Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Saturn Electric Inc; 2025-09-22; PWM26-3919FAC
PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 1 City Attorney Approved 6/5/24 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT POLICE AND FIRE HEADQUARTERS UPS INSTALLATION; CONT. NO. 4715 This contract is made on the ______________ day of _________________________, 2025 (“Contract”), by the City of Carlsbad, California, a municipal corporation (“City”) and Saturn Electric, Inc., a California corporation whose principal place of business is 7552 Trade Street, San Diego, California 92121 (“Contractor”). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents as UPS system installation and electrical work (hereinafter called “Project”). Contractor to reference Exhibit B and Exhibit C for supporting information. PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, as contained in the Standard Specifications for Public Works Construction “Greenbook,” latest edition and including all errata; Part 1 General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by Steven Stewart (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. PREVAILING WAGE RATES. Any construction, alteration, demolition, repair, installation, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Contract constitute “public works” under California Labor Code Section 1720 et seq., and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773 and 1773.1 of the California Labor Code. Consistent with the requirement of Section 1773.2 of the California Labor code, a current copy of applicable wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Contract. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 22nd Sept. PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 2 City Attorney Approved 6/5/24 certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Labor Code Section 1776. DIR REGISTRATION. California Labor Code Section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Contract to be currently registered with the California Department of Industrial Relations (‘DIR’), as specified in Labor Code Section 1725.5. Labor Code Section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Contract, Contractor must furnish the City with the subcontractor or subconsultant's current DIR registration number. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATION. Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. CALIFORNIA AIR RESOURCES BOARD (CARB) IN-USE OFF-ROAD DIESEL FUELED FLEETS REGULATION. Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. More information about the requirements and Contractor’s required certification is provided in Exhibit D. CONSTRUCTION MANAGEMENT SOFTWARE. Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non- productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 3 City Attorney Approved 6/5/24 FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this Contract and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ___________________________________ Print Name: ___________Timothy Allen Dudek_______ REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than “A-:VII”; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Property damage insurance in an amount of not less than……..$2,000,000 Automobile Liability Insurance in the amount of $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that 30 days written notice shall be given to the City prior to such cancellation. Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 4 City Attorney Approved 6/5/24 The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY. Workers’ Compensation limits as required by the California Labor Code. Workers’ Compensation will not be required if Contractor has no employees and provides, to City’s satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. THIRD PARTY RIGHTS. Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. JURISDICTION AND VENUE. This Agreement shall be interpreted in accordance with the laws of the State of California. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Contract is San Diego County, California. Start Work: Contractor agrees to start within ten (10) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within sixty (60) working days after receipt of Notice to Proceed. Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 5 City Attorney Approved 6/5/24 CONTRACTOR’S INFORMATION. Saturn Electric, Inc. 7552 Trade St. (name of Contractor) 219097 (street address) San Diego, CA 92121 (Contractor’s license number) C10 6/30/2026 (city/state/zip) 858-271-4100 (license class. and exp. date) 1000007128 6/30/2026 (telephone no.) tim@saturnelectric.com (DIR registration number and exp. date) (e-mail address) AUTHORITY. The individuals executing this Contract and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Contract. [signatures on following page] Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 6 City Attorney Approved 6/5/24 CONTRACTOR SATURN ELECTRIC, INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Timothy Allen Dudek, President and Chief Financial Officer Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name, title) By: ATTEST: SHERRY FREISINGER, City Clerk (sign here) By: (print name, title) Deputy / Assistant City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Contract must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, President, or Vice-President Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: _____________________________ Assistant City Attorney Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 7 City Attorney Approved 6/5/24 EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word “NONE.” SUBCONTRACTORS Type of Work to be Subcontracted Business Name and Address DIR Registration No. & Expiration Date License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 n/a 0 n/anonen/aNone PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 8 City Attorney Approved 6/5/24 EXHIBIT B POLICE AND FIRE HEADQUARTERS UPS INSTALLATION Contractor shall provide electrical construction services as outlined in the attached proposal dated August 11, 2025, and consists of UPS equipment installation per attached design drawings and notes in Exhibit C. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 Lot 1 Labor to install UPS system per quote dated 4/25/25; revised 8/11/2025 $19,800 TOTAL* $19,800 *Includes taxes, fees, expenses and all other costs. Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 DIR#1000007128 exp. 06/30/2026 #13225800 CSL #219097 exp. 06/30/2026 SLBE# 14SE1044 City of San Diego - Small Local Business Enterprise SBA(MICRO)#20358 DGS California Department of General Services SB-PW#20358 DGS California Department of General Services Proposal City Of Carlsbad PFHQ UPS Installation Project 4-25-2025 Revised 8-11-2025 Hello, We propose to furnish the necessary labor, material, and tools for the electrical work on the subject project as detailed herein: . . . . . . . . . $19,800.00 SCOPE OF WORK: •Install customer supplied UPS and bypass panel in electrical room buildout. •Intercept existing line side of 100A 480V feed in electrical room and route conduit to the new UPS. •Core 2 holes in the floor for the UPS line and load. •Intercept existing load side feeding the transformer and route conduit to the UPS. •Install new pull boxes where needed. •Pull all the wire from intercept points to ups system. •Terminate connections and splice where they are needed. •Work with the manufacturer on start-up. •Test voltage and ensure everything is functioning properly. •Intercept existing 50A L1B circuit and route to EL1A and land on existing breaker. •Clean off site. CLARIFICATIONS: 1.Work to be done during normal business hours. 2.Customer will supply all UPS components including batteries and seismic kit if applicable. Customer to have UPS in room prior to start of the project. 3.A shutdown will be needed for the tie in of the UPS. EXCLUSIONS: 1.Any pre-existing or unforeseen conditions. 2.Access hatches. 3.Drywall repair and patching. 4.Painting. We are looking forward to serving your best interest on this project. If you should have any further questions or comments, please do not hesitate to call us. Respectfully Submitted, Matthew Robinson PWM26-3919FAC Exhibit "B" (Cont.) Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 9 City Attorney Approved 6/5/24 EXHIBIT C POLICE AND FIRE HEADQUARTERS UPS INSTALLATION Contractor shall review attached Addendum to City Request for Proposals to procure UPS equipment and place it in second floor electrical room for installation by others. For familiarity with scope of installation work, see supporting information. Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Addendum 1 Page 1 of 3 RFB 26-01 ADDENDUM 1 TO REQUEST FOR BID FOR UNINTERRUPTED POWER SUPPLY SYSTEM (UPS) RFB 26-01 From: Shea Sainz, Sr. Contract Administrator 442-339-2467 shea.sainz@carlsbadca.gov 1635 Faraday Avenue Carlsbad CA 92008 No. of Pages: 9 (including this page and attachments) Date: August 7, 2025 RFB Due Date: August 14, 2025, before 5:00 PM (PST) Notice: This Addendum forms a part of the RFB documents for the above identified project and modifies portions of the original RFB documents. Documents not specifically mentioned in this Addendum remain in full force and effect. Bidder must acknowledge receipt of this Addendum 1 and a copy must be included with the RFB documents at the due date and time specified in the RFB documents. Failure to do so may subject Bidder to disqualification. QUESTIONS AND ANSWERS: Questions relating to the project must go directly to the City’s Project Manager Steven Stewart. The City is not responsible for any information obtained through other means. 1.Question: Is the selected vendor just supposed to drop ship the devices? Answer: No, please review Request for Bid posted on PlanetBids. Vendor is required to coordinate delivery with City staff, to manage material off-loading, to transport materials into building and bring to second floor electrical room. After installation (by others) vendor is to commission installed system. 2.Question: What is the scope of installation? Answer: Once vendor locates materials in second floor electrical room, installation work will be performed by an electrical firm hired by the city. 3.Question: Are you [is the City] open to APC or Eaton? Answer: Other vendors may be considered if it can be proven that they are of equal quality. PWM26-3919FAC Exhibit "C" (Cont.) Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Addendum 1 Page 2 of 3 RFB 26-01 4. Question: Are you [is the City] open to accepting offers of equal specifications [such as] Riello Master HP 8-kVA UPS? Answer: Other vendors may be considered if it can be proven that they are of equal quality. 5. Question: Which procurement path is the city leaning towards (i.e. name of electrical distributor or channel — i.e. Graybar/CDW/Main Electric/Walter’s Wholesale etc.) Answer: Please review Request for Bid posted on PlanetBids. Basis of Design is Mitsubishi; however, a product of proven equivalent quality and performance may be considered. 6. Question: Is the city working with [its] own electrical/mechanical contractor to wire the unit? Answer: Once vendor locates materials in second floor electrical room, installation work will be performed by an electrical firm hired by the city. 7. Question: Does the city require professional installation of the equipment? Answer: Yes. An electrical contractor will be hired to install the system. The UPS system vendor is to return to the site to commission the system after the electrical contractor has completed the installation work. This commissioning work is to be part of the vendor’s bid in response to this RFB. 8. Question: [Can we visit the site to evaluate how we can transport the UPS equipment into building and up to the second-floor electrical room?] Answer: No site visit can be arranged at this time, however, please see attached pdf drawings showing site plan and first and second floor plans with arrows depicting location of second floor electrical room, attached to and made a part of this Addendum No. 1. 9. Question: [Regarding the] Equipment Basis of Design: The UPS basis of design is calling for an 80kva UPS, but the battery cabinet is showing 32 minutes runtime @ 300KW load W/400A DC Breaker; should we quote a 300KW UPS with 32 minutes runtime or an 80kva UPS with 32 minutes runtime? Answer: Vendor to quote an 80kva UPS with a battery cabinet providing 32 minutes of runtime @ 45kW load with/200A DC breaker. Please see attached pdf drawings showing location and wiring for installation in second-floor electrical room, attached to and made a part of this Addendum No. 1 – vendor to disregard reference to 45kva UPS system on drawings. Additionally, vendor to ensure that the dimensions of the UPS equipment must be equal or less than the Mitsubishi equipment (basis of design) due to space constraints in second-floor electrical room where the equipment will be installed. 10. Question: [Regarding the] Logistics: Please describe the path to bring equipment inside of the building and specify any obstacles that would require additional planning? Answer: See answer to Question 8 above and attached pdf drawings. 11. Question: [What is meant by] Installation not included: please confirm [?] Answer: See answer to Question 7 above. PWM26-3919FAC Exhibit "C" (Cont.) Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Addendum 1 Page 3 of 3 RFB 26-01 12. Question: [Regarding Electronic Submittal:] The bid specifications state to register with Contracting & Purchasing Dept with Carlsbad, CA (carlsbadca.gov) and submit thru this portal with a system assigned Digital ID; however, the website clearly states to go thru PLANET BIDS and submit bid thru PLANET BIDS portal. Please clarify how to submit bid? Do we still need a Digital ID, if so, how to obtain Digital ID? Answer: Contracting firm must be registered with the City of Carlsbad’s e-bidding portal which is with PlanetBids. Once you are registered/signed up with PlanetBids you will receive the digital ID also known as vendor ID, that is specific to your firm. You will then be able to place an e-bid. 13. Question: Please clarify which portal addenda will be posted? Planet Bids? Answer: Addendum will be posted on PlanetBids website and available for public viewing. 14. Question: [Regarding Faithful Performance Bond] Successful bidder MAY be required to submit a performance bond in the amount of 100% of contract price; can you confirm if this is the case, as it could affect pricing of the bid? Answer: No bond will be required for this bid. It is the bidder’s responsibility to acknowledge all addenda via PlanetBids. PWM26-3919FAC Exhibit "C" (Cont.) Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Exhibit "C" (Cont.) 1 2 3 4 55 66 TYP 7 8 9 9 10 9 111213 14 15 16 16 17 12 18 19 14 7 7 14 EXISTING FIRE LANE FH FH UTILITY ROOM 20 TYP 20 TYP. 14 14 2121 2121 2121 FH 22 23 24 25 2627 12 ' - 0 " 92' - 6" SAFETY CENTER 282828 EXISTING (E) CONCRETE PATH (E) FIRE LANE (E) SIDEWALK (E) LANDSCAPE (E) FIRE HYDRANT (E) LIGHT POLE (E) CHAIN -LINK FENCE LINE (E) GATE (E) ITEM REMOVED (E) FH CIP 4715 DWN BY: CHKD BY: RVWD BY: PROJECT NO.DRAWING NO. SHEET:SHEETS: ENGINEERING DEPARTMENT: CITY OF CARLSBAD: REVISION DESCRIPTION:ENGINEER OF WORK: DATE INITIAL DATE INITIAL DATE INITIAL OTHER APPROVAL:CITY APPROVAL:MB 7515 METROPOLITAN DRIVE, SUITE 400 SAN DIEGO, CA 92108 T 619.294.7515 F 619.294.97592 WWW.SILLMANWRIGHT.COM REGISTRATION STAMP:DESIGN CONSULTANT: SCALE: ISSUE: CITY OF CARLSBAD PUBLIC WORKS CONTRACTS ADMINISTRATION 1635 FARADAY AVE CARLSBAD, CA 92008 811-4A CARLSBAD SAFETY CENTER RENOVATION MARK DATE DESCRIPTION SCALE: SUBMITTAL: DATE: As indicated A100 DEMOLITION SITE PLAN CARLSBAD SAFETY CENTER RENOVATION Author Checker 2560 ORION WAY CARLSBAD, CA 92010 RE-SUBMITTAL - CYCLE 02 11.24.20 GENERAL NOTES LEGEND KEYNOTES 1 (E) CONCRETE RETAINING WALLS TO REMAIN, PROTECT IN PLACE DURING CONSTRUCTION 2 (E) UTILITY ROOM, REFER TO ELECTRICAL DRAWINGS FOR SCOPE 3 (E) MOTORCYCLE PARKING TO REMAIN 4 (E) FIRE LANE 5 (E) PLANTER TO BE DEMOLISHED IN ITS ENTIRETY, REPAIR FLOOR TO MATCH EXISTING CONDITIONS 6 (E) FLAGPOLE TO REMAIN 7 (E) FIRE HYDRANT TO REMAIN 8 (E) MECHANICAL CHILLER TO REMAIN 9 (E) SIDEWALK TO REMAIN 10 (E) LIGHTPOLE TO RECEIVE NEW LIGHT FIXTURE, REFER TO ELECTRICAL DRAWINGS 11 (E) PHONE TOWER TO BE DEMOLISHED IN ITS ENTIRETY, CAP ALL ELECTRICAL CONDUIT. REFER TO ELECTRICAL DRAWINGS AND TECHNOLOGY DRAWINGS 12 DEMO (E) STRIPING AND PREP SURFACE TO BE RE-STRIPED 13 (E) GATE TO REMAIN 14 DEMO (E) TREE IN ITS ENTIRETY, REMOVE ALL ROOTS 15 DEMO (E) PORTION OF CHAIN -LINK FENCING IN ITS ENTIRETY 16 (E) LIGHT POLE TO BE DEMOLISHED, REMOVE CONCRETE FOOTING AND USE EXISTING CONDUIT/CIRCUITS FOR NEW SHADE STRUCTURE LIGHT FIXTURES 17 DEMO (E) CONCRETE SIDEWALK 18 (E) TREE TO REMAIN, PROTECT DURING CONSTRUCTION 19 (E) DITCH TO REMAIN, PROTECT IN PLACE DURING CONSTRUCTION 20 (E) BOLLARDS TO REMAIN 21 (E) PARKING 22 DEMO (E) SHRUB AREA IN LANDSCAPE AND PREP AREA FOR NEW LOCATION OF DUTY LOCKERS AND SHADE STRUCTURE 23 DEMO (E) LANDSCAPE AND PREP AREA FOR NEW GENERATOR 24 DEMO (E) STORE AND REINSTALL (1 OF 2) (E) 2-HR PARKING SIGN AND POLE, SELECT SIGN THAT IS IN BEST CONDITION 25 (E) GATE TO BE SALVAGED AND RELOCATED PER (N) SITE PLAN 26 (E) PIV/FDC TO REMAIN 27 (E) 4" BACKFLOW DEVICE LOCATED IN VAULT 28 DEMO (E) CONCRETE TO CONTROL JOINT LINES SCALE: 1" = 20'-0" REF: A301 A100 1 DEMOLITION SITE PLAN APPROXIMATE LOCATION OF SECOND FLOOR ELECTRICAL ROOM Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Exhibit "C" (Cont.) Carlsbad Police & Fire Headquarters | Renovation Project Department Exhibit Floor Plan - Level 1 | 09.21.22 | 1 of 2 Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Exhibit "C" (Cont.) Carlsbad Police & Fire Headquarters | Renovation Project Department Exhibit Floor Plan - Level 2 | 09.21.22 | 2 of 2 FD FD FD DN DN PF 355 SF TRAINING COORDINATOR'S OFFICE 252 231 SF TECH SERVICE CAPTAIN 255 231 SF LIEUT. 256 231 SF FIELD SERVICE CAPT. 257 221 SF ADMIN ASSIST. 258 186 SF SECRETARY 291 333 SF POLICE CHIEF 289 538 SF CONFERENCE 288 365 SF FIRE CHIEF 283 227 SF FIRE DIV. CHEIF 281 177 SF FIRE ANALYST 277 176 SF EMS MGR 276 176 SF EMPTY 275 358 SF CRIME OF VIOLENCE 210 165 SF OFFICE 209 87 SF MAILROOM 214 87 SF INTERVIEW 213 82 SF INTERVIEW 212 132 SF JUVENILE SERVICES SERGEANT 211 270 SF EOC DIRECTOR 271 137 SF SGT. OFFICE 204 221 SF ELEC. ROOM 207 565 SF VICE / NARCOTICS 202 752 SF MECHANICAL EQUIP. 221 144 SF JANITOR 233 187 SF MEN 232 147 SF WORKROOM / IDF ROOM 237 191 SF WOMEN 235 53 SF WOMEN 285 263 SF SECRETARY 282 38 SF CLOSET 290 15 SF COFFEE 286 20 SF STOR. 287 532 SF FIRE ADMIN 280 315 SF CLERICAL 278 47 SF STORAGE 274 59 SF STORAGE 279 174 SF FIRE TRAINING OFFICER 272 89 SF WORK REPRO 294 53 SF MEN 292 329 SF CSI 225 376 SF HALLWAY 273 102 SF HALLWAY 215 90 SF VEST. 268 731 SF HALLWAY 264 683 SF RES. ASSIST. 240 146 SF SGT. OFFICE 205 188 SF OFFICE 254 319 SF CLEAN OFFICE 251 138 SF IT MEETING 239 653 SF HALLWAY 262 1118 SF ADMIN CSO 241 OPEN TO BELOW OPEN TO BELOW 170 SF IN-PROCESS EVID./STOR. 223 104 SF ALS ROOM 224 457 SF LOUNGE 244 174 SF OFFICE 253 542 SF CLERICAL POOL 261 167 SF OFFICE 208 2055 SF INVESTIGATIVE SERVICES 201 207 SF OFFICE 206 89 SF STORAGE 242 83 SF JANITOR 243 79 SF HALLWAY 293 114 SF STAIR #2 ST02 89 SF ELEV. #2 EL02 47 SF ELEV. #1 EL01 210 SF STAIR #1 ST01 126 SF IT OFFICE 238 151 SF OFFICE 260 76 SF INTERVIEW 203 71 SF JANITOR OFFICE 222 22 SF VEST. 234 21 SF VEST. 231 41 SF IDF ROOM 2 259 M N O P QR 109 SF HALLWAY 265 390 SF HALLWAY 266 583 SF HALLWAY 267 S 1843 SF ROOF TERRACE 246 198 SF CORRIDOR 263 105 SF HALLWAY 269 263 SF CONFERENCE ROOM 245 Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 J J J J J JJJ J J J J J J J J J mm 10 11 12 G H 13 J K L 14 15 16 136 SF OFFICE 103 136 SF OFFICE 104 47 SF ELECT. E108 880 SF COMMUNITY RISK 102 237 SF CONFERENCE ROOM 105 2043 SF E.O.C. 106 138 SF E.O.C. DIRECTOR 107 147 SF AV/IT 108 271 SF ENTRY 100 183 SF CONFERENCE ROOM 109 606 SF HALLWAY 101 +130" +130" E201 2 +66"MONITOR MONITOR MONITOR +66" +44" EP1C-12 EP1C-14 EP1C-16 EP1C-18 PA(11)PA(16) PA (8) PA(8)PA(15)PA(22) PA(31) PA (47) EOC1-1 EOC1-1 EOC1-1 EOC1-3 EOC1-3 EOC1-3 EOC1-5 EOC1-5 EOC1-7 EOC1-9 EOC1-9 EOC1-11 EOC1-11 EOC1-13 EOC1-1,3,5 EOC1-7,9,11 EOC1-15 EOC1-15 EOC1-15 EOC1-15 EOC1-17 EOC2-71 EOC2-69 EOC1-17 EOC1-17 EOC1-13,15,17 EP1C-42 MONITOR MONITOR EOC1-7 PRINTEREOC1-2 MONITOR MONITOR MONITOR MONITOR MONITOR EOC2-67 EOC2-67 EOC2-67 EOC2-65 EOC2-65EP1C-38 EP1C-38 EOC1-19 EOC1-19 EP1C-42 EP1C-42 EP1C-42 EOC2-65 EP1C-36 EP1C-36 EP1C-38 EP1C-19,36,38 1 (TYP) 2 EOC2-21,23, 25,27,29,65 EOC2-11,13, 15,17,19,65 EOC2-1,3, 5,7,9,65 2 2 PA 2 EOC2-45,47,49, 51,53,55,57,67 2 EOC2-31,33,35, 37,39,41,43,67 2 EOC2-16,18,20, 22,24,26,28,67 2 EOC2-2,4,6,8, 10,12,14,67 E201 3 MONITOR EOC2-67 (6) +42" PA(2) PLOTTER EP1C-34 EP1C-40 EP1C-40 EP1C-42 EP1C-34 EP1C-34 EP1C-42 EP1C-40,42 PA +130" +130" EP1C-34 +42"EOC1-2 +42" EOC1-1 +80" TV EOC1-19 +80" MONITOR EOC1-19 EOC1-1 +80" TV +130"MONITOR +130" MONITOR EOC2-60,62 EOC2-64,66 EOC2-68,70 EOC2-72,74 EP1C-36 PRINTER EP1C-32 8 ASI 01 ASI 01 ASI 01 ASI 01 ASI 01 EP1C-34 +66" MONITOR ASI 01 9 ASI 01 EP1C-38 +44" +44" ASI 01 ASI 01 ASI 01 ASI 01 +44" J 16 SECURITY ACP (N)PNL-EOC2 EOC2-73,75 EOC2-77,79 EOC2-50,52 EOC2-58 EOC2-56 EOC2-42,44 EOC2-30,32 EOC2-63 EOC2-61 EOC2-61 EOC2-61 EOC2-59 EOC2-59 EOC2-59,61,63 EP1C-35,37 FC-14 FC-13 EP1C-35,37 5 5 EOC2-54 EOC2-34,36 EOC2-38,40EOC2-46,48 10 11 (E)PNL-EL1C (E)PNL-EP1C (N)PNL-EOC1 (E)PNL-EPIC-1 (E)PNL-L1B (E)T/F-ET1C 30kVA (N)T/F-EOC 45kVA (N) DIS-"EOC" (N) INV-2 (N) INV-1 6 7 7 I Exp. 03/31/27 No. E12921 S TATEOFCALIFORNIA D A V I D E .MARSHREGISTEREDPROFESSIONAL EN GI NEER E L ECT R I C A LALL 10920 VIA FRONTERA, SUITE 200 SAN DIEGO, CA 92127 P: 858.368.3400 The FUTURE. Built Smarter www.imegcorp.com PROJECT #23000383.00 IMEG CORP. RESERVES PROPRIETARY RIGHTS, INCLUDING COPYRIGHTS, TO THIS DRAWING AND THE DATA SHOWN THEREON. SAID DRAWING AND/OR DATA ARE THE EXCLUSIVE PROPERTY OF IMEG CORP. AND SHALL NOT BE USED OR REPRODUCED FOR ANY OTHER PROJECT WITHOUT THE EXPRESS WRITTEN APPROVAL AND PARTICIPATION OF IMEG CORP. ©2023 IMEG CORP.PROJECT 4715 DWN BY: CHKD BY: RVWD BY: PROJECT NO. DRAWING NO. SHEET:SHEETS: ENGINEERING DEPARTMENT: CITY OF CARLSBAD: REVISION DESCRIPTION:ENGINEER OF WORK: DATE INITIAL DATE INITIAL DATE INITIAL OTHER APPROVAL:CITY APPROVAL: 7515 METROPOLITAN DRIVE, SUITE 400 SAN DIEGO, CA 92108 T 619.294.7515 F 619.294.97592 WWW.SILLMANWRIGHT.COM REGISTRATION STAMP:DESIGN CONSULTANT: SCALE: ISSUE: CITY OF CARLSBAD PUBLIC WORKS CONTRACTS ADMINISTRATION 1635 FARADAY AVE CARLSBAD, CA 92008 811-4C MARK DATE DESCRIPTION SCALE: SUBMITTAL: DATE: CARLSBAD EOC WING RENOVATION JM JS JM ASI 05 07.03.2025 APPROVED JOHN MAASHOFF DEPUTY CITY ENGINEER EXPIRES 9/30/2025 DATE LICENSE # C61909 03/26/2024 85 As indicated E201 ELECTRICAL POWER FLOOR PLAN CARLSBAD EOC WING RENOVATION 2560 ORION WAY CARLSBAD, CA 92010 SCALE: 1/8" = 1'-0" E201 1 POWER FLOOR PLAN GENERAL NOTES KEY NOTES A. ALL EQUIPMENT IS NEW UNLESS NOTED OTHERWISE. B. LABEL ALL DEVICES AND EQUIPMENT CONNECTIONS WITH CIRCUIT NUMBER AND PANEL. C. ALL CONDUCTORS RATED 600V OR 250V SHALL HAVE 'THW', 'THHN' OR 'THWN' INSULATION WITH EMT CONDUIT. UNLESS NOTED OTHERWISE. D. THE CONTRACTOR SHALL COORDINATE ALL EQUIPMENT LOCATIONS WITH ARCHITECTURAL, MECHANICAL, STRUCTURAL, PLUMBING AND ALL APPROPRIATE DISCIPLINES. E. THE CONTRACTOR SHALL REVIEW EQUIPMENT MANUFACTURER'S REQUIREMENTS AND PROVIDE FUSE SIZES AS INDICATED, RELAYS, CONNECTIONS OR OTHER RELATED WORK TO COMPLETE THE ELECTRICAL SYSTEM. F. ALL WIRING SYSTEMS SHALL BE PROVIDED WITH CODE REQUIRED EQUIPMENT GROUND CONDUCTOR. SCALE: 1/4" = 1'-0" REF: E201 E201 2 ENLARGED RM 108 POWER BRANCH CIRCUIT IN NEW FLOOR DUCT SCHEDULE BRANCH CIRCUIT CABLE 2#12 & 1#12 GND PA 1. PROVIDE JUNCTION BOX WITH FLEXIBLE CONNECTION TO THE FURNITURE SYSTEM. COORDINATE WITH FURNITURE PROVIDER FOR EXACT REQUIREMENTS. 2. ALL CABLES TO BE RUN THROUGH NEW FLOOR DUCT. PROVIDE DEDICATED CIRCUIT WITH DEDICATED NEUTRAL TO EACH STATION. 3. MOUNT RECEPTACLES ON LADDER RACK. COORDINATE WITH EQUIPMENT FOR EXACT RECEPTACLE NEMA CONFIGURATION. 4. PROVIDE 120V POWER CONNECTION TO SECURITY ACP. COORDINATE WITH EQUIPMENT FOR EXACT REQUIREMENTS. 5. PROVIDE MOTOR RATED MANUAL SWITCH.COORDINATE WITH EQUIPMENT FOR EXACT REQUIREMENTS. 6. TRANSFORMER SHALL BE CEILING MOUNTED +80" ABOVE FLOOR TO BOTTOM OF TRANSFORMER. REFER TO DETAIL 5 ON SHEET E700. 7. PROVIDE EMERGENCY LIGHTING INVERTER BY ISOLITE #E3MINI-550-LC-MB- FD/EB. EQUIPMENT SHOULD BE ARRANGED IN A STACKED FORMATION FOR WALL MOUNTING. 8. PROVIDE COVER PLATE WITH FLEXIBLE CONDUIT FROM FLOOR DUCT TO FUNITURE. COORDINATE WITH FURNITURE MANUFACTURER FOR EXACT REQUIREMENTS. 9. PROVIDE TELECOMMUNICATION GROUNDING JUMPER FROM TELECOMMUNICATION GROUNDING BUS BAR TO ELECTRICAL ROOM 108 AND BOND TO TRANSFORMER GROUNDING. REFER TO TECHNOLOGY SPECIFICATIONS FOR REQUIREMENTS. 10. PROVIDE MITSUBISHI ELECTRIC UPS 9900AEGIS, 45KW, 480V, 3 PHASE UPS WITH MAINTENANCE SWITCH AND BATTERIES. CONNECT TO EMERGENCY DISTRIBUTION BOARD DP-EDBA LOCATED IN ELECTRICAL ROOM 174 FLOOR BELOW. CONTRACTOR TO COORDINATE WITH CITY FOR THE EXACT LOCATION WITHIN THE ROOM. 3(TYP)4 SCALE: 1/4" = 1'-0" REF: E201 E201 3 ENLARGED ELECTRICAL ROOM ASI 01 09.01.23 ISSUE FOR CONSTRUCTION 3 12.15.23 ADDENDUM #3 7 12.01.29 ADDENDUM #7 ASI 01 06.28.24 ASI 01 ASI 05 07.03.25 ASI 05 ASI 05 10 USP DP-"EPU2" UPS UNITS MAY BE TOO LARGE TO FIT THROUGH THE DOOR OPENING. IF THIS IS THE CASE, THE DOOR, OR THE DOOR AND THE FRAME MAY NEED TO BE REMOVED AND RE-INSTALLED TO MEET THE 1-HOUR RATED STANDARDS OF THE ROOM. -SILLMAN SCALE: 1/8" = 1'-0" E201 4 ENLARGED ELECTRICAL ROOM 207 ASI 05 I SCALE: 1/8" = 1'-0" E201 4 ENLARGED ELECTRICAL ROOM 207 PWM26-3919FAC Exhibit "C" (Cont.) Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 LSIG 4 #6 4 #2 4 #1/0 4 #2/0 4 #3/0 4 #4/0 4 #250kcmil 4 #350kcmil 1 1 1 1 1 1 1 1 1004 2004 2504 3004 2254 1504 1754 604 1 #8 1 #6 1 #4 1 #4 1 #4 1 #6 1 #6 1 #10 1-1/4" 2" 3" 2-1/2" 2-1/2" 2" 2" 1" SETS PHASE & NEUTRAL GROUND CONDUIT FEEDER SCHEDULE: 3-PHASE, 4-WIRE 4 #111254 1 #6 1-1/2" 4 #41804 1 #8 1-1/4" 4 #41704 1 #8 1-1/4" 10004 3 #6 3 #2 3 #1/0 3 #2/0 3 #3/0 3 #4/0 3 #250kcmil 3 #350kcmil 3 #500kcmil 1 1 1 1 1 1 1 1 1 1003 3503 2003 2503 3003 2253 1503 1753 603 1-1/4" 4" 2" 3" 2-1/2" 2-1/2" 2" 1-1/2" 1" SETS PHASE GROUND CONDUIT FEEDER SCHEDULE: 3-PHASE, 3-WIRE 3 #111253 1-1/2" 3 #41803 1-1/4" 3 #41703 1-1/4" 1 #8 1 #2 1 #6 1 #4 1 #4 1 #4 1 #6 1 #6 1 #10 1 #6 1 #8 1 #8 1003 3 #31853 1-1/4"1 #8 (N) 100A 3P (N) 45KVA XFMR "EOC" 480V-208Y/120V 3ø,4W, 60HZ (N) PANEL "EOC1" (N)DS - "EOC" 100A, 3P, 480V NEMA 1 (N) PANEL "EOC2" UPS (E) A V ASVS M (E)COMB. PULL (E)MAIN SERVICE BOARD "MSDA" 1600A 480Y/277V, 3ø, 4W, 30KAIC (E) 1600A 3P (E) 50A 3P (E) CLOCK (E) 200A 3P (E) 50A 3P (E) PANEL "L1B" (E) 350A 3P (E) XFMR "TDBA" 112.5KVA (E) 50A 3P (E) PANEL "L2A" (E) 350A 3P (E) CONTROL "MCC" (E) 60A 3P (E) ELEV. #1 25HP (E) 100A 3P (E) 400A 3P (E)DISTR. BOARD "DBA" 800A 120/208V,3ø,4W, 10kaic (N) 125A 3P (E) PANEL "P1C" (E) 125A 3P (E) PANEL "P2A" (E) 80A 3P (E) PANEL "P2B" (E) ELEV. #2 40HP (E)"ATS1" 400A, 4P, 3ø (E) 175A 3P (E) PANEL "EL1A" (E) 125A 3P (E) PANEL "EL2A" (E) 125A 3P (E) 70A 3P (E) PANEL "EL1C" (E) 50A 3P (E) 50A 3P (E) 60A 3P (E) PANEL "L1A" (E) PANEL "EPB" (E) XFMR "ETB" 9KVA (E) PANEL "EP1A" (E) XFMR "ET1A" 30KVA (E) PANEL "EP2A" (E) XFMR "ET2A" 45KVA (E) PANEL "EP1B" (E) PANEL "EP1C" (E) XFMR "ET1C" 30KVA (E) PANEL "A" (E) XFMR 30KVA (E) 100A (E) UPS A (E) BYPASS (E) PANEL "B" (E) XFMR 30KVA (E) 100A (E) UPS B (E) BYPASS 400A 277/480V, 3ø, 4W, 30kaic UTILITY XFMR #1 (E) 175A 3P (E) PANEL "P1B" METER SECTION (R) LTG INV "EPU1C" (E) LTG INV "EPU2" (E) LTG INV "EPU1A" (E) LTG INV "EPU1B" START/STOP MANUAL TRANSFER GENERATOR REMOTE ANN. (E) PANEL "EV" (E)STANDBY GEN. 300KW / 375KVA 277/480V, 3ø, 4W 60HZ, NEMA 3R TO (E)"ATS2" IN CAR WASH PB1 HH1 G #1/0 AWG CU GND G GROUND ROD N 400A 50A F F 480V, 30kaic AT ATS1 AND ATS2 (E) PANEL "PV"(N) 200A 3P (E)XFMR "CC" 45kVA 3PH,4W, 60HZ (E)DS 200A 3P, 208V NEMA 3R NEMA 3R (E) PANEL "P1D" (E) PANEL "EP1D" (E) SPACE (E) PANEL "P2C" (E) XFMR "TP2D" 75KVA 480V-208Y/120V (E) PANEL "P2D" (E) SPACE 3ø,4W, 60HZ (E) 75KVA XFMR "ET1B" 480V-208Y/120V 3ø,4W, 60HZ (E)DS2 200A 3P, 600V NEMA 1 (E) PANEL "EP2B" NEMA 3R NEMA 3R M 10kaic 10kaic 10kaic THIS IS A FULLY RATED SYSTEM (E) EMERGENCY DISTR. BOARD "EDBA" X X X X Vd=2.4% Isc=5.0kafc X X Vd=0.5% Isc=24.0kafc Vd=1.6% Isc=7.0kafc Vd=2.2% Isc=4.0kafc Vd=2.4% Isc=6.0kafc Vd=2.8% Isc=3.0kafc X Vd=1.2% Isc=4.0kafc X Vd=0.5% Isc=20.0kafc UTILITY CONTRIBUTION TO FAULT CURRENT = 30kafc 10kaic 10kaic 10kaic 10kaic 30kaic (E)#3/0 AWG TO UFER GROUND, COLD WATER SERVICE AND BUILDING STEEL X Vd=0.37% Isc=27.7kafc X Vd=0.44% Isc=26.3kafc X Vd=0.58% Isc=24.0kafc (E) 125A 3P (E) XFMR "TPV" 75KVA 208Y/120V-480V 3ø,4W, 60HZ GFI F (E)DS3 200A 3P, 600V NEMA 1 F (E)DS4 400AS/250AF 3P, 600V NEMA 1 (N) 150A 3P 150A2P 208-240/120V 20A100A 2P 2P PANEL "PP" 10kaic (E) (N) 150A 3P (E) PANEL "PLC" 10kaic X Vd=2.4% Isc=5.0kafc 1504 1 #6 L=350'-0" Vd=2.07% 853 1504 AREA OF WORK 2 (N) (N) (N) 34 (N)853 6 (N)853 (N)853 5 Exp. 03/31/27 No. E12921 S TATEOFCALIFORNIA D A V I D E .MARSHREGISTEREDPROFESSIONAL EN GI NEER E L ECT R I C A LALL 10920 VIA FRONTERA, SUITE 200 SAN DIEGO, CA 92127 P: 858.368.3400 The FUTURE. Built Smarter www.imegcorp.com PROJECT #23000383.00 IMEG CORP. RESERVES PROPRIETARY RIGHTS, INCLUDING COPYRIGHTS, TO THIS DRAWING AND THE DATA SHOWN THEREON. SAID DRAWING AND/OR DATA ARE THE EXCLUSIVE PROPERTY OF IMEG CORP. AND SHALL NOT BE USED OR REPRODUCED FOR ANY OTHER PROJECT WITHOUT THE EXPRESS WRITTEN APPROVAL AND PARTICIPATION OF IMEG CORP. ©2023 IMEG CORP.PROJECT 4715 DWN BY: CHKD BY: RVWD BY: PROJECT NO.DRAWING NO. SHEET:SHEETS: ENGINEERING DEPARTMENT: CITY OF CARLSBAD: REVISION DESCRIPTION:ENGINEER OF WORK: DATE INITIAL DATE INITIAL DATE INITIAL OTHER APPROVAL:CITY APPROVAL: 7515 METROPOLITAN DRIVE, SUITE 400 SAN DIEGO, CA 92108 T 619.294.7515 F 619.294.97592 WWW.SILLMANWRIGHT.COM REGISTRATION STAMP:DESIGN CONSULTANT: SCALE: ISSUE: CITY OF CARLSBAD PUBLIC WORKS CONTRACTS ADMINISTRATION 1635 FARADAY AVE CARLSBAD, CA 92008 811-4C MARK DATE DESCRIPTION SCALE: SUBMITTAL: DATE: CARLSBAD EOC WING RENOVATION JM JS JM ASI 05 07.03.2025 APPROVED JOHN MAASHOFF DEPUTY CITY ENGINEER EXPIRES 9/30/2025 DATE LICENSE # C61909 03/26/2024 85 12" = 1'-0" E400 ELECTRICAL DIAGRAMS CARLSBAD EOC WING RENOVATION 2560 ORION WAY CARLSBAD, CA 92010 NO SCALE SINGLE LINE DIAGRAM - RENOVATION1 GENERAL NOTES 1. PROVIDE 100A, 3P, 480V CIRCUIT BREAKER.BREAKER TO MATCH EXISTING "EDBA" AIC RATING. 2. PROVIDE WALL MOUNTED TRANSFORMER. REFER TO DETAIL 5 ON SHEET E700. 3. PROVIDE 3#3 & 1#8 GND FEEDER IN EXISTING 1-1/4" CONDUIT. 4. DISCONNECT AND REMOVE EXISTING INVERTER "EPU1C" . 5. DISCONNECT EXISTING PANEL L1B FROM THE EXISTING DISTRIBUTION BOARD MDA. CONNECT PANEL L1B TO THE EXISTING SPARE 50A, 3 POLE CIRCUIT BREAKER IN PANEL EL1A. EXTEND WIRES AND CONDUITS AS NEEDED. 6. PROVIDE MITSUBISHI ELECTRIC UPS 9900AEGIS, 45KW, 480V, 3 PHASE UPS WITH MAINTENANCE SWITCH AND BATTERIES. A. ALL EQUIPMENT IS NEW UNLESS NOTED OTHERWISE. B. LABEL ALL DEVICES AND EQUIPMENT CONNECTIONS WITH CIRCUIT NUMBER AND PANEL. KEY NOTES # 09.01.23 ISSUE FOR CONSTRUCTION 3 12.15.23 ADDENDUM #3 ASI 05 07.03.25 ASI 05 ASI 05 ASI 05 ASI 05 PWM26-3919FAC Exhibit "C" (Cont.) Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Exp. 03/31/27 No. E12921 S TATEOFCALIFORNIA D A V I D E .MARSHREGISTEREDPROFESSIONAL EN GI NEER E L ECT R I C A LALL 10920 VIA FRONTERA, SUITE 200 SAN DIEGO, CA 92127 P: 858.368.3400 The FUTURE. Built Smarter www.imegcorp.com PROJECT #23000383.00 IMEG CORP. RESERVES PROPRIETARY RIGHTS, INCLUDING COPYRIGHTS, TO THIS DRAWING AND THE DATA SHOWN THEREON. SAID DRAWING AND/OR DATA ARE THE EXCLUSIVE PROPERTY OF IMEG CORP. AND SHALL NOT BE USED OR REPRODUCED FOR ANY OTHER PROJECT WITHOUT THE EXPRESS WRITTEN APPROVAL AND PARTICIPATION OF IMEG CORP. ©2023 IMEG CORP.PROJECT 4715 DWN BY: CHKD BY: RVWD BY: PROJECT NO.DRAWING NO. SHEET:SHEETS: ENGINEERING DEPARTMENT: CITY OF CARLSBAD: REVISION DESCRIPTION:ENGINEER OF WORK: DATE INITIAL DATE INITIAL DATE INITIAL OTHER APPROVAL:CITY APPROVAL: 7515 METROPOLITAN DRIVE, SUITE 400 SAN DIEGO, CA 92108 T 619.294.7515 F 619.294.97592 WWW.SILLMANWRIGHT.COM REGISTRATION STAMP:DESIGN CONSULTANT: SCALE: ISSUE: CITY OF CARLSBAD PUBLIC WORKS CONTRACTS ADMINISTRATION 1635 FARADAY AVE CARLSBAD, CA 92008 811-4C MARK DATE DESCRIPTION SCALE: SUBMITTAL: DATE: CARLSBAD EOC WING RENOVATION JM JS JM ASI 05 07.03.2025 APPROVED JOHN MAASHOFF DEPUTY CITY ENGINEER EXPIRES 9/30/2025 DATE LICENSE # C61909 03/26/2024 85 E500 ELECTRICAL SCHEDULES CARLSBAD EOC WING RENOVATION 2560 ORION WAY CARLSBAD, CA 92010 LED LUMINAIRE SCHEDULE ITEM DESCRIPTION MTG WATT LED DRIVER MANUFACTURER AND MODEL ANSI WATTS PER TYPE VOLTS TYPE EX1 LED EDGE-LIT EXIT SIGN, CLEAR ACRYLIC PANEL, GREEN LETTERS, UNIVERSAL ARROWS/MOUNTING. SELF TEST & DIAGNOSTICS. REFER TO PLANS FOR DIRECTIONAL ARROWS AND NUMBER OF FACES. <varie s> 5 W FIX LED 277 V EM LITHONIA: EDG-X-X-R-SD F1 2X2 RECESSED TROFFER LED RE 30 W FIX LED 277 V 0-10V LITHONIA: EPANL-2X2-2000LM-80CRI-35K-MIN10-ZT- MVOLT F2 4 FEET LINEAR RECESSED LED RE 36 W FIX LED 277 V 0-10V METALUX: 4RBG6-SL1-UNV-L840-WAA F3 4' LINEAR SURFACE MOUNT LED LUMINAIRE SU 11 W FIX LED 277 V 0-10V LITHONIA: BLWP4-15L-SDP-277-GZ10-LP835 F4 7 FEET LINEAR RECESSED MOUNT LED RE 5 W FT LED 277 V 0-10V GAMMLUX: GB34RC2BX4-SL358-ZTV10-7'N-REC-ASL MD F4A 10 FEET LINEAR RECESSED MOUNT LED RE 5 W FT LED 277 V 0-10V GAMMLUX: GB34RC2BX4-SL358-ZTV10-10'N-REC-AS LMD F4B 12 FEET LINEAR RECESSED MOUNT LED RE 5 W FT LED 277 V 0-10V GAMMLUX: GB34RC2BX4-SL358-ZTV10-12'N-REC-AS LMD F5 4" RECESSED DOWNLIGHT RE 14 W FIX LED 277 V 0-10V GOTHAM EVO4SQ-35-15-AR-120-GZ1-90CRI S1 LINEAR RECESSED FOR WET LOCATION WITH UNIVERSAL VOLTAGE. RE 20 W FIX LED 277 V UNIV IGUZZINI #ILB015-TR-IC-030-WF-UNV-02-D10 CIRCUIT KEY NOTES: *TOTAL DEMAND CALCS SUBTRACT ANY REDUNDANT LOAD AND THE SMALLER OF ANY NONCOINCIDENT HVAC LOADS. THIS CALC IS DONE AT EACH PANEL. TOTAL ESTIMATED DEMAND AMPS:122.3 A TOTAL CONNECTED AMPS:158.66 A TOTAL ESTIMATED DEMAND LOAD:44.05 kVA Receptacles 36.22 kVA 63.80%23.11 kVA TOTAL CONNECTED LOAD:57.16 kVA Power 20.94 kVA 100.00%20.94 kVA LOAD CLASSIFICATION CONNECTED LOAD DEMAND FACTOR ESTIMATED DEMAND TOTALS* LOAD SUMMARY Total Amps:181.82 145.92 149.57 Total Load:21.76 kVA 17.51 kVA 17.89 kVA -- 41 SPACE -- 1 -- -- ---- 15.57 -- -- -- -- -- ----42 -- -- 39 SPACE -- 1 -- -- ---- 15.27 -- -- -- -- -- ----40 -- -- 37 SPACE -- 1 -- -- -- -- 18.18 6 1/0 1/0 3 150 A PNC - EOC2 38 -- 35 SPACE -- 1 -- -- ---- -- -- -- -- 1 --SPACE 36 -- -- 33 SPACE -- 1 -- -- ---- ---- -- -- 1 --SPACE 34 -- -- 31 SPACE -- 1 -- -- -- -- ---- -- -- 1 --SPACE 32 -- -- 29 SPARE 20 A 1 -- -- --0 0 -- -- -- 1 20 A SPARE 30 -- -- 27 SPARE 20 A 1 -- -- --0 0 -- -- -- 1 20 A SPARE 28 -- -- 25 SPARE 20 A 1 -- -- -- 0 0 -- -- -- 1 20 A SPARE 26 -- -- 23 SPARE 20 A 1 -- -- --0 0 -- -- -- 1 20 A SPARE 24 -- -- 21 SPARE 20 A 1 -- -- --0 0 -- -- -- 1 20 A SPARE 22 -- 19 RM 107 REC 20 A 1 0.72 0 -- -- -- 1 20 A SPARE 20 -- 17 RM 102 GEN REC 20 A 1 0.72 0 -- -- -- 1 20 A SPARE 18 -- 15 RM 105 GEN REC 20 A 1 0.72 0 -- -- -- 1 20 A SPARE 16 -- 13 WS - 8 & 10 20 A 1 0.8 0 -- -- -- 1 20 A SPARE 14 -- 11 WS - 7 & 8 20 A 1 0.8 0 -- -- -- 1 20 A SPARE 12 -- 9 WS - 5 & 6 20 A 1 0.8 0 -- -- -- 1 20 A SPARE 10 -- 7 WS - 3 & 4 PRINTER 20 A 1 0.58 0 -- -- -- 1 20 A SPARE 8 -- 5 WS - 1 & 2 20 A 1 0.8 0 -- -- -- 1 20 A SPARE 6 -- 3 RM 104 REC 20 A 1 0.72 0 -- -- -- 1 20 A SPARE 4 -- 1 RM 103 REC 20 A 1 0.9 0.58 1 20 A EOC PRINTER 2 K E Y CKT NO.LOAD DESCRIPTION OCPD AMPS P WIRE SIZE H N G VD % A B C VD % WIRE SIZE G N H OCPD P AMPS LOAD DESCRIPTION CKT NO. K E Y NOTES: ISC:2.20 kA SCCR:10 kA LOCATION:ELECT. E108 WIRE:4 FED FROM:T/F EOC GROUND BUS PHASE:3 ENCLOSURE:NEMA PB 1 SOLID NEUTRAL VOLTS:120/208 Wye MOUNTING:SURFACE MAIN:150 A MCB (N)PNL- EOC1 CIRCUIT KEY NOTES: *TOTAL DEMAND CALCS SUBTRACT ANY REDUNDANT LOAD AND THE SMALLER OF ANY NONCOINCIDENT HVAC LOADS. THIS CALC IS DONE AT EACH PANEL. TOTAL ESTIMATED DEMAND AMPS:110.2 A TOTAL CONNECTED AMPS:136.07 A TOTAL ESTIMATED DEMAND LOAD:39.69 kVA Receptacles 28.66 kVA 67.45%19.33 kVA TOTAL CONNECTED LOAD:49.02 kVA Power 20.36 kVA 100.00%20.36 kVA LOAD CLASSIFICATION CONNECTED LOAD DEMAND FACTOR ESTIMATED DEMAND TOTALS* LOAD SUMMARY Total Amps:151.88 127.25 130.13 Total Load:18.18 kVA 15.27 kVA 15.57 kVA -- 83 SPACE -- 1 -- -- ----84 -- 81 SPACE -- 1 -- -- ----82 -- 79 ---- -- -- -- -- -- 1.25 80 77 MDF RACK - 1 30 A 2 1.25 78 -- 75 ---- -- -- -- -- --1.25 76 73 MDF RACK - 1 30 A 2 1.25 0.4 -- -- -- -- -- ----74 -- 71 RM 105 CONFERNCE FLOOR BOX 20 A 1 0.18 0.4 2 20 A RM 106 MAIN DISPLAY MONITOR - 4 72 69 RM 105 CONFERNCE FLOOR BOX 20 A 1 0.18 0.4 -- -- -- -- -- ----70 -- 67 EOC MONITORS 20 A 1 0.72 0.4 2 20 A RM 106 MAIN DISPLAY MONITOR - 3 68 65 EOC MONITORS 20 A 1 0.54 0.4 -- -- -- -- -- ----66 -- 63 SECURITY ACP 20 A 1 0.36 0.4 2 20 A RM 106 MAIN DISPLAY MONITOR - 2 64 61 MDF REC 20 A 1 1.08 0.4 -- -- -- -- -- ----62 -- 59 MDF REC 20 A 1 0.72 0.4 2 20 A RM 106 MAIN DISPLAY MONITOR - 1 60 57 EOC OPEN - 2 20 A 1 0.5 0.18 1 20 A MDF RACK - 3 58 55 EOC OPERATIONS -12 20 A 1 0.5 0.18 1 20 A MDF RACK - 2 56 53 EOC OPERATIONS -11 20 A 1 0.5 0.18 1 20 A MDF RACK - 1 54 51 EOC OPERATIONS -10 20 A 1 0.5 1.25 -- -- -- -- -- ----52 -- 49 EOC OPERATIONS -9 20 A 1 0.5 1.25 2 30 A MDF RACK - 3 50 47 EOC OPERATIONS -8 20 A 1 0.5 1.25 -- -- -- -- -- ----48 -- 45 EOC OPERATIONS -7 20 A 1 0.5 1.25 2 30 A MDF RACK - 3 46 43 EOC OPEN -1 20 A 1 0.5 1.25 -- -- -- -- -- ----44 -- 41 EOC OPERATIONS -6 20 A 1 0.5 1.25 2 30 A MDF RACK - 2 42 39 EOC OPERATIONS -5 20 A 1 0.5 1.25 -- -- -- -- -- ----40 -- 37 EOC OPERATIONS -4 20 A 1 0.5 1.25 2 30 A MDF RACK - 2 38 35 EOC OPERATIONS -3 20 A 1 0.5 1.25 -- -- -- -- -- ----36 -- 33 EOC OPERATIONS -2 20 A 1 0.5 1.25 2 30 A MDF RACK - 1 34 31 EOC OPERATIONS -1 20 A 1 0.5 1.25 -- -- -- -- -- ----32 -- 29 EOC OPEN - 5 20 A 1 0.5 1.25 2 30 A MDF RACK - 1 30 27 EOC OPEN - 4 20 A 1 0.5 0.5 1 20 A EOC PLANNING -7 28 25 EOC OPEN - 3 20 A 1 0.5 0.5 1 20 A EOC PLANNING -6 26 23 EOC OPEN - 2 20 A 1 0.5 0.5 1 20 A EOC PLANNING -5 24 21 EOC OPEN - 1 20 A 1 0.5 0.5 1 20 A EOC PLANNING -4 22 19 EOC FINANCE - 5 20 A 1 0.5 0.5 1 20 A EOC PLANNING -3 20 17 EOC FINANCE - 4 20 A 1 0.5 0.5 1 20 A EOC PLANNING -2 18 15 EOC FINANCE - 3 20 A 1 0.5 0.5 1 20 A EOC PLANNING -1 16 13 EOC FINANCE - 2 20 A 1 0.5 0.5 1 20 A EOC MANAGEMENT - 7 14 11 EOC FINANCE - 1 20 A 1 0.5 0.5 1 20 A EOC MANAGEMENT - 6 12 9 EOC LOGISTICS -5 20 A 1 0.5 0.5 1 20 A EOC MANAGEMENT - 5 10 7 EOC LOGISTICS -4 20 A 1 0.5 0.5 1 20 A EOC MANAGEMENT - 4 8 5 EOC LOGISTICS -3 20 A 1 0.5 0.5 1 20 A EOC MANAGEMENT - 3 6 3 EOC LOGISTICS -2 20 A 1 0.5 0.5 1 20 A EOC MANAGEMENT - 2 4 1 EOC LOGISTICS -1 20 A 1 0.5 0.5 1 20 A EOC MANAGEMENT - 1 2 K E Y CKT NO.LOAD DESCRIPTION OCPD AMPS P WIRE SIZE H N G VD % A B C VD % WIRE SIZE G N H OCPD P AMPS LOAD DESCRIPTION CKT NO. K E Y NOTES: ISC:1.90 kA SCCR:10 kA LOCATION:AV/IT 108 WIRE:4 FED FROM:PNL-EOC1 PHASE:3 ENCLOSURE:NEMA PB 1 SOLID NEUTRAL VOLTS:120/208 Wye MOUNTING:SURFACE MAIN:225 A MLO (N)PNL- EOC2 NOTES: 1. {L##} DENOTES THE LIGHTING SEQUENCE OF OPERATIONS FOR THIS SPACE. 2. [#B] PUSH BUTTON REFERS TO SCENE QUANTITY. CONTROL STATION SHALL BE CAPABLE OF [RAISE/LOWER AND] SWITCHING ON/OFF FOR MULTIPLE SCENES AS INDICATED ON SHEETS AND THE LIGHTING SEQUENCE OF OPERATIONS {L##}. COORDINATE QUANTITIES OF BUTTONS FOR CONTROL STATIONS WITH LIGHTING CONTROL MANUFACTURER. 3. [Z#] DENOTES LIGHTING CONTROL ZONE. PROVIDE SEPARATE CONTROL OF EACH CONTROLLED ZONE. LUMINAIRES ASSOCIATED WITH THE SAME ZONE SHALL OPERATE TOGETHER WITHIN THE SAME PROGRAMMED SCENE. 4. a = SWITCH DESIGNATION FOR LIGHTING CONTROL 5. VERIFY AND COORDINATE ALL TIME CLOCK SETTINGS WITH OWNER PRIOR TO FINAL PROGRAMMING. 6. VERIFY AND COORDINATE ALL PUSH BUTTON WALL DEVICES AND QUANTITIES OF INDIVIDUAL BUTTONS WITH SCENES AND ZONES PER LOCATION. 7. VERIFY AND COORDINATE ALL PUSH BUTTON QUANTITIES AND SCENE NAMES WITH OWNER PRIOR TO SUBMITTING ENGRAVING TEMPLATE TO MANUFACTURER. LIGHTING SEQUENCE OF OPERATION PLAN ID LIGHTING SWITCHED {LD1} Sequence: Dimmed luminaires are controlled in this space. ON: Lights are turn on using Dimmer. ADJUST: The luminaires are raised/lowered using a wall dimmer. OFF: After the space has been vacant for 15 minutes, the luminaires will automatically turn off via occupancy sensor. {LD2} Sequence: Dimmed luminaires are controlled in this space. ON: Lights are turn on using Dimmer. ADJUST: The luminaires are turned on to 100% when the area becomes occupied via occupancy sensor or wall dimmer switch. If normal power fails, designated switched emergency lights shall turn on via battery backup. OFF: After the space has been vacant for 15 minutes, the luminaires will automatically turn off via occupancy sensor. {LS1} Sequence: Switched luminaires are controlled in this space. ON: Lights are turned on manually via switches. OFF: After the space has been vacant for 15 minutes, the luminaires will automatically turn off via occupancy sensor. {LS2} Sequence: Switched luminaires are controlled in this space. ON: The Luminaires are turned on by manual override switch. If normal power fails, designated switched emergency lights shall turn on via inverter. OFF: After the space has been vacant for 15 minutes, the luminaires will reduce to a maximum of 50% output. CIRCUIT KEY NOTES:1. PROVIDE NEW GFCI BREAKER. 2 . MATCH EXISTING PANEL AIC RATING. *TOTAL DEMAND CALCS SUBTRACT ANY REDUNDANT LOAD AND THE SMALLER OF ANY NONCOINCIDENT HVAC LOADS. THIS CALC IS DONE AT EACH PANEL. TOTAL ESTIMATED DEMAND AMPS:37.4 A Recept.0.36 kVA 100.00%0.36 kVA TOTAL CONNECTED AMPS:37.39 A Receptacles 3.88 kVA 100.00%3.88 kVA TOTAL ESTIMATED DEMAND LOAD:13.47 kVA Power 0.68 kVA 100.00%0.68 kVA TOTAL CONNECTED LOAD:13.47 kVA HVAC 8.55 kVA 100.00%8.55 kVA LOAD CLASSIFICATION CONNECTED LOAD DEMAND FACTOR ESTIMATED DEMAND TOTALS* LOAD SUMMARY Total Amps:54.11 48.77 17.67 Total Load:6.00 kVA 5.36 kVA 2.12 kVA -- 41 SPARE 20 A 1 -- -- --0 1.08 1 20 A EOC GEN REC 42 1 -- 39 SPARE 20 A 1 -- -- --0 0.36 1 20 A RM 106 EOC MONITOR/ CLOCK 40 1 -- 37 ---- -- -- -- -- -- 0.5 0.72 1 20 A (N) HALLWAY 101 MONITORS 38 1 1,2 35 (N)FCU - 13, 14 15 A 2 0.5 0.54 1 20 A (N) RM 109 REC 36 1 -- 33 ---- -- -- -- -- --3.78 1.22 1 20 A (N) RM 102 GEN REC 34 1 1,2 31 (N) CU - 13 40 A 2 8 10 3.78 1 1 20 A (N) PLOTTER 32 1 -- 29 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 30 -- -- 27 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 28 -- -- 25 (E) EXISTING LOAD 20 A 1 -- -- -- 0 0 -- -- -- 1 20 A (E) EXISTING LOAD 26 -- -- 23 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 24 -- -- 21 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 22 -- -- 19 (E) EXISTING LOAD 20 A 1 -- -- -- 0 0 -- -- -- 1 20 A (E) EXISTING LOAD 20 -- -- 17 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 18 -- -- 15 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 16 -- -- 13 (E) EXISTING LOAD 20 A 1 -- -- -- 0 0 -- -- -- 1 20 A (E) EXISTING LOAD 14 -- -- 11 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 12 -- -- 9 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 10 -- -- 7 (E) EXISTING LOAD 20 A 1 -- -- -- 0 0 -- -- -- 1 20 A (E) EXISTING LOAD 8 -- -- 5 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 6 -- -- 3 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 4 -- -- 1 (E) EXISTING LOAD 20 A 1 -- -- -- 0 0 -- -- -- 1 20 A (E) EXISTING LOAD 2 -- K E Y CKT NO.LOAD DESCRIPTION OCPD AMPS P WIRE SIZE H N G VD % A B C VD % WIRE SIZE G N H OCPD P AMPS LOAD DESCRIPTION CKT NO. K E Y NOTES: ISC UNKNOWN 0.00 kA SCCR:10 kA LOCATION:ELECT. E108 WIRE:4 FED FROM:GROUND BUS PHASE:3 ENCLOSURE:NEMA PB 1 SOLID NEUTRAL VOLTS:120/208 Wye MOUNTING:SURFACE MAIN:100 A MCB (E)PNL- EP1C LOAD CALCULATION OF EXISTING PANEL -EP1C EXISTING LOAD =27.0 KW DEMO LOAD ( -)=16.5 KW 1.25% (SAFETY FACTOR)=13.13 KW NEW LOAD ADDED ( + )=13.29 KW TOTAL LOAD =26.42 KW @ 73 AMPS NEW LOAD IS WITHIN THE CAPACITY OF (E)EP1C 100A CIRCUIT KEY NOTES: *TOTAL DEMAND CALCS SUBTRACT ANY REDUNDANT LOAD AND THE SMALLER OF ANY NONCOINCIDENT HVAC LOADS. THIS CALC IS DONE AT EACH PANEL. TOTAL ESTIMATED DEMAND AMPS:7.1 A TOTAL CONNECTED AMPS:7.12 A TOTAL ESTIMATED DEMAND LOAD:5.922 kVA TOTAL CONNECTED LOAD:5.92 kVA Lighting 5.922 kVA 100.00%5.922 kVA LOAD CLASSIFICATION CONNECTED LOAD DEMAND FACTOR ESTIMATED DEMAND TOTALS* LOAD SUMMARY Total Amps:9.16 1.67 12.55 Total Load:2.26 kVA 0.46 kVA 3.20 kVA -- 29 SPACE -- 1 -- -- ---- 0 -- -- -- -- -- ----30 -- -- 27 SPACE -- 1 -- -- ---- 0 -- -- -- -- -- ----28 -- -- 25 SPACE -- 1 -- -- -- -- 0 -- -- -- 3 50 A (E) XFMR ET1C 26 -- -- 23 SPARE 20 A 1 -- -- --0 -- -- -- -- 1 --SPACE 24 -- -- 21 SPARE 20 A 1 -- -- --0 ---- -- -- 1 --SPACE 22 -- 19 (N) INV 1, INV 2 20 A 1 1.1 ---- -- -- 1 --SPACE 20 -- -- 17 ---- -- -- -- -- --0 0 -- -- -- -- -- ----18 -- -- 15 ---- -- -- -- -- --0 0 -- -- -- -- -- ----16 -- -- 13 (E)AC-4 20 A 3 -- -- -- 0 0 -- -- -- 3 20 A (E) EPU1C 14 -- -- 11 SPACE -- 1 -- -- ---- -- -- -- -- 1 --SPACE 12 -- -- 9 SPACE -- 1 -- -- ---- ---- -- -- 1 --SPACE 10 -- -- 7 SPACE -- 1 -- -- -- -- ---- -- -- 1 --SPACE 8 -- 5 (N) RM EOC LTG 20 A 1 3.2 -- -- -- -- 1 --SPACE 6 -- 3 (N) RM 107, 109 LTG 20 A 1 0.46 ---- -- -- 1 --SPACE 4 -- 1 (N) RM 102, CORRIDOR KTG 20 A 1 1.16 ---- -- -- 1 --SPACE 2 -- K E Y CKT NO.LOAD DESCRIPTION OCPD AMPS P WIRE SIZE H N G VD % A B C VD % WIRE SIZE G N H OCPD P AMPS LOAD DESCRIPTION CKT NO. K E Y NOTES: ISC UNKNOWN 0.00 kA SCCR:65 kA LOCATION:ELECT. E108 WIRE:4 FED FROM:0 A/0P @ GROUND BUS PHASE:3 ENCLOSURE:NEMA PB 1 SOLID NEUTRAL VOLTS:480/277 Wye MOUNTING:SURFACE MAIN:100 A MCB (E)PNL- EL1C ASI 21 09.01.23 ISSUE FOR CONSTRUCTION 3 12.15.23 ADDENDUM #3 ASI 21 12.13.24 ASI 21 ASI 05 07.03.25 ASI 05 CIRCUIT KEY NOTES: *TOTAL DEMAND CALCS SUBTRACT ANY REDUNDANT LOAD AND THE SMALLER OF ANY NONCOINCIDENT HVAC LOADS. THIS CALC IS DONE AT EACH PANEL. TOTAL ESTIMATED DEMAND AMPS:0 A TOTAL CONNECTED AMPS:0.00 A TOTAL ESTIMATED DEMAND LOAD:0 kVA TOTAL CONNECTED LOAD:0.00 kVA LOAD CLASSIFICATION CONNECTED LOAD DEMAND FACTOR ESTIMATED DEMAND TOTALS* LOAD SUMMARY Total Amps:0.00 0.00 0.00 Total Load:0.00 kVA 0.00 kVA 0.00 kVA -- 41 ---- -- -- -- -- --0 0 -- -- -- -- -- ----42 -- -- 39 ---- -- -- -- -- --0 0 -- -- -- -- -- ----40 -- -- 37 (E) EXISTING LOAD 20 A 3 -- -- -- 0 0 -- -- -- 3 50 A SPARE 38 -- -- 35 ---- -- -- -- -- --0 -- -- -- -- 1 --SPACE 36 -- -- 33 ---- -- -- -- -- --0 ---- -- -- 1 --SPACE 34 -- -- 31 (E) EXISTING LOAD 30 A 3 -- -- -- 0 ---- -- -- 1 --SPACE 32 -- -- 29 ---- -- -- -- -- --0 0 -- -- -- -- -- ----30 -- -- 27 ---- -- -- -- -- --0 0 -- -- -- -- -- ----28 -- -- 25 (E) EXISTING LOAD 20 A 3 -- -- -- 0 0 -- -- -- 3 20 A (E) EXISTING LOAD 26 -- -- 23 ---- -- -- -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 24 -- -- 21 ---- -- -- -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 22 -- -- 19 (E) EXISTING LOAD 50 A 3 -- -- -- 0 0 -- -- -- 1 20 A (E) EXISTING LOAD 20 -- -- 17 ---- -- -- -- -- --0 0 -- -- -- -- -- ----18 -- -- 15 ---- -- -- -- -- --0 0 -- -- -- -- -- ----16 -- -- 13 (E) EXISTING LOAD 30 A 3 -- -- -- 0 0 3 50 A (E) L1B 14 -- 11 ---- -- -- -- -- --0 0 -- -- -- -- -- ----12 -- -- 9 ---- -- -- -- -- --0 0 -- -- -- -- -- ----10 -- -- 7 (E) EXISTING LOAD 70 A 3 -- -- -- 0 0 -- -- -- 3 20 A (E) EXISTING LOAD 8 -- -- 5 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 6 -- -- 3 (E) EXISTING LOAD 20 A 1 -- -- --0 0 -- -- -- 1 20 A (E) EXISTING LOAD 4 -- -- 1 (E) EXISTING LOAD 20 A 1 -- -- -- 0 0 -- -- -- 1 20 A (E) EXISTING LOAD 2 -- K E Y CKT NO.LOAD DESCRIPTION OCPD AMPS P WIRE SIZE H N G VD % A B C VD % WIRE SIZE G N H OCPD P AMPS LOAD DESCRIPTION CKT NO. K E Y NOTES: ISC UNKNOWN 0.00 kA SCCR:65 kA LOCATION:ELECT. E108 WIRE:4 FED FROM:(E) EDBA GROUND BUS PHASE:3 ENCLOSURE:NEMA PB 1 SOLID NEUTRAL VOLTS:480/277 Wye MOUNTING:SURFACE MAIN:225 A MLO (E)PNL- EL1A LOAD CALCULATION OF EXISTING PANEL -EL1A EXISTING LOAD (04/08/2025)=83.87 A NEW LOAD ADDED (EXISTING PANEL L1B)( + )=39.20 A TOTAL LOAD =123.07 A 1.25% (SAFETY FACTOR)=153.8 A @ 154 AMPS NEW LOAD IS WITHIN THE CAPACITY OF (E)EL1A 225A ASI 05 PWM26-3919FAC Exhibit "C" (Cont.) Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 10 City Attorney Approved 6/5/24 EXHIBIT D In-Use Off-Road Diesel-Fueled Fleet Regulation Requirements CARB implemented amendments to the In-Use Off-Road Diesel Fueled Fleets Regulations that apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. More information about the requirements can be found at https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. The City is a “Public Works Awarding Body,” as that term is defined under Title 13 California Code of Regulations Section 2449(c)(46). Accordingly, the Contractor must submit, with their pre-award contract documents, valid Certificates of Reported Compliance (CRC) for the Contractor’s fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Failure to provide a valid CRC, will limit the city’s ability to proceed with awarding this Contract. Contractor has an on-going obligation for term of this Agreement to provide copies of Contractor’s, as well as all listed subcontractors, most recent CRC issued by CARB. Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor’s and subcontractors’ fleet including, without limitation, CRC, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days’ notice from the City. Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 PWM26-3919FAC Police and Fire Headquarters UPS Installation Cont. No. 4715 Page 11 City Attorney Approved 6/5/24 EXHIBIT D (CONT.) IN-USE OFF-ROAD DIESEL-FUELED FLEET REGULATION CERTIFICATION Contractor hereby acknowledges that they have reviewed the CARB’s policies, rules and regulations and are familiar with the requirements of In-Use Off-Road Diesel-Fueled Fleet Regulation. Contractor hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Contractor’s fleet, and/or that of their subcontractor(s) (“Fleet”) is true and correct: ☐ The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. ☐ The Fleet is exempt from the Regulation under Section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. ☐ Contractor and/or their subcontractor is unable to procure R99 or R100 renewable diesel fuel as defined in the Regulation pursuant to Section 2449.1(f)(3).Contractor shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). ☐ The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an “emergency”, as that term is defined in Section 2449(c)(18). Contractor shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). ☐ The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Contractor: Saturn Electric, Inc. Signature: Name: Timothy Allen Dudek Title: President Date: Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 X 9/19/2025 Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97 Docusign Envelope ID: 5EFE4593-661E-491B-86E7-5B8E57925E97