal use, operation and service. The warranty shall be in printed form and apply to all similar units. PUMP CONTROL PANEL (MCC) All electrical materials and equipment shall be new and shall be listed by UL and bear their label, where standards have been established for such materials and equipment. In addition, the materials and equipment shall comply with the requirements of the following: 1. American Society of Testing Materials (ASTM) 2. Insulated Power Cable Engineering Association (IPCEA) 3. National Electrical Manufacturer's Association (NEMA) 4. National Board of Fire Underwriters (NBFU) 5. American National Standards Institute (ANSI) The motor control center shall be NEMA I, except that gasketing shall be provided throughout and shall be built, installed and tested in accordance with NEMA, ANSI, UL, OSHA, the State of California, and NEC requirements. The Motor Control Center (MCC) shall be a complete Electrical Lift Station Pump Control system and all necessary appurtenances which might normally be considered a part of the complete electrical system for this installation. All of the automatic control equipment is to be supplied by one manufacturer. It shall be factory assembled, wired and tested and covered by complete as built electrical drawings and instructions. The MCC shall be designed and fabricated to control two ESSCO submersible motor driven sewage pumps, complete with manual transfer switch for normal or emergency power service; dry type transformer and load center; bubbler system with air pump alternator; intrinsically safe back up float switches, automatic pump alternators; each pump motor to be provided with a combination magnetic motor starter, indicating lights; control devices; adjustable frequency controller (VFD), ADAS Dialog Plus telemetry monitoring and alarm notification system; Dwyer series 603 and A701 transmitter and digital. indicator. 7 The control section of the MCC shall be complete but not limited to the following devices: 1. Indicating lights for the following: a. 1- Low air pressure alarm (latching) b. 1- High level ,alarm c. 1- Emergency level (latching) d. 2- Pump "ON" (latching) e. 1- Control power "ON" f. 2- VFD failure (latching) 2. 1- Level gauge for the wet well. 3. 2- Ammeters for motors and four position selector switch shall be supplied for each pump. 4. 1- Low air reset push-button. 5. 1- Manual air pump transfer. 6. 1- Emergency level reset. 7. 2- Circuit breakers. 8. 2- Elapsed time meters. 9. 2- H-O-A selector switches. 10. 1- Indicating light test push-button. 11. 2- Motor starter overload reset push -buttons. 12. 8- 1-pole branch circuit breakers. 13. 1- 4-20MA and panel mount digital indicator. 14. 1- G.E. VFD with FVNR bypass starters and isolation contactors. Upon VFD failure automatic transfer to FVNR shall occur and shall include a FVNR override switch. 15. 2- VFD selector switches. 16. 1- ADAS Dialog Plus monitoring and alarm notification system. The control system shall be designed to provide a total automatic control for two motor driven pumps. The bubbler system shall monitor the wet well level at all times, to initiate control function contingent upon the wet well level. For unit responsibility the pumps and MCC shall be provided by the pump manufacturer to assure deliveries, start-up procedures and responsibilities. The complete MCC/controls shall be U.L. listed after final assembly. TESTING The supplier shall conduct a complete system test of the control panel to be witnessed by the Owner's representative at the Owner's option prior to delivery. Final field test to the complete system shall be a 30-day acceptance test. If during this test period, the pump station operated as specified and satisfactory to the Owner's representative, the complete installation shall then be accepted. 8 If however, the pump station fails during this test period, the contractor correct the problem and the test shall be resumed at the Owner's option. 9 MAINTENANCE AND SERVICE Maintenance and service: The supplier or the manufacturer shall have a staff of experienced personnel available to provide service on a 48-hour service. Such personnel shall be capable of fully testing and diagnosing the control panel and of providing corrective measures. Three copies of complete as built operation, maintenance, and service manuals, with parts list, shall be delivered to the City of Fontana. WARRANTY The manufacturer of the pump control panel shall warrant the complete unit to be new, of quality construction, free from defects in material and workmanship for one year from the date of final acceptance of the pump station. The control panel shall be tested at the factory to insure that all functions comply to the specifications, and (2) copies of the factory test shall be. submitted to the Owner. Any defect that arises during the warranty period shall be corrected by the manufacturer at no additional cost to the Owner. 10 FLOW METER SPECIFICATIONS FOR FLOW METER Flow meter shall be Model 3210 ultrasonic open channel flow meter as manufactured by ISCO, 531 Westgate Blvd., Lincoln, NE 68528-1586; (800) 228-4373 with ultrasonic level sensor extension cables, mounting bracket for levelsensor, two nicad batter packs and an Isco Power Pack battery charger, or approved equal. BID ITEI[ 15 GENERAL Pg.1 The intent of these specifications is for the purchase of an emergency power generator system to be located at the City of Fontana's Sewage Lift Station on Tamarind Avenue. The City will entertain bids on new equipment only. SPECIFICATIONS GENERATOR The generator will be a Caterpillar Generator Set (or equivalent) rated at 80 kilowatts with a 200 kilowatt upsize alternator to accomodate the Variable Frequency Drive unit. The unit will be a 3-phase, 4-wire, 277/480 volt diesel fueled unit capable of operating 24 hours on a single tankful of fuel. The tank will be mounted on the generator assembly and will meet or exceed all applicable standards. All equipment will be of the brushless type. The governor will be a Woodward electrically operated unit or equivalent. An engine heater, and battery charger for said heater, will be provided. The complete assembly will be mounted on a tandem trailer suitable to the weight of the unit filled with fuel. The trailer shall meet all legal requirements for mobile operation. The exhaust system, including the muffler, will be attenuated to residential grade. The cooling system will utilize a blower -type radiator for maximum efficiency. Pg.2 CONTROL PANEL The control panel will include the following gauges: ammeter, voltmeter, and frequency meter. Automatic safety shutdowns for high temperature, low oil pressure, and engine overspeed will be mandatory. WARRANTY All units are to have a minimum of 1 (one) year warranty on the complete assembly or manufacturer"s standard warranty (whichever is greater). MISCELLANEOUS A mainline circuit breaker of sufficient rating will be installed for the generator. All wiring, conduit work, and other electrical work will meet city code or the National Elec. Code (whichever is more stringent). Training shall be provided along with service and maintenance manuals for the complete assembly (engine, generator, control panel, transfer switch, etc.). "As built" drawings shall be provided. The initial fuel required to fill the fuel tank will be provided. BID ITEM 16 Item: Supply a 4 foot boom extension for a Model 810 Vactor. (The Vactor is mounted on a 1990 Ford L8000.) HOLLOW METAL DOORS AND FRAMES 1. Submit Shop Drawings and manufacturer's data. Include complete details for door frame construction. 2. Shiping, Handling and Storing: Accomplish in manner to prevent damage. Store doors, and frames under cover and off ground. Doors and frames with dents or other defects not repairable will be rejected. 3. Products A. General: Hollow metal doors and pressed metal frames shall conform to CS242-62 as minimum requirement, plus such additional requirements specified herein. B. Sheet Steel: Cold rolled or hot rolled steel sheets, pickled and oiled, or electrolytic zinc coated and phosphatized. C. Workmanship: Shop fabricate to required sizes and shapes. Form and weld with straight arises, edges, and corners; surfaces free from warp, wave, buckle, dents, or other defects. Welding shall conform with applicable standards of AWS for high grade hollow metal work. Use of excessive metallic filler to conceal manufacturing defects not acceptable. Grind all exposed welds smooth. D. Door Construction: Flush doors, 1-3/4 inches thick, 18 gauge steel face sheets; faces free of seams of joints. Close top and bottom edges by welding flush. Return face sheets on vertical edges of doors and mechanically interlock or weld. Stiffen doors by one of the following: (1) Vertical stiffeners, 20 gauge steel full height of doors, 6 inches o.c.; spot welded to inside of both faces sheets. (2) Combination of vertical and horizontal stiffeners, 18 gauge steel; weld to inside of both face sheets at 6 inches o.c.. Continuous truss type inner core 28 gauge stiffeners; spot weld to both face sheets at 3 inches o.c. horizontally and vertically. (3) (4) Water resistant resin impregnated kraft honeycomb core stiffener laminated to both face sheets with water resistant adhesive. (5) Expanded foam core, self extinguishing; resistant to vermin, mildew and rot; securely bonded to face panels with thermosetting adhesive. E. Welded Frame Construction: Pressed metal steel frames, 16 gauge minimum. Cross sectional profile shall closely match that shown, depth to suit wall thickness. Use welded type frames with header and jambs secured at corners by internal welding of faces or by welded splice plates and further secured at webs by welding or mechanical interlock. Make exposed joints neat and tight. Provide stops as required. Provide temporary metal spreaders at bottom of frames to maintain rigidity. Provide minimum four (4) anchor per jamb, to securely fasten frames to wall construction involved (wire anchors not acceptable); provide adjustable floor anchor at bottom of each jamb. Provide minimum two (2) anchors at head of frames exceeding 42 inches in width. Anchors shall provide stiffness and rigidity to keep frame in accurate position without twisting, buckling or warping. Anchors, "Lok-In" type similar to what manufactured by Steelcraft to support frame profile. F. Preparation for Hardware: Factory prepare and reinforce doors and frames to receive finish hardware. Make cutouts and mortices for mortice hardware. Reinforce doors with 10 gage flat steel for butts, lighter gauge when reinforcement is formed to channel or "U" shape that provides equal strength and rigidity; 16 gauge reinforcement for locksets and surface applied hardware. Internal reinforcing shall prevent collapse of face sheets under normal stresses imposed by installation of locksets. Provide reinforcement on both faces of doors for surface mounted closers, whether or not closers are indicated. Reinforce frames with 8 gauge steel for hinges, 16 gauge for lock strikes and surface applied hardware, 12 gauge for door closers; all gauges are minimum acceptable. Provide reinforcement at head of frames, for surface mounted closers, whether or not such closers are indicated, consisting of three (3) steel strips each 1-1/4 inches x 18 inches welded to inside face of head member, beginning of hinge jamb, located at face of frame on hinge side, soffit of stop, and soffit of frame beyond stop. Equal method of reinforcement standard with manufacturer may be furnished as approved. G. Shop Finish: After fabrication, chemically treat steel doors and frames for good paint adhesion and apply 1 coat of high quality metal primer to both faces of frame and visible surfaces of doors. 3. HARDWARE Hardware and locks shall be supplied by the City of Fontana and installed by the Contractor. 4. EXECUTION A. Doors: Install metal doors and hardware in a precise manner in accordance with manufacturer's specifications. B. Pressed Metal Frames: Store welded frames in upright position in protected area. Install frames level, plumb and square; fit bottom of jambs snuggly to floor. Securely brace frames to prevent damage or distortion; remove temporary braces and spreaders when no longer required. END OF SECTION ENGINEERS SRLES•SERVICE COMPANY, INC. 4935 Telegraph Road o Los Angeles, CA 90022 Phone (213)261-2181 ® Fax (213)261-1523 SUBMITTAL March 26, 1993 ESSCO JOB #: 93130 REF: CITY OF FONTANA; SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION NO. 8 SB-48-93. ESSCO is pleased to submitt the following pumping equipment per the plans and specifications with no exceptions taken: CONDITION POINT: 1450 GPM at 56 FT. TDH. 81% Eff. Two- ESSCO model 6x6x14x3 submersible pump with two -port non -clog impeller capable of passing 3.38" diameter solids. Each unit shall be constructed of heavy duty engineered cast iron with cast iron impeller with Ni-hard 550 BHN hardness "L" shaped wear ring„ cast iron volute with Ni-hard 550 BHN hardness case wear ring, Ni-hard 550 BHN hardness wear plate, assembled with stainless steel hardware. The pump case interior and exterior shall be coated with Fusecote epoxy. Reliance 30 HP, 1150 RPM, 460V/3/60, U.L. listed submersible motor, explosion -proof, Class 1, Group C&D rated for hazardous location, with Carbon vs. Ceramic upper and Tungsten Carbide lower mechanical seal, 416 stainless steel shaft, oil buffer zone, moisture sensing probes, built-in thermal overload protection, 40 ft. motor leads and ESSCO/Reliance five year warranty. Two- 6" U.L. listed slide rail assembly to include Cast Iron elbow, Bronze faced sliding flange, Bronze rail guides, Stainless Steel lifting yoke, 2" Stainless Steel top guide bracket. Four- 2" stainless steel intermediate guide brackets for guide pipes. *Note - Stainless Steel guide pipe and Stainless Steel anchor bolts by others. Grinnell fig. 49 or equal clevis pipe support and intermediate bracket support and 1""x2 1/2" stainless steel sch.40 hollow bar by others. Two- 3/8"x7/16"x30' stainless steel wire -rope, nylon jacketed with four inch I.D. stainless steel lifting rings placed every five feet. Two- Certified pump performance tests. Two- Spare impeller dynamically balanced, trimmed and with Ni-hard 550 BHN "L" shaped wear ring installed. Two- Spare Tungsten Carbide vs. Tungsten Carbide lower mechanical seal. Delivery: 8-10 weeks upon receipt of approved submittal. jee next page) 1 ee - ESSCO NEMA 1 control panel, Motor Control Center (MCC) with General Electric NEMA 1B enclosure, double throw transfer switch, emergency generator set receptacle, H-O-A switches, pilot lights, push buttons, pump alternator, power -phase monitor relay, time delay relay, control relays, field terminal blocks, elapsed time meters, intrinsic relay, bubbler tube, float switches with brackets, pressure switches, seal fail relays, vent fan, two 30 HP VFD, isolation contactor and bypass starter, one 3 KVA 480V x 120/240V transformer and distribution panel, one Dialog Plus automatic phone alarm system. (Meter and main service disconnect by others, all J- boxes and seal offs by others etc.). Delivery: 8-10 submittals. As always if I numbers. Re ectfu, ly, aeiw Doug/Waring ESSCO Pumps and Controls weeks after receipt of written purchase order and approved can be of further service please contact me at the above • • t6/;i/c _ 3 T ol4y.) S ? Q S �O a. ,SL3 2 ESSCO submersible non -clog pumps are designed to provide the maximum pump efficiencies while maintaining the optimum in equipment life. ESSCO designs maximum flexibility into every unit, such as special materials, special coatings, special mechanical seals and many other options. VOLUTE: Each ESSCO volute is designed with maximum life in mind. ESSCO provides extra material in high wear areas as well as special designs to handle heavy grit slurries. IMPELLER: All ESSCO non -clog impellers are designed with smooth water passages. Each impeller is inspected for irregular surfaces, then statically, and on larger units, dynamically balanced. COOL AGIVENT: Each ESSCO submersible pump includes a Cool Agivent apparatus which is for venting pump cases and cooling external surface of the motor. This patented device will allow a more shallow wet well design, as well as keep the motor cool when not submerged. All ESSCO submersible pumps are capable of running dry continuously. (Consult factory for specific applications.) MOTOR: Reliance U.L. listed for Class 1, Div. 1, Group D, hazardous location, 'complete with a moisture detector and thermal protection. Heavy duty thrust bearings and dual seals give added protection and on special request high tempera- ture or abrasion resistant seals are availble. SIZES AVAILABLE: 3" through 12" discharge. WEAR RINGS: All ESSCO non -clog pumps are available with wear rings. Wear ring materials include cast iron, bronze, stainless steel and on special request, hardened wear rings. Other materials are available. (Consult factory with specific details.) SPECIAL MATERIALS: ESSCO submersible pumps are available in materials other than cast iron. Special materials include 316 S.S., bronze and high chromium iron (Brinnell 550-650 hardness). Other materials are available on special requests All ESSCO Pumps are Cast, Manufactured, Assembled and Tested in the U.S.A. ENGINEERS SALES -SERVICE CO., INC. 4935 TELEGRAPH ROAD P.O. BOX 7036 LOS ANGELES, CA 90022-0736 (213) 261-2181 FAX (213) 261-1523 DISTRIBUTED BY: FORM SP-002 T D H N F E E T 100 90 80 70 60 50 40 30 20 10 ENGINEERS SALES-SERVIC CO., INC. P.O. BOX 7036 4935 TELEGRAPH ROAD LOS ANGELES. CALIFORNIA 90022-0736 (213) 261-2181 i • . 2 • _1 ESSCO PUMP MODEL NO.: 6x6x14x3 TYPE: STTRMF.RSTRT,F IMPELLER TYPE: NONCLOG RPM: 1150 DIAMETER OF SPHEx3 TN(:H CERTIFIED �C.0 BY: JOB NUMBER: ©/3 %3C7 JOB NAME: alit, /,'3 (-I/ 1 6) 5 6 . DD,-/. I-1- _ ...... ... i Nmktioollijo4100, .4"44044:4111 0 500 1000 _ ,.7 1 00 2000 2500 • CI1FtE •' T. DATE APRIL 1987 IMP. DIA. VARIOUS .S. GALLONS PER MINUTE • SIZE 4X4X10X3 4X4X14X3 X6X14X3 A 10.63 12.75 15.9 B * C 4 4.1 6 D 8.5 11.4 E 8.2 11 12.75 F 9.25 11 15 G 4.5 4.5 5.5 H 6.25 9.25 10 J 8.5 11 12.25 K 18 19.5 19.5 L 9 9 11 MOTOR FRAME SIZE * - B nit LUDES WEARPLATE 140TY 24.4 180TY 24.9 210TY 30.85 250TY 20TY 36.25 38.55 360TY 44.05 K NOTES: 1. ALL DIMENSIONS ARE IN INCHES. 2. DIMENSIONS +/- .05 INCH. 3. FLANGES DRILLED CLASS 125. 4. NOT SHOWN 5. NOT USED BY SOME MODELS JOB # SR# DATE: CERTIFIED BY: JOB NAME• G H PARTS LIST MATERIAL CODE 43 U.L. LISTED MOTOR 44 IMPELLER SPACER (5) 31 IMPELLER M1 M1 28 IMPELLER BOLT/WASHER 37 PUMP STAND M2 M4 1 PUMP CASE M1 45 COOL AGIVENT 100 WEAR RING (OPTIONAL) 38 CAP SCREW M3 M2,M M2 31 CAP SCREW 2.1 WEAR PLATE (OPTIONAL) DATE: 3/29/93 MATERIAL CODE M1= CAST IRON FILE NAME: SUBNC2B M2= 304/316 SS M3= BRONZE REVISED DATE: M2 M1,M PUMPS VU��IJ M 4= STEEL REVISED BY: K PADGETT M5=NI-HARD 550 BHN M6=DUCTILE IRON SUBMERSIBLE NON -CLOG PUMPS C-SERIES e JOB #: 210TY=35.37 gINNEOTY=40.75 OTY=45.06 48.00 TOP GUIDE "r. BRACKET GUIDE PIPE BY OTHERS INTERMEDIATEL BRACKET BY OTHERS EVERY 10 FEET 64/7- •^C 17. 25 ALL DIMENSIONS ARE IN INCHES DATE: 8/7/90 FILE NAME: 6614PIT1 DRAWN BY: BRAD J. MANN 00000 PUMPS CHECKED BY J.I. REV. DATE: 1/22/91 DUPLEX LAYOUT FOR CXR(12)(3 AND Submersible Sewage Pump Motors UL Listed for Use in Class I Groups C and D Hazardous Locations in Air or Submersible in, Water and Sewage • 1/2 - 200 HP Polyphase* • 3/4 — 5 HP Single -Phase • Continuous In -Air Designs 1/2-30 HP Polyphase, 1/2-2 HP Single -Phase • • Moisture Detector and Thermal Protection Standard • UL Listed Explosion -Proof for Hazardous Wet Pit Locations Facts About Wet Well Applications fiance Electric Duty Master® submersible A-C motors quality and reliability to submersible sewage wet well or applications. Sewage wet wells are known to routinely contain explosive gases and vapors. (For a complete listing see Water Pollution Control Federation Manual of Practice No. 1, Safety and Wastewater Works, pages 44 & 45. 1975 edition.) Such locations are defined by the National Electrical Code as Class I; Division I, Hazardous Locations. Section 501-8 (a) of the NEC requires that motors be designed for the location, e.g. explosion -proof. The U.S. Department of Labor (OSHA) has classified all wet wells which handle wastewater containing organic matter as Class I, Division I, Hazardous Locations. For a listing of explosions occurring in wastewater collection system locations, see Appendix B, NFPA bulletin No. 328, 1975 edition. Reliance® submersible motors are UL listed for Class I, Groups C and D in air or submersible in water or sewage. Reliance submersible motors include thermal devices as standard. These devices are required by UL on all motors 1 HP and larger. These devices are not recognized by UL for motors less than 1 HP but are included by Reliance Electric for additional motor protection. Motors less than 1 HP are supplied with a cautionary label and are suitable on applications where vapor or gas ignition temperatures exceed 280°C. These motors are listed Class I, Group D 4111!i. iance Electric stocks common rating through 100 HP continuous duty submerged in liquid, 15 minutes duty in air at nameplate horsepower. Other non-UL designs through 200 HP and special continuous in air ratings are also available. * Above 135 HP not UVCSA Listed Application of this motor product for continuous in -gases operation must be done in compliance with Reliance Electric bulletin B-3629 (latest revision). The thermostats are automatic reset for use in normally closed circuit where the thermostat is connected in series with the holding coil of the magnetic starter. When excessive heat occurs, it causes the thermostat to open the circuit of the holding coil of the magnetic starter stopping the motor. Thermostats provide over temperature protection except for very rapid rates of rise. It is suggested that over current protection be used in the motor starter to insure locked.rotor protection. Use of the thermostats is required and limited to control circuits in which the maximum current does not exceed the following values: Volts Amps Inrush Amps 110-220 3.0 30.0 220-240 1.5 15.0 440-490 0.75 7.5 550-600 0.6 6.0 RELIANCE ELECTRIC The complete line of Duty Master Submersible Pump Motors includes single-phase motors from 3/4 to 5 HP and polyphase motors in 1/2 to 200 HP ratings. Single-phase motors have control panels • Nhich include auxiliary starting capacitors and connection terminal strip. Most stock motors are dual voltage with reconnectable leads. Motor listing by Underwriters Laboratories requires the use of a 2800 series Warrick temperature control device and that any servicing of this product be done at a UL listed, Reliance Electric approved service center, if UL listing is to be maintained. 1 Standard NEMA Design B torque electrical designs are used throughout. Bearings are pre -lubricated at the factory and designed for a minimum L-10 life of 17,500 hours at maximum continuous duty load. A locked shaft extension bearing prevents shaft movement and takes thrust loads in stride. Reliability is assured by complete pressure -proof design, plus a warning system. Corrosion -resistant cast iron end shields and frames are complemented with stainless steel hardware and shafts. Extra -long rabbet fits are protected with "0" ring seals, assuring a moisture -proof barrier against abrasive fluids. All leads are epoxy sealed. Two seals provide double protection for electrical parts. If the outer seals fails, the inner seal safeguards the motor while water enters the oil filled chamber. A moisture sensing probe detects the influx of water and warns of impending failure. The signal can be used to shut down the motor or simply to signal the need for preventative maintenance. Motors are rated thermally Alto NEMA MG1-12.42. Insulation is a special ompatible Class•F rated system providing 1.15 Illservice factor and long life. Special seals or "0" rings are available for high ambient applications. Easy Installation — Motor is normally supplied with twenty-five feet of multi -conductor, power cable and control cable (1), with ground wire (2) as standard. Alternate cable lengths are available. Large chamber (3) speeds cable connection. Leads are reconnectable for dual voltage. Close coupling to pump eliminates alignment problems. Impeller mounts on motor stainless steel shaft extension (4), which also serves as pump shaft. Pump and motor assembly can be lowered into position as a single, compact unit. Special universal mounting flange (5) fits most standard pumps; modifications available for one size smaller flange. Small overall motor dimensions, through use of NEMA-T frame electrics, reduce space requirements. Long lasting internal components — Special Class F insulation system (6) rated for continuous duty in 40°C liquids at 1.15 service factor. Thermal protection (7) standard on most motors. Conservatively rated locked anti -friction bearings (8) for thrust loads. Complete environmental protection — Buna-N grommets (9), epoxy sealed leads (10), and butt spliced connectors (11) keep liquids from entering the top of the motor. All mating frame fits (12) have rabbet joints with a large overlap, as well as 0-ring seals 3). End brackets (14) and frame (15) are corrosion sistant cast iron. Smooth frame design unobstructed by ribs eliminates clogging of frame and makes cleaning easy. Hardware (16) is stainless steel. Steel rubbing faces (17) are carbon and ceramic for corrosion resistance. Inner (18) and outer seals (19) provide complete protection for motor internals. Both seals have stainless steel and Buna-N components. Sealed oil filter chamber (20) permits maximum combined depth and internal pump pressures of 200 p.s.i. Two moisture sensing probes (21) warn of impending seal failure. The labyrinth slinger (22) provides Class I Groups C and D enclosure and acts as protective slinger for inner seal. TYPICAL DIMENSIONS SQUIRREL -CAGE INDUCTION ENCLOSURE: TOTALLY ENCLOSED SUBMERSIBLE FRAMES 140TY THRU 250TY, 320TY & 360TY "X"•EXTERNAL PIPE THD. 360TY Shaft Extension 12 1 O 1.25 •I XT (I. "'-U -+ 0 1 Y II ' I BB AL L.-AK AG BD 8E1`AHT DIMENSIONS ARE IN INCHES LEAD WIRE LENGTH SEE NOTE 5) "BF" DIA 8 HOLES - "XR" TAP DEEP n., FRAME C L P T U (3) V W AG AH AJ AK (6) AL (2) i40fif 125rT40 Went , 8yb0:; .'2294e/S:U 25>i31` s,23 88n .1_56n �.T10�00,ti :,C,'i(9M .,9i125 180TY 26.66 16.50 9.62 2.25 1.2500 2.00 .28 24.38 2.28 11.50 (9) 10.625 s i10T� f-it MIWW2IM WilliNn St fill370ti 4 nta ; ' r 30 12 °' MIS ',.. ''.'.;,Il .: .4 11)3:125. 12 00% -. 250TY 38.53 24.12 12.75 3.50 1.750 3.31 .25 35.50 3.03 16.00 15.000 14.00 320T �,,` 3"lZ ago';',.,At0,:Sli i4125 ,7 35' 0 MVO'12.i;s . 37 81 . 45`31 i.'.•17 25rL 16 000 1.5 25 , (. 360TY 49.81 31.25 18.38 4.25 2.4997 3.19 2.12 43.25 6.56 18.75 17.500 15.25 FRAME BD (1) BE BF XR (4) XT LEAD CONNECTION BB KEYWAY WEIGHT X (8) Y XD a b :NMWag' �' �.�53�� S 4�� M u NMI ` ��6�4,'�(9��'�,1{2 t �., 25,� _. ' `•:..50.� �.: + .� , � 12� b+ , Ri ,aK d :187:�,1 r";.09,? , r r , . ..�vY'160r;' 180TY 12.375 .75 .56 1/2-13 (9) 1-2/2-8 1.25 6.75 .]2 .250 .12 200 L 10Tiare 5; 50Y.' 7M 56 5/8;)0 r' O.M%Y.2172=8 1E25 7"71i .5j + `'Yi23'. 5 .a 01.19 :" 250TY 17.000 1.00 .69 5/8-11 (9) 2-1/2-8 1.25 7.75 .25 .375 .19 750 tre320Igta ati0115..04 `i881* 69h * /4.0 Off g19.)% $ 4125, ) i10 ..88.,;? s25 5 - ,i;,50=.i"- "25?I.: ..:s1150 1... 360TY 20.25 1.12 .69 (9) 1-1/2-12 3-8 1.25 10.88 .25 .50 3.00 1500 DIMENSIONS ARE SUBJECT TO CHANGE WITHOUT NOTICE (5) Standard lead wire length is 25 feet other lengths available 0 (1) "BD" varies + .010 if specified on sales order. (2) "AL" varies + .004, -.000 (6) "AK" varies + .000, -.002 (3) "U" varies up to 1.6250 dia. + .000, -.0005 (7) Minimum submerged depth 1.6250 dia. and larger + .000, -.001 (8) Protective conduit furnished by customer if required. (4) "XR" tap depth on 140TY is .88, on 180 TY thru 250 TY is 1.38 (9) Dimension not applicable to this frame. SAMPLE SPECIFICATION Submersible Sewage Pump Motors 1 Scope This specification details the mechanical and electrical requirements for squirrel -cage induction motors, both single and three-phase, designed for wet well submersible applications in water and sewage. It is the intent of this specification to define submersible premium quality motors which will provide efficient operation with high mechanical integrity under adverse operating conditions for maximum life and minimum life cycle costs. This specification covers sewage wet well applications defined by the National Electrical Code as Class I, Division I, hazardous locations Section 501-8(a) requiring explosion -proof construction. 2.0 General 2.1 All motors covered by this specification shall conform to the latest applicable requirements of NEMA, IEEE, ANSI and NEC standards. 2.2 Motors shall be designed for continuous submerged duty in water and sewage, and minimum 15 minute duty continuous in air under full Toad operating conditions. 2.3 3-Phase motors shall be rated 200/400, 230/460, or 575 volts. 1-Phase motors shall be rated 115/230 volts. Multivoltage motors shall be final connected for one voltage and designed for easy field reconnection. 210Ratings will be based upon 40°C ambient conditions. 2.5 Motor construction shall be designed to withstand 200 p.s.i. water pressure at all seal locations. 2.6 All motors shall be furnished with Class F rated insulation materials or better. Insulation materials rated lower than Class F (Class B or A) are specifically prohibited. 2.7 Motors 1 horsepower up to and including 135 horsepower, shall be rated as Class F, 1.15 service factor, Class I, Groups C and D. Motors under 1 HP shall be rated as Class B, 1.0 service factor, Class I, Group D. 2.8 All motors will be CSA (Canadian Standards Association) and UL (Underwriters Laboratories) approved and nameplated accordingly. 2.9 All motors shall be manufactured in the United States of America. The ability to provide any/all replacement parts, engineering design support, complete dynamometer testing, and UL rerate capability shall be provided domestically. 3.0 Mechanical 3.1 Bearings and Lubrication 3.1.1 Bearings shall be ball, single row, deep groove, *Conrad type, and shall have a Class 3 internal fit ;onforming to AFBMA Std. 20. 3.1.2 Bearings shall be selected to provide minimum L10 rating life of 17,500 hours. 3.1.3 The motor shall be designed to limit the bearing temperature rise to a maximum of 60°C under full load conditions. 3.1.4 Motors shall be greased by the manufacturer with a premium moisture resistant polyurea thickened grease containing rust inhibitors and suitable for operation over a temperature range of —25°C to +120°C. 3.2 Shaft Seal 3.2. Two independently -mounted mechanical face type seals shall be provided. The inner and outer seals shall be separated by an oil filled chamber. Double seal (back to back) configurations are not acceptable due to the potential for failure of both seals as a result of lodged solids. Similarly bellows -type and jacketed seal construction is also prohibited. The oil chamber shall act as a barrier to trap moisture and provide sufficient time for a planned shutdown. The oil shall also provide lubrication to the inner seal. 3.2.2 Standard John Crane Type 21, Sealot type 43 or Sealot type 42, UL approved seals shall be provided. Carbon rotating faces and ceramic stationary faces shall be considered standard. Optional seal construction including Tungsten/Carbide faces and use of Viton elastomers are acceptable alternatives. Viton elastomers are recommended for ambients of 61 °C and higher. 3.2.3 The outer seal construction shall be designed for easy replacement. 3.2.4 The outer seal assembly will be designed to allow solids and particles to be thrown away from the seal face. 3.2.5 In compliance with UL Standards for explosion -proof motors, a flame path shall be provided by a labyrinth slinger in the bottom flange in order to prevent the ignition of ambierlt gases. Under such conditions the seal design shall allow for pressure relief across either seal face. 3.3 Moisture Protection System 3.3.1 Dual (2) moisture sensing probes are to be provided that extend into the oil chamber located between the outer and inner seal and used to detect the presence of moisture should the the outer seal fail. 3.3.2 The moisture protection system shall also be designed to detect water in the motor chamber and provide a warning signal prior to water levels reaching the bearing or wound stator assemblies. 3.4 Cap/Cable Assembly 3.4.1 The power cable and cap assembly shall be designed to prevent moisture from wicking through the cable assembly even when the cable jacket has been punctured. 3.4.2 Power and control cable entry into the lead chamber shall be epoxy encapsulated for positive moisture sealing. Compression type fittings or connectors shall not be considered equal. 3.4.3 A Buna-N power and control cable grommet shall be provided in addition to the epoxy sealed leads. A 3.4.4 Cast iron cap assembly shall be designed with integral threaded construction to allow for stand pipe extension. 3.5 Enclosure and Shaft 3.5.1 The motor enclosure including; frame, end brackets, flange and cap assembly shall be cast iron, ASTM type A-48, Class 25 or better. 3.5.2 Motor frame construction will not have fins and will be a smooth surface to prevent the clogging of solids and provide for easy cleaning. 3.5.3 The top end bracket will include integrally cast provisions for vertical lifting capability. 3.5.4 All mating frame fits to have rabbet joints with large overlap as well as 0-ring seals for a water tight seal. 3.5.5 Standard 0-ring shall be Buna-N (nitrile), Viton 0-rings may be supplied as an option and are required for ambient conditions of 61°C and higher. 3.5.6 Motor shaft shall be 416 stainless steel. 303, 304, 410 stainless steel 17-4 PH, Carpenter 20, all types on Monet or Nitronic 50 stainless steel may be specified as options. 3.5.7 All external hardware including the motor nameplate shall be made of stainless steel. 3.5.8 Motor rotor construction shall be die cast aluminum or fabricated copper or their respective alloys. Rotors on frames 213T and above shall be keyed to shaft and rotating assembly dynamically balanced to NEMA limits per MG1-12.05. Balance weights if required, shall be secured to the rotor resistance ring or fan blades by rivets. Machine screws and nuts are prohibited. 3.5.9 All exposed motor parts including frame, brackets, flange, and cap assembly shall receive an alkyd primer and epoxy ester finish coat of high grade paint to resist rust and corrosion. 4.0 Electrical 4.1 All motors shall successfully operate under power supply variations per NEMA MG1-14.30. 4.2 Motors shall be designed to limit the maximum surface temperature to NEC specifications for Division I, Class I, Group D, or Class I, Group C and D for hazardous locations. 4.3 All motors shall be NEMA Design B or A with torque and starting current in accordance with NEMA MG1-12. 4.4 Motors shall have copper windings. 4.5 Motor insulation system shall be Class F minimum, utilizing materials and insulation systems evaluated in accordance with IEEE 117 classification tests. 4.6 Motors leads shall be non -wicking type, Class F temperature rating or better and permanently numbered for identification. 4.7 Entire wound stator assembly shall receive a minimum of 2 coats of varnish applied using a dip and bake process. 4.8 All motors to include 2 normally closed automatic reset thermostats connected in series and embedded in adjoining phases as required by Underwriters Laboratories for motor of 1 HP or higher. 4.9 Each completed and assembled motor shall receive a routine factory test per NEMA and IEEE standards. © Reliance Electric Company, 1990. Reliance® and Duty Master@ are registered trademarks of Reliance Electric Company or its affiliates. ULOO is a registered trademark of Underwriters Laboratories, Inc. For more information on Submersible Sewage Pump Motors, contact your nearby Reliance Electric Sales Office, or Call: 1 800 245-4501 S IC J i a xf 'S Various types of material are available to extrude on to wire rope. The two most common are PVC (Poly Vinyl Chloride) and Nylon. PVC is the most common plastic coating because of its flexibility, and low cost. Nylon has an advantage over PVC in its .durability and abrasion resistance over pulleys: We manufacture a wide variety of custom colors as well as numerous diameters of coatings for your applications. Both MIL SPEC nylon and commercial PVC coated cables are inventoried in Southern California. Miniature coated cables are shown on page 7. PLASTIC JACKETED CABLE • DIAMETER DIAMETER CON TION CONSXTION ?CABLE COATING 1 9 !;_rj 7 X 19 CONSTRUCTION 3/64" 1/16" or3/32" AINLESS STEEL BREA G STRENGTH GALVANIZED BREAKING STRENGTH STAINLESS STEEL BREAKING STRENGTH GALVANIZED BREAKING ST GTH S LESS STEEL BREAKING STRENGTH GALVANIZED BREAKING STRENGTH 300 1 375 lbs. 270 Ibs 270 Ibs 270 Ibs •116" 3/32" or 1/8" 500 lbs. 500 lbs. 480 lbs. 480 lbs. 480 lbs. 480 lbs. 3/32" 1/8" or 5/32" 1,200 1bs. 1, lbs. 9 lbs. 920 1bs. 920 Ibs. 1,000 Ibs. 1/8" 5/32" or3/16" 2,100 lbs. 2,100 lbs. 1,700 Ibs 1,700 lbs. 1,760 lbs. 2,000 lbs. 5/32" 3/16" or 7/32" 3,300 Ibs. 3,300 lb . ,600 lbs. 2,600 lbs. 2,400 lbs. 2,800 lbs. 3/16" 7/32, 1/4 or 5/16" 4,700 lbs. , 00 lbs. 3,700 • - 3,700 Ibs 3,700 lbs. 4,200 Ibs 1/4" 5/16" or3/8" 8,200 Ibs. 8,200 Ibs. 6,100 Ibs. 6,100 Ibs. 6,400Ibs. 7,000 Ibs. 5/16" 3/8"or7/16" 12,50• bs. 12,500 Ibs. 9,200Ibs 9, ,0lbs. 9,000 Ibs 9,800Ibs 3/8" 7/16" or 1/2" 18,000 Ibs. 18,000 Ibs. 13,100 Ibs 13,100 Ibs. 12,000 Ibs. 14,400 Ibs. CUSTOM COATED CABLES AND LARGER SIZES ARE AVAILABLE UPON REQUEST 11 LOAD CALCULATIONS M1 40.0 FLA M2 40,0 FLA 25% 10.0 A LG MTR 6,3 XF❑RMER 96,3 TOTAL A P1 P2 Vl 1 V2 MOTOR* 1 THERMAL M1 SEAL FAIL 2 P1 2 P2 MOTOR* 2 THERMAL V1 2 Wz H2 SEAL FAIL 1 2 3 4 5 6 7 8 R5-1 HI LEVEL ALARM VFD ND, 1 FAIL VFD NO. 2 FAIL SPARE 9 10 SPARE 11 12 13 14 TDR1-1 RUN SIG. TO VFD TDR2-1 RUN SIG. TO VFD A B C D FS M1 PUMPS STOP FS M2 PUMPS START L HI LEVEL ALARM , NNN\ \\\\\\\\\\\\\\\\\\\ NOTE ! 1 1 I 1 ! I� ALL FIELD WIRING TO \ TERMINALS A THROUGH D MUST BF ISOLATED \ FROM ALL HIGH VOLTAGE \ BY AT LEAST TVD INCHES CIRCUIT #1 15A 1P 1 �a LIGHT' TEST •-o . 0 0 0 5 1 • 1 -1<INST) O 2 Ao 6 1 PSI 7 o� • :ALT. 1 0 1 PS2 IP1 1P2 M1-1 OL 3 4 -{ETM 13 M1 RUN i • 8 IM2-1 TDR3-2(TCAE)A 2P1 2P OL -!! 0010 ID :+ro Jr i2 ETM ER1-1 ---11 ER1 14 = 1V2 15 16 SEAL FAIL TEST ER2 ER2-1 -11 17 1 2V1 = 2V2 18 19 _L S3 MANUAL TRANSFER Ib 20 of 22 25 LOW AIR 2 RESET - R1-1 -81-e 24 i AP1 H> z6 (H AP2 H> . 0- -0 1 PS4 2-F- 27 ALARM itESET R4-1 TR2-2 30 ISR1-1 ALARM RESET 32 1 R4-2 1 E ISR1 PUMP MI CONTROL CIRCUIT TDR1 TIME DELAY START RELAY FOR VFD OR THE FVNR STARTER PRESSURE SV, M1 AND LEAD PUMP ALTERNATOR R3-1 PS2 AND TDR3 BOTH PUMPS RUN M2 RUN PUMP *2 CONTROL CIRCUIT TDR2 TIME DELAY START RELAY FOR VFD OR THE FVNR STARTER M1 SEAL FAIL M2 SEAL FAIL LOV AIR ALTERNATOR AND MANUAL TRANSFER Rl LOV AIR LATCH RELAY AIR PUMP M1 AIR PUMP M2 LOW AIR RESET PUSHBUTTON LOV AIR LIGHT PS4 HIGH LEVEL ALARM R2 HIGH LEVEL ALARM LATCH CIRCUIT V/RESET HIGH LEVEL ALARM LIGHT R3 EMERGENCY HIGH LEVEL RELAY TO ENEGIZE TDR3 BOTH RUMPS RUN R4 EMERGENCY HIGH LEVEL ALARM LATCH CIRCUIT V/RESET EMEGENCY ALARM LIGHT R5 HIGH LEVEL LEVEL ALARM RELAY FOR ALARM DIALER SIMPLEX RECEPTACLE FOR ADAS DIALOG PLUS ALARM DIALING SYSTEM POWER SUPPLY AND DIGITAL LEVEL INDICATOR FOR 4-20mA LEVEL TRANSMITTER ISR1 (INTRINSICALLY SAFE RELAY) HIGH LEVEL ALARM. AND BOTH PUMPS RUN INTRINSIC WIRES ARE BLUE cii"l 4tiv44. n. atei tSsa;''.�i 4 Of^.aka.Ra zsr..x:F; wai Pr�v:,;,:..�,«... rw,.,.«.�ak• Introducing the new 8000-Line from GE Only one line of motor control centers offers so many advanced features, proven performance and design flexibility ... the new 8000-Line Motor Control Centers from General Electric. Backed by almost a half -century of experience in designing and man- ufacturing motor control centers, the 8000-Line combines tradi- tional value with the latest materials and design technology. trot '.,,; �h,_...ti%":•3� ' •+r { 1; Ri %' , :r. i .0 :+. n, .�..,...- E. .L,�'2"f�., .. P F .• Q fF k^ `7' ..i4$ L- dAz mv yx rk 1 rl ,, - G IRAI E 16T8 C• L ^C� � �eoaocsns �s li�x"fir ,k G v5'i ` w Y Y7Fk a i�t"-rf}7 x �krt 5�sd •:,Y '•!% . .�,,z- 4?'f1 ^' rt :re. - N.)Ott 3 k/ w i + 1 Tip � Y fox 4 t II � pp ��'F." + S • , a ,, . e' rs .. —r ," I. Ak 1 M.S, 7•I i �Y�°t+j•L'L''s+f+�, t a .{ f:6`�• `l R Ili ✓k . kt • i4r��I *� v. lyk. �4 a� 1t1Lgf' ! 4J• ; i4 1t, • ,� r A. Y; i �4 i2a7~F y.b.'ta aj`t 334.,f,�4�F1y inFs' 4'Y 1 yky .. , .'(x 4� t iS P'�'�R"a k, '� I,ea � tot 5 �r R S' f7 ,.-0: X - 'Ya,C� • :.v r2ti''''i? yr `u� -.x C kk�,}, yF l .•-Ak k ,,t F ?,'4. . K f Xa,tn.' P syt `�L a •. krr` a. 2i� xsp - p3 '� t� ����`�`3`y�,^f%1 f ,g Y}'2Y w U w,�''jj�L b.'-��' 'P Wn K. Yc T •i� 7 Cl+yi ' , ' '1 FC A:3 F � S{'Hl �4 .4f,Sr\CIY f f +M a Before we designed the 8000-Line, we asked our customers what they were looking for in motor control centers. We listen- ed to their needs, and built our new line to meet them. But we haven't changed the standard features that made us the in- dustry leader, like our full drawout unit construction. Specially designed split terminal blocks, wedge-shaped bus stabs and a positive guidance and mechanical insertion system combine to form one convenient drawout unit assembly for easy pinstalla- t11 nd inspection. And our sturdy insulated, isolated vertical I ;also standard equipment. It's proven for high- ormance, short-circuit stress withstandability and user safety. What's more, our 8000-Line is completely inter- changeable with our 7700-Line of Motor Control Centers. Designed to deliver what you're looking for in a • motor control center Rugged construction, quality appearance Heavy -gauge steel vertical sections mean improved alignment and rigidity. Re- movable floor sills on the bot- tom of both front and back are specially shaped 12-gauge steel for maximum strength. The top horizontal channel, rear door mullion, side sheets, welded vertical channels, and case sills are all 13-gauge steel, assembled with cor- rosion -resistant, threaded hardware. A zinc -phosphate primer treat- ment provides corrosion - resistance, and, to top it off, the light -grey finished en- closure has an eye-catching, New vertical handle strengthens your grip on protection Our new injection molding process gives you a positive - feel handle that withstands vertical and lateral stress. It has a slate -red, egg -shaped knob for easy operation and positive position indication. And it's mechanically coupled with the primary disconnect device. This prevents false position indication due to misalignment, whether the door is open or closed. The handle can be padlocked slate -red stripe across the upper horizontal cover. Add heavy-duty, oiltight push- buttons and engraved, lami- nated nameplates, and you've got a durable, attractive motor control center that can safely handle your toughest applica- tion. in he OFF position with up to three padlocks for operator safety. A drilling pattern is provided to add a padlock for the ON position. Additionally, a door interlock prohibits opening the unit door before power is disconnected and prevents energizing the start- er if the door is already open. To access the unit while power is on, use a screw- driver to release the de- feater mechanism and open the door. Inside, the unit also has a defeater release that lets you close the primary disconnect with the door open. UL construction confirms safety All 8000-Line Motor Control Centers are designed, manu- factured, and tested according to the latest provisions of UL Procedure 845. The UL label is displayed on all vertical sections and on individual units whenever possible. 2 The 8000-Line is designed with •safety in mind "Sandwich" con- struction protects vertical bus Our vertical bus assembly is both insulated and isolated within a "sandwich" of mold- ed white, polyester -reinforced sheets. It's sealed to form a rigid fault prevention barrier, phase -to -phase. A closure plate plugs the bottom of the assembly to prevent fishtapes or other foreign objects from entering the riser channels. The wedge-shaped bus stabs insert through small openings in the front of the bus. Our standard vertical bus is rated 300 amperes, but 450 and 600 amperes may be specified as options. Bracing increases short-circuit capacity The 8000-Line features as standard equipment bracing for 22,000 amperes rms symmetrical fault -current. Both the main and vertical bus can be strengthened for short- circuit capacities of 42,000, 65,000 or 100,000 amperes. Add padlocks for extra protection Our 8000-Line units can be withdrawn and padlocked in a test lock -out position, so all power and control con- nections are broken. The unit is fully isolated from power sources even though it's still mounted in the enclosure. You can work on the motor, cabling or unit with the con- fidence that power can't be restored until the padlock is removed. Main ac power bus is isolated for safety The main ac power bus is located directly behind the top horizontal wireway. The standard bus is tin-plated aluminum, rated 600 amperes, and meets tough UL requirements. Sliding panels form effective isolation barriers. These panels slide easily to the side for inspection and preventive maintenance. Connections between the horizontal and vertical bus can be reached through the panel openings. In addition, most shipping splits may be quickly spliced without removing units or barriers. October l9tib taeneral—ti000-Line Motor Control Centers General Section A • Product Features • NEMA Class • Codes and Standards • Short -Circuit Considerations • Fuse Classifications • Environmental Considerations Data subject to change without notice GENERAL .. ELECTRIC A-1 uG11GIUI-�vv ! LIIIL IHIULUI .,ontroi t,enters October 1986 Product Features •ANDARD DESIGN FEATURES Design flexibility, performance, personnel and equipment protec- tion, ease of maintenance and installation are all contained in the 8000-Line. 8000-Line features such as separate wiring troughs, isolated terminal boards, isolated bus, drawout starter units, operat- ing mechanisms, and provisions for starter interchangeability are designed for a high level of reliability and convenience. These steel -enclosed control centers can be joined together to centralize and protect the most complex systems of industrial auxil- iary drives, or the simplest of fan- or pump -motor controls. As the need arises, additional sections can be added to an existing lineup. Section Label Unit Label cGENI RAei lAj ECECTRIC;d' 8000 LINE CONTROGCENTtR f-1secr♦Qssarc Tga r p wiagq=1¢ nvnERwitrrsa9 LABORATORIES, UNDERWRITERS LAEORATORIES MOTOR CONTROL`CENTER UNIT UL Listed vertical sections and individual units each bear the UL label. Options which have been listed with UL can be included in UL listed units and sections. Barriers located in front of the main horizontal bus isolate the bus from the top horizontal wireway. Maintenance personnel can gain entrance to the top horizontal wireway of the control center without danger of contact with a live bus. • Barriers furnished with 2-inch main bus systems are in the form of sliding panels. After de -energizing the bus, maintenance person- nel may slide back the panels to give ready access to the main bus for inspection of bolted connections. Main bus splicing is accom- plished in this area with the hardware already in place. A-2 Data sub/ect to change without notice GENERAL ELECTRIC October 1986 General—td000-Line Motor Control Centers Product Features •TANDARD DESIGN FEATURES (Cont'd) An incoming -line terminal compartment can be located at the top or bottom of a vertical section to allow cable termination with minimum bending. The standard 600-ampere incoming line termi- nal compartment shown is furnished with 2 mechanical type lugs per phase. Other incoming line terminal compartments are available. Full -width lifting angles and floor channels come with each "ship- ping split". They permit moving the control center by crane or rollers, and can be removed later. A normal shipping split consists of three vertical sections or less. Removable top cover plates facilitate installation of conduit. 13-inch Deep 20-inch Deep FRONT VERTIG .BU8 0 REAR VERTICAL PUS In GE's 20-inch deep back-to-back single section construction, two independent vertical bus assemblies eliminate the need for reversing the phase sequence of front and rear mounted units. Data subject to change without notice GENERAL ELECTRIC A-3 Introduction v�wuer lytsb 11110he General Electric 8000-Line motor control center provides an economical means of centralizing motor starters and related control equipment. It permits combination motor control units, feeder tap units, distribution transformers, lighting panels, interlocking relays, programmable control, metering and other miscellaneous devices to be contained in a single floor -mounted structural assembly fed from a common enclosed main bus. 8000-Line motor control centers are constructed of standardized heavy guage vertical sections housing vertical and horizontal buses, wiring channels and compartmented control units. Sections are bolted together to form a single line-up assembly. Units are mounted and wired in accordance with the level of factory wiring purchased. The entire center may be powered by incoming line connection at a single point. Where possible 8000-Line motor control centers bear the UL section and unit labels. The purpose of this publication is to simplify the selection of an 8000-Line motor control center. The following logic flow chart lists basic items which must be considered for each application. PRODUCT FEATURES NEMA CLASS APPLICABLE CODES ENVIRONMENTAL REQUIREMENTS 0 SYSTEM VOLTAGE AND SHORT CIRCUIT RATING i BUS TYPE AND CAPACITY 41 ENCLOSURE TYPE AND CONSTRUCTION INCOMING LINE TERMINATION AND MAINS STARTERS 4, FEEDERS 4, SPECIAL FEATURES REQUIRED 4' SPECIAL CIRCUIT AND WIRING REQUIREMENTS ENEAAl#ATA1Conma �* a • �... • • m 1....® ® • .: .:; o • int 1 ✓4 ::i These instructions do not purport to cover all details or variations in equipment nor to provide for every possible con- tingency to be met in connection with application, selection and installation. Should further information be desired or should particular problems rise which are not covered suffi- ciently for the purchasers purposes the matter should be referred to the General Electric Company. .Data sut)fec' •:' change without nouC_ GENERAL ELECTRIC �acuc�cal—iwvv-LIwwe (Viotvl ontrol L-enters October 1986 Product Features •ANDARD DESIGN FEATURES (Cont'd) A polyester -reinforced "sandwich" isolates the vertical bus, and helps prevent the spread of faults front starter and feeder units to vertical or horizontal bus. Small stab openings provide effective isolation. Stab connections are made with wedge-shaped silver-plated copper unit power stabs which are under double spring pressure and engage the vertical bus to provide positive contact and expand under short-circuit stress. All combination starters and feeder units of plug-in construction utilize a positive guidance system combined with a mechanical insertion means. This unique GE design grounds the unit to the structure and provides positive electrical connection between the unit stabs and the vertical bus. • To meet NEC Article 430-74 and to facilitate wiring and mainte- nance, two-piece control terminal boards are used. External and internal unit connections are made on opposite sides, allowing the unit to be withdrawn without disconnecting control wiring. Two piece power blocks are used through NEMA Size 3. Optional NEMA Size 4 two-piece power blocks require a 24-inch wide enclosure to provide the required field wiring cable bending space. A-4 Data subject to change without notice GENERAL ) ELECTRIC October lytSb i e ieIdl—oUUV-LIllc IYIUiVI CU'lili- Centers Product Features •TANDARD DESIGN FEATURES (Cont'd) An isolated wire trough provides a 45/8-inch x 81/2-inch area to "lay in" wire and make control and load connections. A separate door makes wiring installation and inspection easy. The door can be opened without disturbing adjacent unit doors. 85/s-inch x 81/2-inch wire troughs are available with 24-inch wide enclosures. Units can be withdrawn to a disconnected position and pad- locked for maintenance. An interlock release system is provided so that —if it becomes necessary for maintenance purposes —the disconnect may be closed with the door open. A by-pass is provided to allow opening the door with the disconnect closed. Only qualified personnel familiar with the equipment should use the interlock release and by-pass features. • The vertically mounted integral handle can be locked in the OFF position with up to three padlocks. A drilling pattern is furnished, allowing the handle to be modified for locking in the ON position with a single padlock. This modification should only be made after the user determines it is desirable to lock the disconnect in the ON position. Data subject to change without notice GENERAL ( ELECTRIC A-5 • ... .......^. .���. n,V/VI vvILLI 1IV1J uctober 1986 Product Features •NDARD DESIGN FEATURES (Cont'd) For flexibility, Size 1 and Size 2 standard FVNR starters are interchangeable in the same 12-inch high space unit. This design allows quick, easy field changes when modifications are desired after installation. As system needs grow, or rearrangement is required, unit shelves, and terminal blocks may be easily relocated. A-6 Data subject to change without notice GENERAL ELECTRIC October 1986 General-8000-Line Motor Control Centers Product Features OPTIONAL CUSTOMIZING FEATURES The following optional modifications and accessories can be incorporated into the 8000-Line. Vertical Ground Bus and Unit Stab Vertical copper ground bus allows direct grounding of unit sad- dles to the equipment ground bus. A unit ground bus stab engages the vertical ground bus before the unit power stabs engage the vertical bus. Vertical Bus Shutter Mechanism A vertical bus shutter mechanism can be supplied which covers the vertical bus stab area when a plug-in starter or feeder is withdrawn. This feature may also be added to existing 7700-Line and 8000-Line motor control centers. Cap plugs are available to close unused stab openings. Motor Test -Run Power Disconnect This "Test" feature allows for complete testing of individual units or testing continuity of the control system circuitry without energiz- ing motors. The motor leads T1, T2 and T3 are disconnected by a hinged motor -lead power block. This feature is available through Size 4 starter units. Control Disconnect Feature This feature provides foreign voltage isolation through the addi- tion of a hinged control terminal block assembly. It meets NEC Article 430-74 requirements without having to rack plug-in units out. The hinged assembly or other disconnect means must be added to bolt -in units such as NEMA Size 5 starters for compliance wtih the NEC Article 430-74 when foreign power is present. Data subject to change without notice GENERAL ELECTRIC A-7 General-8000-Line Motor Control Centers October 1986 Product Features IIIMONAL CUSTOMIZING FEATURES (Cont'd) Power -Off Insertion or Withdrawal Feature Provides power -OFF insertion or withdrawal for plug-in combina- tion starter or feeder units. A slide mounted to the starter frame coupled with the operating handle inhibits access to the driving screw until the primary disconnect is open or OFF. • Power Lock -Out Feature Provides complete isolation from the vertical bus for NEMA Size 5 and 6 starters with bolt -in circuit breakers through 800 amperes and fusible switches through 600 amperes. Power stabs are mechanically withdrawn from the vertical bus to fully isolate the primary disconnect circuit. Power lock -out is padlockable in the isolated position. Requires 1/2X additional space, 1X additional space if optional viewing window is specified. Nameplates Unit service designation nameplates are furnished when speci- fied. Nameplates can be supplied as blanks suitable for field engrav- ing, or engraved at the factory. The standard unit service designation nameplate is of 2-ply thermoplastic material, black face with white core, 1-inch x 3-inch, fastened with non -corrosive nylon clips. Stainless steel screws are available as an option. One to three lines of white letters on a black background can be engraved with 0.18-inch high characters. Lines 1 and 3 can have a maximum of 19 characters and line 2, 15 characters. A 2-inch x 6-inch master nameplate mounted on the top left wireway cover of each motor control center lineup can be supplied if requested. One line of 6 characters is possible with 1-inch high letters; with 1/2-inch high letters, two lines of 12 characters each are possible. The standard is white letters on a black background. Refer to the factory for special nameplates. ao Wire and Cable Standard control and power wire includes flame-retardant, mois- ture -heat -and oil -resistant thermoplastic insulation rated 600 volts, with stranded copper conductors, types MTW and THW. Standard Colors are: Red —AC Control Blue —DC Control Black —AC/DC Power Green —Ground White —Neutral Optional wiring available includes SIS heat -resistant synthetic rubber -covered switchboard wire and XHHW flame-retardant cross - linked synthetic polymer, both rated 600 volts with stranded copper conductors, and a VW-1 flame rating. When specified, the optional wiring can be furnished with non - chlorinated insulation. Note: • Not at colors are available with optional wiring. A-8 Data subject to change without notice GENERAL iELECTRIC t.iC btJUU-L/d1e Motor Control Centers Solid -State Drives & Starters JUSTABLE SPEED DRIVES NERAL As a vehicle for controlling multiple motor functions, the Motor Control Center has become the logical place to mount variable speed drives. However, the application of these drives is not a simple selection process, and the following is an explanation of some of the variables involved. A Drive Must Have Ventilation. The basic power switching components are transistors, which are mounted on finned heat sinks. Although the drive may be operating at 95% efficiency, the 5% (±) normal heat loss cannot be enclosed in the MCC without exceeding the safe operating temperature (50°C). Standard mounting is ventilated (NEMA 1 or 1A only.) A Drive is electronically controlled. -The new generation of PWM drives are all microprocessor based. Although well shielded from stray noise, they require careful wire routing, and in some cases shielded wire runs to avoid "nuisance" problems. Control wires should be run separate from power leads. If they must cross, try to keep them at right angles to minimize the induced fields (noise). A Drive creates noise on the power system. Although we use reactors to minimize system disturbances, a drive will create harmonics on the power/system (both at the motor and at the transformer). If sensitive computer systems are to be utilized, they should be isolated from the drive's source. Likewise, the harmonics created at the motor may cause the motor to run �r than expected. Standard motors should be derated 10% used with a drive. We recommend GEs high efficiency GY SAVER-" motors for Drive applications. See motor application data, SH. G-3 A Drive must have short circuit protection. Since a drive is subjected to higher available short circuit currents in a MCC, (vs. a wall mounted unit) additional components such as current limiting fuses and reactors are utilized. See typical one line sketch. Note also that these components L} L L t,, be .4,„SA furnished with the drive unit. A Drive can provide significant energy savings. When a fan or pump is utilized on a system with variable flow rates, whether measured in gallons per minute or cubic feet of cooling air per minute, a variable speed drive is the most efficient means of control. Since a variable torque load requires significantly less energy when operated at lower speed, the energy savings can be in the 25 to 50% range when compared to a full voltage motor using dampers or valving to reduce its output. (The amount of savings depends, of course. on the amount of time the motor can be used at the reduced speed.) • ±-,o AF300B Drives in 8000 Line MCC G-2 • 1' US TA.Btffift1I) E1170d ONT1304 U:30 • s**-44611:Wiet1114.:AV IP IR- 41.111;ilpi ista4 ofkir 14' know, because we were there. They were cumbersome, complex and not very struc- tured by today's standard. Because of this, they were not the most reliable machines around. At GE we have come a long way since those early days, and with the AF- 300B inverter controller, we aim to set a new standard for controller reliability. RELY (re-li) intro. v.: To trust confidently. We began by incorporating a simplified modular design, greatly reducing the inter- connections within the unit. With a multitasking CPU, the AF-300B controller can react and protect faster and more effec- tively than any controller we have seen. This means virtually no nuisance trips and fewer overall faults, translating into signifi- cantly more uptime and fewer maintenance needs... No special attention re- quired here. The totally enclosed con- struction and external heat sink help keep harmful environments out while more effec- tively emitting the low heat losses into the am- bient. The cooler the unit runs, the longer its life span. Since nearly all the functionality you'll ever need is included as a standard in the software, reliability is greatly increased. This is true because all hardware has a chance of failing, whereas proven software rarely fails. The key to reliability is in a good design and manufacturing process. In addition to these elements, we offer the security of a 24-hour burn -in. Each unit is burned -in under load at an elevated ambient for 24 hours. Reliability that is first designed in, then manufactured in, and finally confirmed by testing, is true reliability. Once you feel comfortable that this new controller will work and keep on working, the next question might be: How well does it fulfill your need for performance? PERFORM (per -form) v.: To fulfill an obligation or require- ment; accomplish something as promised or expected. Our test people have seen many good things come from our development organization — and when it came to the AF-300B inverter, we were truly impressed. The development engineers stated the AF- 300B controller would allow a standard induction motor to develop over 150% starting torque; they stated you could slam SLAMMING Motor starting across AF-300B Controller 1800 RPM 2 3 T ME (seconds) rive with a ew =I' efinition F-3O A New Definition for Adjustable Frequency Control When it comes to adjustable frequency control, things like reliability, performance and Flexibility are crucial. Our experience in working with many different applica- tions over the years has proven this to us. With the help of our customers and a little GE vision, we have come up with a defini- tive breakthrough in adjustable frequency control — the AF-300B inverter. The AF-300B inverter is an innovation by design. It incorporates state-of-the-art tech- nologies like a multitasking 32 bit CPU and surface -mount technology for control and power circuits. The AF-300B inverter is an innovation that delivers reliability, perfor- mance and flexibility like no other adjust- able frequency controller delivers on the market today. *though early adjustable frequency ntrollers were a welcome alterna- tive for their time, they did not al- ways earn a good reputation. We • a motor onto the AF-300B controller and it would nicely pick up the motor without tripping; next they stated it had a one sec- ond control power ride through on Toss of AC line; and then they stated the AF-300B adjustable frequency controller would de- liver smooth operation over a wide speed range (0.2 — 400Hz). Our test people put it through its paces and everything they said was true. It surpassed our targeted goals! When it comes to performance, the AF-300B inverter will be a pleasant sur- prise to many. Its extremely fast reaction time enables it to establish a new standard for inverter performance. Things like cur - .rent limit and auto restart take on a new meaning. Many functions of the AF-300B inverter are not new. What is new is the way they are implemented. Try it and you' 11 believe. Once you believe in the reliability and you are going to want to know everything it can do. Well, it can do plenty. FLEXIBLE (flek se-bel) adj: Responsive to change; adaptable; susceptible to influence or persuasion; easily managed or controlled. With 79 programmable functions, the AF-300B controller is truly adaptable. Auto restart, torque boost, jump frequency and adjustable current limit are just a few of the more common functions inherent with this controller. In addition, it has several unique functions such as programmable "run pat- tern" selection with up to seven timers and speed settings. Then there is the link func- tion which allows for "master -slave" op- eration with up to 15 slaves coordinated from a single master controller. This yields accurate digital coordination without the use of a PLC. Functions like these enable the AF-300B inverter to redefine flexibility as it relates to adjustable frequency control. Functions like pattern selection and link operation allow the inverter to do applications that would normally require a PLC. Now GE gives you much of the functionality of a PLC with each AF-300B controller you purchase. With all that muscle, it is important that you be able to flex it easily. All the power in the world is quite useless if it is not easily accessed. But with features like a liquid crystal display which prompts you through the functions, and an extendable keypad, the AF-300B drive is probably the friendli- est digital drive on the market today. It has lots of flexibility with lots of useability. CONTROL POWER RIDE THROUGH AC LINE AC LINE (POWER LOSS) (RESTORED) AF•3008 CONTROL r ONE SECOND RIDE THROUGH 500 1000 TIME (milliseconds) 1500 DRIVE (driv) n.: 1. The means or apparatus for transmitting motion to a machine or machine part. 2. A strong motivating tendency or instinct that prompts activity toward a particular end. 3. To guide, control or direct. Contact your GE representative today for further details regarding the economical AF-300B adjustable frequency controller to see how it can play a crucial role in improving your working efficiency. RUN PATTERN SELECTION Keypad panel Digital monitor Liquid crystal graphic display Function key(s) Function LED(s) FORWARD OPERATION • SPEED 1 OPERATION SPEED 2 REVERSE .1 SPEED 3 SPEED 4 SPEED 5 SPEED 6 SPEED 7 TIMER 1 TIMER 2 TIMER 3 -, TIMER 4 TIMER 5 TIMER 6 I _+_, TIMER 7 { r TIME UP n n n n n n n n SIGNAL ITP) CYCLE n COMPLETION SIGNAL ITO) DIGITAL! MO Displ< 'ice. ,�Ir �' • " ■ tl;:'',M ,Yo�.1� y.-�'� P7�r 9�i���r°T.�'y�•�ry„�'E3'�j ��T' � ._$ , xri • LCD brightness adjust Display LED(s) ;�i;l:S�•iyF:W Multi -tasking 32-bit CPU v MOTOR Base driver card Surface mount technology Main control card Keypad connector (remote or locab Die cast alloy chass RFI shield Link (LAN) connect( Control terminal's Power terminals PENDING • Specifications Item Specification Output Control system Random period dispersive vector PWM control Frequency control range 0.2 to 400 Hz Control Frequency, temperature fluctuation Digital setting: ±0.01% of maximum frequency.(-10° C to 50° C)'' Analog setting: ±0.2% of maximum frequency (at 25° C ±10° C) Frequency setting resolution Digital setting: 0.002 Hz (at maximum frequency 60 Hz)'' Analog setting: 0.02 Hz (at maximum frequency 60 Hz) Voltage/frequency characteristic Voltage: 380 to 460 volts. Frequency: 50 to 400 Hz Voltage: 200 to 230 volts. Frequency: 50 to 400 Hz Torque boost 32 modes selectable (variable torque mode selectable) plus fine adjustment, automatic torque boost Acceleration/deceleration characteristic 0.01 to 3600 sec. (independently adjustable acceleration and deceleration), linear acceleration, S-curve acceleration (2 patterns), automatic acceleration/deceleration DC braking Operation frequency: 0.2 to 60 Hz, Operating time: 0.01 to 30 sec., Voltage: 0 to 15% Standard functions Slip compensation, current limiting, restart after instantaneous power failure, multispeed, jump frequency, automatic acceleration/deceleration, 2-wire/3-wire control selection, high or low limiter, bias frequency, pattern operation, selection of terminal function, terminal link Protection Stall prevention, overcurrent, overvoltage, undervoltage, instantaneous power failure, inverter overload, inverter overheating, motor overload (electronic thermal OL relay trip), CPU error, short circuit for input terminal, ground fault protection for inverter (option for 4kW inverter and below) Operation Frequency setting input Frequency setting potentiometer or voltage input: 0 to +10 V DC (0 to +5 V DC) Current input: 4mA to 20 mA DC Input signal Forward command, reverse command, self -hold selection, multistep speed selection, acceleration/deceleration time selection (4 steps), coast to -stop command, external alarm input, alarm reset input External output signal Relay output: Alarm (SPDT, 250 V AC 0.3 A inductive) Open collector output: inverter running, frequency equivalence detection, overload early warning, undervoltage stop Indication Frequency output signal Analog: 0 to +10 V DC (Adjustable between 6.5 and 10.3 V) Keypad panel (LED & LCD) Running Output frequency, reference frequency, output current, output voltage, motor synchronous speed, machine speed Setting Function code and data code Fault Overcurrent during acceleration (OC1), overcurrent during deceleration (0C2), overcurrent during running at constant speed (0C3), overvoltage (OU), undervoltage (LU), inverter overheating (OH1), motor overload (electronic OL relay trip) (OL1), external fault (0H2), setting error (Err1), communication error (Err2), DSP error (Err3), link error (Err4), running condition at time of fault, fault memory (previous 3 faults) Charge lamp DC link voltage Conditions Installation location Indoor, not more than 1000m above sea level. Do not install in a dusty location or expose to corrosive gasses or direct sunlight Ambient temperature humidity -10°C to +40°C (When mounted inside the switchboard, the cover can be removed to allow use at ambient temperature -10°C to +50°C), 20 to 90% RH (non -condensing) Vibration Less than 0.6G Storage temperature -25°C to +65°C Protection Enclosed electronics Cooling system Self -cooling (up to 0.75 kW), forced air-cooling (1.5 kW and over) Installation method On control panel or inside enclosure with external cooling Option and accessory *2 Relay output unit; ground fault detection unit for inverter protection (3.7 kW and below); parameter copy unit; extention cable for remote operation; cable for terminal link; link adaptor; keypad panel for remote operation; remote indicating panel; braking transistor switch unit (11 kW and above) and braking resistor; radio interference suppressing reactor, line side AC reactor; noise suppressing AC reactor; speed setting potentiometer; frequency indicator; suppressor; PC interface card Note: * 1 Multistep speed setting on the keypad panel. The digital input of external frequency setting is optional. *2 Available soon PP IN N If � MINOR DOWN to IN OR RE it tA It - All OBERON] 4" PO lion �ffl I ME "o 44 IN & UK 00 No. HP AMPS (A) Height (13) Width (C) Depth Weight Catalog Rated 150% Inches (mm) Inches (mm) Inches (mm) Lbs. Kg. Catalog No. HP AMPS (A) Height (13) Width (C) Depth Weight Rated 150% Inches (m m) Inches (mm) Inches (m m) Lbs. Kg. k ag"10 Ore 46 44, | 6/21/91 CUTLER -HAMMER SAFETY SWITCHES Double Throw Transfer Switches 30-800 Amperes NON -FUSIBLE, 240V ac, 2 & 3 POLE 43 DT-K Amperes Main & Standby NEMA 1 Indoor NEMA 3R O Rainproof Maximum Horsepower Ratings 1 chi ac 3 4, ac dc Catalo Number Price Catalo Number Price 240V 480V 600V 240V 480V 600V 250V 600V 2 POLE 30 60 100 200 400 30 60 100 200 400 600 800 DT221UGK $ 306 222UGK 484. 223UGK 663. 224UGK 966 225UGK 2909 DT321UGK 322UGK 323UGK 324UGK 325UGK 326UGK 327UGK 356. 525. 815 1328. 3604. 4828 12381. DT22- 4URK 225URK DT32- 3URK 324URK S1485. 4473 3 POLE 965. 1689. 3 10 20 15 3 10 20 15 125 10 20 40 60 125 125 125 5 10 20 40 50 5 10 20 40 50 50 50 50 NON -FUSIBLE, 600V ac, 2, 3, 4 & 6 POLE Am eres Main & Standby NEMA 1 Indoor NEMA 3R 0 Rainproof NEMA 12 rNEMA 12/3R� L 30 200A Maximum Horsepower Ratings 1 ac 3 ac dc _ _ Number Price Number Price Number Prce 240V 1-480V 600V 240V 480V T600V 250V 600V 2 POLE 30 DT261UGK $ 396. --- --- --- --- 3 7-1/2 10 --- --- --- 5 --- 60 2621.1GK •560. --- --- --- --- 10 20 25 --- --- --- 10 --- 100 263UGK 849. --- --- --- --- 20 40 50 --- --- --- 20 --- 200 264UGK 1167. DT264URK $ 2364. --- --- 15 50 50 --- --- --- 40 50 400 265UGK. 3270. 265URK 6365. --- --- --- --- --- 125 250 350 50 --- 600 266UGK 4587. 266URK 8434. --- --- --- --- --- 125 250 350 50 --- 30 60 00 21)0 400 600 800 30 60 100 200 30 60 100 DT361UGK 1 386 362UGK 363UGK 364UGK 365UGK 3671 366UGK 530/ 367UGK 13621 GT464UGK 2249 3 POLE DT361URK 724. DT361UDK $ 832. 3 7-1/2 10 10 20 20 5 --- 362URK 914. 362UDK 1049. 10 20 25 20 50 60 10 363URK 1373. 363UDK 1579. 20 30 50 40 75 100 20 364URK 2699. --- --- 15 50 50 60 125 150 40 --- 365URK 6120. --- --- --- --- --- 125 250 350 50 --- 366URK 8615. --- --- - - - --- --- 125 250 350 50 --- 367URK 17702. --- --- --- -•-- --- . 125 250 350 50 --- DT461URK 462URK 463URK 464URK DT661URK 662URK 663URK 1941. 2452. 3682. 4247. 4 POLE 6 POLE 3071 ---- 3 3880. 10 5830. 20 3 10 20 15 0 Pnces do not utch.de hubs Use date t 'pe hubs. except 400 600 amp s.vitches iequue Myers nubs 7-1/2 20 30 50 7 1/2 20 30 10 25 50 50 10 25 50 10 20 40 60 15 50 75 125 20 5 60 10 100 20 150 40 10 20 40 15 20 1 5 50 60 10 75 100 20 Pn. .•n .. _... Eft•IRI 43 • 1P-12 Crouse -Hinds® Arktite " Heavy Duty Circuit Breaking Receptacle Assemblies and Housings 100 A Assemblies With AJ Back Boxes$ and Angle Adapters See Note Style 1 Hub Description Size 2-wire, jj 1'/4 2-pole J 11/2 3-wire, 3-pole 4-wire, 4-pole Style 2 2-wire, 3-pole 1'L 1 '/ Spring Door Open Cat. # Cat. # AREA10214 AREA10215 AREA10314 AREA10315 11/2 AREA10415 2 AREA10416 AREA10234 AREA10235 AREA10334 AREA10335 AREA10435 AREA10436 Threaded Cap Cat. # AREA10274 AREA10275 AREA10374 AREA10375 AREA10475 AREA10476 1'/4 AREA10324 AREA10344 AREA10384 11/2 AREA10325 AREA10345 AREA10385 3-wire. • 11/2 AREA10425 AREA10445 AREA10485 4-pole ' 2 AREA10426 AREA10446 AREA10486 100 A 600 VAC/250 VDC 50**-400 hertz® Weatherproof§ Dimensions Pgs. 1P-13, 25 & 26 Receptacle Housings Only Style 1 Spring Door Cat. # AR1021 AR1031 AR1041 Style 2 AR1032 AR1042 Open Cat. # AR1023 AR1033 AR1043 Threaded Cap Cat. # AR1027 AR1037 AR1047 AR1034 AR1038 AR 1044 AR1048 'a' •`riL'A�L+n 1992 • HrKute Heavy Duty Circuit Breaking Receptacles, Plugs and Connectors Mating APJ Plugst Style 1 Cat. # Cable Dia.A APJ10277 1.00 to 1.70 APJ10377 1.00 to 1.70 APJ10477 1.00 to 1.70 Style 2 APJ10387 1.00 to 1.70 APJ 10487 1.00 to 1 70 i 66 H 600 VAC/250 VDC 50**-400 hertz Dimensions Weatherproof Dimensions Pg. 1P-29 Mating APR Connectors Cat. # APR10255 APR10257 APR10355 APR10357 APR10455 APR10457 APR10365 APR10367 APR10465 APR 10467 Cable Dia.• 0.95 to 1.38 1.37 to 1.50 0.95 to 1.38 1.37 to 1.50 0.95 to 1.38 1.37 to 1.50 0.95 to 1.38 1.37 to 1.50 0.95 to 1.38 1.37 to 1.50 NOTE: For listing of additional back boxes, see pages 1P-18 and 19. • 7,.•,rms rCw$S1on § N.na lh,`r pro0l when used w:lh Spnn() 000r O, th'CO ), :1 1Frn.0lod won cable grip and neoprern;. busnrng i f Ai back boxes are square. making ,t p0ss:o10 t1) install with huh in several positions Pressure conneclors are standard. C, mo/solder typo terminators are optionally available for 2. 3 and •I•pole 30 ampere. 3 and apple 60 and 100 amp=re For delis ls. see table on page 1 R•1 ! 7 spr.cdv add Il o sulk, "T.. to the catalog number For example' arrF n1O:11.1. T (Assembly) APJ10377.T (Ploy) ^.r't,rrri 1 Ineceplacle) APO10357.1. (Gce, c 0, r•^CC.placie) Irian 60 •ni .'q. ,. ,.pLi^k i)I l, an . , .:, •c tort a,,. for Hub Size I./z Dimensions 20 and 5-pole 30 A Crouse-Hinde 31 ': 8y' 51-'6 2, 3 and 4-pole 30 A ---54-- 1 Dia. 5 -; 4g 4-66 2, 3 and 4-pole 60 A 9e ARE 20, 30 and 60 A Assemblies Dimension a 20 A 30 A 60 A '%,e I,i;e ,3/6 6 .,y 'S/,6 13/, 6 15/)6 a 15° \d 7 • 6 ^ Dia. 2, 3 and 4-pole 60 and 100 A AREA 60 and 100 A Assemblies Rating 60 A 100 A a b c d (door clearance) 9 t ..; 4'/, 9.e 10'' 1" I:in19'12 AJ and AJC Back Boxes with Angle Adapters For 60, 100, 200 & 400 A Receptacle Housings AJ Back Box with 60/100 A Angle Adapter AJC Back Box with 60/100 A AJA Angle Adapter Asseiiib es arid Component Parts For 200 and 400 A Receptacle Housings Dimensions Pgs. 1P-26 & 27 AJ Back Box with 200/400 A Angle Adapter AJC Back Box with 200 A Angle Adapter AJ and AJC Back Boxest With 60/100 and 200/400 A Angle Adapters 60 and 100 A Hub AJ AJC Size Cat. # Cat. # 1 AJ37 AJC37 1' AJ47 AJC47 1 AJ57 AJC57 2 AJ67 AJC67 2 3 200 A AJ AJC Cat. # Cat. # AJ58 AJ68 AJ78 AJA Angle Adapters 400 At AJ Cat. # AJ69 AJC78 AJ79 AJ89 60 and 100 A 200 A 400 A Cat. # Cat. # Cat. # AJA6 AJA1 AJA2 t AJ and AJC back boxes are square. rnakmg o poss,ble to install wdh hub ❑1 several )QS I Ons Use AJG9. AJ79 Or AJh9 for cables up l0 2 - = JSC'MCM 3 - n 300MCM or a - 2SOMCM For larger cables use AJX69 etc I sled under OSsernt4,0$ Crouse -Hinds AJX Assemblies Back Box with Angle Adapter, 3 Blank Plates and 1 Hub Plate Hub 400 A Size Cat. # 2 2'./2 3 3'.6 4 5 AJX69 AJX79 AJX89 AJX929 AJX9210 AJX9212 AJX Component Parts For use in making up assemblies with arrangements of hub plates (4 required) other than those listed. Back Box 400 A Cat. # AJX99 Hub Plate Hub 400 A Size Cat. # 2 YYP96 YYP97 3 YYP98 3'1. YYP99 4 YYP910 5 YYP9012 Angle Adapter 400 A Cat. # AJ 245 Blank Plate 400 A Cat. # YYP900 is ruarV 1992 GE Push Buttons • • CR104P Heavy -Duty, Non -illuminated Selector Switches Knob -operated selector switch Lever -operated selector switch 2-Position, Non -illuminated Knob-, Lever-, and Cylinder Lock -operated Selector Switches® 600 Volts A1axitnum ,\(:/1)(: 10 :\n1j .'t •s Continuous llntaltic for Use in \`I•:N1:\ 1\pc• 1. :;..IR. 1. -IX. 12 and 13 Applications® Cylinder lock selector switch Units are supplied factory assembled when ordered with contact blocks. Viewed from front of panel Contact Block :,...awg Nomoers and 1=r,_es Contacts Operator POSd,pn Standard Knob Black(?) CR10 �Ist Price,`., GO tOG 'Aling Lever, Chrome® CR 104 <� UBti Price, "' GO 10G,; Cy ,ce' �cck Remove Key from Left Right O =Open x =Ceased L e'1 U "} CF+'G" Pogn: Or,W Gq 10 ` Lett and Right GR104 Center Only CR104 ='.USt :. Price, ;' %GO=1013, Maintained Operator Only \ / None PSG21B $2220:. PSM21 $22.20 PS<: IA0';_ PSK21AOC= PSK21AOOM - ,558.20.; 9J.A NC NC X 0 1N0.1NC PS021391 40.20` PSM21A91 4020= PS'-:21A2'_ PSK21A9I; PSK21A91M - 76.20}; o o NO NO 0 X 1N0.1NC - - - rs6:21Ae._51(Sj PSK2t441.•5.' ,` nsK21A91M510 - ?'88.20. Q.J.G NC 9J.4 L NC L-NO X 0 0 x 0 o NO o o RNC x 0 2N0.2NC PSG21B92 58.20 PSM2IA92 5820 rS _1A9__ :9_c PSK21,A92M 04.0j R.NO 0 X Spring Return Left To Center Operator Only "' 4 None PSG12B '134.20 PSM12 3420-• - I - - PSK12AOOC 70.20 SILO NC NC 0 X 1N0.1NC PSG12B91 5220. PSM12A9t 52.20,,'1 1 °SK12A91C 1;8820' 0 o NO NO XG 1N0.1NC - - I - - PSK12A91C51® `.'1.00.20` 9.19 NC 910 L-NC !.NO 0 X 1 :, 0 o NO o o R-NC 0 x 2NO.2rJC PSG'2892 70.20 -ttrA92 70,20 I .. '�A92C• 106.20 Spring Return Right To Center Operator Only 4 "II� None PSGE3c 34.20 , 34.20 - F , v1A00C. 70.20 9p 1 NC NC e •� .' nr;.INC. 2SG6:ic•?' 52.20 .. - 52.20 t ,:'+t j1'_ 88.20 0 o NC 1t0 ,. '.^10.INC .. - - • ..., A91r2.;C". 100.20 L'11 I SI O NC; •9J. ,.r.j0 r-. , 0 o NC: o o I�, 1(; • - . .. 70.20 .. 70.20-1'1.`�: 106.20 Note: Catalog Number and price do no include nameplate All nameplates rnus' he . keys included with each cylinder lock 0 When mounted in enclosures rated for Those Same appRCations. For Some NF%,11, ;,e ;`C111Ca'. GtE?e;U'de Caos W,11 improve corrosion resistance. For additional earn operation information, refer to page 7-28 To order knob 1n a color other than black. replace the ..'t.. In stec Catalog ";:;r111 -, :. ,rf:.et'.I. 1 IFe,,e1 '; (Red) To order black lever. replace '.A.. 1n Catalog Nur•'hc` wit!, Li before 91 1Clr a me niau u 1N0-1NC operator with black lever Is CR104PSk1:''!B91 CH501 keyed cylinder lock. Other listed cylinder logs are alike and use Irie,-.1:ca: --yr ':;,.•oil r alsO,rva,lahlt'. contact nearest GE Electrical Distribution & Control sales office References: Nameplate Selection pages 7-26, 7-27 Extra Keys for Cylinder Lock Descriptive bullet rr GFA t()87 7 Drilling Plan and page 7-24 Distributor rnaller.CiFD to 1 Dimensions page 7-28 O ,1 from pages 7 77 and 7.28 Two Selector Switches Paces and data subject to change 1o,thuut nonce 1992 Issue 7-7 GE Push Buttons • 0 0 CR104P Heavy -Duty, IVon-illuminated Selector Switches 600 Volts Maximum to AC/DC 10 Amperes Continuous Suitable lot- Ilse in NEN1A Type 1, 3, 3R, 4, 4X, 12 and 13 Applications® 3-Position Non -illuminated, Knob-, Lever-, and Cylinder Lock -operated Selector Switches® Units are supplied factory assembled when ordere with contact block. Viewed from front of panel Contacts Operator Pps,00n Left R,ghl O _ Open • R = Closed Contact Block Catalog Nu'^Uers and ^ices Standard Knob„, C R 104 List Price, GO-10G Wing Lever. Chrome® CR 104 List ',Price, GO-10G Cylinder Lock, Remove Key from , Lell Only C•R 104 Center :,rely R 104 Rtghl Only CR104 All Positions CR 104 Maintained Usti GO-10G Operator Only Nik, 4, / None PSG34B $ if . PSM34 $2220 PSK34AOOL PSK34AO0C PSK34AOOR PSK34A0OW ��5840 Q- NC o o NO NC X O 0 NO 0 0 X INO.INC INO-INC PSG34B91 - i .: '� , r - PSM34A91 - i 4020'. , PSK34A91L PSK34A9;L`5r® PSK34A91C PSK34A91C51C PSK34A9113 PSK34A911351® PSK34A91W PSK34A91W51® O.LQ NC Q., o o NO o o L•NC X 0 O LNO 0 0 X R NC x O 0 2N0-2NC PSG34B92 - 5820, s ,�� a.: PSM34A92 58.20 `� €j a.� PSK34A92L PSK34A92C PSK34A92R PSK34A92W � s �.•,�'�. Operator Only None PSG32B 22 PSM32 �22,20�;i PSK32AOOL PSK32AOOC PSK32AOOR PSK32AOOW > wiz ; �r��. rx x" 7620 NC o10 NO NC OX 0 0 NO 1N0-1NC PSG32891 4020 PSM32A91 `4 4020 : PSK32A9IL PSK32A9IC PSK32A91R PSK32A91W 0o NO olo L•NC 0 X 0 L-NO X RNC 0 OX O 2N0-2NC PSG32892 x820& PSM32A923 20 PSK32A92L PSK32A92C PSK32A92R PSK32A92W Operator Only None PSG338 2220 p PSM33 t`22 Oa - PSK33AOOL PSK33A000 PSK33AOOR PSK33AOOW 58 Q Q1Q NC o o NO NC 0 X 0 NO G 0 X 1N0-INC PSG33891 .: 4020; PSM33A91 `` 4020t PSK33A91L PSK33A91C PSK33A91R PSK33A91W i6',Q =LQ NC o r n o o NO o o L-NC 0 X 0 L-NO 0 0 X1 R-NC 0 X 0 2N0-2NC PSG33892 58,20 i PSM33A92 i z¢"-fi#r_¢ a,5820 ' PSK33A92L PSK33A92C PSK33A92R PSK33A92W 84.20; Operator Only None PSG35B ,220' PSM35 22.20 PSK35AOOL PSK35AOOC PSK35AOOR PSK35A0OW � orn NC nrn o o NO o o L-NC X 0 0 L-NO 0 0 X R-NC 0 X 0 2N0-2NC PSG35B92 58 20 ' PSM35A92 58,20 3 fi phi: PSK35A92L PSK35A92C PSK35A92R PSK35A92W y 8 42r �4 •4%'{�i Operator Only None PSG36B 22.20 6; PSM36 k�`'�'22.20 PSK36A0OL PSK36.A000 PSK36A0OR PSK36AOOW .. >t 8 O Qiiig NC oI n o o NO o o L-NC X X 0 L-NO 0 0 X R-NO 0 X x R NO X 0 0 2N0-2NC PSG36892 58.20. PSM36A92 '.5a120' PSK36A921 PSK36A92C PSK36A92R PSK36A92W 00. 4-Position Non -illuminated, Knob- and Lever -operated, and Cylinder Lock Selector Switches Operator Only k } / None PSG4/B 22.20 PSM4722.20 PSK47AOOZ 582Q Q.LQ NO QLUJ 0 o NO o o _NC t n - rr0 0 O i t 0- fli :.NC. ?NC.© PSG47892 58.20 PSM47A9 58.20 PSK47A92Z ��sFr4 r, 9420.; Note: Catalog Number and p ice do not include nameplate. All nameplates must be ordered as a separate item from pages 7-26 and 7-27. Two keys included with each cylinder lock. 0 When mounted In enclosures rated for those same applications. For some NEMA Type 4X apptica; ons, protective caps will improve corrosion resistance. For additional care operation information, refer to page 7-28. To order knob in a color other than black, replace the "B" in listed Catalog Nurnbers with E (Yellow), G (Green), L (Blue), R (Red). To order black wing lever. replace "A" in Catalog Number with "B" before 91 or 92 contact digits Example the Catalog Number for a maintained, 1NO.1NC. operator with black wing lever is CR104PSM32B91. ® CI-1501 keyed cylinder lock. Other listed cylinder locks are alike and use identical keys Dissimilar ccks are also available: contact nearest GE Electrical Distribution & Control sales office. © Two double circuit contact blocks. mounted side by side. is standard arrangement No more than Iwo contact blocks, single and/or double, may be used with this operator References: Nameplate Selection pages 7-26, 7-27 Extra Keys for Cylinder Lock Descriptive bulletin GEA• 10877 Drilling Plan and Selector Switches page 7-24 Distributor mailer GE[ -70;-1 Dimensions page 7-28 • O 7-8 1992 Issue Pnces and data subject to change without notice GE Push Buttons • CR104P Heavy -Duty Indicating Lights G00 \'cuts Maximum AC/DC. 10 Amperes Continuous Suitable Itit Use ut N1':\I:\ I'v0c I. -1. 4S, 12 and 13 Applications@i Standard indicating light Standard and Push -to -test Indicating Light Units, Transformer Type Operating Color of Standard Una Catalog_ "L'. - Fst Push -to -test Una Catalog_ List Voltage Lens Number0) `- 6-10G- Number(?) CR104 GO-10G - .CR104 Transformer Type with 6-Volt Secondary, No. 755 Lamp 120 Volts (60/50 Hz) Red Green Amber Blue White Yellow Clear PLG32R PLG32G PLG32M PLG32L PLG32W PLG32E PLG32C $6420,t: .,6420 ': "64 20 : 6420 -: 64 20 6420;-,, sp .• 20 PLT32R PLT32G PLT32M PLT32L PLT32W PLT32E PLT32C $82.2j1'- ;82.20 °' '82!20 .82201 ,82.20 '6220 ,82.20 Less Lens® PLG32 ° " rr PLT32 ,7800.r .. Red PLG33R 71;6420 =- PLT33R 1 82,20 "r Green PLG33G .i_64.20i'. PLT33G 'n82.20 Amber PLG33M '64.20',"' PLT33M 82.20 ' 240 Volts Blue PLG33L ;64.20=' PLT33L .. 8220 (60/50 Hz) White PLG33W 64.20-,?• PLT33W 'p, 82.20 Yellow PLG33E 64.20 ,' PLT33E �'82.20`,, Clear PLG33C 64.20 , PLT33C ' „482.20 Less Lens® PLG33 60.00` PLT33 78.00'"% Red PLG34R 64.20 PLT34R 82.20 -:" Green PLG34G 64.20 PLT34G :.=82.20':': Amoer PL334M 64.20• PLT34M ;82.20,;., =180 vons Blue PLG34L +'.64.20 PLT341 : 82.20 (60 50 ri❑ Whte PLG34W 64.20 PLI34W 82.20 Yet :ow PI G34E 64.20 PL134E 82.20: i:ear r'.334C 64.20 PL134r 82.20.:;. t es:. 1 ensiJ ai.G34 60.00 ;'1T3-1 78.00 ".,. r1;:,: PLC, 3' P 64.20 'I r35R ` 82.20`. C•.-en °t';'P+-, 64.20 Pt t35G 82.20 /,,:,.),,r 3 r''.) 64.20 '1 I. "51 82.20 80, Volts R':,-r ':,1'.. 64.20 , t r 3'A 82.20 :6r;: -(1 lilt =c - '=;A'' 64.20 t't.13' .', 82.20 ... •+L 64.20 ; 13' E 82.20 C. r•_._r.. _, 64.20:.11-.. 82.20 . s i nst. ,. 60.00 .. ; 78.00 Notes: Catalog Nurnbe and price do not include nameplate All nan eplates must be ordered as a separate Vern from pages 7.26 and 7-27 Res stor forms of standard and push -to -lest Indicating lights are available Contact nearest GE Electrical Distribution 8 Control sales office for proper selectton and pricing References: Descriptive bulletin (77A (UE%/ )can tutor rna l -r GI:11) 70J' Units are supplied factory assembled when ordered with lenses. Push -to -test indicating light Standard and Push -to -test Indicating Light Units, Full Voltage Standard Un 1 Ft Push.lo-test Una Ust Voltage Color of Lens Catalog Number() PL r1Ce Catalog_ Number 'Operating ,; 'POCCf1 CR104 G,. , .O 10G, : CR1040) GO-10G t Full Voltage Type 6 Volt® (# 755 Lamp) Red Green Amber Blue White Yellow Clear TJ U TI 0 TJ "V TJ 6o o 00000 rnm0) 0)00, '$52 20 1'" .52.20-, '52.20 =, 5220 e' :, 52.20 .v. 5220�,'. 52-20 PLT16R PLT 16G PLT 16M PLT16L°70.20 PLT16W PLT16E PLT 16C $70.20 y; 70 20:4:. .;70.201 1 >: '70.20�i, :70.20 a<' ". 70.20 ''' Less Lens® PLG 16 '48.00 ' PLT 16 ' 66.00,11 Red ¢:���3uo a 52 20'':'- PLT 17R 'SHQ rQ-^•z -t-000000 .nnnt+Nn,h Green 52,20" 1 PLT 17G Amber . 52.20 .I PLT 17M 12Volts ® Blue ;;5220'f PLT 17L (# 756 Lamp) White "52 20' `" PLII7W Yellow :52.20'.;: PLT 17E Clear 5220-g• PLTI7C Less Lens® LC,11 48 00„ �, PLT 17 66:00 , Red Pt._;18r+ 52,20. ' PLr18R gggRRR -.0000000. nnnnnnn Green --'318G 52.20`•` PLT 18G Amber _ ,;18M 52.20 PLT 18M 24 Voris® Blue -,G181 52.20 PLT ISL ( # 1819 Lamp) While 4; 18W 52.20 :.,` FIT 18W Yellow 1,18F 52.20 PLT,8E Clear -_a18C 52.20 PLT18C Less Lens® , .,18 48.00 '. !-'LI18 :P66.00; Red 4,77R 52.20 '> PLT22R RRRRRRR 0000000 nnnnnnn Green 52.20 PLT22G Amcer - C.1M 52.20 Pt 122M 120 . )!'SO Blue 52.20 °L 122L t # 14;;F'SB White '..V 52.20 PI-T221'l I.a-,o; Yellow ;',?E 52.20 PLT227 Clea: _,:':'%. 52.20 'LT22C Less:.cns('.' -., 48.00 ''tT2_ 66.00 Wnen mounted In enocs.rre;; rated for those same applications 70r some NEMA Type 4X applications, protective caps will Improve corrosion resistance. ® ' CR104PXG . ... Cata',4,_,t Number on light unit label identif,es only the 'power source c ,..;onent of each complete unit listed above MSelect required lens Ir .m page 7.23 and order as a separate item. 6-. 12-. and 24-Volt a :s "ave same lamp socket, lamps are, therefore interchange:a; !-: 'nr vr4'=!g0 change Nameplate Selection pages 7-26, 7-27 Lamp Ordering Drilling Plan and Information Dimensions page 7-28 page 7-24 7-16 1992 Issue Paces anti data subject to change v. !hour norrce GE Push Buttons • CR104P Heavy -Duty, Non -illuminated Push Buttons Push Button Units (Momentary Contacts) 600 Volts Maximum AC/DC 10 Amperes Continuous Suitable for Use in NEMA Type 1, 3. 3R. •l, 4\, 12. and 13 Applications® Units are supplied factory assembled when ordered with contact blocks, except 23/8-inch diameter mushroom head which is not attached. Operator GnIY c ect contact blocks from pg i;%!1' O e'al0r Assembled . INii,+NC QJ'Q Cc' aces o o Operator Assembled wdn 2NO 2Nr, "Q. Q..L Contacts 0 0 0 0 Operator Assembled with �_ INO o 0 Contact Operator Assembled wm INC n r n Contact Button Color Catalog Number CR,Oa List Price, GO-10G - ataI0g !.umber :_R10a List Price, GO-10G C'alateg Number CRt04 List Price,, GO-10G- • Calalog Number CRt04 List Price, ,fGO-10G:'. Catalog . Number CRIOa List Price, • GO-.10G Standard (Flush) Black Red Green PBG00B1 PBG00R1 PBGOOGI $16.20 16.20 _ 16.20, PBG91B1 PBG91R1 PBG91G1 $34.20 34.20 • 34.20 PRG92B1 P8G92R1 PBG92G1 552.20 -` 52.20 . 52.20 • PBG10B1 PBG1OR1 PBG10GI 825.20 . •; 25.20 i "25.20 :i PBG0181 PBGOIR1 PBGOIGI ,$25.20 :'25.20 25.20 ''' Clear© PBGOOC 1 •+ PBG91C 1 ` 34.20 PBG92C I 52.20 PBG 1OC 1 : 25.20 PBG01C 1 (Combination) 3oQ PBGOOU 1 ' ( PBG9 1 U 1 '34 20 • ; PBG92U 1 52.20 i : PBG 1OU 1 25.20 A., PBG01 U 1 25 20,•;R� (Combinaion)Q PBGOOV1 46.20 PBG9lV1 3420 PBG92Vt 52.20 -' PBG1OV1 25.20 PBG©tV1 25r20, '. None® PBG00A10 15.90;'. PBG91A10 °3390�', PBG92A10 51.90,,,` PBG10A110 :,r.,2490 PBG01A1© 32490 ,•; Extended Button Black Red PBG00B2 PBGOOR2 ' 1620 s1620 ' PBG91B2 PBG91R2 , ;3420,,x r34 PBG92B2 PBG92R2 52.20. 52`20 4r PBG1082 PBGi0R2 ` '2520 Y 2520 . PBG01B2 PBGO1R2 k125;20 ' 25 0 Cleae© PBGOOC2 '.1 0, Lt' PBG97C2 3 3420 PBG92C2 52,20 PBG10C2 PBG01C2 '2520 (Combination)© PBG0002 v 1b20 < PBG91U2 3420 x PBG92U2 5220 PBG10U2 12520 r PBGO1U2 2520 (Combination)® PBGOOV2 rl6,20 i1i PBG91V2 ,* ?3420 s PBG92V2 ,52.20, PBG10V2 q 2520 PBGO1V2 25.20 None© PBG00A20O r ,1590 , PBG91A20 13390 °'' PBG92A20 51.90 ; PBG10A2© 2490 PBG0IA2© 2490 Recessed Button Black Red Green Clear® PBG00B3 PBG00R3 PBG00G3 PBG00C3 1fi20 ' a7' 1620 ' 16.20 1630 16.20 ,,r 16"20„- PBG9I63 PBG91R3 PBG91G3 PBG91C3 ,3420 3420 . :3420 ' 3420 ,' 3420 ` C3420 , PBG92B3 PBG92R3 PBG92G3 PBG92C3 ' 52.20 52.20 '. 52.20 52.20 52.20 'i .52.20» , PBG10B3 PBG10R3 PBG1OG3 PBG10C3 p^2520 a '25.20 C2520 v2520 PBG0183 PBGO1R3 PBGOIG3 PBG01C3 25.20 25.20 25.20 '. 2520 25,20 25.20r ' (Combination) (Combination) 9 PBG0003 PBGOOV3 PBG91U3 PBG9IV3 PBG92U3 PBG92V3 PBG10U3 PBG10V3 sat, 2520 sti 2520�a' PBGO1U3 PBG01V3 None© PBGOOA30 15'9t) PBG91A30 ;3390•', PBG92A3© .,51.90•t PBG10A3© 2490 cPBGO1A3© mh2490a°j Mushroom Head (13/8-inch diameter) Black Red Green Yellow PBM0085 PBMOOR5 PBMOOG5 PBM00E5 34.20 34.20 34.20 < 34:20`;.,, PBM91B5 PBM91R5 PBM91G5 PBM91E5 5220 , :5220 t 52.20 `. ;: 52.20 PBM92B5 PBM92R5 PBM92G5 PBM92E5 70.20 '. 70.20 r 70.20 r` 70.20 , PBM1085 PBM10R5 PBM10G5 PBM10E5 4320 ''+ 1''4320 r'4320,;; •••i4320,(,- PBM07B5 PBMO1R5 PBM01G5 PBM01E5 r 4320 43.20 y :43.20 43.20"`r.'r None© PBrn00A6 28.20 ' PPsa91n6 46.20 ": PBM92A6 64.20 PBM10A6 3720 ( PBM01A6 37.20,. (23/8-inch diameter) Black P81\100B6 34.20 P8t091B6 52.20 . PBM92B6 70.20 PBM1086 43.20'•»' PBMO1B6 43.20'.,`;. Red PBMOOR6 34,20 s' PBk191R6 52.20 PBM92R6 70.20 - PBM1OR6 43.20',; PBMO1R6 43.20 Careen PBM00G6 3420.:: PBM9136 52.20 PBM92G5 70.20 PBM10C6 43.20 ° PBMOIG6 ,'.43.20' 'Wow P8000E6 34.20 ` PBM91E6 52.20 PBM92E5 70.20 PBM10E6 43.20 r P8M0tE6 .'43.20' .dint,!; P13000A6 - 28.20 - PBtoi)IA6 ' 46.20 PBM92A6 64.20 PBMt0A6 '' 37.20 ' PBMOIA6 37.20 Mushroom Head (push to latch, turn to release) :e•:1 !'rny, c, 7 P2t)ACR 52.20 r'I:.'(i:.0R91 70.20 PI i20A0P92 88.20 PTR2CAOR1 61.20 •. PrA70A0R01 61.20 Note: Calalog Number and price do not ,nclude nameplate All nameplates must be ordered as a separate item from pages 7-26. 7-27 ® When mounted in enclosures rated for those same applications For some NEMA Type 4X applications, protective caps will provide improved Corrosion resistance QQ To order package of legend inserts, refer to page 7-22 Includes package of one each of black. red, green and yello•:: color caps. Includes package of one each of orange, blue, brown and wn,te color caps ® Select required color cap or mushroom -head button from page 7.22. 13/e in. and 2'/3 in. dia operators are interchangeable. ® To order assembled units with buttons of unlisted colors. substitute the following letters in place of " A•' in Catalog Number E ;Yellow). L (Slue). n.4 (Orange), N (Brown) and `•:': (White' Price is saiTle as those units with buttons of listed colors PHCOS and data suhlecr 10 change 0.11ihout nonce 1992 Issue 7-3 Alternating Relays 0 10A 600 Volts AC MAX ALTERNATOR RELAYS • No Load Transfer • Industrial Design • Front Wired • NEMA Rating A600 • SPDT 10 Amp Contacts • UL Listed File #E22655 • CSA Certified File #LR6535 Open Type NEMA 1 General Purpose APPLICATION The alternator relay provides a means of automatically alternating the operation of two separately mounted motor driven pumps or com- pressors. Each time a pressure increase is required by the system the alternating action assures even readi- ness and wear on both pumps. FEATURES The Class 47 alternator is of industrial design specifically for use in pump and compres- sor applications. It is easily field installed and wired in control panels, pump panels. or as a separately enclosed unit for surface mounting. The alternator has single pole double throw heavy duty 10 ampere silver cadmium oxide contacts enclosed in a transparent dust cover. The snap action contacts transfer when the unit is de -energized. The circuit is never closed or opened while current is being conducted. This provides increased control life. The alternator is wired to operate the second motor starter the next time a pump operation is required. ORDERING INFORMATION • Dimensions page C29. • Wiring Diagrams page C29. • Replacement Parts page C29. • Other information see Application Data Section. REFERENCE LITERATURE Instruction Sheet 47-HAA. ELECTRICAL RATINGS NEMA AC Ratings 50/60 Hz NEMA A600 10 Cont. Amps Volts Make Break 120 60 6 240 30 3 480 15 1.5 600 12 1 2 VA 7200 720 COIL DATA Watts Volts 60Hz Inrush (Open Magnet) Amps VA Normal (Sealed Magnet) Amps VA 4 24 1204k, 240 480 600 0 .629 8 .126 4 96 .063 15.1 200 .031 160 025 NEMA 4 Watertight Painted Steel C28 Furnas • • THREE PHASE ELECTRIC MOTOR PROTECTOR 1 rri,. it 4rc.'ru✓W-•..�. OPERATION • IND. CONT. EQ. LISTED MODEL 400 Engineered THREE PHASE MOTOR p .:;:OTECTIO MICROPROCESSOR BASED OPERATION DESIGNED TO SWITCH 480 VOLT MOTOR CONTROL CIRCUITS PROTECT 3-PHASE MOTORS FROM • LOSS OF ANY PHASE (Single Phasing) • LOW VOLTAGE (Brown Out —Any or All Phases) • REVERSED PHASE SEQUENCE • VOLTAGE UNBALANCE • PHASE SHIFT The Model 400 MotorSaver is a microprocessor controlled device that provides protection against three-phase electrical motor loss due to low voltage, phase loss, voltage unbalance and phase reversal. The microprocessor constantly monitors the three phase line voltages and detects these harmful operating conditions. Whenever any of these conditions occur, on output relay is deac- tivated and remains deactivated until power line conditions return to an acceptable level. Trip and reset delays have been provided to prevent nuisance tripping due to rapid power fluctuations. THE MODEL 400 DETECTS A SINGLE PHASING CONDITION REGARDLESS OF ANY REGENERATED VOLTAGE. Being a voltage sensitive device, the Model 400 operates independently of the horsepower and the current required by the motor. Thus, a Model 400 with a given voltage rating may be applied to a large range of different size motors. The Model 400 is easily installed to work in conjunction with existing motor starter circuitry. The Model 400 provides additional motor protection and is not intended to replace any existing pro- tective equipment. The low cost, reliable design, compact size, and ease of installation provide reliable, economical motor protection not normally found in existing switch gear and motor con- trol circuitry. INSTALLATION: (See National, State and Local Codes) 1) Mount the MotorSaver in any desired location. If the unit is to operate in dusty or wet en- vironments, NEMA type 4 or 12 enclosures should be provided. Install according to all Local, State and National Electrical Codes. 2) Connect the three lines of the 3 @voltage source to be monitored to L1, L2 and L3 respectively. Refer to the appropriate electrical codes when making all connections. 3) Connect the output relay contacts to the circuitry to be controlled. Refer to the typical wiring diagrams for motor applications. 4) When the MotorSaver has been mounted and all connections made, apply 3 0 power. The out- put relay should close and the "RUN LIGHT" should come on. If the output relay does not close after approximately a 3-second delay, perform the following tests: a) Check the voltages between L1-L2, L1-L3 and L2-L3. These voltages should be balanced to within ±4.5% and within 93% of the rated 3 0 line -to -line voltage on the Model 400. b) If these voltages are extremely low, or widely unbalanced, check the power system to deter- mine the cause of the problem. c) If the voltages are good, turn off the power and interchange any two of the three leads, L1, L2 or L3. This may be necessary as MotorSaver is sensitive to phase reversal. Turn on the power. The output relay should now close after the appropriate delay. d) If the output relay still does not close, contact the factory for assistance. Am=!! Ideal For Pump Panel & High Voltage Control !! E5sm 12 • • SPECIFICATIONS MODEL 400 30 LINE VOLTAGE (Aor Y) (Specify a voltage when ordering) see SPECIAL OPTIONS for Adjustable Units Operating Points Low Voltage Trip Reset Deadband between trip & reset Voltage Unbalance Trip Reset Deadband between trip & reset Trip Delay Time (Nominal) Low Voltage Phasing or Unbalance Faults Reset From a fault condition From a complete power loss Repeat Accuracy Fixed conditions 0-700C Frequency Power Consumption Transient Protection Output contact rating (SPDT) Weight Special Options Adjustable trip delay NOTE —Single phasing, phase reversal and voltage unbalance trip time remains 2 sec. Adjustable time delay on restart Variable line voltage adjust (Specify voltage range when ordering DPDT output relay 208, 220, 230, 240, 440, 460, 480, 575, 600 VAC 90% 93% 3% 6% ± 1a/o 4.5% ± 1% 1.5% 4 sec. 2 sec. 2 sec. 3 sec. .1% 1% 50-60 Hz 5 watts (MAX) 2500V for 10m sec. 470 VA at 600 VAC Pilot duty 2 lbs. 2-30 sec. 2-300 sec. 208-240 440-480 550-600 470 VA at 600 VAC Pilot duty TYPICAL WIRING DIAGRAM CONTROL POWER OL O 1 AUTO PILOT 250 ALL HOLES (6.351 II elev. WI. 0 0.1011 11] M 13 • • I H E FO DIGffL AN Panel Mount RTB SERIES MINIATURE TIMERS R( CE ", I »IATU"E flMERS gAL A USTMENT TY'ES Plug -In � ` UL Recognized 7� File No. E67770 P CSA Certified S File No. LR35144 LR58183 ENERAL IDEC RTB Mini -Timers are electronic time delay re- lays suitable for use in business machines, medical equipment, vending machines and numerous other in- dustrial applications where highly accurate time delay functions are needed. The RTB Mini -Timers come in two adjustable styles. digital switch and dial type. All RTB timers are equipped with a time -up and power -on indicator and carry time settings that range from 6 seconds to 100 minutes TYPES FEATURES • Higher repeatability by RC -oscillation counting over con- ventional RC -threshold type timers. • Two internal relays are used for delay & instantaneous output functions. • Bifurcated crossbar output contacts available for low current 1 amp switching. • Models have built-in protection against electrical surge and noise. (Example' 240VAC model can withstand the shock voltage test of 5KV and.the power noise of 2KV.) • Timer socket can be mounted on DIN rail or flat surface. • Panel mounting adaptor is available. • UL Recognized and CSA certified Mode of Operation Delay On Make IntervalON ON•OFF (Flicker) Delay Contact SPDT SPDT DPDT SP DT Twin Contact SPD r Twin Contact DPDT Twin Contact SPDT SPDT Instantaneous Contact SPDT SPDT Twin Contact Dial Set Type Digital Set Type Blade Type Pin Type { RTB-CB2NU RTB-CP2NU. RTB CBI NU RTB-CP1NU • RTB•CB3NU RTB-CP3NU RTB•CB22N RTB-CB 12N RTB•CB32N RTB-CP22N RTB-CP12N RTB-CP32N RTB•CB I VU i RTB-CP1 VU RTB-CB1FU RTB-CP1FU ¶,- "",+s` Slade Type Pin Type RTB-CB2NDU RTB-CP2NDU RTBCB1NDU RTB_CP1NDU RTB-CB3NDU RTB-CP3NDU RTB-CB22ND RTB-CB12ND RTB-CB32ND RTB-CP22ND RTB-CP12ND RTB-CP32ND RTB-CB1 VDU RTB•CB1FDU RTB-CP1 V DU RTB-CP1 FDU NOTES 1 win contact means hiturcateci crossbar contacts, interval i)N and ON•OF F tvtles are also available with twin contacts • RTB SERIES MINIATURE Ti ERS SPECIFICATIONS Rated Operational Voltage AC 120V (50/60Hz); DC24V (Other operational voltages available) Standard Operating Conditions: Operate Temperature Range Relative Humidity Voltage Tolerance -22°F to +158°F (-30°C to +70°C) 85% or less AC Type: 85-110% of rated - DC Type: 90-110% of rated Repeated Accuracy :0.2% or less Voltage Error ._0.5% or less _ Reset Time 0.1 sec or less (1 sec when reset during timing) Insulation Resistance 100 MO or more Dielectric Strength 2,000V AC, 1 min. (excepting between contacts of same pole) Vibration Resistance 60m/sec2 (Approximately 6g) Shock Resistance 500m/sec' (Approximately 50g) Life Expectancy (Output Relay) Mechanical: 50,000,000 operations or more Electrical: 200,000 operations or more Power Consumption ( )with Instantaneous Contact AC 120V-3VA(4VA);AC 240V-6.9VA (8VA) DC 24V - 1 W • (1.7W ) Mode of Operation Delay on make, Interval -ON, ON -OFF (Flicker) TIME RANGES DELAY ON MAKE Dial Set Type Digital Set Type Time Range Code Time Range Code 0.2 sec- 6 sec 6s *0.2 sec- 10 sec 10s 0.2 sec -9.99 sec 9.99s ..),_*0.2 sec- 30 sec 30s 0.2 sec- 60 sec 60s 0.3 sec-100 sec 100s 0.3 sec -99.9 sec 99.9s *0.3 sec-180 sec 180s 1 sec -999 sec 999 s 0.5 sec- 6 min 6m * 1 sec- 10 min 10m 0.01 min-9.99 min 9.99m * 3 sec- 30 min 30m 5 sec- 60 min 60m 7 sec-100 min. 100m 0.1 min-99.9 min 99.9m * Available from stock (120V AC model) INTERVAL -ON Dial Set Type Digital Set Type Time Range Code Time Range Code 0.3 sec- 6 sec 6s 0.3 sec- 10 sec 10s 0.1 sec -9.99 sec 9.99s 0.3 sec- 30 sec 30s 0.4 sec- 60 sec 60s 0.6 sec-100 sec 100s 0.3 sec -99.9 sec 99.9s 0.3 sec-180 sec 180s 1 sec -999 sec 999 s 0.5 sec- 6 min 6m 1 sec- 10 min 10m 0.01 min-9.99 min 9.99m 3 sec- 30 min 30m 5 sec- 60 min 60m 7 sec-100 min 100m 0.1 min-99.9 min 99.9m ON -OFF (Flicker) Dial Set Type Digital Set Type Time Range Code Time Range Code 0.2 sec- 6 sec 0.2 sec- 10 sec 0.2 sec- 30 sec 0.2 sec- 60 sec 0.3 sec-100 sec 6s 10s 30s 60s 100s 0.2 sec -9.99 sec 0.3 sec -99.9 sec 9.99s 99.9s CONTACT RATINGS Voltage Resistive Load General Use Motor Load 240V AC 7.5A 5.0A 1/3 HP 02* 120V AC 10A 7.5A 1/6 HP I 28V DC 10A - - TWIN CROSSBAR CONTACT Rating Resistive Rated load Allowable contact power Load Inductive Load 120V AC, 1A 120V AC. 0.75A 24V DC, 1A 24V DC, 0.5A 120VA AC 90VA AC 24W DC 12W DC Allowable contact voltage 250V AC, 125V DC Allowable contact current 1A NOTES: 1. Twin contacts means crossbar bifurcated contact. 2. Resistive load -cos = 1, Inductive load --cos 0 0.4, L/R = 7 msec RTB SERIES MINIATURE TIMERS INTERNAL CONNECTIONS Delayed Instantaneous SPDT SPDT Blade Type Pin Type 0 5 a 8 13 1a - ---POWER -- ` 11)43 +', I 0 0 -- -- POWER ----- Delayed SPDT ,_ 4 0 0 5MB 8 9 12 13 14i(—)0 (-)�---POWER ---J I+i (+`i 110 1 I 0 0 i I---- POWER---- i -a 'e 17 0 t a 0 © 5r0 8 9 12 13 ) POWER+1;4-1 •� ••O r • • • • I(-)©O O O(+) -- - POWER ---- The above diagrams are as viewed from the terminal side. With the Delayed SPDT Type, no connection is allowed on terminals 1, 5 and 9. INSTRUCTIONS 1. Use of DC types: Power voltage ripple should be 10%or less, and the average voltage is kept within the tolerance of the rated operational voltage (90 to 110% of the rated). 2. Timer setting: The timer range is calibrated at maximum time setting. Use the timer as close to maximum time as possible. For more accurate time delay, measure the operating time with a stopwatch then make fine adjustment. 3. Reset time: Allow 0.1 sec for reset time after time up, and 1 sec or more when the timer is reset during timing. 4. Load current: The rated current should not be exceeded (Refer to the electrical life curve). 5. Environmental conditions: • Ambient temperature: Operation temperature is between -30°C and +70°C, and storage temperature between -40°C and +80°C. After storing at -10°C or lower tem- peratures, leave the timer at room temperature for a sufficient period of time before appling voltage. • Environment: Refrain from using where corrosive gases exist, e.g. sulfurous and ammonia gas. • External surge: Surge resistance had been ensured for AC types against a standard surge voltage of 5KV 1 x 40 microsec. For use where higher surges may be present, application of a surge absorber is recommended. • Other: Organic solvents (methyl alcohol, thinner, benzine, etc.), strong alkaline substance (ammonia, caustic soda, etc.) and strong acids should not be used on the timer's cover, base and control knob, and application in such an environment should be averted. OPERATIONAL CHART Delay on Make Pin Terminal Blade Terminal Operation Terminal No. 2-7 (POWER) Terminal No. 13-14 (POWER) Set Time ' 5-8 (NC) 4-12 (NC) 6-8 (NO) 8-12 (NO) 4-1 (NC) 1-9 (NC) 3-1 (NO) 5-9 (NO) POWER indicator (green) OUT indicator (red) Interval -ON Pin Terminal Blade Terminal Operation Terminal No. 2-7 (POWER) Terminal No. 13-14 (POWER) Set Time 5-8 INC) 4.12 (NC) 6-8 (NO) 8-12 (NO) POWER indicator (green) OUT indicator (yellow) ON -OFF (Duty Ratio 1:1) Pin Terminal Blade Terminal Operation Terminal No. 2-7 (POWER) Terminal No. 13-14 (POWER) Set Time 5-8 INC) 4-12 (NC) 6-8 (NO) 8-12 (NO) — -r — — POWER indicator (green) OUT indicator (red) — — — -- ORDERING INFORMATION When ordering, specify information in the following order 1) Type No., 2) Time Range code, 3) Rated Voltage and 4) Frequency. Accessories are ordered seperately. Example RTB-CB2NU Type No. Time Range Code Rated Voltage Frequency -I 100M I- AC120V -60Hz 65 f TM SERIES MOTOR TIMERS • f M-S ACCESSORIES &MOUNTING • MOUNTING BRACKET RTM-SP1 91� SP Snap -Mount Timer Socket SR2P-04F Mounting Bracket Direct Mount Direct mount on panel by using mounting bracket RTM- SP1. Panel Timer Socket Timer socket for surface mounting is equipped with retaining hooks. Secure socket on to panel with two M4 screws. Panel Mount Socket Mounting Bracket M3 screw rimt oz70 RTM-S Mounting with Mounting Bracket Connect the mounting bracket to the timer. Plug timer into the panel mount socket (SR2P-51). Secure the mounting bracket to the panel with two M3 screws. f .c 1 19 d;1 Rail Mounting Snap -Mount timer socket snaps on to IDEC's BND-1000 DIN mounting rail as well as on panel surfaces RTM-Y ACCESSORIES & MOUNTING Mounting Only one panel cut-out is needed for mounting more than one unit. Rear tightening requires no mounting screw hole. --With Mounting Frame (RTM-GO1) RTM-U & RTM-K MOUNTING Mounting Close mounting is possible at mini- mum mounting areas. Rear tighten- ing eliminates the need for mounting screw holes, improving panel front )pearance. RTM-U MOUNTING RTM-K MOUNTING 75 i f Catalog q Number, . Standard Package © Ampacity B (Per Pole) Price Each Description Catalog •Number '. Number of Blocks Price p Single Terminal Blocks 600 Volt Assembled6' Long (Two 3'iLeingthsks 9 ) ' 1492-CA1© � ; •, 55A $1.80 7.z i #22-#8 Wire (0 5-10mm2) ;.,-' Tubular Screw Type /, with Pressure Plate • • 1492 CA1175 P.."..). 1. 176 $368 4.. 1492 A2•4gi1,, d : 50 55A 1.72 fry #18-#8 Wire (1-10mm2) Tubular Screw Type ` without Pressure Plate ,:.•r'• ,.da- :•e 1 14927.CA2175 T-;3'-' 176 344 _.'Fry T-.,^T.f' '`. • ' .,.., � " 149 c 1 ©a: • =$. *'' 50 100A 3.36 - a� # 14-#4 Wire (2 5-25mm2) ®T Tubular Screw Type '. `lt`-- without Pressure Plate { `-0Y ,,.'ti,''' 1492-CD2 30 - '",�i 1. 130 488 xt, ' ' 149 2 ° z' 2'�' 10 195A 5.40 _ .r ea # 12-# 1 0 Wire (4-50mm2)c. ®®i Tubular Screw Type l klvcf, t without Pressure Plate t �' .1'x. r .. — — a 4 f - 1 .921 D . 50 35A 1.40 C #22-#10 Wire (0 5-6mm2) #8 Screw t .! Screw Terminals a j 149 - Q3 •30 • ' : f 130 248 g2 50 20A 1.40 7a #22-#14 Wire (05-2,5mm2) . Vi #6 Screw l Screw Terminal .• ' , j 92 3 r. S` ' y ,F 75 . :, 176 336 i 49 D 5 50 35A 1.64 � � #22-# 10 Wire (0.5-6mm2) l ►d Screw Terminal .( J• with Wire Clamp 2•' x•''14.4,i, 1 4i2t,D8 ,.,- 30' 130 280 .a :r i.{ ti'st 9 ?. r..1 i 10 20A 6.00 #22-# 10 Wire (0 5-6mrr(2) xm Fuse Block` Screw Terminal with Wire �'/, Clamp; \• (Fuse Size 13/32" Dia x 11/2L)• u .a ;. = i 6 'r..: °�" 96 648 r { '� 3�f � ` 1010A 6.20 a #22-# 10 Wire (0 5-6mm2) Isolating Switch el, �;: ,� Screw Terminal t; - with Wire Clamp r'f� 4 n' ti' '`. �t. L• # ` 96 664 Single Terminal Blocks 300 Volt Assembled Terminal Blocks 6' Long (Two 3' Lengths) 14 2 as Ts r 50 25A 1.52 � � � #22-# t4 Wire (0 5-2 5mm2) le Tubular Screw Type t��• with Pressure Plate .t� x,, �i4, � 1492-F 2C19 ' • 210 379 ., 'isR'.° jorp 1492'F2�4 :: ;.F,. 50`. 25A 1.44 y� #22-# 14 Wire (0 5-2 5mm2) ( ®I Tubular Screw Type J. 01. I wdhou; Pressure Plate -: fi •!"i,L -: 1492 F22Q9 210 362 1492 F3 �"'K 50 254 1.40 #22 1 a Wire (0 5-2 5mm2) = 6 Screw < Screw Terminal 1492 F3175 176 309 IIIIIIR492-F8 .' is , _ 50 25a 1.48 s22-# 1: Wire (0 5-2 5mm2) � � Su.rew rermnal w won Wue Clamp ` -: 1492-F8175 • 176 327 11 Various colors are available Ier easy circuit idenahcat on Consult factory for price and delivery © Orders must specify standard package quantity or m rlhples of Thal quantity B Based on heat rise tests conducted al l 25°C amiienl using the maximum wire size iisled for the lerminal yI•c.:k be,ng tested O Each 3' strip comes equipped wah one barrier plate and Iwo relainng clips © These Bulletin 1492 terminal ()locks and accessories meet the Allen-Bradley inlerprelahon of the automotive •ndusir, standard ET: { Bulletin 1492 TERMINAL BLOCKS WCESSOR{ES FOR STANDARD TERMINAL BLOCKS Catalog Number Standard Package 0 Price Each Description 1.1492-N 16 © 50 $0.48 End Barrier 600 Volt terminal •- For Style CA 8 CD blocks [ ' C4 1492-N17 50 0.64 End Barrier blocks — For Style CE 600 Volt i' 1: 1l, d� 1492-N18 50 0.40 End Barrier blocks — For Style F 300 Volt '`` CL 1492-N2 50 0.20 Retaining Cl.ps — Plated used to keep blocks from sideways on channel Eacn block assembly requires fir steel clips sliding terminal Iwo clips 1492-N47 50 1.50 End Anch,r,r -• For all Style C 8 H 600 Volt blocks and Style GH craft! breakers Easily snaps on to mounting channels and bgnlens vain one screw ,1 t 1492-N23 © 10 3.00 Style C F & r' 300 S 600 Volt Li.C4s and Style G- c.r_,r., breakers Clamps to channel bs bt:nlernng Iwo scre,+s rh 4. Catalog Number Standard Package El Price Each Description k.• 1492-N1 20 $ 6.00 l:,ountmg C ;ir.,'te' - One 3' length of plaled steel channel scored every ' ih,', so you can easily break off at desired length r . 1492-N22 © 20 6.00 :._un:,r:i Cha1171 .2r -. One 3' foot length of plaled steel channel more rigid than Catalog Number 1492-N1 and must be sawed oil rather than broken olf al desired length 1492-N44 2 CI 12.00 •a.-r:se mo.,,,rtrnc ;:Trannel — 2" high x 3' long mounting channels with pre - drilled holes make wiring terminal blocks easier in deep enclosures. Will accept Style C. F. H & GH terminal blocks and 1492-N2 retaining clips or 1492-N23 8 -N47 end anchors .• 1492 N25 2 7.00 Plated steel slardolts supp0'1 , ,. 4 a terminal I.'OCF. �,/ 3ssembl'; abort' /" 2' oil the panei • surface 31 a 3C ai'o'c El 1492-N 12 © 5 0 80 For uce with Cala'oq Number 1492-CE6 blocks N ,.r• ' ID Orders must spec'ly standard pal kayo quantify or mu!r Dies )t that auanldy El These Bulletin 1-192 terminal blocks and accessories meet 'he Allen Bradley rnlerprrJaIao OI IIre 3t;;; El Designed for use with nt),d niuntm. channel Catalog .r'he: 1492-N22, 3^0 m,,s bo Spa0Cd r° . ... Two 3' lengths per carton 1LL I rEMS PRINTED IN BLUE NORMALLY IN MINARIK STOCK. ELAPSED TIME MEASURING DEVICE PRICES SHOWN AT BACK OF THIS SECTIOr LOW COST 200 SERIES AC HOUR METERS DESCRIPTION MODEL NUMBER PART NUMBER MINIMUM READING MAXIMUM READING NO RESET — 120 VAC. 60 HERTZ 200 1ON L74- 200 1 1 N L7 200 13N L7 10117-000 02-01 1 1 17-000 02-013117-000 1/10 hour 1/100 hour 1/10 minute 99,999.9 hours 9,999.99 hours 99,999.9 minutes FRONT RESET — 120 VAC, 60 HERTZ 200 1OF L7 200 1 I F L7 200 13F-L7 02-010217-000 02-011217-000 02-013217-000 1/10 hour 1/100 hour 1/10 minute 99,999.9 hours 9,999.99 hours 99,999.9 minutes NON -RESET — 230 VAC, 60 HERTZ 200 20N L7 02-020117-000 1/10 hour 99,999.9 hours NON -RESET — 120 VAC, 50 HERTZ 200-60N-L7 02-060117-000 1/10 hour 99,999.9 hours NON -RESET — 230 VAC, 50 HERTZ 200 70N•L7 02-070117-000 1/10 hour 99,999.9 hours NON -RESET — 24 VAC, 60 HERTZ 200-90N-L7 02-090117-000 1/10 hour 99,999.9 hours Non -reset models register up to all 9's, then automatically reset to zero. Reset models may be reset to zero at any reading. Universal bolt -circle is completely interchangeable with most existing bolt -circles and panel Installation openings. Self -extinguishing plastic case. Syn- chronous 3 watt motor drive. Weight 10 ounces. -2.275 MAX 8.0 INCH MIN LENGTH ANSPARENT -�1 k-0.200 "G7 SERIES" TERMINAL BLOCK 0.6875 DIMENSIONAL DATA "L7 SERIES" WIRE LEADS SUGGESTED PANEL DRILLING PLAN MOUNTING HOLES USEABLE AS EITHER (3) .125 DIA ON A 2440•DIA B.C. or (3).150 DIA ON A 2.530°B.C. 120°APART COLORLESS FROSTED SURFACE 2.844 FRONT RESET SIDE RESET F'r vy Minarik E!cctr!c Company Masters of Control ALL PRICES and SPECIFICATION DATA ' ! P IPfT Tn k,/11-1-1n! VT NInT!rrG • otrolsa Sold state -- intrinsically safe. Series 17/27/37. Series 17, 27 and .37 relays provide an intrinsically sate in terface for applications where the control equipment (floats. pushbuttons, limit switches, etc ) and/or associated wiring are exposed to class I and II, division 1, groups A through G, hazardous atmospheres Factory Mutual, U L and CSA approved units available In ad- dition, they can be used with conductance probe -type fittings to turn on alarms, start a pump, etc , for liquids of less than 470,000 ohm -centimeters specific resistance. IfireiSiIIKERCMC:1011625142•att.1,1,0,car.ir .... Series 17/27/37 dimensions. DIA 3^ r 3t4^ Table 18-1 L Series 17 Series 27 Series 37 4-- 2 43.4" ies,gn Contact Design Contact Rating at 110 VAC Mode of Operation Sensitivity Prim. Volt. VAC Secondary Voltage VAC Listing Connections Wiring Diagram Ordering Information (Page) olie ,:.. :•, �ey y;rflcn ' 1 N.O. & 1 N.0 Isolated Contacts .. -'••, ,.. ' Direct Inverse factory set 0 .170!. C,ir•.1 ieo an; 24 115 230 12V 3 milhamo ;'rent At — FM listed ---- — •• ..... Intrinsically safe Form 170 27 1 N.O & 1 N C (1 form C) - , , Direct Inverse factory set J '00a 2'.230 - 115 '` r t 1`d 2 3 m a„ ,., ,., UL listed . ,. .. .. ., Intrinsically safe Form 270 IR — -- . 1.; . - . Is. 1 NO. & 1 N.C. (1 form C) ' Direct/ inverse factory 0 , , 0.1r.t .,.. .set e. 115 2 3 mir.•Imo ,,, ,eni CSA ' listed Intrinsically safe Form 370 1?� • IL) WARRICK CONTROLS FORM 270-B lnstallation INSTALLATION OF WARRICK SERIES 27 - INTRINSICALLY SAFE SENSING CIRCUIT This bulletin should be used by experienced personnel as a guide to the installation of the Series 27. Selection or installation of equipment should always be accomplished by competent technical assistance. We encourage you to contact Warrick or its local representative if further infor- mation is required. IMPORTANT: BEFORE PROCEEDING TO INSTALL AND WIRE THE CONTROL, READ AND THOROUGHLY UNDERSTAND THESE INSTRUCTIONS. When installed according to these instructions, this de- vice provides an intrinsically safe output for interface into Class I and II, Division I, Groups A, B, C, D, E, F, and G Hazardous locations. Electrical equipment connected to associated apparatus should not exceed maximum volt- age marked on product. LOCATION: The control must be situated in a non- hazardous area where an explosive atmosphere will not exist at any time unless It is mounted in a suitable U.L. approved explosion -proof enclosure with suitable U.L. approved explosion -proof seals. WIRING: 1. Intrinsically safe wiring must be kept separate from non -intrinsically safe wiring. 2. Intrinsically safe and non -intrinsically safe wiring may occupy the same enclosure or raceway if they are at least 2 inches (50mm) apart and sepa- rately tied down. Inside panels, field wiring ter- minals for intrinsically safe circuits must be separated by at (east 2 inches (50mm) from non - intrinsically safe terminals. 3. Wire the control device(s) to the Series 27 relay as shown in the specific application wiring dia- gram on reverse side. A separate rigid metallic conduit should be used to enclose the conduc- tors of the intrinsically safe control circuit. 4. An approved seal should be used at the point where the intrinsically safe control circuit wiring enters the hazardous area. For intrinsically safe output wiring use #14 or #16 AWG type MTW or THHN wire. By using these wire types in conjunction with the following distance recommendations, you will not exceed the max- imum capacitance for field wiring. Use the following chart as a guide for maximum wire runs for differential level service (3 wire) field wiring. Model Max. Sensitivity (K OHMS) Distance (Ft.) 27XXDO 3 4,000 27XXEO 10 900 27XXGO 100 75 GROUNDING: Both mounting tabs of the Series 27 provide an electrical connection for earth grounding between the control's internal solid state circuitry and the enclosure chassis. To insure proper ground- ing, use only metal screws and lock washers when mounting this control. One of the two ground terminals provided on the in- trinsically safe output terminal strip must be con- nected as reference to the same conductive media presented to terminals "H" and "L" (see applicable wiring diagram on reverse side). Terminal G1 on the supply Tine/load side terminal strip is a redundant system ground terminal and should be connected to the earth ground buss of the control's AC supply line feeder. NOTE: 1. Intrinsically safe terminals can be connected to any non -energy generating or storing switch device such as a pushbutton, limit or float type switch or any Warrick electrode and fitting as- sembly. 2. To prevent electrical shock from supply line/load side powered connections, the Series 27 should be mounted in a tool accessible enclosure of proper NEMA rated integrity. 3. For additional guidance on "Hazardous Location Installations" and "Intrinsically Safe Devices", consult ANSI/ISA standard RP 12-6 or NEC arti- cles 500 through 516. MODEL NUMBER DESIGNATION: SERIES 27XXXX I Enclosure: 0 - open (no enclosure) 1 - NEMA 1 Enclosure Sensitivity (ohms): D-3,000 E-10,000 G-100,000 Primary AC Supply: 1 - 120 VAC 2 - 240 VAC (50/60 Hz) Mode of Operation: A - Direct B -Inverse Control Series SPECIFICATIONS CONTACT DESIGN: SPDT (1 form C), one normally open (N.O.) and one normally closed (N.0 ) CONTACT RATING: 8 Amps - 250 VAC, 8 Amps - 30 VDC. Resistive. CONTACT LIFE: Electrical C rated load = 100.000 cycles minimum. Mechanical = 10.000,000 cycles. ELECTRONICS MODULE: Solid state components epoxy encapsulated in a black nylon shell. SENSITIVITY RANGE: 0100.000 Ohms maximum specific resistance. TEMPERATURE RANGE: (minus' -40 deg F. to (plus) + 150 deg F. PRIMARY AC SUPPLY LINE: A) Voltage — (120. and 240 VAC) (plus) + 10%, (minus) — 10° B) Frequency — 50/60 Hertz. 0) Power — (Relay energized) 1.7 VA. SECONDARY CIRCUIT: Nominal 11 Volts, AC. RMS. Current: 2.3 Milliampere. RMS. TERMINALS: Size 6 pan neat screws with captivated wire clamping plate. • • WARRICK CONTROLS INSTALLATION OF WARRICK SERIES 27 - INTRINSICALLY SAFE SENSING CIRCUIT SINGLE LEVEL SERVICE — CONDUCTANCE ACTUATED: Connect incoming AC (120, 240 VAC) supply to AC terminals: Incoming earth ground to terminal G1. Install metallic jumper between terminals H-L. Connect terminal L to the electrode. Terminal G must be grounded to the tank if metallic. When the tank is non-metallic, terminal G must be connected to an additional electrode of length equal to the longest elec- trode. NOTE: Jumper must be installed as shown to insure proper operation. Wire contacts (C-NO) normally open and (C-NC) normally closed into load circuit as required. P— . LOA01— — a---ILOAO1-- VAC —1-- ENCLOSURE FIELD WIRING I RELAYEAND I ELECTRODE _, I INSTALLATg1R ...ATM GROUND I I SEALING J I I FITTING I 1 ECTRO ANOE CLASS II, GROUPS E. F, G. ��- I D HOLDER CLASS MI, DIVISION 1 HAZARDOUS LOCATIONS L- NON-HAZARDOUS AREA HAZARDOUS AREA CLASS 1. GROUPS A, 8, C. D; I NOTE: JUMPER MUST BE INSTALLED MS SHOWN TO I SURE PROPER OPERATION GH L G TANK J GROUND OR REFERENCE OBE PROBE SINGLE INPUT (NON.LATCHING) - PILOT CONTACT ACTUATED: Connect incoming AC (120, 240 VAC) supply to AC terminals: Incoming earth ground to terminal G1. Install metallic jumper between terminals H-L. Wire contacts (C-NO) normally open and (C-NC) normally closed into load circuits as required. Connect the pilot contact to terminals G-L. NOTE: Jumper must be installed as shown to insure proper operation. r- 0--[LOADI -- D— —I LOAD F-- — VAC 7.-- ENCLOSURE JIV0P¢R i�oi IPNG BETWEEN RELAY AND LOT DEVICE I . EAPTN OROOND ! — SEALING L _ - _ _ _ / FITTING NON -HAZARDOUS AREA HAZARDOUS AREA CLASS I, GROUPS A. B,C, D. CLASS IL GROUPS E. F.G. CLASS III, DIVISION 1 HAZARDOUS LOCATIONS G - --NOTE J MPER muST FO •... •S SHOWN TO iNSUR[ PIOPK OPEKAWON PILOT DEVICE DIFFERENTIAL LEVEL SERVICE — CONDUCTANCE ACTUATED: Connect incoming AC (120, 240 VAC) supply to AC terminals: Incoming earth ground to terminal G1. Connect terminal H to high electrode and terminal L to low electrode. Terminal G must be grounded to the tank if metallic. When the tank is non-metallic, terminal G must be connected on an additional electrode of length equal to the longest elec- trode. Wire contacts (C-NO) normally open and (C-NC) normally closed into load circuit as required., r- I 0---ILOADI--- o— —i LOADI— VAC O— —1-- ENCLOSURE L EARTH GROUND NON -HAZARDOUS AREA HAZARDOUS AREA CLASS 1, GROUPS A, 8, C, D; CLASS II, GROUPS E, F, G; CLASS III, DIVISION 1 HAZARDOUS LOCATIONS TANK CAOUNO OR REFERENC PROBE BETWEEN ELECT AND ELECTRODE INSTALL AigN SEALING FITTING ELECTRODES AND HOLDER NRGN PROBE LOW BE PRO DUAL INPUT (LATCHING) - PILOT CONTACT ACTUATED: Connect incoming AC (120, 240 VAC) supply to AC terminals: Incoming earth ground to terminal G1. Wire contacts (C-NO) normally open and (C-NC) nor- mally closed into load circuits as required. Connect the latch pilot contact to terminals G-H and the unlatch pilot contact to terminals G-L. D--{LOADH — o——{LOADJ-- VAC 7--ENCLOSURE 1 T -- FIELH RI G 1 1 1 _ARTN GROUND II I i r SEALING L — _1 / FITTING NON -HAZARDOUS AR HAZARDOUS AREA CLASS I, GROUPS A. 8, C. D. CLASS 11, GROUPS E. F. G. CLASS III, DIVISION 1 HAZARDOUS LOCATIONS BETWEEN PILOTY DEVICE EA LATCH PILOT I DEVICE UNLATCH PILOT DEVICE 10/91 4237 NORMANDY COURT ROYAL OAK, MI 48073 PHONE 313/545-2512 PRESSURE CONTROLS Bulletin 836 Style A In a NEMA Type I Enclosure Style C In a NEMA Type 1 Enclosure Style C In a NEMA Type 7 & 9 Enclosure DESCRIPTION — Bulletin 836 Pressure Controls are accurate, rugged, compact units of attractive appearance adaptable to a wide variety of pressure applications. The control features a snap action preci- sion switch equipped with silver con- tacts. Contact force is maintained at a high value up to the instant of snap over avoiding dead center conditions. Normal industrial vibration has little effect upon the positive opening and closing of the contacts. Straight in -line and relatively friction -free construction provides accu- rate and consistent operation regardless of the angle at which the control is mounted. The long life copper alloy bellows are de- signed for use with air, water, oil, non- corrosive liquids, vapors or gases in a series of pressure ranges from 30" vacu- um (Hg) to 900 psi. Type 316 stainless steel bellows are available for use with many of the more corrosive liquids or gases at pressures to 375 psi OPERATION --- Bulletin 836 pressure controls operate on the principal of re- sponding to changes in pneumatic (air or gas) or hydraulic (water or oil) pressure applied to a bellows. This force is op- posed by a main spring. Varying the force on the main spring (by turning the range adjusting screw) allows setting the con- tacts to trip at the upper pressure set- ting Turning the differential adjusting screw (when provided) varies the force on a secondary spring and allows setting the lower pressure setting, where the contacts rose) to their static stale Many ranges and differentials are achieved by using bellows of different sizes to meet most application requirements. When selecting a pres- sure control (here are several factors to be considered for proper application. These include: a operating pressure 4 medium applied to the bellows or piston r) differential o line pressure • surge pressure ▪ enclosure types • contact configuration The simplified illustration (Figure 1) on Page 630 used in conjunction with the table for Bulletin 836 on Page 630 and Bulletin 836T on Page 638 provide a comprehensive explanation for ease of selection. Mechanical life and repeat accuracy of bellows type controls is graphically illus- trated in the typical curve (Figure 2) on Page 631. For general applications, con- trols selected where the contacts operate between 30% and 80% of the operating range and where the maximum line and surge pressures do not exceed the spec- ified values will provide excellent life and repeat accuracy. For more specific appli- cations it is important to note that the controls are designed to operate below or above these values. However, there may be a small trade-off between the factors of life and repeat accuracy as illustrated in Figure 2 Page 631. CONTACT BLOCKS — Contact blocks are single pole, double throw and can be wired to open or close on increasing or decreasing pressures. NON -INDUCTIVE RATINGS — 5 Amperes, 240 Volts 3 Amperes, 600 Volts CONTROL CIRCUIT RATINGS — AC — 125 VA, 24 to 600 Volts DC — 57.5 VA, 115 to 230 Volts CONTACT BLOCK MODIFICATIONS See Page 633. TEMPERATURE CHARACTERISTICS Operating: -32 0 to 150° F 0 0 to 66° C Storage: -22 to +200° F -30 to +93° C O Temperature al t-32° F (0° C) or below limited only to the possibility of moisture frosting of the mechanism and contacts which could impede operation. Also, moisture or liquid solidifying in the system may also hamper operation REPEAT ACCURACY© — The design and construction of the Bulletin 836 Style A and C devices provide a typical repeat accuracy of ±0.5%© or better. 0 Evaluation made from test data and calculated using formula per NEMA ICS 2-225 Standards © Based on % of maximum range : f' '.:..'.L. CONTROLS -- A large num- ber of unlisted catalog modifications and complete devices are available for specif- ic and OEM applications. Special controls and modification service is available to meet many applications unique to the OEM market. Consult your nearest Allen-Bradley Sales Office for assistance with special modi- fied controls or accessories. FACTORY SET PRESSURE CON- TROLS — In quantities of less than 10 identical controls and settings on the same order item, add $8 setting charge per control. c' When a specific differential is unim- portant, or not required, and the ap- proximate minimum differential pre- sent in the selected control, without adjusting, satisfies the application, specify the factory settings as follows: Ref: Set to open (or close) at _U increasing (or decreasing). Mini- mum differential. o When a specific differential is required specify factory settings as follows: Ref: Set to open at —D. Close at _B. Quality analog "Test"0 gauges0 are used when applying requested factory settings to these rugged Industrial Grade pressure controls. The actual requested setting is applied to the control reading the set point directly from the gauge be- ing used. However, traceable gauge tol- erance variance between source and us- er, and possible severe shock during shipping and installation, may contribute to the factory settings deviating slightly from the specified values. Slight re - calibration can easily be accomplished upon final installation to meet specific re- quirements for the more demanding ap- plications. Once installed the controls will perform with a repeat accuracy as estab- lished in the paragraph entitled REPEAT ACCURACY on this page. Special service is available to factory set controls on Digital Laboratory Instru- ments, up to 600 psi, when required for the more critical applications. An addi- tional charge may be added for this ser- vice contingent upon setting tolerance and quantity. Refer to your nearest Allen- Bradley Sales Office. See Page 658. O Specify psi (pounds per square inch) or, in Hg Vac. (inches of mercury vacuum) 0 Per ANSI B40.1 Grade 2A (0.5% accuracy full scale), Grade 3A (0.25 % accuracy lull scale), etc. 0 Gauges are calibrated and the accuracy is traceable to the National Bureau of Standards Discount Schedule A5 ALLEN-BRADLEY CO. 629 Bulletin 836 PRESSURE CONTROLS • Type Adjustable Operating Range II El Adjustable Differential — psi — Approximate Mid -Range Values — — Adjustment Span El 13 Maximum psi NEMA Type 1 General Purpose Enclosure Line Pressure El Occasional Surge Pressure ' Catalog Number Price STYLE A CONTROLS WITH INTERNAL BELLOWS • ADJUSTABLE WITHIN RANGE • ADJUSTABLE DIFFERENTIAL I/4" COPPER TUBING CONNECTION — FOR 45° FLARE 7/1e"-20 THREAD Copper Alloy Bellows El 30" Vac to 75 6 to 140 12 to 250 16 to 375 2 to 20 3 to 35 6 to 65 8 to 95 160 280 500 750 160 340 600 850 836-A1A A2A A3A A4A $120 120 150 180 STYLE C CONTROLS WITH EXTERNAL BELLOWS • ADJUSTABLE WITHIN RANGE • ADJUSTABLE DIFFERENTIAL I/4" FEMALE PIPE CONNECTION Copper Alloy Bellows El 12" Vac to 8 30" Vac to 10 0 8 10 30 30" Vac to 45 2 to 80 30" Vac to 100 4 to 150 6 to 250 35 to 375 50 to 500 50 to 650 200 to 900 0 2 to 2.5 0 4 to 6 0 4 to 6 1 to 15 1 to 15 2 to 25 2 to 25 3 to 45 6 to 80 12 to 115 16 to 125 20 to 125 25 65 80 175 190 300 300 500 900 1300 1300 1300 30 75 80 190 210 375 375 650 1200 1600 1600 1600 836-C1A %"` C2A ..., C3A '.-,E: ' t ,, C4A' ^ `; i, ',�CSA.` C6A - , C7A {t -,CBA; •; :, C9A`' C1QA^> C11A (31.2A 240 180 180 150 150 120 120 150 180 210 240 270 Type 316 YP Stainless Steel BellowsEl 30" Vac to 10 0.8 to 30 30" Vac to 100 4 to 150 6 to 250 35 to 375 0.4 to 6 0 4 to 6 2 to 25 2 to 25 3 to 45 8 to 80 65 65 270 270 450 650 65 65 270 270 450 650 "" 836-co . , Y C1Jj rt ;C62� ,ti C63A <F •-••1 ,1 Q 4A, _, ; �;;.. ,::: ••,; ,., • C65q r , •,..; 405 405 345 345 375 405 0 The total span within which the contacts can be adjusted to TRIP © and RESET © when adjusted to minimum differential or L when adjusted to maximum dillerential. Fi TRIP — the higher pressure (temperature) selling the contacts change state. El 1RESET — the lower pressure (lemperaturel settina the contacts return to their normal stale Note: Differential is the difference between TRIP Fi and RESET El (minimum adjusted setting) to D (maximum adjusted setting). © The maximum sustained pressure that can be applied to the bellows without permanent damage The control should not be cycled al this pressure Note: Does not apply to piston type controls. 1 Transient(s) [Pulse(s)] that can occur in a system prior to reaching a steady -stale condition. Expressed in milliseconds, complex electronic instrumentation is required to measure the varying amplitude, frequency, and duration of this wave form Frequent occurrence of extreme surge pressures could reduce bellows life. Surge pressure within published value generated during start-up or shut -down of a machine or system, not exceeding 8 times per day, are negligible 0 Vac. — Inches of mercury vacuum (negative pressure) psi — pounds per square inch gauge (positive pressure) 1 Copper alloy bellows may be used on water or air, and other liquids or gasses not corrosive to this alloy El Type 316 stainless steel bellows are available for the more corrosive liquids or gases Conversion Factors (Rounded) psi x 703.1 = mm/H,0 psi x 27 68 = in H.0 psi x 51 71 = mmrHg psi x 2 036 = in Hg psi x 0703 = kg;cm2 psi x 0689 = bar psi x 68.95 = mbar psi x 6895 = Pa psi x 6 895 = kPa Note: psi — pounds per square inch (Gauge) H2O at 39 2° F Hg at 32° F - INCREASING PRESSURE psi VAC _J , 100% OPERATING RANGE t j TRIP PRESSURE SETTING RESET PRESSURE SETTING o/ (MINIMUM ADJUSTMENT) 0 ADJUSTABLE SPAN ri (MAXIMUM ADJUSTMENT) 1 MINIMUM f DIFFERENTIAL MAXIMUM DIFFERENTIAL STANDARD CONTACTS ARE SINGLE POLE DOUBLE THROW AND CAN BE WIRED NOR- MALLY OPEN AND/OR NORMALLY CLOSED. 0 psi REFERENCE 30" VACUUM MERCURY REFERENCE - Figure I s *here seit.n0S trooroach ps! sel(ICl a contro• that has an adjuslahle range Thal goes into `:3cuurn 630 ALLEN-BRADLEY CO. Discount Schedule A5 PRESSURE CONTROLS Bulletin 836 • NEMA Type 4 & 13 Watertight, Oiltight & Dust -tight Industrial Use Enclosure NEMA Type 4X Watertight Corrosion -Resistant Enclosure ROSITE Glass Polyester NEMA Type 7 & 9 Enclosure Class I, Groups C & D Class II, Groups E. F & G Hazardous Locations Open Type Without Enclosure • Catalog Catalog Catalog Catalog Number Price Number Price , Number PriceNumber Price STYLE A CONTROLS WITH INTERNAL BELLOWS • ADJUSTABLE WITHIN RANGE • ADJUSTABLE DIFFERENTIAL 1/4" COPPER TUBING CONNECTION — FOR 45° FLARE'/is"-20 THREAD 836-A1J $192 — — 836-A1E $428 836-Al $114 A2J 192 — — A2E 428 A2 114 A3J 222 — — A3E 458 A3 144 A4J 252 — — A4E 488 A4 174 STYLE C CONTROLS WITH EXTERNAL BELLOWS • ADJUSTABLE WITHIN RANGE • ADJUSTABLE DIFFERENTIAL '/4' FEMALE PIPE CONNECTION 836-C1 234 836-C2J • 278 836-C2S $375 836 C2E 488 ' zC2 ," 174• C3J • 278 C3S 375 .:.C3E;'. 488 .C3.... 174 ` C4J 248 C4S 345 C4E 458 C4 144 C5J 248 C5S 345 C5E 458 • C5 144 C6J 218 C6S 315 C6E 428 C6 114 C7J 218 C7S ": 315 •'• C7E 428 C7, ; 114 " C8J - 248 C8S " 345 ,` C8E 458 4�'CS ^ 144 C9J- 278 C9S 375 C9E 488 C9 174 C10J 308 C1OS 405 t IC10E , - - 518 "'.Y 204 C11J 338 C11S' -. 435 s z ;=GC11E 548 J.. C11`1;t , 234 C12J 368 C12S •.• 465 - C12Er,,s 578 rd' i C12: •�. 264 836-C60J 563 836-C60S.. L r 660 ' s .r` 836 C60E - w 863 ,`836 C60 - i ,�r;:' 399 • C6IJ 563 C61S 660 C61E ":. 863 C61 399 C62J 503 C62S ., 600 GRE M1 ; ; `r 803 C6g .. 339 ' C63J •" 503 C63S 600 'C63E �sa r 803 C6 , 339 C64J 533 C64S 630 C64E 833 r-� f o• a 369 C65J 563 C65S -' 660-rn065E . _ : 863 ��C64 C6rs;:r 399 • w z wr J C7 Z a — (q CC W QO 100% 75% 50% 25% LIFE (BELLOWS CONTROLS ONLY) REPEAT ACCURACY (BELLOWS AND PISTON CONTROLS) —I— 80% RECOMMENDED SELECTION RANGE FOR GENERAL APPLICATIONS 30% la ••i • • • •�• •�• • •�• USABLE AREA OF RANGE THAT PROVIDES BEST REPEAT ACCURACY AND POSSIBLE SLIGHTLY DECREASED OPERATING LIFE. USABLE AREA OF RANGE THAT PROVIDED LONGEST LIFE AND POSSIBLE SLIGHTLY REDUCED REPEAT ACCURACY. IMPROVED LIFE/ACCURACY 0 psi REFERENCE VAC r 1 Frgure m :,polications v:bere settings approach 0 psi. select a control that has an adjustable range That goes Into vacuum Discount Schedule A5 ALLEN-BRADLEY CO. 631 s sso siemperaPure Transrniiier 4-20 mA signal for wide range of temperatures from Accurate within 0.3% of span. Two wire operation. The Dwyer Series 650 Two Wire Temperature Transmitter provides a 4-20 mA control signal output which varies in linear relationship to the temperature of' the silicon trans- ducer in the sensing probe. The low, cost and small size of the Series 650 Temperature Transmitter makes it ideal for a wide variety of HVAC, industrial and commercial multi - point temperature monitoring applications. Non -polarized power connections simplify electrical connection to any power source providing 12-35 volts DC. available in several popular factory calibrated temperature ranges, the Series 650 output is linear within 0.251.; of full span. The standard ranges can be recalibrated to any low and high limits be- tween — 55' and -4- 125'C. The Series 650 Temperature Transmitter finds primary ap- plication as a duct mounted temperature monitor in HVA(' systems. However. it is also used for monitoring and control- ling temperatures in greenhouses. walk-in coolers and freez- ers, computer rooms. lab experiments. etc. With its capability for long control signal cable runs. the Series 650 Transmitter can also be used to monitor temperature at wind generators, remote explosive charge storage houses, pilot process plants. etc. Also suitable for monitoring water temperature. Series 650 Transmitter Models and Ranges Model No. Range 650-1 -10°- +50°F ( -23° - 10°C) 650-2 20° - 120°F ( - 7° - 49°C) 650-3 0°- 100°C (32° - 212°F) NOTE: Any Series 650 Transmitter model may be re -ranged between the limits of 0 55°C (- 67`F) at 4 mA to - 125`C (257'F) at 20 mA. Specifications Power Supply: 12-35 volts DC Output Signal: 4-20 mA DC Voltage Stability: Output error less than 0.01% of span over the speci- fied supply voltage range Linearity: Within 0.2594, of span Initial Calibration: Within 0.3°0 of span at 20°C (68°F) Thermal Drift: Less than 0.5% of span over ambient temperature range of 0-50°C (32'-122'F) Ambient Operating Temperature (Electronics): 0-70 C (32 -158 F) Maximum Temperature (Probe): 204'C (400.F) Probe Construction: 6" long. 0.25' O.D.. Type 304 Stainless Steel Probe Cable Length: 7 feet — 55° to + 125°C. Shown with optional A-325 Probe Duct Mounting Kit. 14[3.18[ DIA .700117.7801 1.83 - .01 [46.48 -.251 6001 5.2401 A 6 [7.941 "o" �• TEMP TRANSMITTER 5 HOLES 3/,614.761 1--7/32(5.561 2.18=.01155.37-.251 .200 [5.0801 r200[5.0801 1 123/32 [43 661 +— 7h6111.111 Light emitting diode display reads out in any A-701 Digitalcurrent loop input. Provides operating power Readout required engineering units to 1999 for 4-20 mA to the Series 600 2-wire Transmitters. The A-701 Digital Readout provides local or remote readout of parameters monitored by the Series 600 and 650 Transmit- ters. The standard unit is supplied to read 0-100.0 to indicate percentage of transmitter range. However, the A-701 can also be field adjusted to read out in the range and engineering units specified for your application with any one of four deci- mal point locations (1.999, 19.99, 199.9 or 1999). Since a 24 VDC 30 mA output is provided, this device and any Dwyer 2- wire transmitter make up a complete digital pressure indicat- ing system. Other features include automatic polarity and over range indication, .6 high LED digits: ±0.59accuracy, and panel mounting with all necessary hardware supplied. Operates from 115/230 VAC t ± 15(.7( ) line voltage with all elec- trical connections made by means of a 30 pin edge connector supplied with the A-701. Draws only 3.5 watt and weighs 15 oz. Standard NEMA case 3.93" W x 1.68" H x 4.23" D. A-701 Digital Readout. Provides local or remote readout of parameters monitored by Series 600 2wire Transmitters. 18 Pressure Transmitter 4-20 mA signal. Two wire operation. Ranges to 800 psi. C12)1,8 i5L41 TRANSMITTER 634-1 C AU NON 3/e" 3% /z- /6" NPT FEMALE. PRESSURE PORT '3/84" DIA. MOUNTING HOLE TYP. '2 PLACES The Dwyer Series 634 2-wire pressure transmitters sense a single pressure relative to atmosphere and convert that into a 4-20 mA output signal. Three models cover ranges from 0-15 to 0-800 psi. Zero and span adjustments are easily accessible yet fully protected within side housing. The tough filled nylon case includes a convenient two hole surface mounting arrangement. These devices can be used with air or compatible gases or liquids. Though compact in size and lightweight, overall accuracy is ± 2%. SERIES 634 TRANSMITTER MODELS & RANGES MODEL NUMBER RANGES IN PSI AS STOCKED MIN. RANGE MAX. 'RANGE .; 634=1 634-2 634-3 ., 0-30 0-100 0-500 0-15 0-50 0-200 50 020 0-800 • SPECIFICATIONS GENERAL Maximum Pressure: 1.5 X maximum range Media Compatibility: Air and non -corrosive gases and liquids ELECTRICAL Power Supply: 12 to 35 VDC Output Signal: 4-20 mA DC, 2 wire (limited at 38 mA maximum) Loop Resistance: 0-1170 ohms from 12 to 35 VDC RL max— VQs-11.6V 20 mA Current Consumption: 38 mA DC (maximum) MATERIALS Mineral and glass filled nylon housing, high impact acrylic cover, berylium copper Bourdon tube, brass pressure connection. MECHANICAL Weight: 8 oz. Span and Zero Adjustments: Protected potentiometers, located in auxiliary housing Pressure Connection:'%"NPT female PERFORMANCE AT 70°F Zero Output: 4 mA DC Full Span Output: 20 mA DC Accuracy: 2% of full span output Span and Zero: Adjustable to 0.05 of full span Warm-up Time: 10 minutes ENVIRONMENTAL Operating Temperature: 20° to 120°F Thermal Errors: ±1 / /50°F typical STANDARD ACCESSORIES (2) #10 x 1" pan head sheet metal screws 17 F;;4 • �f , 4 �e11tI i M IV -55356 /.�612-473 TYPE S vot04100,t Type S - Suspended Form 2700-A The ROTO-FLOAT is a direct acting float switch. Each ROTO-FLOAT contains a single pole mercury switch which actuates when the longitudinal axis of the float is horizontal, and deactuates when the liquid level falls 1 " below theactuation elevation. The float is a chemical resistant polypropylene casing with a firmly bonded electrical cable protruding. One end of the cable is permanently connected to the enclosed mercury switch and the entire assembly is encapsulated to form a completely water tight and impact resistant unit. Type S — Suspended has built in weight. ROTO-FLOATS can be mounted on a support pipe (type P) or suspended from above (type S). Advantages of the ROTO-FLOATare low cost, simplicity and reliability. Listed • Pilot Duty • Industrial Control Equipment CABLE type STO #18 conductors (41 strand) r- _ 600 volts • Various lengths available e See table of models • Non-standard lengths also available on special order. Switch Arrangement Cable Length Suspended TypeS Model No Ship. wt. 20 S20N0 a# Normally f 74 Open 30 S30N0'' :"2 �" a t 24 �0 S4ONO 5 t 44 20 S2ONC 4# Normally Closed 30 S30NC a t 24 aU SaONC 5t;a# Effective 7-82 GENERAL DESCRIPTION: THE ROTO-FLOAT IS A DIRECT ACTING FLOAT SWITCH. EACH ROTO-FLOAT CONTAINS A SINGLE POLE MERCURY SWITCH WHICH ACTUATES WHEN THE LONGITUDINAL AXIS OF THE FLOAT IS HORIZONTAL, AND DEACTUATES WHEN THE LIQUID FALLS 1" BELOW THE ACTUATION ELEVATION. THE FLOAT IS A CHEMICAL RESISTANT POLPROPYLENE CASING WITH A FIRMLY BONDED ELECTRICAL CABLE PROTRUDING. ONE END OF THE CABLE IS PERMANENTLY CONNECTED TO THE GLASS ENCLOSED MERCURY SWITCH AND THE ENTIRE ASSEMBLY IS ENCAPSULATED TO FORM A COMPLETELY WATER TIGHT AND IMPACT RESISTANT UNIT. ROTO-FLOATS CAN BE MOUNTED ON A SUPPORT PIPE, (TYPE P); OR SUSPENDED FROM ABOVE, (TYPE SI. ADVANTAGES OF THE ROTO-FLOAT ARE LOW COST, SIMPLICITY AND RELIABILITY. VARIOUS CIRCUIT CONFIGURATIONS, OTHER THAN THE ONES LISTED BELOW, ARE AVAILABLE. SPECIFICATIONS: MODELS: APPLICATIONS: PVC TYPE STO, 2- - 18 AWG 41 STRAND 600V, 60°C CONDUCTORS 20', 30', 40' LENGTHS STANDARD. OTHER LENGTHS AVAILABLE. UL & CSA LISTED. TEMP LIMIT 50°C POLYPROPYLENE CASING CONTAINS HERMETICALLY SEALED MERCURY SWITCH. USE: N.O. FOR PUMP OUT N.C. FOR PUMP IN • UL LISTED, IND. CONT. EQ. PILOT DUTY 4.5 AMPS 120 VAC 2.25 AMPS 240 VAC • FLOAT COLOR N.0.. BLACK N.C., RED • MOUNTING ARRANGEMENT TYPE P PIPE MOUNTED MODEL INCLUDES POLYPROPYLENE CLAMP TYPE S•SUSPENDED MODEL WITH STABILIZING WEIGHT. SWITCH ARRANGEMENT CABLE LENGTH SUSPENDED TYPE S PIPE MOUNTED TYPE P MODEL NO. SHIP WT. MODEL NO. SHIP WT. 20 S2ONO 4- P2ONO 2- NORMALLY 30 S3ONO 4%,- P30N0 2'/A- OPEN 40 S4ONO 5'/A• P40N0 3%:- 20 S2ONC 4- NORMALLY 30 S3ONC 4/- P3ONC 2'/A- CLOSED 40 S4ONC 5 %- P4ONC 3 %• FOR USE IN CONTROLLING PUMPS 0R OTHER MACHINES AND MEASURING ALARM LEVELS IN WATER, SEWAGE AND MANY OTHER LIQUIDS. ROTO-FLOATS MAY BE USED FOR PUMP IN OR PUMP OUT CONTROL, FOR LOW LEVEL CUTOUT, OR FOR LOW AND HIGH LEVEL ALARMS. COMMON STOP START LEAD TYPICAL 2 PUMP CIRCUITS LINE VOLTAGE PUMP IN PILOT CONTACT RI TO LEAD PUMP T—, MOTOR STARTER PILOT CONTACT P2 S T MOTOR TOTA STARTER NOSYPUMP STAR STANDBY LINE VOLTAGE HORN ALARM LIGHT 1 rR� HIGH ALARM PUMP OUT START STANDBY START LEAD COMMON STOP IMPORTANT NOTE: Use in accordance with local electrical code and authority having jurisdiction. Do not use Roto-Floats in gasoline, volatiles or other combustibles. LINE VOLTAGE T RI PILOT CONTACT TO LEAD PUMP MOTOR STARTER PILOT CONTACT M0 ADBY U OTSTOR NSTARTERPMP SUBMITTAL APPROVAL NAME DATE HIGH ALARM START LAG START L E40 COMMON STOP TYPICAL MOUNTING. TYPE P TYPE S SEE ACCESSORY SHEET FOR HARDWARE 9-81 SINGLE FLOAT MULTIPLE FLOATS PROJECT NAME ROTO-FLOAT anchor scientific inc. Box 378, Long Lake, MN 55356 612/473-7115 SPECIFICATION DATA SUBMITTAL AND INSTRUCTION SHEET HIGH At AriM OROER DWG. N0. 174 4 SERIES 1 CONTROLS SEAL FAIL RELAY GENERAL Series 1 controls are simple, inexpensive, industrial type, low sensitivity, two and three pole, transformer/ relay combinations with high contact ratings. They are suitable for use with acids and alkalis, brine, ordinary and carbonated water, process steam condensate, sewage, industrial wastes, and other solutions of less than 20,000 ohm -centimeters specific resistance. The controls are generally intended to be used with elec- trodes which are mounted inside closed vessels. Do not use Series 1 controls if the electrodes ore exposed to personal contact and/or situated in a potentially ex- plosive atmosphere. Use Series 2 controls in the former case, Series 7 controls in the latter case. SPECIFICATIONS • Baseplate: High strength, diecast, aluminum alloy. Three dimpled keyholes for size 6 mounting screws. Coils: Wound on nylon bobbins. Epoxy encapsulated. Contact Design: 2PST and 3PST bridge type double break in all possible combinations of normally open and normally closed. Fully enclosed. Buttons are 1/4 inch diameter silver cadmium oxide. Contact Ratings: (a) Current: 16 amperes at 115 volts A.C. and 8 amperes at 230 volts A.C.; (b) Horsepower: 1 horsepower at 115 and 230 volts A.C., (c) Pilot duty: 775 volt-amperes at 115 and 230 volts A.C. and 250 volt-amperes at 460 volts A.C. Identification: By the use of a component number on a data label affixed to the control. See component number formula on Tower portion of page 8. Mode of Operation: Direct only. Contacts assume nor- mal positions with open electrode circuit. Normally open contacts dose and normally closed contacts open with closed electrode circuit. See diagrams relating contact action to liquid level on pages 9 and 10. Molded Structural Parts: High mechanical and dielec- tric strength, dimensionally stable, arc resistant, ther- mosetting phenolic. Primary (A.C. Supply Line): (a) Voltages: 115, 230, 460 and 575 nominal, plus 10% minus 15%, (b) Frequency: 50/60 Hertz, (c) Power: 4 watts with shortcircuited electrode circuit, (d) Volt-amperes: 15 volt-amperes with short circuited electrode circuit. Secondary (In Electrode Circuit): (a) Voltages: 25, 75, 150, 300 and 500 volts A.C. RMS nominal with open ORDER BY COMPONENT NUMBER 2ND 1 PLACE SYMBOL Contact Configuration N.O. N.054 C 2 i D 1 1 E 0 2 F 3 0 G 2 1 H 1 2 J 0 3 circuited electrode circuit, (b) Volt-amperes: 6 volt. amperes with short circuited electrode circuit. • Sensitivity: See table at bottom of right hand column. Shunt Capacitance Tolerance: The maximum allowable distributed capacitance placed across terminal pair 9-10 by the control-to-electrode(s) conductor(s) and ground is related to the secondary voltage as follows: 4.0 mfd at 25 volts,. 0.4 mfd at 75 volts, 0.1 mfd at 150 volts, 0.025 mfd at 300 volts and 0.0075 mfd at 500 volts. With thermoplastic insulated wires in dry metallic conduit the limiting control-to-electrode(s) distances are as follows for differential level service applications: 75,000 feet at 25 volts, 7,500 feet at 75 volts, 1,750 feet at 150 volts, 500 feet at 300 volts and 150 feet at 500 volts. Those distances may be doubled for single level service applications. Spacings: For 600 volts. 1/2 inch creepage across sur- faces. 3/8 inch through air. Temperature: Minus 30 to plus 130 degrees F. ambient. Terminals: Size 8 pan head screws with captivated wire clamping plate. Numbered 1 to 10 for identifi- cation. Located on front of control for accessibility. U/L and CSA: See U/L Guide Nos. 167 E7 and MBPR2, File MP1430. See CSA Guide 184-N-13.90, File 11644. SECONDARY VOLTAGES FOR VARIOUS LIQUIDS * LIQUID • SENSITIVITY IN OHMS SECONDARY VOLTAGE Metallic circuits. 50 25 . Brine, milk, cleaning and plat- ing solutions. Sea water. 450 75 Concentrated and dilute acids and alkalis. 1,500 150 Medium and hard water from lakes, rivers, storm runoff, wells and municipal water systems. Water soluble oils. Sewage. Industrial wastes. 7,000 300 Soft water from wells. Process steam condensate. 20,000 500 * Inquire for secondary voltages of units ed liquids. • For liquids of known specific resistance use a con- trol with that secondary voltage which provides a sensitivity, In ohms, greater than and closest to the specific resistance, in ohm -centimeters. 1XXXX (1D1E0) 3RD PLACE SYMBOL A.C. Line 1 Volts & Freq. 1 115 V 50/60 HZ 2 230 V 50/60 HZ 4 460 V 50/60 HZ 5 575 V 50/60 I sit — See Primary specificatt paragraph on page 7. 4TH PLACE SYMBOL Secondary q Coil Voltagest F�j '� 25 B 75 C 150 D 300 V E 500 See table on poge 7. 5TH 1 PLACE SYMBOL Nemo Type Enclosure -0 Open 1 1 4 3, 4, 5 7 7, 9, 9A 12 12 See info on page 18. WARRICK CONTROLS, INC., 1964 W. ELEVEN MILE RD., BERKLEY, MICH. 48072 E47479 E37403. E40077 SP. 36496 No. 4C012 12 TO 320 CFM SHADED POLE BLOWERS No. 2C782 No. 2C067 No. 4C441 No. 4C004, 4C006, 4C446 No. 4C447 & 4C869 No. 2C914, 4C440 R 4C443 & 4C442 No. 2C647 & 2C646 No 4C759 to .1C763 GEM. AT RPM SHOWN, AT 60 Hz' tree 0 1" 0 2" 0.3" 0.4" 0.5" Cut-0f1 fir SP SP SP SP SP SP I Volts (') Hz Therm. free Air Prot. RPM Amps :`.BLOWERS` No. 4C754 No. 4C015 & 2C069 No. 1C982 & 2C916 Stock Lots Shpg No l,st Each 3 Wt. 12 0 - - 0 20 15 13 4 -- 022 31 28 25 20 7 - 0 50 S0 a11 43 37 29 15 0.58 54 48 43 36 25 17 0 (17 60 57 54 49 39 23 0 60 15 60 Imp. 15 60.50 = 15 60 Intp 15 GO Imp 15 60r50 Auto 15 60/50 Auto. 3300 :31(i0 3010 2840 :3340 3030 (1.35 0.21 045 0.53 0 60 042 4C759 2C782 4C760 4C761 4C012 4C44 1 25 $22.36 $21.24 1.8 51 85 31.05 29.48 2.4 4.583 27.50 26.10 2.9 46 95 28. 15 26.71 2.9 10) 65 36.35 34.50 3.3 59 70 35,75 33.96 3.4 60 S7 54 49 39 23 0 60 15 60/50 Auto :3030 0 42 60 5, -,-1 49 39 23 0 60 230 60/50 Auto. 3030 0.21 72 115 rR 49 40 19 0 02 115 60 Imp 2930 0 55 76 70 I,3 56 45 8 0 55 115 60.50 .Auto. 2880 0.53 98 !12 8,i 77 ' 69 54 0 78 115 60 Auto. 2870 1'55 100 913 95 90 85 80 0 80 115 60/50 Auto 2570 0 74 108 94 79 61 25 - 0 42 115 60/50 Auto. I530 0.58 134 ! 9; 1 17 107 96 79 0 59 115 60.'50 Auto. 1500 0. 7.1 140 1;1; 1.11 125 119 110 0 95 115 60!50 Auto. 3020 1 02 I140 14r, 1.11 125 119 110 0 95 L 230 60/50 Auto 3020 0 51 148 11- 120 121 114 1 07 115 60'50 Auto : 160 1 37 157 11i 116 103 72 0 70 115 60,50 Auto : 180 098 190 ,, ! 41 125 93 16 0 5:3 115 60 50 auto 460 1 1)0 160 1 31 I ! 1 125 93 16 0 5:3 230 60/50 Auto 460 0 50 76 159 153 148 1 .3:3 1'2\'D(NorioNorioNn875 5 IO 2 ,C646 ;200 189 182 176 087 115 60.50 Auto 400 2 10 4C754 1226s 65 _-.;; 3.1.1 _'11 I£ia 135 1164 115 60'50 Auto 610 188 4C447 2,2 184 135 0n4 230 (30,50 :\tit., 1)0 9:3 4C869 hp 2.12 195 50 0 -,l 115 (10 50 ;\01 , 320 1 27 2C069 ''ee Cut 0 5" Sr l= 0 S' 0 I 0 9" 1 0" 1 2" Ott RPM Amps r '�': ''5 ti_' 4' 1 5); 115 60'50 . \iilu 2200 1 45 4C006 lri r,. ...nn..Iclk '_n', Ic.. Alici. i , .in 51111% ,• i III!perI.Ou',' Ingo, R,I • a. O , ).,J,10,)- th, nul ,,Pohl'.,. •, ,'j.\ l'ct110,•tl SEE WARRANTY INFORMATION ON PAGE OPPOSITE INSIDE BACK 4C440 2C914 4C762 4C004 4C763 4C443 162 40 83 20 51 1i(1 67 !111 01 70 7040 37.40 37.85 30.90 40.65 37.00 42.20 35.50 35.95 29.36 38.61 35.11 40.06 40 3.7 4.0 4.0 45 4.0 2C067 79 9u 4 7.85 45.30 5 0 2C647 72.15 43.50 41.31 4.5 4C442 7690 46.05 43.74 6.2 2C915 80 80 48.40 45.59 6.0 4C446 73.35 4C015 94 20 1C982 r.r,n0 2C916 !)0 W. I!' tic) 123 25 !) 43.95 56.45 51.50 54.30 41.72 53.59 48.91 51.57 5 (i 50 60 6:3 41.70 73.85 54.65 56.45 77.70 39.59 70.12 51.90 53.61 73.80 4(1 95 8(i 8 I; 100 7!, 100 47.65 45.25 :i 2 n 1I' COVER 2413 LINE VOLTAGE AND FAN COIL THERMOSTATS • No. 2E340 Inductive 120VAC 14A E29357 Noninductive 240VAC 7.A 120VAC 25A 240VAC 20A TR ATTIC FAN THERMOSTAT APPLICATIONS: Attic telllilatur. Cans • UL Listed (E29357) and dampers FEATURES: MOUNTING: Standard 2 x 4. vertical box • Heavy•duty snap action switch ELECTRICAL DATA: :3 4 111' ", 1 I5VA(' • Ivory case 2:30\' Switch Switch Temp DM Dimensions. In Stock Type Action Range (lixedl H W 0 j No lEach SWty SPST ('lose y0.1:10 1 15 1 a', 2', 2 1 2E340 $ 14.75 0.7 ul I(isc HAZARDOUS LOCATION THERMOSTAT APPLICATIONS: VW Cnt11t','IIIi,LL healing • 1/2" Female pipe thread in bottom of systems in expltlslct' ell% ll'Ullltl('llts case FEATURES: • CSA Cert.fied (LR17950) • 7 32" thick cast aluminum housing • Coiled hydraulic sensing element MOUNTING: Flush I Dimensions, Switch Switch Temp. DiH. I In. While -Rodgers Stack Shpg Type Action Range (fixed! H W D Model No. List Each Wt. SPST unriUllCttse 40-90'1' 3'1" 9 5t.a 2A20-2 2E449 $399.80 $200.00 4.(3 Honeyvve II No. 2E858 VAC 120 240 Full Load Locked Rotor 5.5 33 16.5 FAN COIL THERMOSTAT APPLICATIONS: Provides thermostatic control control of one or two line voltage valve(s) • Off position breaks both heating and in automatic change -over healing -cooling cooling circuits fan toil unit systems • UL Listed (E4436); CSA Certified FEATURES: (LR95329) • 3-Speed (Off-High-Med•Low) manual fan MOUNTING: Standard 2 x -1" vertical box Switch Switch Temp. DiH. Type Action Range (fixed) Dimensions. In. H W 0 Honeywell Stock Shpg. Model No. List Each Wt. T403810100-I 2E858 5168 11:3 $86.70 07 2,75 SPOT — oa' 90`I' 4514 5 l'Sc E29357 eMo SPDT THERMOSTAT APPLICATIONS: Blowers. furnace fans. • Beige case with gold aluminum face• plate No. 2E158 FEATURES: • UL Listed (E29357) • Bimetal operated snap switch MOUNTING: Standard 2 x 4' vertical box Resistive Inductive l25/277VAC 22:\ 125VAC baseboard and ceiling heaters Switch Switch Temp. Di11. I Dimensions, In. 277VAC Type Action Range (lixedl H W 0 12 III' SPOT Ca ) No. 2E503 E29357 Heating Cooling 120VAC i 240VAC 120.240VAC lii \ i 8 \ H.\ 50-901h 2' I' I 45. -) i n „c •�:1., Stock No Shpg List Each WI 2E158 532:33 $16.17 OH MULTI -PURPOSE THERMOSTAT APPLICATIONS: L.011 heaters. fon coils. unilarc I•nulCrs alld rell'i erali'ill equip. 00.01 FEATURES: • 3-Way setup: external knob over full range; external knob over restricted range; and internal adjustment (remov- able external adjustment knob) • Thermometer • Hydraulic sensing element • UL Listed (E29357) MOUNTING: Sland:u'd 2 \ -I vertical hn\ Switch Switch Temp Dill Type Action Range (fixed/ SPOT 411 110 1: - - Dimensions. In_ 1 -- Stock-------_Shpg ll W 0 No List Each Wt. 4",.. '. ri.. 1'",,. i 2E503 5I 2.; 70 $62.85 i o SEE WARF?ANTY INFORMATION ON PAGE OPPOSITE INSIDE BACK COVER 2207 Mayor: and City Council AGENDA ITEM CITY COUNCIL ACTION REPORT FEBRUARY-I 1994 CONSENT CALENDAR-, Meeting Date Agenda Placement TO:• FROM: Community Development Department SUBJECT: Final Acceptance of the Construction of the::. Tamarind`` Avenue: Lift_ Station and• Force_- Main Project in.• Tamarind 'Avenue to' Santa-' Ana ..;; Avenue: • RECOMMENDATION:= _':= 1. TO ACCEPT AS COMPLETE.' THE,:.. WORK- PERFORMED CONSTRUCTION'CO., INC. AND RAMIREZ, A.J.V. FOR THE CONSTRUCTIO OF.:THE •TAMARIND -AVENUE SEWERI:LIFT",STATIOW AND -FORCE MAIN? IN TAMARIND AVENUE=TO- SANTA';ANA '"AVENUE -`AND TO' AUTHORIZETHE CITY ENGINEER_ TO, EXECUTE AND- FILE, THE. NOTICE' OF COMPLETION. T0.: APPROVE'' .A.` -'FINAL: P CONSTRUCTION CONTRACT"' AMOUNT': OF $ 293,103.69 INCLUDING:.AN ORIGINALCONTRACT AWARD: AMOUNT OF; $287,155.86 AND. A TOTAL:. CONTRACT CHANGE; ORDER- AMOUNT OF' $5,947.83` (2.07%F: WITH' MULTI CONSTRUCTION CO , INC A'ND RAMIREZ, A.J.V. FOR THE' CONSTRUCTION OF THE::TAMARIND ;AVENUE SEWER LIFT STATION AND FORCE5 MAIN"IN-TAMARIND AVENUE TO.S'ANTA AVENUE.:: k � -,.Y �1 Yrr t q tl9 OJry TO: -.ADOPT RESOLUTION' NO:- 94.L ACCEPTING THE TAMARIND AVENUE:' SEWER LIFT STATION ANDFORCE MAIN IN TAMARIND'AVENUETO'°SANTA` `-' ANA AVENUE AS A PART OF,THE CITY=SEWER SYSTEM.`:: [XXL Nn } { :. [ I":' Yes(`itL' unding = Source:. [:.1 General Budget [XX) ' (502) Sewer Capital= lrriorovementH- ' Fund.'. Budget:"'a The final adjusted contract total (including three change orders totalling $5,947.83) is $293,103.69. The $210,308.87 costs of the construction project have been paid from the Sewer Capital Improvement Fund, Account Number 53720-8017-53021410. The remaining balance in the amount of $82,794.82 including 10% retention will be released after acceptance by the City Council and thirty-five (35) days after recordation of the Notice of Completion with the San Bernardino County Recorder's Office. Sufficient funds for maintaining the sewer system are budgeted in the Sewer Maintenance Program, Account No. 500-4010. ENVIRONMENTAL IMPACT: [ ] No [XX] Yes On January 19, 1993, the Council adopted the, Mitigate Negative Declaration and Monitoring Program for Mitigation measures and California De Minimus Impact finding for the Tamarind Avenue Sewer Lift Station and Force Main Project. The Notice of Determination and Certificate of Fee Exemption were filed one January 27, ..1993` BACKGROUND: On March 16, 1993, the Council accepted the bid'in-the amount of$287,.1.55:86 an awarded the contract. to Multi. Construction Co., Inc_;„ During the course of the construction there were three change orders totalling. $5947.83, bringing the total construction cost:to $293,103.69.:: This change order represents an_increase .of 2.07%. ANALYSIS AND FINDINGS::;: • The construction of this project isnow complete as: per City approved plans and specifications. During the course of construction the contractor started running into financial problems and City received eleven stop:-notices'from subcontractors and suppliers on the project. Contractor Surety Company:. Washington International Insurance Company was -contacted and Surety Company through their agent "Thomas Howell Group (USA) Inc. International Adjusters" has paid off on all the stop notices and has provided City with the Stop Notice release letters_. from . all .the: eleven claimants. Staff recommends that the project be accepted as complete and that authorization be given for the City Engineer to file a Notice, of. Completion with; the San Bernardino County Recorder's Office. • n3 Page 4 - Proposed Resolution 94 Page 5 Vicinity Map SUBMITTED BY: Frank A. Schuma Community Development Director RECOMMENDED BY: RESOLUTION NO. 94-8 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF FONTANA ACCEPTING THE TAMARIND AVENUE SEWER LIFT STATION AND FORCE MAIN IN TAMARIND AVENUE TO SANTA ANA AVENUE AS A PART OF THE CITY SEWER SYSTEM. WHEREAS, Section 26-57 of the Code of the City of Fontana provides that each addition to or extension of the sewer system shall be accepted by Resolution of the City Council; and WHEREAS, the Resolution of Acceptance shall contain the terms of any special consideration which shall apply to the sewer so accepted; NOW, THEREFORE, be it resolved by the City Council of the City of Fontana that Tamarind Avenue Sewer Lift Station and Force Main in Tamarind Avenue to Santa Ana Avenue are hereby accepted as a part of the sewer system of this City. No special consideration shall apply. APPROVED AND ADOPTED this 1st day of February, 1994. READ AND APPROVED: /s/ Clark Alsop City Attorney I, Kathy Montoya, City Clerk of the City of Fontana, and Ex-Officio Clerk of the City Council do hereby certify that the foregoing resolution is the actual resolution duly and regularly adopted by the City Council at a regular meeting on the 1st day of February, 1994, by the following vote to -wit: AYES: Mayor Boyles, Councilmembers Coleman, Eshleman, Roberts and Watson NOES: None ABSENT: Nogr /s/ Kathy Montoya City Clerk of the City of Fontana /s/ Gary E. Boyles Mayor of the City of Fontana ATTEST: /s/ Kathy Montoya City Clerk Page 1 of 1 • • .—. — ijt UII UI . ?H1w1 UP r11au11W CONS IRUCIION 01- TAMARINI) AVENUE III f ti I A l ION LOCATION ANI) VICINI I Y 1.1AI' N 1.S I-10 St OVER SANIA ANA 12 rr ■ ORCE cc O W U) JUHUPA PROPOSED lit I S IA 11ON - AV( Q ( a AVI as 66, L IH0110t.1 I1 1 ul(t L MAIN f XIS I I(IAI Wl �I.(u1N (YNlll► If UAI(Y �C11Y AND �ll NU lll U 1,C11001 11 /JL 11 AGENDA ITEM 410 1OE CITY COUNCIL ACTION REPORT MARCH 16, 1993 CONSENT CALENDAR Meeting Date Agenda Placement TO: Mayor and City Council FROM: Community Development Department SUBJECT: Award of Bid in the Amount of $26,854.96 to Hydro Conduit Corporation of Corona for the Purchase of a Precast Wet Well for the Tamarind Avenue Sewer Lift Station Number 8 and Force Main to Santa Ana Avenue Project RECOMMENDATION: TO AWARD THE BID AND AUTHORIZE THE MANAGEMENT SERVICES DEPARTMENT - PURCHASING AGENT TO ISSUE A PURCHASE ORDER IN THE AMOUNT OF $26,854.96 TO HYDRO CONDUIT CORPORATION OF CORONA FOR THE PURCHASE OF A PRECAST WET WELL FOR THE TAMARIND AVENUE SEWER LIFT STATION NUMBER 8 AND FORCE MAIN TO SANTA ANA AVENUE PROJECT. BUDGET IMPACT: Funding B I — I No I X es Source: IX I (071) Sewer Fund Budget I -I Bond Proceeds I_I _ General I —I Fund Budget Developer Deposits Sufficient funds in the amount of $350,000 are available in Account No. 071-7258 for the Construction of the Tamarind Avenue Sewer Lift Station and Force Main. ENVIRONMENTAL IMPACT: I X I Yes 1--I No On January 19, 1993, the Council adopted the Mitigated Negative Declaration and Monitoring Program for Mitigation Measures and California De Minimis Impact Finding for the Tamarind Avenue Sewer Lift Station and Force Main Project. The Notice of Determination and Certificate of Fee Exemption were filed on January 27, 1993. BACKGROURD : On January 19, 1993 (Page 3), the Council authorized the Community Development Department to advertise for bids for the Construction of the Tamarind Avenue Sewer Lift Station and Force Main project (See Vicinity Map, Page 4). The construction of this project is required by the Facilitation Agreement by and among Ten -Ninety, Ltd., the City of Fontana, and the Fontana Redevelopment Agency (Jurupa Hills Redevelopment Project) as stated in Section 11(g) of said Agreement (Page 5). The facility will provide sewer services to the Ruth 0. Harris Junior High School. The Facilitation Agreement requires that the sewer lift station facility be operational prior to August 1, 1993. The non -mechanical parts of the sewer lift station wet well consist of three elements: concrete base; approximately 30 lineal feet of precast reinforced concrete pipe, 10 feet in diameter, to be installed vertically; and a flat top concrete slab. The fabrication of the concrete pipe requires a long lead time. In order to comply with the tight time frame for the project, which requires that the lift station facility be operational by August, 1993, and to satisfy the requirement for the long lead time for the fabrication of the concrete pipe, bidding for the wet well prior to the bidding for the complete project was necessary. The City's Purchasing Division sent bid packages for the fabrication of the wet well to four vendors. Only one bid was submitted to the City. On February 18, 1993, the sealed bid from the sole responding vendor, Hydro Corporation, was opened. Hydro Conduit Corporation's bid meets all of Conduit City's requirements (Pages 6-7). ANALYSIS AND FINDINGS: The construction of the Tamarind Avenue Sewer Lift Station and Force Main is required by the Facilitation Agreement by and among Ten -Ninety, Ltd., the City of Fontana and the Fontana Redevelopment Agency (Jurupa Hills Redevelopment Project) as stated in Section 11(g) of said Agreement (Page 5). Per the Facilitation Agreement, the Tamarind Avenue Sewer Lift Station and Force Main must be operational prior to August 1, 1993. Prior bidding for the fabrication of the precast wet well for the project was necessary in order to satisfy the requirement for the long lead time for the fabrication of the concrete items to meet the deadline for constructing the facility and having it operational prior to August 1, 1993. The one bid received by the City meets the requirements for a responsible bidder (Pages 6-7) . Staff recommends award of the bid and authorization of a purchase order in the amount of $26,854.96 to Hydro Conduit Corporation. of Corona for the fabrication of a precast wet well for the Tamarind Avenue Sewer Lift Station Number 8 and Force Main to San Ana Avenue project. This recommended action complies with the City's adopted Purchasing policies and procedures. ATTACHMENTS: Page 3 - Minute action of January 19, 1993 Page 4 - Vicinity Map Page 5 - Section 11(g) of the Facilitation Agreement Page 6 - Memo dated February 19, 1993 from the Central Services Manager with attached Summary of Bid Prices SUBMITTED BY: z7" Jennif Vaughn Blakely Assis ant City Manger JVB:RWW:wp REVIEWED BY: RECOMMENDED BY: Clark A1sQ Ja M Corey Steve Deitsch C. y anager City Attorney • • City Council Minutes 411 March 16, 1993 Lk; G. (1) Approving the execution of a Memorandum of Under- APRV MOU FUSD standing between the City of Fontana and the Fontana Unified POLICE D.A.R.E School District, in which the Police Department will provide PROGRAM the D.A.R.E. Program, gang awareness presentations, domestic MO 93-112 violence and child abuse presentations and intervention, the Crime Prevention Program; and the Community Services Department will provide existing after school programs. (2) Authorizing the City Manager to execute the Memorandum of Understanding on behalf of the City. H. Adopting Ordinance No. 1073. amending Section 9-6 of Chapter 9 of the City Code of the City of Fontana concerning powers of the Director of Emergency Services during a local emergency. I. Item I (1-2) were removed from the Consent Calendar. J. Item J was removed from the Consent Calendar. K. Accepting the Project Area Committee's (PAC) recommend- ation to affirm Robert Cheng as a new member on the Sierra Corridor Commercial Redevelopment PAC in the Business Owner/Tenant category. L. Item L was removed from the Consent Calendar. M. Accepting a bid in the amount of $287,155.86 and award- ing a contract to Multi Construction Inc., for the construct- ion of the Tamarind Avenue sewer lift station and force main in Tamarind Avenue to Santa Ana Avenue and authorizing a construction contingency fund in the amount of $28,715.59 (10% of the contract amount) and authorizing the City Manager to execute the construction contract. ATHRZ MOU FUSD/POLICE D.A.R.E PROG MO 93-113 ADPT ORD 1073 AMEND CH 9 POWERS DIRECT EMERGENCY SERV ITEM REMOVED ITEM REMOVED APRV PAC REC R.CHENG TO SIERRA COORD. MO 93-114 ITEM REMOVED ACPT BID AWARD CONTRACT MULTI CONSTRUCT INC. TAMARIND SEWER LIFT STATION MO 93-115 N. (1) Accepting as complete the subdivision improvements ACPT COMPLETE in Tract 13325-3, located north of Miller Avenue and east IMPRVMTS of Beech Avenue in the Rancho Fontana Specific Plan and TRACT 13325-3 authorizing the release of the monument deposit and certain MO 93-116 security posted with respect thereto, subject to satisfaction of all conditions for release. (2) Adopting Resolution No. 93-25. accepting the sewers in Tract 13325-3 as a part of the sewer system. ADPT RES 93-25 ACPT SEWERS TRACT 13325-3 (3) Accepting as complete the subdivision improvements ACPT COMPLETE in. Tract 13952, located south of San Bernardino Avenue, IMPRVMTS between Juniper and Cypress Avenues and authorizing the TRACT 13952 release of the monument deposit and certain security posted MO 93-117 with respect thereto, subject to satisfaction of all conditions for release. Page 5 of 10 PAYMENT/CONTRACT EXECUTION REQUEST • TO: JAY M. COREY, CITY MANAG R FROM: Ken Jesk ing unity Development Director DATE: Apri 1 19, 1993 SUBJECT: TAMARIND SEWER LIFT STATION BRIEF BACKGROUND/SUMMARY: Award of contract to MULTI CONSTRUCTION INC. for construction of the Avenue sewer lift station and force main In -Tamarind -Avenue to.Santa. Approved by City Council on 3/16/93, authorizing the City Manager to construction contract. Tamarind Ana Avenue. execute the Vendor/Contract Name: MULTI CONSTRUCTION, INC. Contract Value $ 287 ,155.86 P.O. # N/A Balance on contract/P.O. after this payment Budgeted: [ )]X Yes [ ] No [ ] One -Time Cost [ ] Recurring Consistent with Purchasing Procedures: [ X]( Yes [ ] No If not consistent, explain: • STAFF APPROVAL: DATE: DEPARTMENT HEAD APPROVAL:. DATE: 0 N —1 c -13 CITY MANAGER FINAL APPROVAL: \ \.[, DATE: cct • 9 3 Attachment: City Council Minutes and/or Page.from Approved Budget [ XI( Yes [ ] No Other [ ] CITY COUNCIL ACTION REPORT 411 AGENDA ; ; :,y. OM MARCH 16 1993 CONSENT CALENDAR Meeting Date Agenda Placement TO: Mayor and City Council FROM: Community Development Department SUBJECT: Award of Contract for the Construction of the Tamarind A in Tamarind Avenue to Santa Ana Avenuevenue. Lift Station and Force Main Project RECOMMENDATION: TO ACCEPT A BID IN THE AMOUNT OF $287,155.86 AND AWARD A CONTRACT CONSTRUCTION, INC. FOR THE CONSTRUCTION OF THE TAMARIND AVENUE SEWER MLIFT STATION AND FORCE MAIN IN TAMARIND AVENUE TO SANTA ANA AVENUE AND TO AUTHORIZE A CONSTRUCTION CONTINGENCY FUND IN THE AMOUNT OF $28,715.59 (10% OF TH CONTRACT AMOUNT) AND TO AUTHORIZE THE CITY MANAGER TO EXECUTE THE CONSTRUCTION CONTRACT. CONSTRUCTION MGM. IMPACT: Funding General 1-1 No IX_ Yes Source: I -I Fund Budget IX I 011 Sewer Fund Budget I_.I Bond. Proceeds I1 Developer Deposits Sufficient funds in the amount of $350,000 are available in Account No. 071-7258 for the Construction of the Tamarind Avenue Sewer Lift Station and Force Main. ENVIRONMENTAL IMPACT: I_I Yes CI No On January 19, 1993, the Council adopted the Mitigated Negative Decl araMonitoring Program for Mitigation Measures and California De Minimis and Finding for the Tamarind Avenue Sewer Lift Station and Force Main Project. The Notice of Determination and Certificate of Fee Exemption were filed On ,January 27, 1993. BACKGROUND - On January 19, 1993 (Page 5), the Council authorized the Community' Devel Department to advertise for bids for the construction of the Tamarind Avenue Sewer Lift Station and Force' Main project (See Vicinity Map, Page 6). The construction' of this project is required by the Facilitation Agreement by and among Ten -Ninety, Ltd., the City of Fontana, and the Fontana Redevelopment. Agency (Jurupa Hills Redevelopment Project). The facilitywilt services to the Ruth 0. Harris Junior High School. Section 1g)de 1(se the Facilitation Agreement requires that the sewer lift station facility the constructed and that it be operational prior.to August 1, 1993 (Page 7). ANALYSIS AJ0 FIitPIO: i The construction of this project is consistent with the extra -territorial sewer services• agreement with the City of Rialto, approved by the Fontana City Council on July 16, 1991 (Page 8). The construction of this p required by the need to comply with the Facilitation Agreement byand c among Ten -Ninety, Ltd., the City of Fontana, and the Fontana Redevelopment Agency (Jurupa Hills Redevelopment Project). Per Section 11(he g) (Page 7), the sewer lift station facility is t equiredlitot�be constructed and operational prior to August 1, 1993. The bid process was conducted in accordance with bid works projects. Thirteen (13) bids were received by the City uClerk'sresr ofpuli fice. Bids were opened by the Deputy City Clerk in the Council Chambers at 10:00 a.m. on March 4, 1993. The lowest responsible bidderwas Multi Construction, Inc., as reflected in the recapitulation of bids (Pages 9-13). The low ,bid of $287,155.86 is $1,273.36 above the Engineer's Estimate of $285,883. The references supplied by Multi Construction, Inc. have been checked by Engineering Division staff, and they have received good recommendations from the references. 0n March.2, 1993 (Pages 14-16), the City received a letter of protest from Mr. William E. Mirabelli of.Flo-Systems, Inc., a pump distributor, regarding the City's pump specifications. which were part of the bid package for the Construction of the Tamarind Avenue Sewer. Lift Station and Force Main in Tamarind Avenue to Santa Ana Avenue. The concerns raised in Mr. Mirabelli's letter fall into six categories. Mr. Mirabelli's concerns and the City's responses,- as detailed in the staff memo dated March 7, 1993 (Pages 17-19), are as follows: . 1. Mr. Mirabelli suggested that Mr. Dave Aldana, Electronics Technician in the City's Public Works Division, had not returned a phone call which Mr. Tibi of Flo -Systems, Inc. made to Mr. Aldana on February 26, 1993 (Page 19). Response: The question raised by Mr. Tibi in his telephone conversation with Mr. Aldana concerned the hardness requirement of the metal in the wear rings. It was necessary for Mr. Aldana to secure the information which Mr. Tibi needed from another party. Since Mr. Mirabelli's letter was written on a Tuesday following the conversation on Friday between Mr. Aldana and Mr. Tibi, Mr. Aldana was unable to achieve that quick a turnaround. He had not responded because he had not yet received the information from the third party. 2. Mr. Mirabelli questioned the City's requirement in the specifications for 550 BHN wear plate and wear rings when there is a standard cast iron case and impeller. Response: It is explained in the staff memo on Page 17 that the wear plate and rings are components in the pump which receive the most wear; that the City has just had a pump modified at an existing lift 111 • station which showed more than normal wear on an approximately 3-year old the parts in question in he City tends to -have extensive sand and grit problems the sewage tthus requiring a harder material for the parts receiving the most wear. 3. Mr. Mirabelli questioned the validity for requiring the high standards set for the hardware in the specifications. Response: Staff explains in the March 7, 1993 memo (Page 17) that the City's higher standards are a result of the City's experience with pumps in existing lift stations. There have been problems with corrosion and stress related faults which occurred with lower horsepower pumps. Therefore, with these larger pumps, the City feels that it is prudent to install higher quality, stronger hardware. 4. The question is raised by Mr. Mirabelli as to why the City is specifying dual voltage motors. Response: In specifying the dual voltage motors, the City is attempting to take into consideration not only the present requirement, but a possible future requirement. If, for some reason, there should be a closure of this station in the future, and a new station built which is not 460 volt, the dual voltage pump specified in this bid package could still be utilized. This requirement is an idea for long-range cost savings. 5. Mr. Mirabelli suggests that the factory -witnessed tests which he states require that the manufacturer be within a 50-mile radius are strong indicators that the City is deliberately restricting competition and favoring ESSCO. Resoonse: Staff points out on Page 18 of the March 7, 1993 memo that the testing of the pumps is solely to safeguard the City's interest. However, Mr. Mirabelli misinterpreted the specifications to require that the manufacturer be within a 50-mile radius. The specification actually states: "The pump manufacturer shall have a stocking facility of the pumping equipment used in this project within a 50-mile radius.' This would ensure a quick response time in the event of pump failure necessitating either a replacement pump or parts to repair the damage. 6. The specifications call for $1,000 per day liquidated damages for late completion of the project. Mr. Mirabelli questions this. Response: Timely completion of this project (prior to August 1, 1993) is critically important in order for the lift station to serve the school facility which is scheduled to open this school year. Therefore, the liquidated damages clause is appropriate. In a letter dated' rch 10, 1993 (Pages 20-21), the - Mr. Mirabelli's concerns, providing him with, a copy of the staff memo dateto d March 7, 1993. The staff memo explains in detail the City's justification for 'e the specifications as written in the bid package. The City Attorneys letter also points out that City staff fully understand that the successful bidder must be afforded the opportunity to substitute any other whose performance, durability, reliability and capability would be equal tow the ESSCO pump. Staff recommends award of the contract for the Construction of the Tamarind Avenue Sewer Lift Station and Force Main in Tamarind Avenue to Santa Ana Avenue to Multi Construction, Inc., the lowest responsible bidder. The recommended action complies with the City's adopted purchasing policies and procedures. ATTACHMENTS: Page 5 - Minute action of January 19, 1993 Page 6 - Vicinity Map Page 7 - Excerpt from Facilitation Agreement by and Among Ten -Ninety, Ltd., the City of Fontana, and the Fontana Redevelopment Agency (Jurupa Hills Redevelopment Project), Section 11(g) Page 8 - Minute action of July 16, 1991 Page 9 - Recapitulation of bids for the construction of the Tamarind Avenue Avenue Sewer Lift Station and Force Main Page 14 - Letter dated March 2, 1993 from Mr. William E. Mirabelli of Flo -Systems, Inc. Page 17 - Memo dated March 7, 1993 written by Mr. David Aldana to Mr. Ken Jeske Page 20 - Letter dated March 10, 1993 written by Michael T. Riddell of. Best, Best & Krieger to Mr. William E. Mirabelli of Flo -Systems, Inc. SUBMITTED BY: hxc ennife Vaughn Blakely Assist t City Manager JVB:RWW:wp REVIEWED BY: . RECOMMENDED BY: Clark Alsop or Ja Corey Steve Deitsch CI / anager City Attorney City Council Minutes January 19, 1333' B. (1) Adopting a Mitigated Negative Declaration and monitoring program for mitigation measures and California Fish and Game De Minimis Impact Finding and directing staff to file the Notice of Determination and Certificate of Fee Exemption for the construction of Tamarind Avenue sewer lift station approximately 475 feet north of Jurupa AOPT NEG DEC MONITOR DE- MINIMIS/FILE NOD SEWER LIFT STATION MO 93-26 Avenue and force main in Tamarind Avenue from the pump station to Santa Avenue. (2) Authorizing the Community Development Department to advertise for bids for the construction of Tamarind Avenue sewer lift station approximately 475 feet north of Jurupa Avenue and force main in Tamarind Avenue from the pump station to Santa Ana Avenue. (3) Authorizing the transfer to Tamarind Avenue lift station, Account No. 071-7258, of $350,000 from Account No. 071-7247-4300'(valley Boulevard, Cypress Avenue to Palmetto Avenue). Ana ATHRZ ADVERT BIOS SEWER LIFT STATION MO 93-27 ATHRZ ACCT TRANSFER SEWER LIFT STATION MO 93-28 DUruns UPI-1 .PH(M Of I�ulur>,u CONSTRUCTION OF - TAMARIND AVENUE LIFT SI ATION LOCATION AND VICINII Y MAP N T.S. -.10 ST OVER 1 REEWAY SANTA ANA JURUPA 12" PAOPOSW FORCE MAW Q'Q W ri 1 I0 AVE AVE C_) _JLe <1iJ c5'W t- z Ln -� X cy W 1-- �-7 IL . Q 0 IQ Q ►- . ruurtit AVL T {inrrs�M� a r( PROPOSED UFT STATION - LEGEND PROPOSED EORCL MAIN ." EXIS I RIAI 10 TRUNK SE WLR — —CI1Y AND LOON TY BOUNDARY I U TII 0. IIARRIS SCI1001. Ill • • funding sources become available two additional traffic lanes in Citrus Avenue north from Jurupa Avenue to Slover Avenue. (f) The City shall immediately process and diligently prosecute to completion all steps required for City Council approval of the tentative map and final map for Tract Number 15117 and hereby approves the tentative map filing fee and final map filing fee as specified in Section llb.(5)(b)(i) hereof., Participating Owner will pay the filing fees for said maps in the amounts agreed upon and as specified in Section llb.(5)(b)(i) hereof. (g) ' The City shall design and construct the sewer lift station and force main to be located near the site of the Ruth O. Harris Junior High School located in the Colton Joint Unified School District ("Junior High School Site") in accordance with the requirements of plans and specifications prepared by or to kze prepared by the City and said lift station and' force main c}a„ be operational for the opening of said school prior to August 1, 1993. (h) The City shall administer and construct when warranted by state law.and authorized by the City's traffic engineer the traffic signal installation at the corner of Mulberry Avenue and Cherry Avenue in accordance with plans prepared by Participating Owner as provided in Section lla.(2)(a) hereof. (i) Upon the Date of Finality of the Validation Judgment, the City shall immediately release all securities posted by or for Participating Owner with respect to Phases I and II described in Exhibit 2 hereto which is incorporated. herein by this reference. Concurrently with (1) the posting by Participating Owner of the supplemental improvement bonds described in Section lib. (5) (a) below entitled "Participating Owner's Bonding Responsibilities" or (2) the completion by Participating Owner of the. improvements described in Section lla.(2)(c) below to which such bonds apply, whichever occurs first, the City shall accept said improvements and/or supplemental improvement bonds and release all securities posted by Or for Participating Owner with respect to Phase III described in Exhibit 2 hereto. Upon the Date of Finality of the Validation Judgment the City shall forthwith, and in any event within five (5) business days thereafter, release the improvement bond posted in connection with Tract 12064-2 in Phase II of Southridge Village for improvements of Jurupa Avenue westerly of Mulberry Avenue (Jurupa West). (j) The Chino Basin Municipal Water District ("CBMWD") has agreed in that certain Memorandum of Understanding dated January 18, 1990 entered into between the City and CBMWD (hereafter, "MOU") to pay its proportionate share of the annual maintenance cost of maintenance of landscaping constructed along Jurupa Avenue. Since October 1, 1990 said cost has been borne by the Community. Facilities District No. 1 (hereafter, b:\c.rn$1291ops.O21O92:1531\f.o.ga7 22 City Council Minutes X. Approving the execution by the City Manager of an. agreement with the City of Rialto for sewage treatment service for Southeast Fontana. July 15, 1391 7014 APRV C MGR EXECUTE AGRMT W/ RIALTO RE: SEWER TREATMT MO 91-523 CITY OF FONTANA SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION # 8 BID DATE: Thursday MARCH 4,1993 ® 10:00 AM Pape 1 of 5 ENGINEER'S ESTIMATE MULTI CONSTRUCTION 1NC. O.D. BEAVERS C.P. CONSTRUCTION 2440 NO. GLASSELL ' ORANGE, CA 92665 1704 ORANGE AVENUE WEST COVINA, CA 91790 P.O. BOX 1206 ONTARIO, CA 91762 ITEM NO. DESCRIPTION ESTIMATED QUANITY . UNIT UNIT PRICE $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $_ UNIT PRICE $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $ 1 CLEARING & GRUBBING.COMPLETE. LUMP SUM LS $1,000.00 $1,000.00 $2,000.00 $2,000.00 $10.000.00 $10,000.00 $6.500.00 S6,500.00 2 CONSTRUCT SEWER LIFT STA. #8,COMPLETE. LUMP SUM LS $145,000.00 $145,000.00 $124,392.00 $124,392.00 $80,000.00 $80,000.00 $140.000.00 $140.000.00 3 INSTALL 60" DIA. METERING MANHOLE, COMPLETE IN PLACE. 1 EA $2.800.00 $2,800.00 $4,500.00 $4,500.00 $6,000.00 . $6,000.00 $8,500.00 $8.500.00 4 POTHOLE EXISTING UTILITIES. 4' EA $500.00 $2,000.00 $170.00 $680.00 $250.00 $1,000.00 $125.00 $500.00 5 INSTALL 12" D.I.P. FORCE MAIN. 2206 LF $25.00 $55.150.00 $25.00 $55,150.00 - $50.00 $110,300.00 $26.50 $58,459.00 6 INSTALL 18" V.C.P. SEWER,COMPLETE. 55.5 LF $65.00 $3,607.50 $114.00 $6,327.00 $100.00 $5,550.00 $105.00 S5.82 7 INSTALL 12" D.I.P. 45 DEGREE BEND. 2 EA $500.00 $1,000.00 $430.00 $860.00 $2,000.00 $4,000.00 $400.00 8 INSTALL 12' D.I.P. LATERAL 5 - EA $800.00 $4,000.00 $1,322.00 S6.610.00 $1.000.00 $5,000.00 $1,290.00 $6,450.00 9 INSTALL 60" DIA.DROP MANHOLE, COMPLETE IN PLACE. 1 EA $2,800.00 $2,800.00 $3.500.00 $3,500.00 $6,000.00 $6.000.00 $3,500.00 $3,500.00 10 INSTALL 4'x5' PRECAST CONC. UTILITY VAULT, COMPLETE IN PLACE. 5 EA $2,000.00 $10,000.00 $2,240.00 $11,200.00 $2,000.00 $10,000.00 $2.950.00 $14,750.00 11 REMOVE EXISTING AC. PAVEMENT. 13100 SF $1.00 $13,100.00 $0.64 ' $8,384.00 $0.50 $6,550.00 $0.15 ;5.1.965.00 12 CONSTRUCT P.C.C. TRENCH BACKFILL SLURRY. COMPLETE. 280 LF $30.00 '$8.400.00 $15.17 $4,247.60 $20.00 $5,600.00 $15.50 $¢.CA0.00 13 INSTALL 6" THICK CRUSHED AGG. BASE MATERIAL 540 TONS $15.00 $8,100.00 $5.64 $3,045.60 $15.00 $8,100.00 $13.50 •$7.290.00 14 INSTALL 4' THICK ASPHALTIC CONC. PAVEMENT, TRENCH REPAIR. 357 TONS $25.00 $8,925.00 $62.38 $22,269.66 $40.00 $14,280.00 $47.00 $16,779.00 15 PROVIDE ELECTRIC GENERATOR AND TRAILER. LUMP SUM LS $10,000.00 $10,000.00 $29,670.00 $29,670.00 $12,000.00 $12,000.00 $32.750.00 $32.750.00 16 PROVIDE EQUIPMENT FOR MAINTENANCE VEHICLE. LUMP SUM LS $10,000.00 $10,000.00 $4,320.00 $4,320.00 $12,000.00 $12,000.00 $5,600.00 $5.600.00 17 18 GRAND TOTAL $ $285,882.50 $287,155.86 _ $296.380.00 _ $314,010.50 CITY OF FONTANA SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION # 8 BID DATE: Thursday MARCH 4.1993 Q 10:00 AM Pape 2 of 5 . ENGINEERS ESTIMATE TOMAR ENG. INC. AW DAVIS, INC DOTY BROS. EQUIP. CO. 8582 HELLMAN CORONA. CA 91720 8737 HELMS AVENUE RAN. CUCA., CA 91730 11232 E FIRESTONE BLVD. 1 NORWALK, CA 90650 j ITEM NO. DESCRIPTION ESTIMATED QUANITY UNIT UNIT PRICE $ TOTAL AMOUNT $ UNIT PRICE , $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $ 1 CLEARING & GRUBBING,COMPLETE. LUMP SUM LS $1,000.00 $1,000.00 $30.000.00 $30,000.00 $12,000.00 $12.000.00 $2,350.00 $2,350.00 2 CONSTRUCT SEWER LIFT STA. +#,COMPLETE. LUMP SUM LS $145,000.00 $145,000.00 $121,000.00 $121,000.00 $150,000.00 $150,000.00 $137,000.00 $137,000.00 3 INSTALL 60" DIA. METERING MANHOLE COMPLETE IN PLACE. 1 EA $2.800.00 $2.800.00 $13.500.00 $13,500.00 $8,000.00 $8.000.00 $17.640.00 $17,640.00 • 4 POTHOLE EXISTING UTILITIES. 4 EA $500.00 $2,000.00 $500.00 $2,000.00 $300.00 $1,200.00 - $662.50 $2,650.00 5 INSTALL. 12" D.I.P. FORCE MAIN. 2206 LF $25.00 $55,150.00 $28.00 $61,768.00 $34.00 $75,004.00 $35.00 $77,210.00 $12,7 $2,7 4 $9.000.00 6 INSTALL Ur V.C.P. SEWER,COMPLETE. 55.5 LF $65.00 $3,607.50 $100.00 $5,550.00 $122.00 $6,771.00' $230.00 7 INSTALL 12" D.I.P. 45 DEGREE BEND. 2 EA $500.00 $1,000.00 $500.00 $1,000.00 $450.00 $900.00 $1,350.00 8 INSTALL 12" D.I.P. LATERAL 5 EA $800.00 $4,000.00 $1,100.00 $5,500.00 $1,000.00 $5,000.00 $1.800.00 9 INSTALL 60" DIADROP MANHOLE. COMPLETE IN PLACE. ' 1 EA $2.800.00 $2,1300.00 $3,500.00 $3,500.00 $4,400.00 $4,400.00 $14,650.00 $14,650.00 10 INSTALL 4k5' PRECAST CONC. UTILITY VAULT, COMPLETE IN PLACE. 5 EA $2.000.00 $10.000.00 $2,500.00 S12.500.00 $3,400.00 $17,000.00 $4,610.00 $23,050.00 11 REMOVE EXISTING AC. PAVEMENT. 13100 SF $1.00 $13,100.00 $0.50 S6.550.00 $1.00 $13.100.00 $0.50 S6.550.00 12 CONSTRUCT P.C.C. TRENCH BACKFILL SLURRY, COMPLETE. 280 LF $30.00 $8,400.00 $15.00 $4.200.00 $20.00 $5.600.00 $11.25 $3,150.00 13 INSTALL 6" THICK CRUSHED AGG. BASE MATERIAL, TRENCH REPAIR. 540 TONS $15.00 $8,100.00 $12.00 $6.480.00 $23.00 $12,420.00 $19.25 $10.395.00 14 INSTALL 4' THICK ASPHALTIC CONC. PAVEMENT, TRENCH REPAIR. 357 TONS $25.00 $8,925.00 $35.00 $12.495.00 $46.00 $16,422.00 $46.00 S16,422.00 15 PROVIDE ELECTRIC GENERATOR AND TRAILER. LUMP SUM LS $10.000.00 $10,000.00 $30.000.00 $30.000.00 $33.000.00 $33,000.00 $28.575.00 $26.575.00 I 16 PROVIDE EQUIPMENT FOR MAINTENANCE VEHICLE. LUMP SUM LS $10,000.00 $10.000.00 $3,500.00 $3,500.00 $6,000.00 $6.000.00 $5.900.00 ,5 °'-00.00 17 18 GRAND TOTAL $ _ $285,882.50 $319.543.00 $366,817.00 $370,007.00 1 CITY OF FONTANA SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION # 8 BID DATE: Thursday MARCH 4.1993 @ 10:00 AM ENGINEERS ESTIMATE STANLEY F. YELICH INC. KERSHAW CONST. CO. DORADO ENTER. INC. P.O. BOX 246 SIERRA MADRE, CA 91025 14046 SANTA ANA AVE. FONTANA, CA 92335 10725 ELLIS AVE. UNIT 1 FOUNT. VALL CA 92708 IItM NO. DLSCHIPTION ESTIMATED QUANITY • UNIT UNIT PRICE $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $ 1 CLEARING & GRUBBING.COMPLETE. LUMP SUM LS $1,000.00 $1,000.00 $1.000.00 $1,000.00 $40,000.00 $40,000.00 $2,000.00 $2,000.00 2 CONSTRUCT SEWER LIFT STA. #8,COMPLETE.. LUMP SUM LS $145,000.00 $145,000.00 $185,000.00 $185.000.00 $150,000.00 S150,000.00 $80,000.00 $80.000.00 3 INSTALL 60" DIA. METERING MANHOLE, 1 - EA $2.800.00 $2.800.00 $3.500.00 $3,500.00 $13,000.00 $13,000.00 $50,000.00 $50,000.00 4 POTHOLE EXISTING UTILITIES. 4 EA $500.00 $2,000.00 $100.00 $400.00 $500.00 $2.000.00 $5,000.00 $20.000.00 5 INSTALL 12" D.I.P. FORCE MAIN. 2206 LF $25.00 $55,150.00 $38.00 583.828.00 $41.50 $91,549.00 $14.00 $30.884.00 6 INSTALL 18' V.C.P. SEWER,COMPLETE 55.5 LF $65.00 $3,607.50 $93.00 $5.161.50 $100.00 $5.550.00 $110.00 $6,1� 7 INSTALL 12' D.I.P. 45 DEGREE BEND. 2 EA $500.00 $1,000.00 $380.00 $760.00 $300.00 $600.00 $400.00 580' 8 INSTALL 12' D.I.P. LATERAL 5 EA $800.00 $4,000.00 $950.00 $4.750.00 $1,000.00 $5,000.00 $4,000.00 $20,000.00 9 INSTALL 60' DIA.DROP MANHOLE, 1 EA $2.800.00 $2,800.00 $3.500.00 $3.500.00 $3.500.00 $3.500.00 $60,000.00 $60,000.00 10 INSTALL 4k5' PRECAST CONC. UTIUTY VAULT, COMPLETE IN PLACE. 5 EA $2.000.00 $10,000.00 • $2,600.00 $13,000.00 $3,000.00 $15.000.00 $4,000.00 $20,000.00 11 REMOVE EXISTING AC. PAVEMENT. 13100 SF $1.00 $13,100.00 $0.15 $1,965.00 $0.25 $3.275.00 $0.76 $9,956.00 12 CONSTRUCT P.C.C. TRENCH BACKFILL SLURRY, COMPLETE. 280 LF $30.00 $8,400.00 $22.00 $6,160.00 $30.00 $8,400.00 $33.00 S9,240.00 13 INSTALL 6' THICK CRUSHED AGG. BASE MATERIAL TRENCH REPAIR. 540 TONS ., $15.00 $8,100.00 $16.00 $8.640.00 $20.00 $10.800.00 $20.00 $10,800.00 14 INSTALL 4" THICK ASPHALTIC CONC. PAVEMENT. TRENCH REPAIR. 357 TONS $25.00 $8,925.00 $49.00 $17,493.00 $50.00 $17,850.00 $80.00 $28.560.00 15 PROVIDE ELECTRIC GENERATOR AND TRAILER. LUMP SUM LS $10.000.00 $10,000.00 $32.000.00 $32.000.00 $10,000.00 $10,000.00 $35,000.00 $35.000.00 16 PROVIDE EQUIPMENT FOR MAINTENANCE VEHICLE. LUMP SUM LS $10,000.00 $10,000.00 $6.000.00 $6.000.00 $5.000.00 $5,000.00 $8,000.00 $8,000.00 17 18 GRAND TOTALS $285,882.50 $373,157.50 $381,524.00 $391,345.00 CITY OF FONTANA SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION N 8 BID DATE: Thursday MARCH 4.1993 @ 10:00 AM Page 4 of 5 ENGINEER'S ESTIMATE FLOYD CONST. CO. S.J. BURKHARDT INC. CALIAGUA INC. 330 N. 3RD STREET REDLANDS. CA 92373 6157 MARLATT STREET MIRA LOMA. CA 91752 15148 SIERRA BON. LN. CHINO, CA 91709 rI I EM NO. DESCRIPIION1 tSTIMATED OUANITY UNIT UNIT PRICE $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $ UNIT _ PRICE $ TOTAL AMOUNT $ UNIT PRICE $ TOTAL AMOUNT $ 1 CLEARING & GRUBBING,COMPLETE. LUMP SUM LS $1,000.00 $1.000.00 $21,464.00 $21.464.00 $2,500.00 $2,500.00 $8,520.00 $8.520.00 2 CONSTRUCT SEWER LIFT STA. #8,COMPLETE. LUMP SUM LS $145.000.00 $145,000.00 $167,830.00 $167,830.00 $224,720.00 $224,720.00 $167,878.00 $167.878.00 3 INSTALL 60' DIA. METERING MANHOLE. COMPLETE IN PLACE. 1 EA $2.800.00 $2.800.00 $11,709.00 $11,709.00 $11,000.00 $11.000.00 214,602.00 $14.602.00 4 POTHOLE EXISTING UTILITIES. 4 EA $500.00 $2,000.00 $376.00 $1,504.00 $250.00 $1,000.00 $1.800.00 $7,200.00 5 INSTALL 12' D.I.P. FORCE MAIN. 2206 LF - $25.00 $55,150.00 $30.52 $67,327.12 $29.00 $63,974.00 $36.00 $79,416.00 6 INSTALL 18' V.C.P. SEWER,COMPLETE. 55.5 LF $65.00 $3.607.50 $200.00 211,100.00 $150.00 $8,325.00 $246.00 $13.653.00 7 INSTALL'1" D.I.P. 45 DEGREE BEND. 2 EA $500.00 $1,000.00 $630.00 $1,260.00 S375.00 $750.00 $516.00 $1,032.00 8 INSTALL 12" D.I.P. LATERAL 5 EA S800.00 $4,000.00 $1,283.00 $6.415.00 $1.000.00 $5,000.00 $1.636.00 $8,180.1. $14,709.00 - 9 INSTALL 60' DIA.DROP MANHOLE COMPLETE IN PLACE. 1 EA S2.800.00 $2.800.00 $10,995.00 $10,995.00 $7,500.00 $7,500.00 $14,709.00 10 INSTALL 4'x5' PRECAST CONC. UTILITY VAULT. COMPLETE IN PLACE. 5 EA $2,000.00 S10.000.00 $3,481.00 $17.405.00 $2,200.00 $11,000.00 $5.270.00 $26.350.00 11 REMOVE EXISTING A.C. PAVEMENT. 13100 SF $1.00 $13,100.00 $0.54 $7.074.00 $0.25 $3,275.00 $0.60 $7,860.00 12 CONSTRUCT P.C.C. TRENCH BACKFILL SLURRY, COMPLETE. 280 LF $30.00 $8,400.00 $43.00 $12,040.00 $10.00 $2,800.00 $20.00 $5,600.00 13 INSTALL 6' THICK CRUSHED AGG. BASE MATERIAL TRENCH REPAIR. 540 TONS $15.00 $8,100.00 $14.67 $7,921.80 $8.50 $4.590.00 $24.00 $12.960.00 14 INSTALL 4' THICK ASPHALTIC CONC. PAVEMENT, TRENCH REPAIR. 357 TONS $25.00 $8,925.00 $65.45 $23,365.65 $74.00 $26,418.00 $42.00 $14.994.00 15 PROVIDE ELECTRIC GENERATOR AND TRAILER. LUMP SUM LS $10,000.00 $10,000.00 $30,000.00 $30,000.00 $32,500.00 $32,500.00 $33.000.00 ' $33.000.00 16 PROVIDE EQUIPMENT FOR MAINTENANCE VEHICLE. LUMP SUM LS $10,000.00 $10,000.00 $5,000.00 $5,000.00 $5,500.00 $5,500.00 $6.220.00 $6,220.00 17 18 GRAND TOTALS $285,882.50 $402,410.57 S410,852.00 $422,174.00 CITY OF FONTANA SEWER FORCE MAIN FOR TAMARIND AVENUE AND SEWER LIFT STATION 8 8 BID DATE: Thursday MARCH 4,1993 (g? 10:00 AM Page 5 of 5 ENGINEERS ESTIMATE KINGDON & SONS INC. 23800 SUNNYMD. BLVD.'E' MORENO VALL, CA 92553 ITEM NO. DESCRIPTION ESTIMATED OUANRY UNIT UNIT PRICE $ TOTAL AMOUNT • $ UNIT PRICE $ TOTAL AMOUNT $ 1 CLEARING & GRUBBING,COMPLETE. LUMP SUM LS _ $1,000.00 $1,000.00 $17,000.00 117,000.00 2 CONSTRUCT SEWER LIFT STA. #8,COMPLETE. LUMP SUM L3 $145,000.00 $145,000.00 S190,000.00 1190,000.00 3 INSTALL 80' DIA. METERING MANHOLE, COMPLETE IN PLACE. 1 EA: 12,800.00 $2.800.00 $10,000.00 $10,000.00 4 POTHOLE BUSTING UTILITIES. 4 EA ' S500.00 $2,000.00 1380.00 $1,440.00ID 5 INSTALL 12' D.I.P. FORCE MAIN. 2208 LF 125.00 $55,150.00 $38.00 $79,418.00 8 INSTALL 18• V.C.P. SEWER.COMPLETE. 55.5 LF $85.00 13,007.50 $122.00 $8,771.00 7 INSTALL 12' O.I.P. 45 DEGREE BEND. 2 EA $500.00 - $1,000.00 1500.00 $1,000.00 8 INSTALL 12' D.I.P. LATERAL 5 EA 0800.00 $4,000.00 $1,700.00 18,500.00 9 INSTALL 60' DIA DROP MANHOLE, - COMPLETE IN PLACE. 1 EA $2,800.00 $2,800.00 $8,500.00 $8,500.00 - - 10 INSTALL 4'x S' PRECAST CONC. UTILITY VAULT. 5 EA 12,000.00 110,000.00 $4,500.00 $22,500.00 11 REMOVE EXISTING A.C. PAVEMENT. 13100 SF 11.00 $13,100.00 10.40 15,240.00 12 CONSTRUCT P.C.C. TRENCH BACKFILL SLURRY, 280 LF 130.00 $8,400.00 115.00 $4,200.00 k 13 INSTALL 8' THICK CRUSHED AGG. BASE MATERIAL. TRENCH REPAIR 540 TONS 115.00 $8,100.00 118.00 08,640.00 C 14 INSTALL 4' THICK ASPHALTIC CONC. PAVEMENT: 357 TONS 125.00 $8.925.00 188.00 124,278.00 15 PROVIDE ELECTRIC GENERATOR AND TRAILER LUMP SUM LS 110,000.00 $10,000.00 $30,000.00 $30,000.00 18 PROVIDE EQUIPMENT FOR MAINTENANCE VEHICLE. LUMP SUM LS $10,000.00 $10,000.90 $6,000.00 18.000.00 17 18 GRAND TOTAL $ S285,882.50 $423,483.00 14 VWCI tit C'VC'TCA ACC ItA /n �571 Lv "v I V / 1.-1 vIV, /I vV./ 3010 Floyd St. • Burbank, California 91504-2599 • (213) 849-7711 • FAX (818) 842-3217 March 2, 1993 City of Fontana 8353 Sierra Avenue Fontana, CA 92335 Attention: Reference: Mr. Ken Jeske Public Works Manager BY - 93 TME ;_3•'�-3 • Pi -;..GE 1 OF MAILED 'resZiau._ Sewer Force Main - Tamarino Avenue Pump Station #8-SB-48-93, City of Fontana BOD March 4, 1993 @ 10:00 a.m. Dear Mr. Jeske, This letter is directed to you as a formal protest regarding the pump specification for this project. The specification calls out for ESSCO Pumps or "Approved Equal". Our initial inquires lead us to believe that the City of Fontana is not sincere in accepting an "Approved Equal". Mr. Harold Garcelon with Hall & Foreman and your Mr. Felipe Molinos stated that the City wants ESSCO Pumps. We asked Mr. Dave Aldano if we could bid and he told us he would return the call. He never did. The pump specification is extremely unusual for a sewage pump which leads us to ask a few questions. Does anyone at the City have information that some other pump manufacture/supplier will meet these specifications? Is the City expecting two or more pump bids, and if so, who is the other pump supplier? The contract completion time is 60 working days. This doesn't allow enough time to fabricate a pump and design these special modifications. It is likely that ESSCO can not deliver in this time period unless they feel assured of getting the business and have started fabrication prior to successful contractor getting an award and ESSCO getting a purchase order. These kind of practices normally result in the owner paying. higher prices for the equipment and choking competitive bidding. 15. Page 2 of 3 We have reviewed the specifications and feel very comfortable in stating that ALL the major pump manufacturers do not build a pump per these specifications and would not desire to build a custom pump to meet these specifications. It is even possible that ESSCO, who obviously influenced the writing of this specification, can not meet every segment of this specification. The irony is that this specification is not in the City's best interest. There are thousands of conventional pumps sold and installed for this service proven and working extremely well. How many pumps are installed that are built to this specification? What is the advantage of having 550 BHN wear plate and wear rings when you have a standard cast iron case and impeller? Why specify 316 stainless steel hardware, 416 stainless steel shaft and a cadmium plated grade eight impeller bolt? The weakest link will be the point of failure matter how durable the other parts are built. Why specify dual voltage motors and refuse to voltage motors? and it doesn't accept single Why must the tungsten carbide seal be installed prior to pump shipment instead of being installed by the motor manufacturer? There are three duty points in the specifications. Are these three points taken from the pump station system curve or are they taken from the ESSCO curve? On the slide rail assembly, why specify "o-ring seals" and deny "metal to metal faces"? Metal to metal faces are considered superior by most manufactures in a slide rail assembly. The elaborate factory witnessed tests and the requirement that the manufacturer be within a 50 mile radius are very strong indicators that the City is deliberately restricting competition and favoring ESSCO. The tests are optional so that means ESSCO may not have to provide same and any competitor may be stuck with the cost and time delays of these tests. The specifications call for $1000.00 per day liquidated damages for late completion of project. Will the contractor get relief if ESSCO is late on pumps or panel delivery? It is our belief and a strong possibility exists that the pump vendor, ESSCO, was given full latitude in writing a specification 16 Page 3 of 3 to meet the needs of the City. The practice of soliciting professional input is often done as most design engineers take advice from persons they consider experts in their field. In this case the pump vendor appears to be most interested in creating a proprietary specification that would eliminate competition and meet the needs of ESSCO. We want to bid this project and we would appreciate you taking action to remove these limitations. We are prepared to go into extensive details as to our qualifications and what we feel would be an acceptable specification to most pump manufacturers. Sincerely, William . Mirabelli WEM:tml r FONTANA.9LO 17 CITY OF FONTANA Fontana, California MEMORANDUM TO: KEN JESKE ACTING COMMUNITY DEVELOPMENT DIRECTOR FROM: DAVID ALDANA .4 ELECTRONICS TECHNICIAN SUBJECT: TAMARIND LIFT STATION DATE: MARCH 7, 1993 This is a response to the letter from William Mirabelli of Flo - Systems, Inc. and I would like to take each item one at a time. Firstly, Mr. Mirabelli states that their company called me and that I did not return their call; attached is copy of the message I received from staff. As you can see, Mr. Tibi from Flo -Systems called on Friday, February 26 at which time I told him I would check on the hardness requirement of the metal in the wear rings (which was the, only item he requested assistance on) and that I would call him as soon I had spoken to the specification writer. Mr. Mirabelli's letter is dated March 2., the following Tuesday! Unfortunately, I cannot achieve that quick of a turnaround time for information that I have to receive from another party. Second, the requirement of 550 BHN wear plate and wear rings is not an area that the City should lower. The wear plate and rings are components in the pump that receive the most use and, as the name implies, receive the most wear. The City just had a pump modified at an existing lift station in the southern area of town, that when analyzed showed more than normal wear on the parts in question for an approximately 3 year old pump. This City tends to have extensive sand and grit problems in the sewage thus requiring a harder material on those designed wear points. As for the availability from pump manufacturers, I believe that companies such as Fairbanks -Morse would build pumps to these specifications but the cost to the pump dealer, which is what Flo -Systems, Inc. is, would be higher possibly raising the initial cost to the City but keeping the long-range cost, i.e. replacing a worn pump, down. Third, the specifications on the hardware again are lessons the City has learned the hard way from existing stations. The City has had many problems at both submersible stations and above ground stations with corrosion and stress related faults. These problems occurred with lower horsepower pumps, so with these larger pumps we feel it is prudent to install higher quality stronger hardware. The logic of "The weakest link will be the point of failure and it. doesn't matter how durable the other parts are built" is ludicrous, otherwise why would we have specifications in the first place, why not accept whatever anyone has in stock. • PURE Specifications Justification Pg.2 Fourth, the question of dual voltage motors as opposed to single voltage. The City is trying to cover all bases for the present and the future by specifying these motors. If for some reason this station is shut down and a new station built that is not 460 volt, -the City will still be able to utilize these pumps, again a long-range cost saving idea. The next item is the installation of the tungsten carbide seal prior to pump shipment, the City doesn't really understand the problem with the specification, but Mr. Mirabelli is free to offer an equal pump with the seal installed by the motor manufacturer. The three duty points were selected in order to ensure maximum pump efficiency. The performance specifications are appropriate to the project and should not constitute a design problem for the pump manufacturer. The slide rail assembly is very clearly explained in the specification as to why 0-ring types are desirable. Though Mr. Mirabelli states that metal to metal faces are superior, experience with other submersible stations has shown the City that fusing by corrosion is an .inherent problem with metallic surfaces, . and one to avoid whenever possible. The testing of the pumps is solely for the safeguard of the City's interest. Mr. Mirabelli is interpreting the specifications incorrectly when he writes "...the manufacturer be within a 50 mile radius...". The specification actually states "The pump manufacturer shall have a stockinet facility of the pumping equipment used in this project with in a 50 mile radius...". This requirement is included to ensure a quick response time in the advent of a pump failure which would dictate either pump replacement or parts to repair the damage. Timely completion is critically important in order to serve the school facility that is scheduled to open this school year, therefore the liquidated damages clause is appropriate. This concludes our justification of the specifications written for the pump at the Tamarind station. If there are other questions feel free to call Dave Aldana at ext. 6740. 0MPORTANTMCSGA06) iPO R ,i .G -Ci � t• OF Pi c 'SVGA �,((Q-�+ PHONE (9 1 G! —1 5 — 11 1f ` ■ coo • , NEO RETURNEE YOUR CALL MESSAG c a N oaf/ .�T► we'll ��'i. DtiCALL ; dlV �),b f .yvtu.CAU. • 's AGAIN •CAME TO • 4se Velli • WANTS TO get YOU Torc • Or$M 4000 ,• , �Y7 ✓•'•7 •.— . dr..• � •�• .. •. , r. • 20 PALM IPRIN0a (613) .775-7204 RANCHO MIRAOt (313) 040.9611 Flo -Systems, Inc 3010 Floyd St. Burbank, CA 91504-2599 BEST, BEST & KRIEC�_Ft- a rAfITMIfW Ir INCIA101$11rotereasiermw. co,lro�A7nwa LAWY6Re 400 MISSION SOUARE 9760 UNIVERSITY AVENUE POST OPTIOE 803 1020 RIV&PSIOE, OALIRORNIA 02111O2 TELEPHONE (714) 6a6-1450 TELECOr1EN (714) 688-30113 March 10, 1993 ATTENTION: William E. Mirabelli Res March 2,1993 Letter to Ken hake, City of Fontana, Regarding Tamarind Avenue Pump Station. Contract Dear Mr. Mirabelli: ONTARIO (7141 sas-aaaa We serve as City Attorneys for the City of Fontana. City staff have discussed with us your letter of March 2, 1993, protesting the pump specifications for the Tamarind Avenue Pump Station contract no. ". SB-48.93. Your letter fairly questions whether several requirements of the pump specifications are rationally related to performance, durability and reliability concerns, or whether they have been incorporated for the sole purpose of favoring ESSCO Pumps to the detriment of' the competitive bidding process. Enclosed is a photocopy of Dave Aldana's March 7,1993 memo to Ken Jeske responding to the substantive points raised in your letter. Having reviewed the memo, it appears to us that there was a justified rationale for the requirements which yourletter called into question. Furthermore, we have counselled City staff, and they fully understand, that the successful bidder must be afforded the opportunity to substitute any other pump whose performance, durability, reliability and 'capability would be equal to the ESSCO pump. The City will not be required to accept a substitute which is inferior in any respect, however. After discussing the matter with you by telephone, Felipe Molinos was happy to report that the tone of the conversation was both cordial and temperate. The City will have a number of similar projects coming up in the future, and would be happy to consult with you in identifying other name brands which would satisfy the City's requirements for LAW OFFICC3 O► BEST, BEST & KRIEGER ao 21 Flo -Systems, Inc. March 10, 1993 Page 2 those projects. Perhaps your comments could help improve the City's specifications and also help attract more bidders and suppliers to those projects. In anticipation of that, the City is happy to have made your acquaintance, while regretting your unhappiness with the pump specifications for this particular project. Sincerely yours, Michael T. Riddell of Bssr, Barr & KRUEGER City Attorneys C7rnr OP ForrrAriA MTR/cah Enclosure cc: Jay M. Carey Bob Weddle Clark H. Alsop Stephen P. Deitsch CITY OF FONTANA CALIFORNIA MEMORANDUM: Manager of Planning AGENDA PLACEMENT TO: CHAIRMAN AND MEMBERS OF THE PLANNING COMIVIISSION FROM: FELIPE MOLINOS, PRINCIPAL ENGINEER/CAPITAL IMPROVEMENTS ENGINEERING DIVISION/COMMUNITY DEVELOPMENT DEPARTMENT SUBJECT: TAMARIND AVENUE SEWER LIFT STATION PROJECT AND FORCE MAIN TO SANTA ANA AVENUE DATE: JANUARY 11, 1993 Purpose The purpose of this report is to provide the Planning Commission with a status report regarding the construction of the Tamarind Avenue Sewer Lift Station and Force Main. Project Location and Justification This project, located in the southeast portion of the City (Attachment 1), is intended to ultimately serve areas of Fontana and unincorporated county areas within the City of Rialto Sphere of Influence (Attachment 2), lying southerly of Santa Ana Avenue. The construction of this project is consistent with the extraterritorial sewer services agreement with the City of Rialto, approved by the Fontana City Council on July 16, 1991. The construction of this project has been triggered by the need to comply with the Facilitation Agreement by and among Ten -Ninety, Ltd., the City of Fontana and the Fontana Redevelopment Agency (Jurupa Hills Redevelopment Project) and as expressed by Resolution No. 92-27. Pursuant to this agreement, the proposed project has to be operational prior to August 1, 1993 (Attachment 3). At present, the Ruth O. Harris Junior High School is under accelerated construction and it is scheduled to open in August 1993. This lift station project was presented to DAB on December 17, 1992 and received only minor comments that will be incorporated in the final design. C. Memo to Planning Commission January 11, 1993 Page Two In compliance with the California Environmental Quality Act, a draft mitigated negative declaration has been prepared. Adoption by the City Council is anticipated at its meeting of January 19, 1993, as a part of the City Council action to authorize the project to go to bid. The Fontana Municipal Code states that discretionary design and/or use permit approvals are not required for this project due to its location within the public right-of-way (Attachments 4 and 5). Project Characteristics The project consists of a pump station and a force main. The pump station will be located on Tamarind Avenue at approximately 475 feet north of Jurupa Avenue within existing right-of-way and on future street parkway area. Although the project is not located within the Empire Center Specific Plan, the Certified Environmental Impact Report provided for improvements of Tamarind Avenue upon future development of adjoining property. The street classification and parkway widths have been defined by the Empire Center Specific Plan Circulation Element and consist of secondary arterial with a 32 feet future distance from street centerline to curb face and a modified parkway width of 35 feet. The station site (35 feet by 15 feet) will be fenced .with a 6 feet high wrought iron fence. The setback of this fence to the future curb face will be 9 feet approximately, of which a minimum of 3 feet will be landscaped upon completion of street and parkway improvements for Tamarind Avenue as required by future development of the property adjoining the Empire Center Specific Plan. Inside this site the station is comprised of 3 elements (Attachment 6). 1. Underground wet well, 10 feet in diameter and approximately 30 feet deep. Only a portion (+4 inches) of the concrete cover slab will be above the concrete slab proposed to cover the entire site. 2. A junction and valve box, (rectangular, 8 feet by 6 feet approximately), mainly underground except a protrusion of about 4 inches above the concrete slab. 3 The electrical control panel, a rectangular block wall roofed enclosure of 8 feet by 4 feet by about 8 feet high. Gates will be provided at the north and south ends of the site for maintenance access and temporary asphalt cement driveways will connect the site to the existing pavement. Permanent concrete driveways will be constructed with the ultimate street improvements on Tamarind Avenue. Memo to Planning Commission January 11, 1993 Page Three Because of storm drainage reasons, the area to the west of Tamarind Avenue is planned for receiving future fills of approximately 12 feet in height at the station site. Setbacks from any potential retaining wall to accommodate this type of fill has also been incorporated when defining the location of the site in relation to the street. The force main consist of 2,300 feet of 12 inches ductile iron pipe, with varying depths of cover, under asphalt cement pavement along Tamarind Avenue to Santa Ana Avenue. Project Costs and Scheduling The station and force main is estimated to cost approximately $350,000 including construction management costs. Since some of the station items, require long lead time for delivery (pumps, pipes, electrical equipment) plans and specifications for the project are being prepared by the City's consultant (Hall & Foreman) for accelerated project schedule. The project will be presented to City Council at its meeting of January 19, 1993 for authorization to bid. The station will be operational by August 1993. Recommendation That the Planning Commission receive and file this status report. FM/im Attachments 1. Location and Vicinity Map 2. Sewer Drainage Study Map 3. Excerpt from Owner's Participation Agreement 4. Section 33-3(d) Fontana Municipal Code 5. Section 33-19 (a)-(d) Fontana Municipal Code 6. Pump Station Site Plan rogrwrowirmin Ma'Ar4vrd41.1(1 • 11111R11116" EWA1 Fri ritir 111111011PIEFIlte WENN ri-ili o1 asaromm - -- fi uperirwswgza �' �IhIIII%�ll��r apoiallP11111111m.majin wKPl,t 1i► AIM 11 rlaugyre . coo= arts vault Of ONAKOCI CONSTRUCTION OF TAMARIND AVENUE LIFT STATION LOCATION AND VICINITY MAP N.T.S. 1-10 SLOVER SANTA ANA 12" PROPOSED FORCE YAW JURUPA PROPOSED LFf STATION • On 111111 0 a_� FW AVE. CI tilY to Xt W AVE. MB GM OS w W AVE. an .PROPOSED FORCE MAIN goe..EXIST RIALTO TRUNK SEWER Y AND COUNTY BOUNDARY g--CITRUTH O. HARRIS SCHOOL 11/92 JT $ANTA. ANA AVE. Z 1NI3iNHaV1Id Ir Aelro it 1 I• I • ;. ! i.. : i; .... •: 21 • : u i .:.ii::i-:: • rr.i r 1n IR. )1 I�l�r� 1CW 81 E . B3 = TO SANTA ANA ( EXISTING GRAVITY MAW TO 1 BZ TO PROPOSED PUMP STATION g 6 TO FUTURE Pump STATION AND FORCE NDA ARIES INe^� E• : iiFT'71lays- SEW I 'PRAINAG f � c.M ;Pl•7� .. y-•. "." CITY OF •<; NK•'L1NE ■-=s'+, 1• .5 JR. Ni6N . �I . ITBLII01IMNGTl�iN��` ; RIALTO TREATMENT AND FORCE MAIN TO SANTA ANA MAIN TO SANTA •ANA AvE. MAIN • 1 I I. a. !�/ . PLANT _ AYE. MAIN (g) The City shall design and construct the sever lift station and force gain to be located near the site of the Ruth O.Harris Junior High School located in the Colton Joint Unified School District ("Junior High School Site") in accordance with the requirements of plans and specifications prepared by or to be prepared by the City and said lilt station and force main shall be operational for the opening of said school prior to August 1, 1993. "EXCERPT FROM THE OWNER'S PARTICIPATION AGREEMENT ENTERED INTO AND BETWEEN TEN NINETY, LTD. AND THE CITY OF FONTANA" ATTACHMENT 3 5 33-3 • Fontana City •_:,c• 5 33-3 (d) Public utility lines. The provisions of this chapter shall not be so construed as to limit or interfere with the use of property in any zone for the installation, 'maintenance and operation of public utility pipelines and underground and aerial transmission and supply lines.,and structures when located in accordance with the applicable rules and regulations of the Public Utilities Commission of the state, within rights of way, easements, franchises or other ownerships of such public utilities. Supp. $16, 4/85 348 ATTACHMENT 4 vim. 'Z .G/ 33 % n,,o► L.xf sib- Ik8 Se€ r 1 #i RICH/ D W. BEARD ,qx , C t /1; � ! "-�l' (i3 5j ? 4v BEARD ELECTRIC �" ter% 13924 Maryton Ave. Santa Fe Springs, CA 90670-4925 Tel. (310) 802-1800 • Fax (310) 802-0700 v ®� • Electrical Contractors • Industrial Controls • Design & Maintenance BEARD • Lic #409958 . INDUSTRIES 5 33 .n ana • bec. 33-19. Zone boundar 'uncertainties. where uncertainty exists as to the boundaries of any, zones shown on the ..";,and - Use Zoning Map" the following rules shall apply: (a) Where Such boundaries are indicated a3 apprc,<::ate.. lines street and alley 'nes or lot Lines, 3%1c- .es shall be construed to be such boundaries. (b) In unsubdivided property andw ere a zone boundary divides a lot-, the locations of such boundaries, _.less ba:ed by dimensions, shall be determined by use of the scale • appearing on the :nap. (c) Where a public street or alley is o'i_is'_.y vacated or. abandoned, the regulations applicable to he ad; property to which it reverts shall apply to such vacated or abandoned street or alley. (d) Where any uncertainty exists, the planning co -miss...: - shall determine the location of boundaries. (Ord. No. 34, 5 310.) 358.3 Supp. 216, 4/35 ATTACHMENT 5 • ,Lu3VJH3VLLV • UNDEJ16RO uND /0 FEET /✓ET kJ ELL ELECT/IKAL CONMex$ C ONC/IE TE r3L OCR /3al6 $/,c4'x8'Hi6H AFR2 aw lee de Mral 17a0111 Wel r 1,00110 kaomix/Ira,/ HOW, p air'awwi Meg r — II add • a as p • ss.arr Jr AA nws aa1 r smanos ems s4 p � rrMa�i--/1.00AAm MOM NI s as w .M MO — aa•AM M I•r p ~WW1 I as maw .ems MIN r sass re Arse O sort p saNw.wr-. p AMOY AVOW WOW' MW memo MOIL ass moor M.L♦ aasasc • AMMO Ms MOM AMP ...a Mw erne. ! a♦ ar MU M. MW Of OM ♦ p sMa+r sM.ar esa Ares MN mar of off ♦ s.ar . a► emir n►M. sr1►.wnet writ P-t7 =DON ■ - - a.e a.as UNDER 6/2O UND JUNCT/ON /30X Arne- r Hall HartananLInc. Swam - ism re MW MY Ma Ma ate•Um CS Mwr41e•114/sC►a IIIMONO ISM W ILM.a/i UP _ CM L aM NLL as COMM ara♦1C• i7- • CITY OF FONTANA. CALIFORNIA PUBLIC WORKS DEPARTMENT MALL PUMP STATION 1 SITE PLAN ia. r r Mr+ -mqp� saga s ar