Loading...
HomeMy WebLinkAboutJohnson Controls Inc; 2007-11-14; PWS08-05FACDOC# 2008-0445469 RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 10659 AUG19, 2008 4:36 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH. COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: 1561804600 NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on July 21, 2008. 6. The name of the contractor for such work or improvement is Johnson Controls, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: City Hall HVAC Upgrade, Contract No. FAC 07-02, 8. The street address of said property is various locations within the City of Carlsbad, California 92008. CITY OF CARLSBAD <3..CLiAi/i£-. /ier i/orks Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on 3/^AA.^u^t >'A , 200 # . accepted the above described work as completed and ordered that aPNotice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on Lucu^J' A3 . 200%'. at Carlsbad, California. cms QF c c AB 19,542 RESO 2008-232 TJORRAfNE M.v /GiiCity Clerk Word\Masters\Forms\Notice of Completion (City)3/9/98 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL, AND TECHNICAL PROVISIONS FOR CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 BID NO. PWS08-05FAC Revised 11/01/06 Contract No. FAC 07-02 Page 1 of 86 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 5 Contractor's Proposal 9 Bid Security Form 14 Bidder's Bond to Accompany Proposal 15 Guide for Completing the "Designation Of Subcontractors" Form 17 Designation of Subcontractor and Amount of Subcontractor's Bid Items 19 Bidder's Statement of Technical Ability and Experience 20 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 21 Bidder's Statement of Re Debarment 22 Bidder's Disclosure of Discipline Record 23 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 25 Contract Public Works 26 Labor and Materials Bond 32 Faithful Performance/Warranty Bond 34 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 36 Revised 11/01/06 Contract No. FAC 07-02 Page 2 of 86 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 39 1-2 Definitions 40 1-3 Abbreviations 44 1-4 Units of Measure 47 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 49 2-2 Assignment 49 2-3 Subcontracts 49 2-4 Contract Bonds 50 2-5 Plans and Specifications 51 2-6 Work to be Done 55 2-8 Right-of-Way 55 2-10 Authority of Board and Engineer 55 2-11 Inspection 56 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 56 3-2 Changes Initiated by the Agency 56 3-3 Extra Work 58 3-4 Changed Conditions 60 3-5 Disputed Work 61 Section 4 Control of Materials 4-1 Materials and Workmanship 64 4-2 Materials Transportation, Handling and Storage 67 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 68 6-2 Prosecution of Work 71 6-3 Suspension of Work 72 6-4 Default by Contractor 72 6-5 Termination of Contract 73 6-6 Delays and Extensions of Time 73 6-7 Time of Completion 74 6-8 Completion, Acceptance, and Warranty 74 6-9 Liquidated Damages 75 6-10 Use of Improvement During Construction 75 Revised 11/01/06 Contract No. FAG 07-02 Page 3 of 86 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 76 7-2 L?b9r. 76 7-3 Liability Insurance 76 7-4 Workers' Compensation Insurance 76 7-5 Permits 77 7-6 The Contractor's Representative 77 7-7 Cooperation and Collateral Work 77 7-8 Project Site Maintenance 78 7-9 Protection and Restoration of Existing Improvements 79 7-10 Public Convenience and Safety 80 7-11 Patent Fees or Royalties 81 7-12 Advertising 82 7-13 Laws to be Observed 82 7-14 Antitrust Claims 82 Section 8 Facilities for Agency Personnel 8-1 General 82 8-2 Field Office Facilities 83 Section 9 Measurement and Payment 9-2 Lump Sum Work 83 9-3 Payment 83 Revised 11/01/06 Contract No. FAG 07-02 Page 4 of 86 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON SEPTEMBER 12, 2007, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Upgrade the HVAC System at City Hall. CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 PWS08-05FAC INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the General Services Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Sections 2 & 3, 2006 Edition, and the 2007 supplement thereto, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. •Revised 1 1/01/06 Contract No. FAC 07-02 Page 5 of 86 Pages The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $175.000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: C-20. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $35.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Revised 1 1/01/06 Contract No. FAC 07-02 Page 6 of 86 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID 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 Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. PRE BID MEETING A MANDATORY pre-bid meeting and tour of the project site will be held at 9:00 AM on August 28, 2007 at 1200 Carlsbad Village Drive. Bidders are notified that this will be the only opportunity to visit the work location. Any Bidder that does not attend this Mandatory Pre-Bid meeting will have their bid returned unopened. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Revised 11/01/06 Contract No. FAC 07-02 Page 7 of 86 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) 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. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2007-189, adopted on the 24th day of July, 2007. August 1. 2007 Date <v KA^EN (R. h^ND/Z, Assistant City Clerk Publish Date: August 4, 2007 Revised 11/01/06 Contract No. FAC 07-02 Page 8 of 86 Pages CITY OF CARLSBAD CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. FAC 07-02 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" HVAC UPGRADE Approximate Item Quantity Unit No. Description and Unit Price Total A-1 HVAC Upgrade at City Hall LS O K< gr Dollars (Lump Sum) Total amountof bid in words for Schedule "A": Total amount of bid in numbers for Schedule "A": $ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). A^cWfc _ has/have been received and is/are included in this proposal. OPENED, WrTNESSED AND DATE SIGNATURE Revised 11/01/06 Contract No. FAC 07-02 Page 9 of 86 Pages The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number Sfcg. rV-V K\oU<< o £o2>^ classification which expires on , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Qt>A O (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Revised 11/01/06 Contract No. FAG 07-02 Page 10 of 86 Pages JQHNSON CONTROLS Johnson Controls California Licenses & Permits Reseller's Permit Number Johnson Controls, Inc California Reseller's # SZ OHA - 98-040-849 California Taxpayer ID Number Johnson Controls, Inc California Taxpayer ID # 0023983-C California Contractor License Numbers Johnson Controls, Inc California Contractors License # 22445 B, C-7, C-10, C-20, Expiration - May 31, 2008 Cal-Air (A Johnson Controls Company) California Contractors License #137195 B, C-4, C-10, C-20, C-34, C-36, C-38, C-43 Expiration - November 30, 2008 Contractor License Descriptions B - General Building Contractor C-4 Boiler, Hot-Water Heating System Fitting Contractor C-7 Low Voltage Systems Contractor C-10 Electrical Contractor C-20 Warm-Air Heating, Ventilation and Air-Conditioning Contractor C34 - Pipeline Contractor C36 - Plumbing Contractor C-38 Refrigeration Contractor C-43 Sheet Metal Contractor License Detail Page 1 of2 California Home Wednesday. September 12. 2007 Welcome to License Detail Contractor License # 22445 CALIFORNIA CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: . CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. . Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. . Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 09/12/2007 * * * Business Information * * * JOHNSON CONTROLS INC PO BOX 2012 MILWAUKEE, Wl 53201-2012 Business Phone Number: (414) 524-2725 Entity: Corporation Issue Date: 07/15/1930 Expire Date: 05/31/2008 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description IC20 WARM-AIR HEATING, VENTILATING AND AIR-CONDITIONING C-7 'LOW VOLTAGE SYSTEMS B GENERAL BUILDING CONTRACTOR C10 : ELECTRICAL * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 5811527 in the amount of $12,500 with the bonding company SAFECO INSURANCE COMPANY OF AMERICA. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(I): This license filed Bond of Qualifying Individual number 6277916 for THOMAS ANTHONY MC SHANE in the amount of $12,500 with the bonding company SAFECO INSURANCE COMPANY OF AMERICA. Effective Date: 01/01/2007 BQI's Bonding History http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 09/12/2007 License Detail Page 2 of 2 BOND OF QUALIFYING INDIVIDUAL^): This license filed Bond of Qualifying Individual number 6292430 for WALTER JOHN BOMHOFF in the amount of $12,500 with the bonding company SAFECO INSURANCE COMPANY OF AMERICA. Effective Date: 01/01/2007 BQI's Bonding History * * * Workers Compensation Information * * * This license has workers compensation insurance with the ACE AMERICAN INSURANCE COMPANY Policy Number: WLRC44441111 Effective Date: 10/01/2006 Expire Date: 10/01/2007 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses License Number Contractor Name Personnel Name Request Request Request _ . _, . Salesperson NameSalesperson Request Request © 2006 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 09/12/2007 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business City and State (4) Zip Code Telephone No. (5) E-Mail (Street and Number) IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. Revised 11/01/06 Contract No. FAG 07-02 Page 11 of 86 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted. (2) (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business ^fo^o R (Street and Number) City and State S*-^ l>tt^»ot 6 ft (5) Zip Code ^^-1^3 Telephone No. %1S"S - (6) E-Mail Ui£TZ3tt..<S.G*cuyg*j NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 11/01/06 Contract No. FAG 07-02 Page 12 of 86 Pages Investor Relations Officers and Directors Corporate Officers Jeffrey G. Augustin Vice President, Building Efficiency John M. Earth Chairman and Chief Executive Officer Dr. Beda Bolzenius Vice President and President, Interior Experience Susan F. Davis Executive Vice President, Human Resources Jeffrey S. Edwards Vice President and General Manager Japan and Asia Pacific, Interior Experience Giovanni "John" Fiori Executive Vice President, International Charles A. Harvey Vice President, Diversity and Public Affairs Susan M. Kreh Vice President and Corporate Controller R. Bruce McDonald Executive Vice President and Chief Financial Officer Alex A. Molinaroli Vice President and President, Power Solutions C. David Myers Vice President and President, Building Efficiency Jerome D. Okarma Vice President, Secretary and General Counsel Stephen A. Roell Executive Vice President and Vice Chairman Subhash "Sam" Valanju Vice President and Chief Information Officer Frank A. Voltolina Vice President and Corporate Treasurer Keith E. Wandell President and Chief Operating Officer Denise M. Zutz Vice President of Strategy, Investor Relations and Communication Board of Directors Dennis W. Archer Chairman, Dickinson Wright PLLC Robert L. Barnett Retired Executive Vice President, Motorola, Inc. John M. Earth Chairman and Chief Executive Officer, Johnson Controls, Inc. Natalie A. Black Senior Vice President, General Counsel and Corporate Secretary, Kohler Co. Paul A. Brunner President and Chief Executive Officer, Spring Capital, Inc. Robert A. Cornog Retired Chairman and Chief Executive Officer, Snap-On, Inc. Jeffrey A. Joerres President, Chief Executive Officer and Chairman, Manpower, Inc. William H. Lacy Retired Chairman and Chief Executive Officer, MGIC Investment Corp. Southwood J. Morcott Retired Chairman of the Board, President and Chief Executive Officer, Dana Corp. Eugenio Clariond Reyes-Retana Chairman of the Board and Chief Executive Officer, Grupo IMSA S.A. Stephen A. Roell Vice Chairman and Executive Vice President, Johnson Controls, Inc. Richard F. Teerlink Retired Chairman of the Board, President and Chief Executive Officer, Harley- Davidson, Inc. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT i I £^^ State of California 0 County or-^/^/U, On ^^//Jj I pate personally appeared ss. ^^X^- ir (e.g., "Jdne Doe, Nolaryfofblic ) 7^ /? '- ~\<?*L^m C. BRUMLEY COMM. #1565606 NOTAHY PUBUC-CAUFOBNIA SAN DIEGO COUNTY Mv Comm Expirej Fcbnury 27 20M ersonally known to me proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aje subscribed to the within instrurneYit~~and acknowledged to me tha-Hie^she/they executed the same in/- Tils/nelVtheir authorized capacity(ies), arrcT that by (Tiis/Pier/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my ha seal. Place Notary Seal Above OPTIONAL Though the information below ;'s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: • Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: _____ O LI D LI D LI Individual Corporate Officer — Title(s): Partner — D Limited D General Attorney in Fact Trustee Guardian or Conservator Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: 'j^^jSc^s^Kesc-W^?-?^.^^^^^^ * 1999 Walional Molaiy As?ociallon • M50 OB SoloA»c . r.O. Box 2<02 • CMslswoilli. CA 91313 J'10? • www.tigllonalitolaiy.mo T'rod No 5PO? Reorder: Call Tbll-Free I POO-B76-8827 Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 3 BOND KNOW ALL BY THESE PRESENTS, That we, JohnSOH Controls, !M( of 5757 North Green Bay Avenue. Milwaukee. Wl 53209 as Principal, and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Principal), (hereinafter called the Surety), as Surety are held and firmly bound unto City of Carlsbad - Purchasing (hereinafter called the Obligee) in the penal sum of 10% of Amount Bid Dollars ($ 10% ) for the payment of which the Principal and trie Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Remove existing chiller & pumps and install new equipment; City of Carlsbad City Hall HVAC Upgrade NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 4th day of September 2007 JOHNSON CONTROLS, INC. (Seal) Principal Witness fr Mer/e G. Marciriiak; Xttorney-ln-F^act Title SAFECO INSURANCE COMPANY OF AMERICA Witness By. Cathy HutscM; 3/SA 10/99 Safeco and the Safeco logo are registered trademarks of Safeco Corporation FRP ACKNOWLEDGEMENT BY CORPORATION STATE OF Wisconsin ) COUNTY OF Milwaukee ss On this 4th day of September, 2007, before me personally appeared Meree G. Marciniak, known to me to be the Attorney-In-Fact of Johnson Controls, Inc., the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires January 9, 2011 J&x pc£\f^~^\ Kathleen A. Crary Notary public in the State of Wisconsin County of Milwaukee ACKNOWLEDGEMENT BY SURETY STATE OF WISCONSIN ) ) ss COUNTY OF MILWAUKEE) On this 4th day of September, 2007 before me personally appeared Cathy Hutson, known to me to be the Attorney-in-Fact of Safeco Insurance Company of America, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires January 9, 2011 KatWeen A. Crary Notary public in the State of Wisconsin County of Milwaukee KS^ Johnson Controls, Inc. DELEGATION OF AUTHORITY The undersigned, President of Johnson Controls, Inc., a Wisconsin corporation (the "Company"), pursuant to the authority vested in him by a certain resolution adopted by the Board of Directors of the Company on January 23, 1980, hereby authorizes: Meree G. Marciniak to perform, on behalf of the Company and/or its subsidiaries, the acts described below: To execute and deliver, as attorney-in-fact for the Company, any and all surety bonds necessary and proper in carrying on the business of the Company. This authority does not extend to: a. the execution of contracts for the performance of work, sale of goods, and furnishing of services; b. the collection, receipt and recovery of monies due or to become due to the Company and the issuance of receipts and releases for the payment thereof; c. the signing of any notes, contracts, or any other agreement to borrow money in the name of the Company; and d. the signing, on behalf of the Company, of any deeds, abstracts, offers to purchase, or any other instruments pertaining to the purchase or sale of real property. This authority shall remain in full force and effect for six (6) months from the date of issue. Signed at Milwaukee, Wisconsin, this Mr*1"* < of Attest: Keith E. Wandell. President ^fm /IT//,rqfntf D. OkarmaC Sfecr POWER OF ATTORNEY Safeco Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 98185 No 10618KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *»*«H,******««.KATHLEEN A CRARY; CATHY HUTSON; DANIEL J. KWIECINSKI; TRACY K. MATTHEWS; WENDY S. MILLER; DANIEL J. SAPIRO; LISA M. SLAKES; Milwaukee, Wisconsin*********************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 7th day of November 2006 w STEPHANIE DALEY-WATSON.SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (') The provisions of Article V, Section 13 of the By-Laws, and (") A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 4th day of September 2007 S-0974/DS 4/05 STEPHANIE DALEY-WATSON, SECRETARY Safeco^ and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Revised 11/01/06 Contract No. FAG 07-02 Page 13 of 86 Pages BID SECURITY FORM (Check to Accompany Bid) CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER Delete the Inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 11/01/06 Contract No. FAC 07-02 Page 14 of 86 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 KNOW ALL PERSONS BY THESE PRESENTS: That we, Johnson Controls, Inc.* ^ as Prjncipa)i and Safeco Insurance Company of" as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) 10% of Amount Bid . for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. *5757 North Green Bay Avenue, Milwaukee, Wl 53209 "America; Safeco Plaza; Seattle, WA 98185 Revised 11/01/06 Contract No. FAC 07-02 Page 15 of 86 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 13th day of September , 20 07 . PRINCIPAL: Johnson Controls, Inc. (name of Principal) By: (sigr/fiere) Meree G. Marciniak (print name here) Attorney-ln-Fact (Title and Organization of Signatory) By: See Attached Delegation of Authority (sign here) (print name here) (title and organization of signatory) Executed by SURETY this of September 13th .2007 .day SURETY: Safeco Insurance Company of America (name of Surety) Safeco Plaza; Seattle, WA 98185 (address of Surety) 847-490-2265 number of Surety) u .j^Afor^ (signature dj Attomey-in-Fact) Cathy Hutson (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By:. Deputy City Attorney Revised 11/01/06 Contract No. FAG 07-02 Page 16 of 86 Pages Johnson Controls, inc. DELEGATION OF AUTHORITY The undersigned, President of Johnson Controls, Inc., a Wisconsin corporation (the "Company"), pursuant to the authority vested in him by a certain resolution adopted by the Board of Directors of the Company on January 23, 1980, hereby authorizes: Meree G. Marciniak to perform, on behalf of the Company and/or its subsidiaries, the acts described below: To execute and deliver, as attorney-in-fact for the Company, any and all surety bonds necessary and proper in carrying on the business of the Company. This authority does not extend to: a. the execution of contracts for the performance of work, sale of goods, and furnishing of services; b. the collection, receipt and recovery of monies due or to become due to the Company and the issuance of receipts and releases for the payment thereof; c. the signing of any notes, contracts, or any other agreement to borrow money in the name of the Company; and d. the signing, on behalf of the Company, of any deeds, abstracts, offers to purchase, or any other instruments pertaining to the purchase or sale of real property. This authority shall remain in full force and effect for six (6) months from the date of issue. Signed at Milwaukee, Wisconsin, this X^1' tf& of ^e/)-j-Cnn IQo^ 2£&J Attest: Keith ETWandell" president -t I'V-r'l A l.\Okarmaf Secretary ACKNOWLEDGEMENT BY CORPORATION STATE OF Wisconsin ) ) ss COUNTY OF Milwaukee ) On this 13th day of September, 2007, before me personally appeared Meree G. Marciniak, known to me to be the Attorney-In-Fact o£ Johnson Controls, Inc., the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires June 28, 2009 Taphlin W. Sandersen (SEAL) Notary public in the State of Wisconsin County of Milwaukee 5£: *' ACKNOWLEDGEMENT BY SURETY STATE OF WISCONSIN ) ) ss COUNTY OF MILWAUKEE) On this 13th day of September, 2007 before me personally appeared Cathy Hutson, known to me to be the Attorney-in-Fact of Safeco Insurance Company of America, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires January 9, 2011 Kathleen A. Crary Notary public in the State of Wisconsin County of Milwaukee POWER OF ATTORNEY Safeco Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 98185 No.10618 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint «»*****»«.»,**KATHLEEN A CRARY; CATHY HUTSON; DANIEL J. KWIECINSKI; TRACY K. MATTHEWS; WENDY S. MILLER; DANIEL J. SAPIRO; LISA M. SLAKES; Milwaukee, Wisconsin*********************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 7th day of November 2006 STEPHANIE DALEY-WATSON.SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (') The provisions of Article V, Section 13 of the By-Laws, and (") A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this S-0974/DS 4/05 STEPHANIE DALEY-WATSON, SECRETARY Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor, "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 11/01/06 Contract No. FAG 07-02 Page 17 of 86 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 11/01/06 Contract No. FAG 07-02 Page 18 of 86 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work In excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS n ~3 f. 2 LfryVvvK«V<£y. dV 5*7oo A. I). 14 \ (L T^ Page pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. FAC 07-02 Page 19 of 86 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CITY HALL HVAC UPGRADE CONTRACT MO. FAC 07-02 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. 5-15-cn 320K KOCH /\ 1C "TTno. bt cH" Ed R.TU reoWtV^ Revised 11/01/06 Contract No. FAC 07-02 Page 20 of 86 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: D Comprehensive General Liability D Automobile Liability D Workers Compensation D Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) 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. Revised 11/01/06 Contract No. FAC 07-02 Page 21 of 86 Pages MARSH USA INC.CERTIFICATE OF INSURANCE DATE 10/29/2007 PRODUCER 8485SEMarsh USA Inc. 411 East Wisconsin Avenue Suite 1600 Milwaukee, Wisconsin 53202-4419 Attn: CPU, Phone (414) 290-4912 Fax (414) 290-4953 CPU_Milwaukee@marsh.com THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE Company A ACE American Insurance Company P.O. Box41484, Philadelphia, PA 19101 AM Best Rating(As of 09/04/07) *See Below A+XV INSURED Johnson Controls, Inc. Johnson Controls Battery Group, Inc. Johnson Controls Interiors, L.L.C. Cal-Air, Inc. GES America, L.L.C. Optima Batteries, Inc. USI Companies, Inc. York International Corporation Attn: Corp. Risk Mgmt. X-92 P.O. Box 591 Milwaukee, Wl 53201 Company B Sentry Insurance A Mutual Co. 1800 North Point Drive, Stevens Point. Wl 54481 A+XV Company Indemnity Insurance Company of North America C and for CA, Wl and EX WC: ACE American Insurance Company P.O. Box 41484. Philadelphia, PA 19101 A+XV Company D Lexington Insurance Company 100 Summer Street, Boston, MA 02110 A+XV COVERAGES This certificate supersedes and replaces any previously issued certificate. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY)LIMITS GENERAL LIABILITY (1) (3) (4) X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR OWNER'S & CONTRACTOR'S PROT Contractual HDOG2373283A 10-1-2007 10-1-2008 GENERAL AGGREGATE PRODUCTS-COMP/OP AGG PERSONAL & ADV INJURY EACH OCCURRENCE X,C.U {Explosion, Collapse, Underground) FIRE DAMAGE (Any one tire) Additional Insured-Owners Lessees or Contractors See Below MED EXP (Any one person) $ 5,000,000 $ 5,000,000 $ 5,000,000 $ 5,000,000 $ 5,000,000 $ 50,000 AUTOMOBILE LIABILITY (2) (3) (4) ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 90-04606-01 10-1-2007 10-1-2008 COMBINED SINGLE LIMIT $ 5,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE GARAGE LIABILITY ANY AUTO AUTO ONLY-EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT EXCESS LIABILITY 5577735 10-1-2007 10-1-2008 EACH OCCURRENCE $ 5,000,000 UMBRELLA FORM OTHER THAN UMBRELLA FORM AGGREGATE $ 5,000,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY (4) THE PROPRIETOR/ PARTN ERS/EXECUTIVE OFFICERS ARE: INCL EXCL WLRC44473094 - AOS WLRC44473136-CA SCFC44473057-WI WCUC4447301A - EX WC 10-1-2007 10-1-2008 WC STATU- TORY LIMITS OTH- ER EL EACH ACCIDENT $1,000,000 EL DISEASE-POLICY LIMIT $ 1,000,000 EL DISEASE-EACH EMPLOYEE $1,000,000 OTHER [1) ADDITIONAL INSURED: If required by contract, Includes coverage for Additional Insureds per endorsement attached. |2) ADDITIONAL INSURED: If required by contract, includes coverage for Additional Insureds and Loss Payees as required by contract. 3) PRIMARY COVERAGE: Where required by lease or contract, this coverage is primary and not excess of or contributing with other insurance or self-insurance. 4) WAIVER OF SUBROGATION: Insured waives subrogation to the extent required by contract. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Project Name: HVAC Upgrade Customer PO Number: JCI Contract No. 89290002 CERTIFICATE HOLDER City of Carlsbad Public Works Purchasing Department 1635 Faraday Avenue Carlsbad, CA 92008 CANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL _30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAU?-Sl)CH NOTICE SHALL IMPOSE NO OBLIGW4QM QB LIABILITY OE ANY KIND MARSH USA INC. BY: AM, Best ratings of Insurer* are prcvfetadfor tofotmatton purposes arty end are based upon jferitomwOon *rtUi«wp«et to such ratings available to Marsh USA toe, on the date set forth terein wttft respect to BUCbTaSrro, Marah USA )ne* wBl not, and wIR have no rospolwlblffly w obl^tton t<Mrrfom> th« Mrt^a^ Marsh USA Inc. will haw rw Ii*lltty wllh respacl lo the votvency or fulura aWltty lo payneB«o^n^ ,-,.,.- x - " ,,.,-, POLICY NUMBER: HDOG2373283A COMMERICAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Organization(s): If required by contract, The City of Carlsbad, its officials Location(s) Of Covered Operations As required by contract, HVAC Upgrade Information required to complete this Schedule, if not shown , employees and volunteers above, will be shown in the Declarations. Endorsement #A2 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - NAMED INSURED'S ACTS OR OMISSIONS ONLY A. Section II - Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused solely by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Endorsement #A2A ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS • NAMED INSURED'S ACTS OR OMISSIONS ONLY Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused solely by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard." POLICY NUMBER: HDOG2373283A Endorsement Number: A3 COMMERICAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ CAREFULLY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHER TO US This endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: If required by contract, The City of Carlsbad, its officials, employees and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERICAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. Named Insured Johnson Controls, Inc. Policy Symbol HDD Policy Number G2373283A Policy Period 10/01/07 to 10/01/08 Endorsement Number A4 Effective Date of Endorsement 10/01/07 Issued By (Name of Insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE WHERE REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE FORM Section IV- Commercial General Liability Conditions - Item 4. Other Insurance is replaced with the following: a. Excess Insurance If other collectible insurance with any other insurer is available to the insured and that other insurance covers a loss also covered by this policy, the insurance provided by this policy shall apply excess of and shall not contribute with such other insurance. Excess insurance over the limits of liability in this policy does not prejudice this insurance and the existence of such insurance shall not reduce any liability under this policy. b. Method of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contributions by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limits of insurance to the total applicable limits of insurance of all insurers. c. Primary Where Required by Contract or Agreement This policy will apply as primary insurance and will not contribute or share with other primary insurance, where required by contract or agreement entered into by the Named Insured. CC-1E15Ptd. In U.S.A. Automobile Liability Policy Named Insured: Johnson Controls, Inc. Policy Period:10-1-07 TO 10-1-08 Endorsement Number: A Policy Number: 90-04606-01 Effective Date of Endorsement: 10-1-07 Issued by (Name of Insurance Company): Sentry Insurance A Mutual Co. Insert the policy number. The remainder of the information of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US CONDITION 5. OF BUSINESS AUTO CONDITIONS (SECTION IV) IS AMENDED TO READ FOLLOWS: 5. IT IS AGREED THAT A WAIVER OF SUBROGATION APPLIES TO ANY ENTITY TO WHOM YOU ARE OBLIGATED BY VIRTUE OF A WRITTEN CONTRACT TO WAIVE YOUR RIGHTS OF RECOVERY, BUT ONLY TO THE EXTENT REQUIRED BY SUCH CONTRACT. FOR ALL OTHER ENTITIES, SUBROGATION WILL BE PURSUED, UNLESS THE NAMED INSURED NOTIFIES US THAT SUBROGATION SHOULD NOT BE PURSUED. SPECIAL JOH 90-04606-01 00 041 Change Effective 10-01-06 BLANKET ADDITIONAL INSURED COVERAGE "WHO IS AN INSURED" IS AMENDED TO INCLUDE AS AN INSURED ANY PERSON OR ORGANIZATION TO WHOM THE NAMED INSURED IS OBLIGATED BY VIRTUE OF A CONTRACT, ENTERED INTO BEFORE LOSS, TO PROVIDE INSURANCE SUCH AS IS AFFORDED BY THIS POLICY AND ANY ENDORSEMENT APPLICABLE THERETO, BUT ONLY TO THE EXTENT REQUIRED BY SUCH CONTRACT. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT TO WHICH THIS ENDORSEMENT MAY APPLY, THE INSURANCE AFFORDED AN ADDITIONAL INSURED SHALL BE SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF THIS POLICY AS OTHERWISE APPLICABLE. SPECIAL JOH 90-04606-01 00 041 Workers' Compensation and Employers' Liability Policy Named Insured: Johnson Controls, Inc. Policy Period:10-1-07 TO 10-1-08 Endorsement Number: AA Policy Number: WLRC444473094 - ACS WLRC44473136-CA SCFC44473057 - Wl Effective Date of Endorsement: 10-1-07 Issued by (Name of Insurance Company): Indemnity Insurance Company of North America and for CA and American Insurance Company Insert the policy number. The remainder of the information of the information is to be completed only when this endorsement is issuec the preparation of the policy. Wl: ACE subsequent to Schedule Person or Organization: If required by contract, The City of Carlsbad, its officials, employees and volunteers Job Description: HVAC Upgrade WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS WC 00 03 13 We have the right to recover our payments from anyone liable for an injury covered by this policy. We our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. will not enforce you to obtain this WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT CALIFORNIA WC 04 03 06 (Ed. 4-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that required you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be _INCLUDED_ premium otherwise due on such remuneration. .% of the California workers' compensation Copyright 1982-83, National Council on Compensation Insurance Authorized Agent STATE OF CALIFORNIA Arnold Schwarzenegger, Governor DEPARTMENT OF INDUSTRIAL RELATIONS SELF-INSURANCE PLANS 2265 Watt Avenue, Suite 1 Sacramento, CA 95825 Phone No. (916)483-3392 FAX (916)483-1535 CERTIFICATION OF SELF-INSURANCE OF WORKERS' COMPENSATION To WHOM IT MAY CONCERN: Tills certifies that Certificate of Consent to Self-Insure No. 2082 was issued by the Director of Industrial Relations to: JOHNSON CONTROLS, INC. under the provisions of Section 3700, Labor Code of California, on December 1,1987. The Certificate is now and has been in full force and effective since that date. Dated at Sacramento, California This 2nd day of February, 2004 MARK T. JOHNgON, Manager Self-Insurance Plans MTJ/sen Orig:JOHNSON CONTROLS, INC. 5757 NORTH GREEN BAY AVENUE MILWAUKEE, Wi 53209 ATTN: MS. SHIRLEY FEDYSZYN / X-92 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: ^ V (print name/title) *< ~ By: - (nam4 of Contractor) ~~~"~"*^sign here) Page of pages of this Re Debarment form Revised 1 1/01/06 Contract No. FAC 07-02 Page 22 of 86 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Wjjrk ever been stayed? yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page ' of * pages of this Disclosure of Discipline form Revised 1 1/01/06 Contract No. FAC 07-02 Page 23 of 86 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (name jf Cotractor) (print name/title) Page t of I pages of this Disclosure of Discipline form Revised 1 1/01/06 Contract No. FAC 07-02 Page 24 of 86 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 State of California County of o- (Name of Bidder) _, being first duly sworn, deposes and says that he or she is. (Title) of (Name of Firm) 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; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declarexurftler penalty of perjury that the foregoing is true and correct and that this affidavit was executed on tne &4L^ day of ^g-PTtrTty^^^v? , 20(p ~}. Subscribed and sworn to before me on the C BRUMLEY COMM. #1556606 NOTARY PUBUC-CAUFOBNIA SAN DIEGO COUNTY ' My Comm Expires Fabnjwy 27 20M Signawre-ef NotaVy Revised 11/01/06 Contract No. FAC 07-02 Page 25 of 86 Pages CONTRACT PUBLIC WORKS This agreement is made this /*7 day of fv O*f Cr*~bes~ , 20O1-, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and JOHNSON CONTROLS. INC. whose principal place of business is PO BOX 2012 MILWAUKEE Wl 53201-2012 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 11/01/06 Contract No. FAC 07-02 Page 26 of 1 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 DSC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Revised 11/01/06 Contract No. FAG 07-02 Page 27 of 86 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from 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 relating 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. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 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. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. A•K Revised 11/01/06 Contract No. FAC 07-02 Page 28 of 86 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (0) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (1) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. Revised 11/01/06 Contract No. FAG 07-02 Page 29 of 86 Pages (A) Assertion of 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 agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. 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. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. 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 years. (F) Carlsbad Municipal Code. 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. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. vr^ init yv-^"init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. Revised 11/01/06 Contract No. FAG 07-02 Page 30 of 86 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: By: (name of Contractor CITY the By: /ARLSBAD a/^unitipal corporation of iia/x? ^-^^ / (sign here) -~i1 (print name and title) By: (sign here) (print name and title) President or vice-president and secretary or assistant secretary must''si$n Apr-corporations. If only one officer signs, the corporation must attach a resolution certified by trie1! secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney n Revised 11/01/06 Contract No. FAG 07-02 Page 31 of 86 Pages Johnson Controls, Inc. DELEGATION OF AUTHORITY The undersigned, President of Johnson Controls, Inc., a Wisconsin corporation, pursuant to the authority vested in him by a certain resolution adopted by the Board of Directors of the Company on January 23, 1980, hereby authorizes Walter Bomhoff Branch Manager - Service San Diego Branch Office 9630 Ridgehaven Court San Diego, CA 92123 to perform, on behalf of the Company, the acts described below: To execute and deliver any and all contracts for the performance of work, sale of goods, and furnishing of services, and any other instruments in connection therewith and in the ordinary course of business. This authority does not extend to: a. the execution of surety, performance or bid bonds; b. the signing of any notes, contracts, or any other agreement to borrow money in the name of the Company; c. the signing, on behalf of the company, of any deeds, abstracts, offers to purchase or any other instruments pertaining to the purchase or sale of real property; and This authority shall remain in full force and effect until March 29, 2008. Signed and sealed at Milwaukee, Wisconsin, this 30th/ day of September , 2007 . Attest: Keith E. Wandell, President Jeri/meD.b:ra. Secretary BOND NUMBER: 6517903 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2007-267, adopted October 9, 2007, has awarded to JOHNSON CONTROLS, INC. * (hereinafter designated as the "Principal"), a Contract for: CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, JOHNSON CONTROLS. INC. , as Principal, (hereinafter designated as the "Contractor"), and Safeco Insurance Company of America; Safeco Plaza; Seattle, WA 98185 as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE HUNDRED FIFTY NINE THOUSAND NINE HUNDRED SEVENTY THREE Dollars ($159,973.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety 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 hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. *5757 North Green Bay Avenue, Milwaukee, Wl 53209 Revised 11/01/06 Contract No. FAC 07-02 Page 32 of 86 Pages BOND NUMBER: 6517903 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 29th day of October , 20 07 .day CONTRACTOR: Johnson Controls, Inc. (name-of Contractor) By: (sign here) Catherine B. Hutson (print name here) Attornev-ln-Fact (title and organization of signatory) By: See Attached Delegation of Authority (sign here) Executed by SURETY this 29th of October _ t gp 07 SURETY: Safeco Insurance Company of America (name of Surety) 2800 W. Higgins Road, Suite 1000: Hoffman Estates. II 601 69-7205 (address of Surety) 847-490-2265 (telephone number of Surety) (signature of Attorney-in-Fact) Tracy K. Matthews (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney)(print name here) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney Revised 11/01/06 Contract No. FAG 07-02 Page 33 of 86 Pages ACKNOWLEDGEMENT BY CORPORATION STATE OF Wisconsin ) ss COUNTY OF Milwaukee ) On this 29th day of October, 2007, before me personally appeared Catherine B. Hutson known to me to be the Attorney-In-Fact of Johnson Controls, Inc., the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires January 9, 2011 fl. Kathleen A. Crary Notary public in the State of Wisconsin County of Milwaukee ACKNOWLEDGEMENT BY SURETY STATE OF WISCONSIN ) ) ss COUNTY OF MILWAUKEE) On this 29th day of October, 2007 before me personally appeared Tracy K. Matthews, known to me to be the Attorney-in-Fact of Safeco Insurance Company of America, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires January SL 2011.,£_. jL, \J _L _L Q C t'(Ln\ - Kathleen A. Crary Notary public in the State of Wisconsin County of Milwaukee BOND NUMBER: 6517903 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2007-267, adopted October 9, 2007, has awarded to JOHNSON CONTROLS, INC. * (hereinafter designated as the "Principal"), a Contract for: CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. NOW, THEREFORE, WE, JOHNSON CONTROLS. INC. , as Principal, {hereinafter designated as the "Contractor"), and Safeco Insurance Company of America; Safeco Plaza; Seattle,_WA 98185 as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE HUNDRED FIFTY NINE THOUSAND NINE HUNDRED SEVENTY THREE Dollars ($159,973.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their 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 Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in anyjudgment rendered. Surety 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 there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. *5757 North Green Bay Avenue, Milwaukee, Wl 53209 Revised 11/01/06 Contract No. FAC 07-02 Page 34 of 86 Pages BOND NUMBER: 6517903 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 29th day of _October 20.07 . CONTRACTOR: Johnson Controls, Inc. (name of Contractor) By: (sign here) Catherine B. Hutson (print name here) Executed by SURETY this 29th day of October , 20 07 SURETY: Safeco Insurance Company of America (name of Surety) 2800 W. Higgins Road, Suite 1000; Hoffman Estates, II 60169-7205 (address of Surety) 847-490-2265 (telephone number of Surety) Attorney-ln-Fact (Title and Organization of Signatory) By: See Attached Delegation of Authority (sign here) (signature or Attorney-in-Fact) _Trar.y K Matthews (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (print name here) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Depdry City Attorney Revised 1 1/01/06 Contract No. FAG 07-02 Page 35 of 86 Pages ACKNOWLEDGEMENT BY CORPORATION STATE OF Wisconsin ) ) ss COUNTY OF Milwaukee ) On this 29th day of October, 2007, before me personally appeared Catherine B. Hutson known to me to be the Attorney-In-Fact of Johnson Controls, Inc., the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires January 9, 2011 fl. XSFSSS/''"UXXVWK*!^ Kathleen A. Crary Notary public in the State of Wisconsin County of Milwaukee ACKNOWLEDGEMENT BY SURETY STATE OF WISCONSIN ) ) ss COUNTY OF MILWAUKEE) On this 29th day of October, 2007 before me personally appeared Tracy K. Matthews, known to me to be the Attorney-in-Fact of Safeco Insurance Company of America, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires January 9V 2011 Ll/ P,yl|(, _^V-: \ 'X .'..,,--•-- -•-.' ^(/ fy. V/ 6 f#f KATHLEEN A. 1*5 ^ f CRARY / J 1 A. y^/ r ( I fin\ •"aKathleen A. Crary Notary public in the State of Wisconsin County of Milwaukee POWER OF ATTORNEY Safeco Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 98185 No. 10618KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint »»*.,****,***»*KATHLEEN A CRARY; CATHY HUTSON; DANIEL J. KWIECINSKI; TRACY K. MATTHEWS; WENDY S. MILLER; DANIEL J. SAPIRO; LISA M. SLAKES; Milwaukee, Wisconsin*********************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 7th day of November 2006 W STEPHANIE DALEY-WATSON.SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (') The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this day of .200- S-0974/DS 4/05 STEPHANIE DALEY-WATSON, SECRETARY Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF O Johnson Controls, Inc.5757 N. Green Bay Avenue Post Office Box 591Milwaukee, Wl 53201-0591 Tel. 414/524 1200 DELEGATION OF AUTHORITY^JHNSON CONTROLSThe undersigned, President of Johnson Controls, Inc., a Wisconsin corporation (the "Company"), pursuant to the authority vested in him by a certain resolution adopted by the Board of Directors of the Company on January 23,1980, hereby authorizes: C Catherine B. Hutson Hays Companies 1200 N. Mayfair Road, Suite 100 Milwaukee, WIS3226 to perform, on behalf of the Company, the acts described below: To execute, seal and deliver, as attorney-in-fact for the Company, surety bonds forwarded to Hays Companies by a Company authorized surety that do not exceed Two Million Dollars ($2,000,000.00) that are necessary and proper in carrying on the business of the Company. This authority shall remain in full force and effect for six (6) months from the date of issue. Signed at Milwaukee, Wisconsin, this ffi1^ day of OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and _ whose address is _ hereinafter called "Contractor" and _ whose address is _ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1 . Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 in the amount of _ dated _ (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 1 1/01/06 Contract No. FAC 07-02 Page 36 of 86 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue. Carlsbad. CA 92008 For Contractor: Title Name Signature Address _ For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 11/01/06 Contract No. FAG 07-02 Page 37 of 86 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City:Title MAYOR Name Signature Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor:Title Name Signature Address For Escrow Agent:Title Name Signature Address Revised 11/01/06 Contract No. FAG 07-02 Page 38 of 86 Pages GENERAL PROVISIONS FOR CITY HALL HVAC UPGRADE CONTRACT NO. FAC 07-02 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 11701/06 Contract No. FAC 07-02 Page 39 of 86 Pages 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representa- tive. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Contract - The written agreement between the Agency and the Contractor covering the Work. Revised 11/01/06 Contract No. FAG 07-02 Page 40 of 86 Pages Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the general conditions, permits from other agencies, the Special Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Dispute Board - persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - the Public Works Director of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Revised 11/01/06 Contract No. FAC 07-02 Page 41 of 86 Pages Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Public Works Supervisor- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Public Works Manager - General Services - The Public Works Supervisor's immediate supervisor and second level of appeal for informal dispute resolution. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Revised 11/01/06 Contract No. FAC 07-02 Page 42 of 86 Pages Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - Standard Specifications, Reference Specifications, Special Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Special Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. oRevised 11/01/06 Contract No. FAG 07-02 Page 43 of 86 Pages Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APIS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONC Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSSD Carlsbad Supplemental Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation o Revised 11/01/06 Contract No. FAC 07-02 Page 44 of 86 Pages ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL. Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAG Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box Revised 11/01/06 Contract No. FAG 07-02 Page 45 of 86 Pages RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight SIR GR Straight grade 1-3.3 Institutions. STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB... Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section o o Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey Revised 11/01/06 Contract No. FAG 07-02 Page 46 of 86 Pages O 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (JLUTI) 1 jnch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (ft) 0.0929 square meter (rrr 1 square yard (yd ) 0.8361 square meter (m 1 cubic foot (ft3) 0.0283 cubic meter (m,) 1 cubic yard (yd ) 0.7646 cubic meter (m ) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F- 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Revised 11 /01706 Contract No. FAG 07-02 Page 47 of 86 Pages Common Metric Prefixes kilo(k) 103 centi(c) 10, milli(m) 10'3 micro (n) 10"^ nano(n) 10* pico(p) 10'12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words)0 Degree PL Property line CL Centerline SL Survey line or station line Revised 11/01/06 Contract No. FAG 07-02 Page 48 of 86 Pages SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. Revised 11 /01 /06 Contract No. FAG 07-02 Page 49 of 86 Pages Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 ADDITIONAL RESPONSIBILITY. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 STATUS OF SUBCONTRACTORS. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 11/01/06 Contract No. FAC 07-02 Page 50 of 86 Pages The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), 2006 Edition (Part 2 & 3), and the 2007 supplements thereto (Part 2 & 3), hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set. The first set is designated as City of Carlsbad Drawing No. 444-7 and consists of seven sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. Revised 11/01/06 Contract No. FAC 07-02 Page 51 of 86 Pages The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Carlsbad General Provisions. 3) Technical Specifications 4) Plans. 5) City of Carlsbad Engineering Standards, 2004 Edition. 6) San Diego Regional Standard Drawings 7) State of California Department of Transportation Standard Plans 8) Standard Specifications for Public Works Construction 9) Reference Specifications 10) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which Submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. Revised 11701706 Contract No. FAC 07-02 Page 52 of 86 Pages The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Revised 11/01/06 Contract No. FAC 07-02 Page 53 of 86 Pages Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Subject 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) 2) 3) 4) 5) 6) 7) 8) List of Subcontractors per 2-3.2. List of Materials per 4-1.4. Certifications per 4-1.5. Construction Schedule per 6-1. Confined Space Entry Program per 7-10.4.4. Concrete mix designs per 201 -1.1. Asphalt concrete mix designs per 203-6.1. Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. V Revised 11/01/06 Contract No. FAG 07-02 Page 54 of 86 Pages 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as- built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-8 RIGHT OF WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. Revised 11/01/06 Contract No. FAC 07-02 Page 55 of 86 Pages 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 25 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 25 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. Revised 11/01/06 Contract No. FAC 07-02 Page 56 of 86 Pages 3-2.2.2 Increases of More Than 25 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 25 percent, payment for the quantity in excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 125 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 25 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 75 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 75 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. Revised 11/01/06 Contract No. FAC 07-02 Page 57 of 86 Pages 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. Revised 11/01/06 Contract No. FAG 07-02 Page 58 of 86 Pages If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures ..15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Revised 11/01/06 Contract No. FAC 07-02 Page 59 of 86 Pages Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith.o Revised 11/01/06 Contract No. FAC 07-02 Page 60 of 86 Pages The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Public Works Supervisor, Contracts and Agreements 3. Public Works Manager, General Services 4. Public Works Director 5. City Manager Revised 11/01/06 Contract No. FAG 07-02 Page 61 of 86 Pages The Contractor shall submit a complete report within 20 working days after completion of the <'*% disputed work stating its position on the claim, the contractual basis for the claim, along with all >*r documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 ^^ (commencing with Section 10240) of Chapter 1 of Part 2. ^^ (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1,1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. 3 Revised 11701/06 Contract No. FAC 07-02 Page 62 of 86 Pages (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. Revised 11/01/06 Contract No. FAC 07-02 Page 63 of 86 Pages (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work ^t*r shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or >^ remove equipment or materials which have been installed or delivered and which may be ^J necessary for the completion of the Contract. ^"^ Revised 11 /01 /06 Contract No. FAC 07-02 Page 64 of 86 Pages 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. Revised 11/01/06 Contract No. FAG 07-02 Page 65 of 86 Pages The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Revised 11/01/06 Contract No. FAC 07-02 Page 66 of 86 Pages Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised 11/01/06 Contract No. FAC 07-02 Page 67 of 86 Pages SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 20 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-1 and shall be on hard (paper) copy and electronic media conforming to section 6-1 .3.3 Electronic Media. Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1 .2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. Revised 11/01/06 Contract No. FAC 07-02 Page 68 of 86 Pages Add the following section: 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. Add the following section: 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. Add the following section: 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per section 6-4. Add the following section: 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. Add the following section: 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within fifteen (15) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 15 working days. Revised 11/01/06 Contract No. FAG 07-02 Page 69 of 86 Pages The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-1. Add the following section: 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1. Add the following section: 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. Add the following section: 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal requirements of section 2-5.3 and will include each item and element of sections 6-1. Add the following section: 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. o Revised 11/01/06 Contract No. FAC 07-02 Page 70 of 86 Pages Add the following section: 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. Add the following section: 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. Add the following section: 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1.4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section 9-3.2. Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes upgrading the HVAC System at City Hall. Revised 11/01/06 Contract No. FAG 07-02 Page 71 of 86 Pages 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, 'The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. Revised 11/01706 Contract No. FAC 07-02 Page 72 of 86 Pages The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. Revised 11/01/06 Contract No. FAC 07-02 Page 73 of 86 Pages 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. Unless otherwise specified, the time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 60 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1 . Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1 , 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1 . Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Revised 1 1/01/06 Contract No. FAC 07-02 Page 74 of 86 Pages All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Five Hundred Dollars ($500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that Five Hundred Dollars ($500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. Revised 11/01/06 Contract No. FAC 07-02 Page 75 of 86 Pages SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' 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 the work of this contract." 3 Revised 11/01/06 Contract No. FAC 07-02 Page 76 of 86 Pages The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation 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 not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. Revised 11/01/06 Contract No. FAG 07-02 Page 77 of 86 Pages The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. Revised 11/01/06 Contract No. FAC 07-02 Page 78 of 86 Pages 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. Revised 11/01/06 Contract No. FAC 07-02 Page 79 of 86 Pages 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. 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. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. Revised 11/01/06 Contract No. FAC 07-02 Page 80 of 86 Pages 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. Revised 11/01/06 Contract No. FAG 07-02 Page 81 of 86 Pages 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body 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 Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Engineer. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. A Class "A" Field Office in accordance with Section 8-2.1 shall be provided at any offsite plant facility furnishing pipe subject to Agency inspection during manufacture. A Field Laboratory in accordance with Section 8-3.1 shall be provided at any offsite or project site plant facility furnishing Portland cement concrete or asphalt paving material. Any other facilities for Agency personnel shall be provided only when required by the Specifications. Offices and laboratories at plants may be used concurrently by inspection personnel of other agencies provided such use does not seriously conflict with Agency use. When facilities are shared in this manner, at least one locker provided with a hasp for a padlock must be available for the exclusive use of Agency inspectors. Otherwise any facilities furnished are for the exclusive use of Agency personnel. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. Revised 11/01/06 Contract No. FAG 07-02 Page 82 of 86 Pages The Contractor shall provide janitorial and other maintenance services in all types of facilities provided. Such services shall include the supply of the appropriate paper products and dispensers. Trash receptacles shall be provided and emptied by the Contractor at weekly intervals or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, service, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. A field office for Agency Personnel is not required. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Revised 11/01/06 Contract No. FAG 07-02 Page 83 of 86 Pages Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper oRevised 11/01/06 Contract No. FAC 07-02 Page 84 of 86 Pages payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. Revised 11/01/06 Contract No. FAG 07-02 Page 85 of 86 Pages 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. Revised 11/01/06 Contract No. FAC 07-02 Page 86 of 86 Pages TECHNICAL SPECIFICATIONS FOR HVAC UPGRADE AT CITY HALL CONTRACT NO. FAC 07-02 CARLSBAD CITY HALL HVAC UPGRADE 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008 PROJECT NO. FAC 07-02 2006 DRAWING NO. 447-1 FOR: MR. DALE SCHUCK PUBLIC WORKS SUPERVISOR 405 OAK AVENUE CARLSBAD, CA 92008 O PERFORMED BY: DAHL, TAYLOR & ASSOCIATES, INC. 4631 PALMER WAY, SUITE K CARLSBAD,CA92010 O Carlsbad City Hall HVAC Upgrade SECTION # DESCRIPTION 01040 COORDINATION 01045 CUTTING AND PATCHING 01100 SUMMARY OF WORK 01120 ALTERATION PROJECT PROCEDURES 01330 SUBMITTAL PROCEDURES 01700 CONTRACT CLOSEOUT 01740 CLEANING 07600 SHEET METAL FLASHING 07920 SEALANTS AND CAULKING 15010 BASIC MECHANICAL REQUIREMENTS 15052 SELECTIVE DEMOLITION 15055 BASIC PIPING MATERIALS AND METHODS 15140 SUPPORTS AND ANCHORS 15190 MECHANICAL IDENTIFICATION 15241 VIBRATION CONTROL 15250 MECHANICAL INSULATION 15540 HVAC PUMPS 15555 BOILERS 15683 AIR COOLED CHILLERS 15990 TESTING, ADJUSTING, AND BALANCING 16010 GENERAL ELECTRICAL PROVISIONS 16111 CONDUIT 16120 CONDUCTORS 16170 DISCONNECTS 16180 FUSES 16190 SUPPORT DEVICES AND SEISMIC RESTRAINTS 16195 ELECTRICAL IDENTIFICATION 16450 GROUNDING 16480 MOTOR CONTROL Project No. FAC 07-02 TABLE OF CONTENTS TOC-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 01 040 COORDINATION PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall coordinate the Work and will not delegate responsibility for coordination to any Subcontractor. B. Anticipate the interrelationship of all Subcontractors and their relationship with the Work to ensure the efficient and orderly sequence of installation of construction elements. C. Resolve differences or disputes between subcontractors and materials suppliers concerning coordination, interference, or extent of work between sections. The Contractor's decisions, if consistent with the Contract Documents, shall be final. The Owner is not required to coordinate work between sections and will not do so, nor will the Owner be responsible for any extra costs which arise from the manner in which the General Contractor chooses to subdivide the project work among his Sub-contractors. D. Coordinate the Work of Subcontractors and material suppliers so that portions of the Work are performed in a manner that minimizes interference with the progress of the Work. Prepare written memorandum on all required coordination activities as necessary and as required by Owner or Facilities Manager. E. Do not obstruct spaces and installations that are required to be clear by Applicable Code Requirements. F. Do not cover any piping, wiring, or other installations until they have been inspected and approved and required certificates of inspection issued. G. Be responsible for providing anchorage, blocking, joining and other detailing as required to provide complete project. H. Remove and replace all Work which does not comply with the Contract Documents, coordinate all cutting and patching, and repair or replace any other Work or property damaged by these operations at no increase in Contract Sum. 1 . Prior to the cutting of any structural or visually significant portion of the Work, obtain written permission of the Facilities Manager as to the exact location and size of the planned Work. Submit shop drawings as required by Engineer to further delineate the Work planned. 2. For seismic restraints of mechanical systems comply with SMACNA Manual unless more stringent requirements are indicated in Division 15. 1 .02 PROJECT COORDINATION A. Work out all "tight" conditions involving work of various sections in advance before installation. If necessary, and before work proceeds in these areas, prepare coordinating drawings and any other supplementary drawings for review snowing all COORDINATION 01040-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade work in "tight" areas. Some areas that will be encountered during the project are considered non-permit-required confined spaces. Based on the CAL -OSHA definition of Confined spaces C.C.R. title 8 Section 5157(b), a non permit required confined space means a confined space that does not contain or, with respect to atmospheric hazards, have the potential to contain any hazard capable of causing death or serious physical harm. While these spaces do meet the criteria of a confined space, work within these spaces is not regulated under permit required sections of title 8, section 5157. B. Provide supplementary drawings and additional work necessary to overcome "tight" conditions at no increase in contract price. Refer to Section 01330, section titled "Shop Drawings." C. Verify that utility requirements characteristic of all operating equipment including associated work by others are compatible with the building utilities. Coordinate the Work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. D. Coordinated layout shop drawings shall be dimensionally accurate and detailed, giving complete dimensions of all locations, elevations, and clearances. Show exact locations of the following: 1. Piping, including fire protection systems. 2. Valves and piping specialties, including all air vents and drains. 3. Access doors 4. Control and electrical panels 5. Motor control centers and transformers 6. Disconnect switches 7. Electrical cable trays and main conduits E. Coordination: Coordinated layout shop drawings shall show actual architectural and structural constraints and site conditions. 1. Fully coordinate work between trades with actual architectural, structural, and site conditions. 2. Coordinate all adjustments required. Clearly identify by circling these adjustments on the coordinated layout shop drawings. 3. If Contractor has specific questions regarding coordination of the installation with structural, architectural and site conditions and work between trades, submit same with appropriate shop drawings documenting areas in question with Contractor's proposed installation. F. Submission and review of coordinated layout shop drawings: 1. Prepare reproducible drawings. 2. Submit to each trade for review of space allocated to all trades. 3. Revise drawings to compensate for review by each trade. 4. Review revisions with each trade. 5. Submit to Engineer for review. 6. Engineer's review of coordinated layout shop drawings is only for verification that Contractor has performed coordination work as specified herein. a. Review does not include verification of exact dimensions, clearances, arrangements and/or compliance with codes. COORDINATION 01040-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade G. Final coordinated layout shop drawings shall show that all trades affected have made reviews and shall be signed by each trade at completion of coordination. a. General Contractor is to assure that each trade has coordinated work with other trades. b. Include stamp with labeled space for each trade to sign on each submittal indicating that layout shop drawing has been coordinated. c. No layout shop drawing will be reviewed without stamped and signed coordination assurance by General Contractor. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION COORDINATION 01040-3 Carlsbad City Hall . Project No. FAC 07-02 HVAC Upgrade SECTION 01045 CUTTING AND PATCHING PART 1 - GENERAL 1.01 SECTION INCLUDES A. Requirements and limitations for cutting and patching of Work. 1.02 RELATED SECTIONS A. Section 01120 - Alteration Project Procedures: Cutting and patching for alterations work. B. Section 01330 - Submittals. C. Individual Product Specification Sections: 1. Cutting and patching incidental to work of the section. 2. Advance notification to other sections of openings required in work of those sections. 3. Limitations on cutting structural members. 1.03 SUBMITTALS A. Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate contractor. B. Include in request: 1. Identification of Project. 2. Location and description of affected Work. 3. Necessity for cutting or alteration. 4. Description of proposed Work and Products to be used. 5. Alternatives to cutting and patching. 6. Effect on work of Owner or separate contractor. 7. Written permission of affected separate contractor. 8. Date and time work will be executed. PART 2 - PRODUCTS 2.01 MATERIALS A. Primary Products: Those required for original installation. B. Product Substitution: For any proposed change in materials, submit request for substitution. CUTTING AND PATCHING 01045 -1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade PART 3 - EXECUTION 3.01 EXAMINATION A. Examine existing conditions prior to commencing Work, including elements subject to damage or movement during cutting and patching. B. After uncovering existing Work, assess conditions affecting performance of work. C. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Provide temporary supports to ensure structural integrity of the Work. Provide devices and methods to protect other portions of Project from damage. B. Provide protection from elements for areas, which may be exposed by uncovering work. C. Maintain excavations free of water. 3.03 CUTTING A. Execute cutting and fitting to complete the Work. B. Uncover work to install improperly sequenced work. C. Remove and replace defective or non-conforming work. D. Remove samples of installed work for testing when requested. E. Provide openings in the Work for penetration of mechanical and electrical work. F. Employ experienced installer to perform cutting for weather exposed and moisture resistant elements, and sight-exposed surfaces. G. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. H. Cutting, notching or boring of structural elements is not allowed unless specifically shown on the approved drawings. Limitations on the size and location of floor at the existing Building are shown on the Structural Drawings. I. Corners shall be cut neat without overcutting. 3.04 PATCHING A. Execute patching to complement adjacent Work. B. Fit Products together to integrate with other Work. CUTTING AND PATCHING 01045 -2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade C. Execute work by methods to avoid damage to other Work, and which will provide appropriate surfaces to receive patching and finishing. D. Employ experienced installer to perform patching for weather exposed and moisture resistant elements, and sight-exposed surfaces. E. Restore work with new Products in accordance with requirements of Contract Documents. F. Fit work to pipes, sleeves, conduit, and other penetrations through surfaces. G. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material to full thickness of the penetrated element. H. Refinish surfaces to match adjacent finish in all respects (type, texture, thickness, color, etc.). For continuous surfaces, refmish to nearest intersection or natural break. For an assembly, refmish entire unit. END OF SECTION CUTTING AND PATCHING 01045 -3 Carlsbad City Hall Project No. FAC 07- 02 HVAC Upgrade SECTION 01 100 SUMMARY OF WORK PART 1.00 GENERAL 1.01 DESCRIPTION A. Removal of 40-ton air-cooled chiller in rooftop mechanical room. B. Removal of 2 gas fired boilers in rooftop mechanical room. C. Removal and recovery of refrigerant in rooftop mechanical room. D. Removal of 3 chilled water pumps. E. Removal of 1 hot water pump. F. Removal of water pipes. G. Installation new air-cooled chiller, outdoor gas fired boiler, with associated pipes and pumps. H. Installation of associated electrical equipment and materials for the new mechanical equipment. I. Demolition, Relocation and Installation of all equipment, devices and associated materials as indicated on structural, mechanical and electrical drawings. J. Legally dispose of all removed items. 1.02 CONTRACTOR'S DUTIES In general, Contractor's duties shall include, but not be limited to the following: A. Except as otherwise noted, provide and pay for: 1 . All labor, materials and equipment. 2. All tools, construction equipment and machinery. 3. All other facilities and services necessary for proper execution and completion of the work. B. Pay legally required sales, consumer and use taxes. C. Secure and pay for, as necessary for proper execution and completion of the work, and as applicable. 1 . Mechanical and electrical permit. SUMMARY OF WORK 01100-1 Carlsbad City Hall Project No. FAC 07- 02 HVAC Upgrade 2. Government fees. 3. Licenses D. Give required notices. E. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities, which bear on performance of the work. F. Promptly submit written notice to the Engineer of observed variance of contract documents from legal requirements. 1. Appropriate modifications to contract documents and adjust necessary changes. 2. Discontinue work known to be contrary to such requirements until change or other notice is received from the Engineer. G. Enforce strict discipline and good order among employees. Do not employ workers unfit to work safely or those not skilled in assigned task. H. Coordinate work with work by others. 1.03 WORK SCHEDULE All operations near the work areas of this contract must continue without interruption. The Contractor shall work closely with the Owner's representative in drawing up an initial work schedule and in making changes and adjustments to the schedule during the course of the work. In addition, the Engineer shall be given a copy of the Contractor's schedule and shall work diligently to meet the critical dates indicated therein to complete the project. 1.04 PROTECT OWNER'S EQUIPMENT In addition to barricades and dust seals, the Contractor shall provide dust covers and drop cloths to protect Owner's equipment, furniture, and books within the building. 1.05 CONTRACTOR'S USE OF PREMISES A. Confine operations to areas permitted by permits and these contract documents. B. Do not unreasonably encumber site with materials or equipment. C. Do not endanger structure by overloading. D. Assume full responsibility for protection and safekeeping of building materials and equipment. E. Move any stored products, which interfere with operations of Owner or other Contractors. SUMMARY OF WORK 01100 - 2 Carlsbad City Hall Project No. FAC 07- 02 HVAC Upgrade F. Obtain and pay for use of additional off-site storage or work areas if needed. G. Mechanical and Electrical Coordination: 1 . Refer to respective specification section for detailed description of work required. 2. Report immediately to the Engineer any existing conditions differing substantially from those described or anticipated by these contract documents. H. When utilizing surrounding properties off site during construction, Contractor must first obtain permission from the legal property owner in writing. Contractor shall assume full responsibility, both financial and legal, in maintaining the property in a clean and safe condition satisfactory to the Owner or authority having jurisdiction. 1 .06 ACCESS TO THE BUILDING Contractor's access to the building shall be through door as designated by Owner's representative. 1.07 SAFETY ORDERS The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work and shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's Superintendent, unless otherwise designated in writing by the Contractor to City of Carlsbad Project Manager and the Engineer. 1.08 WORK SEQUENCE A. In accordance with Section 01040 and the General Conditions, the Contractor shall submit a detailed work sequence plan with a phased time schedule of its operations, describing and showing when and how long the work effort will require for each phase of construction. The schedule shall meet the restrictions and conditions specified in the Contract Documents. The detailed work sequence plan shall also describe the Contractor's method of removing portions of the HVAC system from service, the work to be completed during system interruption, and the said length of time required to complete said operation B. This detailed work sequence plan shall be completed by the Contractor and ready for review within 15 calendar days after issuance of the Notice to Proceed. The plan will be reviewed by the City Project Manager and Engineer for compliance with this section and evidence of ability to complete the effort within the contract completion date. C. The work sequence shall include, and is not limited to, the items described in Section 1.01 DESCRIPTION. END OF SECTION SUMMARY OF WORK 01 1 00 - 3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 01120 ALTERATION PROJECT PROCEDURES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Products and installation for patching and extending Work. B. Transition and adjustments. C. Repair of damaged surfaces, finishes, and cleaning. 1.02 RELATED SECTIONS A. Section 01045 - Cutting and Patching. 1.03 ALTERATIONS, CUTTING AND PROTECTION A. Assign the work of moving, removal, cutting and patching, to trades qualified to perform the work in manner to cause least damage to each type of work, and provide means of returning surfaces to appearance of new work. B. Perform cutting and removal work to remove minimum necessary, and in a manner to avoid damage to adjacent work. 1. Cut finish surfaces such as concrete, masonry, drywall, plaster or metals, by methods to terminate surfaces in a straight line at a natural point of division, or where indicated. C. Protect existing finishes, equipment, and adjacent work, which are scheduled to remain, from damage. 1. Protect existing and new work from extremes of temperature. a. Maintain existing interior work above 60 degrees F. b. Provide heat and humidity control as needed to prevent damage to remaining existing work and to new work. D. Provide temporary enclosures to separate work areas from existing building and from areas occupied by Owner. PART 2 - PRODUCTS 2.01 PRODUCTS FOR PATCHING AND EXTENDING WORK A. New Materials: As specified in product Sections; match existing Products and work for patching and extending work. ALTERATION PROJECT PROCEDURES 01120 - 1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1 . Provide same products or types of construction as that in existing structure, as needed to patch, extend or match existing work. 2. Presence of a product, finish, or type of construction, requires that patching, extending or matching shall be performed as necessary to Work complete and consistent to identical standards of quality. B. Type and Quality of Existing Products: Determine by inspection and testing Products where necessary, referring to existing Work as a standard. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that demolition is complete, and areas are ready for installation of new Work. B. Beginning of restoration Work means acceptance of existing conditions. 3.02 PREPARATION A. Cut, move, or remove items as necessary for access to alterations and renovation Work. Replace and restore at completion. B. Remove unsuitable material not marked for salvage, such as rotted wood, corroded metals, and deteriorated masonry and concrete. Replace materials as specified for finished Work. C. Remove debris and abandoned items from area and from concealed spaces. D. Prepare surface and remove surface finishes to provide for proper installation of new work and finishes. 3.03 INSTALLATION A. Coordinate work of alterations and renovations to expedite completion and to accommodate Owner occupancy. Patch and extend existing work using skilled workers who are capable of matching existing quality of workmanship. Quality of patched or extended work shall be not less than that specified for new work. B. Room Finishes: Complete in all respects including operational mechanical and electrical work. C. Remove, cut, and patch Work in a manner to minimize damage and to provide a means of restoring Products and finishes to specified condition. D. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. ALTERATION PROJECT PROCEDURES 01 120 - 2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade E. In addition to specified replacement of equipment and fixtures restore existing plumbing, heating, ventilation, air conditioning, electrical systems to full operational condition. F. Install Products as specified in individual Sections. 3.04 TRANSITIONS A. Where new Work abuts or aligns with existing, perform a smooth and even transition. B. Patch Work to match existing adjacent Work in texture and appearance, without breaks, steps, or bulkheads. C. When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Engineer. 3.05 ADJUSTMENTS A. Where change of plane of 1/4 inch or more occurs, submit recommendation for providing a smooth transition for Engineer. 1. Where extreme change of plane of two inches or more occurs, request instructions from Engineer as to method of making transition. B. Trim existing doors as necessary to clear new floor finish. Refinish trim as required. C. Fit work at penetrations of surfaces as shown on drawings. 3.06 REPAIR OF DAMAGED SURFACES A. Patch or replace portions of existing surfaces, which are damaged, lifted, discolored, or showing other imperfections. B. Repair substrate prior to patching finish. 3.07 FINISHES A. Finish surfaces as specified in individual Product Sections. B. Finish patches to produce uniform finish and texture over entire area. When finish cannot be matched, refinish entire surface to nearest intersections. 3.08 CLEANING A. Clean adjacent Owner occupied areas of work soiled by work of this contract. END OF SECTION ALTERATION PROJECT PROCEDURES 01120 - 3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 01330 SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Section Includes: 1. Submittal procedures. 2. Product Data, Shop Drawings, and Samples. 3. Assurance/Control submittals. a. Certificates. b. Manufacturer's installation instructions. 4. Architect's action. B. Related Documents: The Contract Documents, as defined in Section 01100 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.2 SUBMITTALS A. Submit two copies of proposed Schedule of Submittals to City Project Manager/Engineer within 30 days after receipt of Notice to Proceed. List all items require submittal for review and approval by City Project Manager/Engineer. B. Submit two copies of final Schedule of Submittals to City Project Manager/Engineer within 2 days after receipt of proposed Schedule of Submittals review from City Project Manager/Engineer. C. Submit schedule on City Project Manager/Engineer approved form or on a form provided to Contractor by City Project Manager/Engineer. D. Schedule of Submittals: Include the following. 1. Indicate type of submittal; product data, shop drawing, sample, certificate, or other submittal. 2. Identify by Specification Section number, Specification paragraph number where item is specified, and description of item being submitted. 3. Indicate scheduled date for initial submittal, date for approval, and date for possible resubmittal for each submittal. E. Coordinate Schedule of Submittals with Construction Schedule. Revise and update Schedule of Submittals when required by changes in the Construction Schedule. Provide City Project Manager/Engineer with updated schedules within 2 days of date schedule is revised. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with City Project Manager/Engineer accepted form. Submit 3 copies of each transmittal. B. Sequentially number transmittal form. Revise submittals with original number and a sequential alphabetic suffix. SUBMITTAL PROCEDURES 01330 -1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to comply with scheduling requirements of Construction Schedule F. For each submittal for review, allow 10 days excluding delivery time to and from the Contractor. G. Identify variations from Contract Documents and Product or system limitations, which may be detrimental to successful performance of the completed Work. H. Provide space for Contractor and A/E review stamps. I. Revise and resubmit and identify all changes made since previous submission. J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with provisions. K. Submittals not requested will not be recognized or processed. 1.4 PRODUCT DATA A. Product data includes printed information such as catalog cuts, manufacturer's published instructions, standard color charts, roughing-in diagrams and templates, standard wiring diagrams, performance curves and other similar items. B. Submit the number of copies, which the Contractor requires, plus three copies, which will be retained by City Project Manager/Engineer. C. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data, and provide information, unique to this Project. D. Indicate Product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. 1.5 SHOP DRAWINGS A. Shop Drawings: Submit for review. After review, produce copies and distribute in accordance with the SUBMITTAL PROCEDURES article above. B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. 1.5 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. SUBMITTAL PROCEDURES 01330 -2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. Submit sample of finishes for colors selected, textures, and patterns for City Project Manager/Engineer selection. C. Include identification on each sample, with full Project information. D. Submit the number of samples specified in individual specification sections; one of which will be retained by the City Project Manager/Engineer. 1.6 CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer to City Project Manager/Engineer, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to City Project Manager/Engineer. 1.7 MANUFACTURER INSTALLATION INSTRUCTIONS A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, adjusting, and finishing, to City Project Manager/Engineer in quantities specified for Product Data. B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.8 CITY PROJECT MANAGER/ENGINEER ACTION A. For submittals where action and return is required or requested, A/E will review each submittal, mark to indicate action to be taken, and return promptly; generally within 10 calendar days from date of receipt. 1. Compliance with specified characteristics is the Contractor's responsibility. Approval by the City Project Manager/Engineer or A/E shall not in any way be deemed to release the Contractor from full responsibility for complete and accurate performance of the Work in accordance with the Contract Drawings and Specifications neither shall such approval release the Contractor from any liability placed upon him by any provision in the Form of Contract. 2. Submittals for information, closeout documents, record documents and other submittals for similar purposes, no action will be taken. B. Action Stamp: A/E will stamp each submittal with a uniform, self-explanatory action stamp. The stamp will be appropriately marked to indicate the action taken. The following notes are typical examples of the action items on submittal stamps. 1. "Accepted": Final Unrestricted Release. Where submittals are marked "Accepted", that part of the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance. 2. "Accepted as Noted": Final-But-Restricted Release. When submittals are marked "Accepted as Noted", that part of the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance. SUBMITTAL PROCEDURES 01330 -3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 3. "Rejected: Submit Specified Item" or "Revise and Resubmit": Returned for Resubmittal. When submittal is marked "Rejected: Submit Specified Item", "Revise and Resubmit," do not proceed with that part of the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action mark. a. Do not permit submittals marked "Rejected: Submit Specified Item" or "Revise and Resubmit," to be used at the Project site, or elsewhere where Work is in progress. 4. "Returned - Not Required": Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned, marked "Returned - Not Required". PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION SUBMITTAL PROCEDURES 01330 -4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 01 700 CONTRACT CLOSEOUT PART 1.00 GENERAL 1 .01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1 . Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1 .03 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1 . In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. a. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. b. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. 2. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 3. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 4. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 5. Deliver tools, spare parts, extra stock, and similar items. 6. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. CONTRACT CLOSEOUT 01 700 - 1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 7. Complete final cleanup requirement, including touchup painting. 8. Touch up and otherwise repair and restore marred, exposed finishes. B. Inspection Procedures: On receipt of a request for inspection, the Engineer will either proceed with inspection or advise the Contractor of unfilled requirements. The Engineer will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. The Engineer will repeat inspection when requested and assured that the Work, is substantially complete. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.04 FINAL ACCEPTANCE A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously. 2. Submit consent of surety to final payment. 3. Submit a final liquidated damages settlement statement. 4. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Engineer will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Engineer. 1. Upon completion of reinspection, the Engineer will prepare a certificate of final acceptance. If the Work is incomplete, the Engineer will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. 1.05 RECORD DOCUMENT SUBMITTALS A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Engineer's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. CONTRACT CLOSEOUT 01700 - 2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1 . Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. 3. Note related change-order numbers where applicable. C. Record Sample Submitted: Immediately prior to Substantial Completion, the Contractor shall meet with the Engineer and the Owner's personnel at the Project Site to determine which Samples are to be transmitted to the Owner for record purposes, Comply with the Owner's instructions regarding delivery to the Owner's Sample storage area. D. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify miscellaneous records properly and bind or file, ready, for continued use and reference. Submit to the Engineer for the Owner's records. E. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2-inch (51 -mm), 3-ring, vinyl-covered binders with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1 . Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turnaround" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 2.00 EXECUTION 2.01 CLOSEOUT PROCEDURES A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: 1 . Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Identification systems. 6. Control sequences. 7. Cleaning. 8. Warranties and bonds. 9. Maintenance agreements and similar continuing commitments. CONTRACT CLOSEOUT 01 700 - 3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. END OF SECTION CONTRACT CLOSEOUT 01700 - 4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 01740 CLEANING PART1 GENERAL 1.01 SECTION INCLUDES A. Cleaning throughout the construction period. B. Related Work Described Elsewhere: In addition to standards specified herein, comply with requirements for cleaning up as described in other sections of these specifications. 1.02 QUALITY ASSURANCE A. Inspection: Conduct daily inspection and more often if necessaries, to verify that requirement of cleanliness are being met. B. Codes and Standards: In addition to the requirements specified herein, comply with pertinent requirements of authorities having jurisdiction. C. For final cleaning, use only a professional cleaning company experienced in commercial cleaning. 1.03 PAYMENT WITHHELD A. The Engineer reserves the right to withhold certification of payment requests for failure on the part of the Contractor to regularly clean the Project in conformance with the Requirements of this Section. PART 2 PRODUCTS 2.01 CLEANING MATERIALS AND EQUIPMENT A. Provide required personnel, equipment and materials needed to maintain the specified standard of cleanliness. 2.02 COMPATIBILITY A. Use cleaning materials and equipment, which are compatible with the surfaces being cleaned, as recommended by the manufacturer of the material to be cleaned. PARTS EXECUTION 3.01 PROGRESS CLEANING A. General: 1. Retain stored items in an orderly arrangement allowing maximum access, not impeding drainage or traffic, and providing the required protection of CLEANING 01740-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade materials. 2. Do not allow the accumulation of scrap, debris, waste material, and other items not required for construction of this work. 3. At least twice each month and more often if necessary, remove scrap, debris, and waste material from the jobsite. 4. Provide adequate storage for items waiting removes from the jobsite, observing requirements for fire protection and protection of the ecology. B. Site: 1. Daily and more often if necessary, inspect the site and pick up all scrap, debris, and waste material. Remove items to the place designated for their storage. Combustible waste shall be removed from the site. Flammable waste shall be kept in sealed metal containers until removed from the site. 2. Weekly, and more often if necessary, inspect, arrangements of materials stored on the site, restack, tidy, or otherwise service arrangements to meet the requirements specified above. 3. Maintain the site in a neat and orderly condition. 4. Chemicals, debris, and waste from cleaning activities shall properly and legally contained and disposed. 5. Submit a Best Management Plan for storm water pollution prevention prior to start of construction. C. Structures: 1. Weekly and more often if necessary, inspect the structures and pick up scrap, debris, and waste material. Remove items to the place designated for their storage. 2. Weekly and more often if necessary, sweep interior spaces clean. a. "Clean", for the purpose of this subparagraph, shall be interpreted as meaning free from dust and other material capable of being removed by use of reasonable effort and a handheld broom, i.e., "broom- clean". 3. As required preparatory to installation of succeeding materials, clean the structures of pertinent portions thereof to the degree of cleanliness recommended by the manufacturer of the succeeding material, using equipment and materials required achieving the required cleanliness. 4. Following the installation of finish floor materials, clean the finish floor daily, and more often if necessary, and while work is being performed in the space in which finish materials have been installed. a. "Clean", for the purpose of this subparagraph, shall be interpreted as CLEANING 01740-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade meaning free from foreign materials which, in the opinion of the Engineer, may be injurious to the finish floor material, i.e., "vacuum clean". 3.02 FINAL CLEANING A. Definition: Except as otherwise specifically provided, "clean", for the purpose of the Article, shall be interpreted as meaning the level of cleanliness generally provided by skilled cleaners using commercial quality building maintenance equipment and materials, i.e., "scrub and polish clean". B. General: Prior to completion of the work, remove from the jobsite all tools, surplus materials, equipment, scrap, debris, and waste, conduct final progress cleaning as described above. C. Site: Unless otherwise specifically directed by the Engineer, water and broom clean paved areas on the site and public paved areas directly adjacent to the site. Remove resultant debris. D. Structures: 1. Exterior: In areas affected by the work under this contract, visually inspect exterior surfaces and remove traces of soil, waste material, smudges, and other foreign matter. Remove traces of splashed material from adjacent surfaces. If necessary to achieve a uniform degree of exterior cleanliness, hose down the exterior of the structure. In the event of stubborn stains not removable with water, the Engineer may require light sandblasting or other cleaning at no additional cost to the Owner. 2. Interior: In areas affected by the work under this contract, visually inspect interior surfaces and remove traces of soil waste material, smudges, and other foreign matter. Remove traces of splashed materials from adjacent surfaces. Remove paint drippings, spots, stains, and dirt from finished surfaces. Use only the cleaning materials and equipment instructed by the manufacturer of the surface material. 3. Glass: Clean glass inside and outside. 4. Polished Surfaces: On surfaces requiring the routine application of buffed polish, apply the polish recommended by the manufacturer of the material being polished. Glossy surfaces shall be cleaned and shined as intended by the manufacturer. E. Timing: Schedule final cleaning as accepted by the Owner to accept a completely clean project. CLEANING 01740-3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 3.03 CLEANING DURING OWNER'S OCCUPANCY A. Should the Owner occupy the work or any portion thereof prior to its completion by the Contractor and acceptance by the Owner, responsibilities for interim and final cleaning of the occupied spaces shall be determined by the Owner in accordance with the general Conditions of the Contract. END OF SECTION CLEANING 01740-4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 07600 SHEET METAL FLASHING PART 1 - GENERAL 1. RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to the work of this Section. 2. SUMMARY A. This Section includes the following: (1) Metal counter flashing and base flashing (if any). (2) Metal wall flashing and expansion joints. (3) Built-in metal valleys, gutters, and scuppers. (4) Miscellaneous sheet metal accessories. B. Related Sections (1) Section 07920 - Sealants And Caulking 3. SUBMITTALS A. General Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections (1) Product data, Flashing, Sheet Metal, and Accessories: Manufacturer's technical product data, installation instructions and general recommendations for each specified sheet material and fabricated product. (2) Shop drawings showing layout, profiles, methods of joining and anchorages details, including major counterflashings, trim/fascia units, gutters, downspouts, scuppers, and expansion joint systems. Provide layouts at 1/4-inch scale and detail at 3-inch scales. 4. PROJECT CONDITIONS Coordinate the work of this section with interfacing and adjoining work for proper sequencing of each installation. Ensure best possible weather resistance and durability of work and protection of materials and finishes. SHEET METAL FLASHING 07600 -1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade PART 2 - PRODUCTS 1. SHEET METAL FLASHING AND TRIM MATERIALS A. Zinc-Coated Steel Commercial quality with 0.20 percent copper, ASTM A 526, except ASTM A 527 for lock-forming, G90 hot-dip galvanized, mill phosphatized where indicated for painting; 0.0359-inch thick (20 gage) except as otherwise indicated. B. Fasteners Same metal as flashing/sheet metal or other non-corrosive metal as recommended by sheet manufacturer. Match finish of exposed heads with material being fastened. C. Bituminous Coating SSPC - Paint 12, solvent-type bituminous mastic, nominally free of sulfur, compounded for 15-mil dry film thickness per coat. D. Mastic Sealant Polyisobutylene; nonhardening, nonskinning, non-drying, nonmigrating sealant. E. Reg lets Metal or plastic units of type and profile indicated, compatible with flashing indicated, noncorrosive. F. Metal Accessories Provide sheet metal clips, straps, anchoring devices, and similar accessory units as required for installation of work, matching or compatible with material being installed, noncorrosive, size and gage required for performance. G. Cast-iron Drainage Boots Grey iron castings of size and pattern indicated, ASTM A 48, bituminous shop-coated. H. Gutter and Conductor-Head Guards 20-gage bronze or nonmagnetic stainless steel mesh or fabricated units, with sealed edges and noncorrosive fasteners. Select materials for compatibility with gutters and downspouts. I. Roofing Cement ASTM D 2822, asphaltic. SHEET METAL FLASHING 07600 -2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 2. FABRICATED UNITS W A. General Metal Fabrication Shop-fabricate work to greatest extent possible. Comply with details shown and with applicable requirements of SMACNA "Architectural Sheet Metal Manual" and other recognized industry practices. Fabricate for waterproof and weather-resistant performance, with expansion provisions for running work, sufficient to permanently prevent leakage, damage, or deterioration of the work. From work to fit substrates. Comply with material manufacturer instructions and recommendations for forming material. Form exposed sheet metal work without excessive oil-canning, buckling, and tool marks, true to line and levels indicated, with exposed edges folded back to form hems. B. Seams Fabricate nonmoving seams in sheet metal with flat-lock seams. For metal other than aluminum, tin edges to be seamed, form seams, and solder. Form aluminum seams with epoxy seam sealer; rivet joints for additional strength where required. D. Sealant Joints Where movable, nonexpansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with SMACNA standards. >•%, E. Separations s"**' Provide for separation of metal from noncompatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. F. Aluminum Extrusion Units Fabricate extruded aluminum running units with formed or extruded aluminum joint covers for installation behind main members where possible. Fabricate mitered and welded corner units. PART 3 - EXECUTION 1. INSTALLATION REQUIREMENTS A. General Except as otherwise indicated, comply with manufacturer's installation instructions and recommendations and with SMACNA "Architectural Sheet Metal Manual." Anchor units of work securely in place by methods indicated, providing for thermal expansion of metal units; conceal fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weatherproof. ^\ SHEET METAL FLASHING 07600-3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. Underlayment Where stainless steel or aluminum is to be installed directly on cementitious or wood substrates, install a slip sheet of red rosin paper and a course of polyethylene underlayment. C. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. D. Install reglets to receive counterflashing in a manner and by methods indicated. Where shown in concrete, furnish reglets to trades of concrete work for installation as work of Division 3 sections. Where shown in masonry, furnish reglets to trades of masonry work, for installation as work of Division 4 sections. E. Install counterflashing in reglets, either by snap-in seal arrangement or by welding in place for anchorage and filling reglet with mastic or elastomeric sealant, as indicated and depending on degree of sealant exposure. 2. CLEANING AND PROTECTION A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or deterioration of finishes. B. Protection Advise Contractor of required procedures for surveillance and protection of flashings and sheet metal work during construction to ensure that work will be without damage or deterioration other than natural weathering at time of Substantial Completion. END OF SECTION SHEET METAL FLASHING 07600 -4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 07920 SEALANTS AND CAULKING 1.0 PART 1 - GENERAL 1.1 DESCRIPTION: A. The conditions of the Construction Contract and Division 1 - General Requirements apply to the Work specified in this Section. B. Furnish and install all sealant and caulking as shown on Drawings and herein specified. 1 . Work herein specified shall include, but not be limited to, joint filling and sealant application of following: a. Metal flashing joints (except roofing sheet metal). b. Pipes, conduit, ducts and structural members penetrating walls, floors or roof decks. c. Miscellaneous joints where "caulking" or "sealant" is indicated on Drawings. 2. Through-wall penetrations, including expansion joints and perimeter joints, in interior fire-rated walls and partitions, shall be caulked and/or sealed with a UL listed intumescent system. C. Related Work Specified Elsewhere: 1. Caulking and/or sealing of concrete floor slabs, sidewalks and other exterior paving, precast concrete, metal panels, roofing sheet metal, metal roofing, thresholds and ceramic tile Work is specified elsewhere and is not a part of Work of this Section. 1 .2 QUALITY ASSURANCE: A. Applicator Qualifications: 1 . Ail Work included under this Section shall be performed by a Contractor who is recognized and established in this specific type of business and has completed jobs which have weathered and proved satisfactory in every respect for 5 or more years. 2. Application of materials shall be under the supervision and recommendations of the manufacturer's district representative. 1.3 SUBMITTALS: A. Color Chart: 1 . Submit color chart for selection by Owner's Representative. B. Samples: 1. If requested by Owner's Representative, submit samples of proposed material for approval. SEALANT AND CAULKING 07920 -1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade C. Certification: 1. At completion of the project, this Contractor shall obtain a certification from manufacturer and countersigned by Contractor stating all materials included herein have been applied in accordance with their Specifications and all workmanship is of the best of the caulking and sealant trades. 2. Submit to Owner's Representative in writing a certification from Contractor stating that the material or combination of materials herein have been applied and meet all prevailing codes and regulations and are so classified in the UL's Fire Resistance Directory. 2.0 PART 2 - PRODUCTS 2.1 MATERIALS: A. Sealant materials for exterior joints shall be as manufactured by the Tremco Manufacturing Company, Beachwood, Ohio (phone: 800/321-7906) or Owner's Representative approved equal. Color shall be as selected by Owner's Representative. Sealant shall consist of the following: 1. Sealant material for joints up to and including 1/2 inch wide shall be a 1- part acrylic terpolymer base type "Mono" conforming to Federal Specification TT-S-00230. 2. Sealant material for joints larger than 1/2 inch wide shall be a 2-part polytremdyne base type "Dymeric" conforming to Federal Specifications TT-S-00227E. B. Caulking compound for interior joints not subject to movement shall be acrylic latex type "Acrylic Latex 834" as manufactured by Tremco Manufacturing Company, Beachwood, Ohio (phone: 800/321-7906); "60+ Unicrylic" as manufactured by Pecora Corporation, Harleysville, Pennsylvania (phone: 800/523-6688); "DAP ALEX" as manufactured by DAP, Inc., Dayton, Ohio (phone: 513/667-4461) or Owner's Representative approved equal. 1. Caulking compound shall contain no ingredients, which will stain masonry or corrode metals. C. Caulking compound for interior joints subject to slight or moderate movement shall be acrylic latex base type "AC-20+ Silicone" as manufactured by Pecora Corporation, Harleysville, Pennsylvania (phone: 800/523-6688); "DAP Alex Plus" as manufactured by DAP, Inc., Dayton, Ohio (phone: 513/667-4461) or Owner's Representative approved equal. 1. Caulking compound shall contain no ingredients, which will stain masonry or corrode metals. D. Joint filler and backup for sealant and caulking materials shall be closed cell, expanded polyethylene rod type "Ethafoam SB Sealant Backer Rod" as manufactured by Dow Chemical Company, Midland, Michigan (phone: 800/258- 2436) or Owner's Representative approved equal. 1. Material shall have a diameter of at least 25 percent larger than the opening. 2.2 PART 3 - EXECUTION SEALANT AND CAULKING 07920 -2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 2.3 INSPECTION: A. Examination of Surfaces: 1. Examine joints for construction defects, which would adversely affect the execution of Work. Starting of Work by this Contractor shall imply their acceptance of the Work of others as satisfactory. 2.4 JOB CONDITIONS: A. Environmental: 1. Air temperature shall be not less than 40 degrees Fahrenheit, when sealant or caulking materials are applied. Sealant or caulking materials, which require heating prior to use, shall be heated to manufacturer's recommended temperatures. B. Preparation of Surfaces: 1. All metal surfaces shall be cleaned with a suitable solvent (Xylol) before sealing or caulking. All areas to receive sealant or caulking shall be thoroughly dry, clean and free from any foreign matter, which would adversely affect adhesion of sealant or caulking. 2.5 WORKMANSHIP: A. Application of materials, including primers, shall be in strict conformance with manufacturer's printed specifications. B. Work shall be of the very best, free from air pockets, foreign embedded matter, ridges, sags and other defects with all Work completely water and airtight and left ready for painting. 2.6 INSTALLATION: A. All exterior joints over 1/4 inch deep and all interior joints over 3/4 inch deep shall be hand packed with joint filler or backup material of proper size to within 1/4 inch of finished surfaces using a depth gage to give even uniform depth. B. Install bond breaker tape where shown or where required by sealant or caulking manufacturer's instructions. Sealant or caulking compound shall be forced in rabbets under mechanical pressure, utilizing nozzles of proper size to fit joints, filling all voids completely in a neat bead well bonded to both sides and extending full depth of rabbet. Wide joints to be caulked shall be done in 3 passes. Run a bead at each inside corner, and finish with a bead filling in the "vee" formed by the previous 2 beads. All joints shall be masked and struck slightly concave as required for neatness within 10 minutes of sealant or caulking application. C. Sealing and caulking of joints or penetrations in fire-rated walls and partitions shall in accordance with manufacturer's recommendations and with UL fire protection requirements. 2.7 CLEAN UP: 3 SEALANT AND CAULKING 07920 -3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade A. Exposed surfaces shall be cleaned, free of excess sealant and caulking or other soiling due to sealing operations. Surfaces shall be cleaned as Work progresses and before sealant or caulking begins to set or cure. END OF SECTION SEALANT AND CAULKING 07920 -4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15010 BASIC MECHANICAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. This Section specifies general administrative and procedural requirements for plumbing and HVAC systems specified in Division 15 - Mechanical. The following administrative and procedural requirements are included in this Section to expand the requirements specified in Division 1 - General Requirements: 1 . Project conditions for mechanical Work. 2. Submittals. 3. Coordination drawings. 4. Record documents. 5. Maintenance manuals. 6. Delivery, storage and handling. 7. Warranty requirements. 8. Rough-in requirements. 9. Mechanical installations. 10. Cutting and patching. B. Related Sections: 1 . Division 1 - General Requirements: Requirements for administration of the Contract, applicable to Work specified in all Sections of the Specifications. 1 .2 PROJECT CONDITIONS FOR MECHANICAL WORK A. Locations and Configurations: Contract drawings are schematic. Contract drawings show the specific requirements as to sizes and capacities of equipment, ducts and pipes. Space allotted and the approximate locations of equipment, ducts and pipes are shown. Install work in locations and configurations as shown on the drawings. 1 . Layout and sequence Work to minimize conflicts between various systems, including Work specified in other Sections. MECHANICAL REQUIREMENTS BASIC 15010 - 1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 2. Make minor adjustments in equipment and system layouts and routing as necessary to accommodate project conditions. See article below titled "COORDINATION DRAWINGS." B. Supports and Backing: 1. Coordinate layout of hangers and supports with related Work and Work which must occupy the same general space, such as lighting fixtures, conduit and ceiling suspension system. 2. Coordinate layout of mechanical Work with structural framing and backing and blocking work, so that adequate supports and backing are provided in a manner which does not conflict with Work specified in other Sections. C. Location and Configuration Conflicts: In the event of conflicts between project conditions and locations and configurations shown on drawings which require more than minor adjustments, provisions of the Conditions of the Contract shall govern resolution of conflicts, including changes in contract sum and contract time. 1. Contractor shall prepare drawings showing proposed rearrangement of Work to accommodate Project conditions and submit to Engineer for review and direction. 2. Drawings shall include modifications to Work specified in other Divisions. Obtain directions from Engineer before proceeding with adjustments and modifications. D. Underground Utilities: Known underground services are shown at approximate locations on drawings. Contractor shall exercise extreme care to avoid damage in exposing underground services. 1. Where an underground facility is encountered which is not shown on drawings or mentioned in any other contract document, Contractor shall immediately notify Owner and Engineer and responsible utility agency for direction. 2. Do not proceed with Work until direction is received. 1.3 SUBMITTALS A. Shop Drawings and Product Data: Refer to Section 01330 - Submittals, for requirements. Additionally, comply with the following for submittals specified in Division 15 sections. 1. Submit shop drawings and product data grouped to include complete submittals of related systems, products and accessories in a single submittal. 2. Indicate dimensions and values in units to match those specified. MECHANICAL REQUIREMENTS BASIC 15010 - 2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 3. Include product data, materials lists, installation instructions, colors and finish samples, fabrication and installation drawings, calculations and other descriptive materials to completely describe proposed products and installation. 4. Identify each item by manufacturer, brand or trade name, number, size, rating and whatever other data are necessary to properly identify and check the materials and equipment. The notation "as specified" will not be considered sufficient identification. 5. Each submitted item shall refer to the specification section and paragraph number in which the item is specified. B. Coordination in Submittals: Submittals shall show evidence that field conditions have been confirmed and have been coordinated with Work specified in other sections or to be provided under separate contracts. 1.4 COORDINATION DRAWINGS A. Coordination Drawings: Prepare coordination drawings in accordance with Section 01040 - Coordination, to a scale of 1/4" = 1'-0" or larger; detailing major elements, components, and systems of mechanical equipment and materials in relationship with other systems, installations, and building components. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to the efficient flow of the Work, including (but not necessarily limited to) the following: 1. Indicate the proposed locations of piping, ductwork, equipment, and materials. Include the following: a. Clearances for installing and maintaining insulation. b. Clearances for servicing and maintaining equipment, including tube removal, filter removal, and space for equipment disassembly required for periodic maintenance. c. Equipment connections and support details. d. Exterior wall and foundation penetrations. e. Fire-rated wall and floor penetrations. f. Sizes and location of required concrete pads and bases. g. Valve stem movement. 2. Indicate scheduling, sequencing, movement, and positioning of large equipment into the building during construction. 3. Prepare floor plans, elevations, and details to indicate penetrations in floors, walls, and ceilings and their relationship to other penetrations and installations. 4. Prepare reflected ceiling plans to coordinate and integrate installations, air outlets and inlets, light fixtures, communication systems components, sprinklers, and other ceiling-mounted items. MECHANICAL REQUIREMENTS BASIC 15010-3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1.5 RECORD DOCUMENTS A. Record Documents: Prepare Project Record Documents in accordance with the requirements in Section 01700 - Contract Closeout. Additionally, indicate the following installed conditions: 1. Ductwork mains and branches, size and location; locations of dampers and other control devices; and fire and/or smoke dampers. 2. Equipment locations (exposed and concealed), dimensioned from prominent building lines. 3. Approved substitutions, Contract Modifications, and actual equipment and materials installed. 1.6 OPERATION AND MAINTENANCE MANUALS A. Provide Operation and Maintenance (O&M) manuals in accordance with Section 01700 - Contract Closeout. Additionally, include the following information for equipment items: 1. Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. 2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. 3. Maintenance procedures for routine preventive maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. 4. Servicing instructions and lubrication charts and schedules. 1.7 DELIVERY, STORAGE, AND HANDLING A. Delivery, Storage and Handling: Provide temporary storage enclosures and covers as necessary to prevent damage and deterioration of materials and equipment. 1.8 WARRANTY REQUIREMENTS A. Warranty: Warranty period shall also apply to services, including instruction, adjustment, testing, noise control and balancing. B. Warranty Submittals: Prepare and submit warranties in accordance with Section 01700 - Contract Closeout. MECHANICAL REQUIREMENTS BASIC 15010-4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1. Additionally, include in warranty the rebalancing and adjustment of entire systems or parts thereof, as required for proper operation for a minimum of one year after Contract completion date established Certificate of Completion. 2. Refer to individual product Sections of Division 1 5 for warranties extending beyond one year after Contract completion date. PART 2 - PRODUCTS 2.1 GENERAL A. All equipment and materials shall be new and the current model or type of a manufacturer regularly engaged in their production. Where two or more units of the same class of equipment are required, they shall be products of the same manufacturer. B. Equipment shall fit into the space allotted and shall allow adequate and acceptable clearances for entry, servicing and maintenance. The work shall be provided in an arrangement which will not necessitate cutting of structural members which not interfere with lighting or doors, and which will present the best appearance possible. C. Where equipment or materials are specified to be approved by and constructed and/or tested in accordance with the published standard of the UL, AMCA, ARI, or any similar nationally recognized agency, the Contractor shall submit proof that the items furnished under this specification conform to such requirements. PART 3 - EXECUTION 3.1 ROUGH-IN REQUIREMENTS A. Rough-In: Verify final locations for rough-ins with field measurements and with the requirements of the actual equipment to be fitted and connected. B. Refer to product specifications in Divisions 2 through 1 6 for additional requirements and coordination for rough-in provisions. 3.2 MECHANICAL INSTALLATIONS A. Products Installation: Products shall be installed in accordance with applicable requirements of authorities having jurisdiction and in accordance with manufacturer's instructions and recommendations. Sequence, coordinate, and integrate the various elements of mechanical systems, materials, and equipment. Comply with the following requirements: 1 . Coordinate mechanical systems, equipment, and materials installation with other building components. 2. Verify all dimensions by field measurements. MECHANICAL REQUIREMENTS BASIC 15010-5 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 3. Arrange for chases, slots, and openings in other building components during progress of construction, to allow for mechanical installations. 4. Coordinate the installation of required supporting devices and sleeves to be set in poured-in-place concrete and other structural components, as they are constructed. 5. Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the Work. Give particular attention to large equipment requiring positioning prior to closing in the building. 6. Where mounting heights are not detailed or dimensioned, install systems, materials, and equipment to provide the maximum headroom possible. 7. Coordinate connection of mechanical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. 8. Install systems, materials, and equipment to conform with approved submittal data, including coordination drawings, to greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, refer conflict to the Architect. 9. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components, where installed exposed in finished spaces. 10. Install mechanical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. As much as practical, connect equipment for ease of disconnecting, with minimum of interference with other installations. 11. Install access panel or doors where units are concealed behind finished surfaces. 12. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. 3.3 CUTTING AND PATCHING A. Cutting and Patching, General: Perform cutting and patching in accordance with Section 01045 - Cutting and Patching. Additionally, the following requirements apply: 1. Protection of Installed Work: During cutting and patching operations, protect adjacent installations. MECHANICAL REQUIREMENTS BASIC 15010 - 6 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. Perform cutting, fitting, and patching of mechanical equipment and materials required to: 1. Uncover Work to provide for installation of ill-timed Work. 2. Remove and replace defective Work. 3. Remove and replace Work not conforming to requirements of the Contract Documents. 4. Remove samples of installed Work as specified for testing. 5. Upon written instructions from the Engineer, uncover and restore Work to provide for Owner/Engineer observation of concealed Work. C. Protect the structure, furnishings, finishes, and adjacent materials during construction. END OF SECTION MECHANICAL REQUIREMENTS BASIC 15010-7 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15052 SELECTIVE DEMOLITION PART 1 - GENERAL 1.01 SECTION INCLUDES A. This Section includes limited scope general construction materials and methods for application with mechanical installations as follows: 1. Nondestructive removal of materials and equipment for reuse or salvage as indicated. 2. Dismantling mechanical materials and equipment made obsolete by these installations. 1.02 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 and 15 Specification Sections. B. Schedules indicating proposed methods and sequence of operations for selective demolition prior to commencement of Work. Include coordination for shut-off of utility services and details for dust and noise control. 1. Coordinate construction phasing and Owner occupancy as specified in Division 1. 1.03 PROJECT CONDITIONS A. Conditions Affecting Selective Demolition: The following project conditions apply: 1. Protect adjacent materials indicated to remain. Install and maintain dust and noise barriers to keep dirt, dust, and noise from being transmitted to adjacent areas. Remove protection and barriers after demolition operations are complete. 2. Locate, identify, and protect mechanical services passing through demolition area and serving other areas outside the demolition limits. Maintain services to areas outside demolition limits. When services must be interrupted, install temporary services for affected areas. Provide minimum of 48-hour notice to Architect prior to utility interruption. 1.04 SEQUENCE AND SCHEDULING A. Coordinate the shut-off and disconnection of utility services with the Owner and the utility company. B. Notify the City Project Manager and Engineer at least 5 days prior to SELECTIVE DEMOLITION 15052 -1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade commencing demolition operations. C. Perform demolition in phases as coordinated with the City Project Manager. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas where selective demolition is to occur. Determine extent of work and affect on existing conditions to remain. Advise Architect of any conditions that might create extensive alterations beyond indicated scope. 3.02 SELECTIVE DEMOLITION A. General: Demolish, remove, demount, and disconnect abandoned mechanical materials and equipment, indicated to be removed and is not identified to be salvaged or saved. B. Materials and Equipment To Be Salvaged: Remove, demount, and disconnect existing mechanical materials and equipment indicated for removal and salvage, and deliver materials and equipment to the location designated for storage. C. Disposal and Cleanup: Remove from the site and legally dispose of demolished materials and equipment not indicated for salvage. D. Mechanical Materials and Equipment: Demolish, remove, demount, and disconnect the following items: 1. Inactive and obsolete piping, fittings and specialties, equipment, ductwork, controls, fixtures, and insulation. E. Piping and ducts embedded in floors, walls, and ceilings may remain if such materials do not interfere with new installations. Remove materials above accessible ceilings. Drain and cap piping and ducts allowed to remain. 1. Perform cutting and patching required for demolition. END OF SECTION SELECTIVE DEMOLITION 15052 -2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15055 BASIC PIPING MATERIALS AND METHODS PART 1 - GENERAL 1.01 SECTION INCLUDES A. This Section specifies piping materials and installation methods common to more than one section of Division 15 and includes joining materials, fire stop sealants, and basic piping installation instructions. 1.02 RELATED SECTIONS A. The following sections contain requirements that relate to this section: 1. Division 15 Section "Basic Mechanical Requirements" applies to the work of this Section. 2. Piping materials and installation methods peculiar to individual systems are specified within their respective system specification sections of Division 15. 3. Valves are specified in a separate section and in individual piping system sections of Division 15. 4. Division 15 "Supports and Anchors". 5. Division 15 "Mechanical Identification". 1.03 SUBMITTALS A. Refer to Division 1 and "Basic Mechanical Requirements" for administrative and procedural requirements for submittals. B. Product Data: Submit product data on fire stop sealants. 1.04 QUALITY ASSURANCE A. Welding procedures and testing shall comply with ANSI Standard B31.1.0 - Standard Code for Pressure Piping, Power Piping, and The American Welding Society, Welding Handbook. B. Soldering and Brazing procedures shall conform to ANSI B9.1 Standard Safety Code for Mechanical Refrigeration. 1.05 DELIVERY, STORAGE, AND HANDLING A. Provide factory-applied plastic end-caps on each length of pipe and tube, except for concrete, corrugated metal, hub-and-spigot, and clay pipe. Maintain end- caps through shipping, storage and handling to prevent pipe-end damage and BASIC PIPING MATERIALS AND METHODS 15055 -1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade ^ prevent entrance of dirt, debris, and moisture. "—*" B. Protect stored pipes and tubes. Elevate above grade and enclose with durable, waterproof wrapping. When stored inside, do not exceed structural capacity of the floor. C. Protect flanges, fittings, and specialties from moisture and dirt by inside storage and enclosure, or by packaging with durable, waterproof wrapping. PART 2 - PRODUCTS 2.01 PIPE AND FITTINGS A. Refer to the individual piping system specification sections in Division 15 for specifications on piping and fittings relative to that particular system. B. Weld-O-Lets: Welding Weld-O-Lets may be used in lieu of tees where branch connection pipe size is two or more pipe sizes smaller than main header size. 2.02 JOINING MATERIALS A. Welding Materials: Comply with Section II, Part C, ASME Boiler and Pressure Vessel Code for welding materials appropriate for the wall thickness and chemical analysis of the pipe being welded. "^^ >«**• B. Brazing Materials: Comply with SFA-5.8, Section II, ASME Boiler and Pressure Vessel Code for brazing filler metal materials appropriate for the materials being joined. C. Soldering Materials: Refer to individual piping system specifications for solder appropriate for each respective system. 1. Soldering materials shall not contain lead. D. Gaskets for Flanged Joints: Gasket material shall be full-faced for cast-iron flanges and raised-face for steel flanges. Select materials to suit the service of the piping system in which installed and which conform to their respective ANSI Standard (A21.11, B16.20, or B16.21). Provide materials that will not be detrimentally affected by the chemical and thermal conditions of the fluid being carried. 2.03 SLEEVES AND SEALS A. Sleeves: 1. Sheet-Metal Sleeves: 2" thru 3" - 20 gage, 4" thru 6" - 16 gage, 7"and Larger, 16 gage, galvanized sheet metal, round tube closed with welded longitudinal joint. 2. Steel Sleeves: Schedule 40 galvanized, welded steel pipe, ASTM A53, ^^ BASIC PIPING MATERIALS AND METHODS 15055 -2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade Grade A. 3. Galvanized steel telescoping type: Galvanized sheet metal per manufacturers standards. 4. Polyethylene Sleeves: Manufacturer's standard product. B. Mechanical Sleeve Seals: Modular mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill annular space between pipe and sleeve, connected with bolts and pressure plates which cause rubber sealing elements to expand when tightened, providing watertight seal and electrical insulation. 2.04 FIRESTOP SEALANT A. Fire-stopping material shall be asbestos-free and capable of maintaining an effective barrier against flame and gases in compliance with the following requirements: 1. Flame Spread: 25 or less, ASTM E 84. 2. Smoke Development: 50 or less, ASTM E 84. 3. Combustibility: Noncombustible, ASTM E 136. B. Material when installed shall have the same fire rating as the assembly in which it is being installed. 2.05 PIPING ISOLATION A. Manufacturer's standard product for providing sound and electrolysis isolation. PART 3 - EXECUTION 3.01 PREPARATION A. Ream ends of pipes and tubes, and remove burrs. Bevel plain ends of steel pipe. B. Remove scale, slag, dirt, and debris for both inside and outside of piping and fittings before assembly. 3.02 INSTALLATIONS A. General Locations and Arrangements: Drawings (plans, schematics, and diagrams) indicate the general location and arrangement of the piping systems. Location and arrangement of piping layout take into consideration pipe sizing and friction loss, expansion, pump sizing, and other design considerations. So far as practical, install piping as indicated. Refer to individual system specifications for BASIC PIPING MATERIALS AND METHODS 15055 -3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade requirements for coordination drawing submittals. B. Conceal all pipe installations in walls, pipe chases, utility spaces, above ceilings, below grade or floors, unless indicated otherwise. C. Install piping free of sags or bends and with ample space between piping to permit proper insulation applications. D. Install exposed piping at right angles or parallel to building walls. Diagonal runs are not permitted, unless expressly indicated on the Drawings. E. Install piping tight to slabs, beams, joists, columns, walls and other permanent elements of the building. Provide space to permit insulation applications, with 1" clearance outside the insulation. Allow sufficient space above removable ceiling panels to allow for panel removal. F. Locate groups of pipes parallel to each other, spaced to permit applying full insulation and servicing of valves. G. Install drains at low points in mains, risers, and branch lines consisting of a tee fitting, 3/4" ball valve, and short 3/4" threaded nipple and cap. H. Exterior Wall Penetrations: Seal pipe penetrations through exterior walls using sleeves and mechanical sleeve seals. I. Coordinate to provide curb, minimum 4" above finish floor, for all pipe shafts or floor openings for multiple pipes. J. Fire Barrier Penetrations: Where pipes pass through fire rated walls, partitions, ceilings, or floors, the fire rated integrity shall be maintained. Refer to Division 7 for special sealers and materials. 3.03 MANNER IN WHICH PIPE SHALL BE SUPPORTED A. Horizontal Pipes: Hangers and supports shall be hung from solid rods, and lengths of which shall be adjustable. Strap hangers will not be permitted. In lieu of individual hangers, trapeze hangers may be used for parallel pipes, details of which shall be submitted to the Engineer for approval. Hanger rods for both single and trapeze hangers shall be hung from suitable clips, beam clamps or inserts, as necessary. For concrete construction, inserts shall be set in forms before concrete is poured. Explosive type fasteners or studs will not be permitted. "Phillips" type shield may be used when authorized by the Engineer. No piping shall be supported by any wire, rope, wood or other makeshift device. B. Provide hangers size and spacing per SMACNA "Guidelines for Seismic Restraint of Mechanical Systems". C. Where building construction does not permit the above specified spacing of hangers, the Contractor shall provide adequate additional steel supports. Location and details shall be submitted to the Engineer for approval. In all cases, pipe supports shall be spaced to provide adequate support for the pipes, the BASIC PIPING MATERIALS AND METHODS 1 5055 -4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade medium in the pipes, insulation, valves and fittings. D. All vertical pipe lines shall be supported, not hung, at each floor. Malleable iron or steel pipe clamps of ample size, bolted around the pipes, shall be used for these pipe supports. All vertical water piping shall have vibration isolators between support clamp and structure. E. Pipe hangers shall be of the positive restraint type or be provided with approved restraint clips to prevent lateral movement of attachment. F. Pipe hangers shall be of the positive restraint type or be provided with approved restraint clips to prevent lateral movement of attachment. G. Contractor may refer to details applicable in the SMACNA "Guidelines for Seismic Restraint of Mechanical Systems". 3.04 FITTINGS AND SPECIALTIES A. Use fittings for all changes in direction and all branch connections. B. Remake leaking joints using new materials. C. Install Y-type strainers with blow-down valves on the supply side of each control valve, pressure reducing or regulating valve, solenoid valve, and elsewhere as indicated. D. Install unions adjacent to each valve, and at the final connection to each piece of equipment and plumbing fixture having 2" and smaller connections, and elsewhere as indicated. E. Install Flanges in piping 2-1/2" and larger, where indicated, adjacent to each valve, and at the final connection to each piece of equipment. F. Install dielectric unions to connect piping materials of dissimilar metals in dry piping systems (gas, compressed air, vacuum). G. Install dielectric fittings to connect piping materials of dissimilar metals in wet piping systems (water, steam). 3.05 JOINTS A. Steel Pipe Joints: 1. Pipe 2" and Smaller: Thread pipe with tapered pipe threads in accordance with ANSI B2.1. Cut threads full and clean using sharp dies. Ream threaded ends to remove burrs and restore full inside diameter. Apply pipe joint lubricant or sealant suitable for the service for which the pipe is intended on the male threads at each joint and tighten to leave not more then 3 threads exposed. 2. Pipe Larger than 2": BASIC PIPING MATERIALS AND METHODS 15055 -5 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade a. Weld pipe joints (except for exterior water service pipe) in accordance with ASME Code for Pressure Piping, B31. b. Weld pipe joints of exterior water service pipe in accordance with AWWA C206. c. Install flanges on all valves, apparatus, and equipment. Weld pipe flanges to pipe ends in accordance with ASME 631.1.0 Code for Pressure Piping. Clean flange faces and install gaskets. Tighten bolts to torque specified by manufacturer of flange and flange bolts, to provide uniform compression of gaskets. B. Non-ferrous Pipe Joints: 1. Brazed and Soldered Joints: For copper tube and fitting joints, braze joints in accordance with ANSI B31.1.0 -Standard Code for Pressure Piping, Power Piping and ANSI B9.1 - Standard Safety Code for Mechanical Refrigeration. 2. Thoroughly clean tube surface and inside surface of the cup of the fittings, using every fine emery cloth, prior to making soldered or brazed joints. Wipe tube and fittings clean and apply flux. Flux shall not be used as the sole means for cleaning tube and fitting surfaces. 3. Mechanical Joints: Flared compression fittings may be used for refrigerant lines 3/4" and smaller. C. Joints for other piping materials are specified within the respective piping systems sections. 3.06 INSTALLATION OF SLEEVES A. Provide pipe sleeves for pipes to pass through walls, floor and roofs. Diameter of sleeve to be 1-inch larger than the outside diameter of pipe or pipe and covering of insulated pipe. Galvanized steel telescoping type sleeves or polyethylene may be used. Where seepage may occur, use steel pipe sleeves. B. All pipe sleeves through floors other than floors on grade shall extend 2-inches above finished floor and shall be caulked with mineral wool. Provide collar where polyethylene sleeve is used. C. Where required in existing construction, or where sleeves have been omitted, openings for pipe may be core drilled in floors and/or walls or partitions, providing prior acceptance of such core drilling is obtained from the Structural Engineer. Holes core drilled through floors above grade shall be provided with sleeves extending 2-inches above finish floor as hereinbefore specified. D. Seal with resilient "Sealant." Dow corning "Fire Stop" or equal. 3.07 INSTALLATION OF FIRE STOP SEALANT BASIC PIPING MATERIALS AND METHODS 15055 -6 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade A. Firestopping shall be provided at, but not limited to, duct, and piping penetrations through floor slabs and through time rated partitions or fire walls. B. Install firestopping materials in accordance with the manufacturer's instructions and the following requirements. 1. Filling: Firestopping materials shall completely fill the void spaces. C. Coordination: Coordinate the work with other trades. Firestopping materials at penetrations of insulated pipes and ducts shall be applied prior to insulation, unless the insulation meets the requirements specified for firestopping. D. Surface Preparation: Surfaces to be in contact with firestopping materials shall be free of dirt, grease, oil, loose material, rust, or other substances that may affect proper fitting or the required fire resistance. 3.08 INSTALLATION OF PIPE ISOLATION A. Provide sound and electrolysis isolation on all uninsulated, pipes, Semco "Trisolators" or Potter-Roemer "Prisolators". 3.09 INSTALLATION OF PIPE FLASHING A. Pipe flashing assemblies, "Semco" Fig. 1100-4, as required, seal the joint between flashing and pipe with waterproofing compound. Install counterflashing sleeve to cover a minimum of 3/4-inch to top of lead flashing, making the top joint permanently watertight. 3.10 TESTING OF PIPING A. Provide notification of test at least three working days prior to tests on all or part of any piping system. Do not allow or cause any piping system to be insulated, covered, concealed or enclosed until such systems have been tested and reviewed. B. Provide all necessary materials (including temporary isolation valves or caps), pumps, testing media and labor for testing. Temporarily remove any device in piping system which will not withstand test pressure specified, and reinstall same after successful testing. Test time begins to accrue after full test pressure is achieved. C. Testing and inspection of all piping systems and associated equipment for leaks shall be accomplished after installation and cleaning and prior to placing into service. Flanges, threaded joints and all welds shall be left unpainted and uninsulated until the piping systems have been approved. D. A rigid visual inspection of each specific piping system shall be made prior to conducting tightness tests, to ascertain that all appurtenances and equipment are provided, properly connected and supported, and in all respects ready for testing. BASIC PIPING MATERIALS AND METHODS 15055 -7 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade E. Equipment such as pumps, chillers, tanks, heat exchangers, flexible hose, safety valves and similar equipment shall not be subjected to the piping system test pressure. Equipment shall either be disconnected from the piping or be isolated by valves or blanks during testing and reinstalled after acceptance by the Owner. F. Indicating pressure gauges mounted locally may be tested with the lines provided the test pressure does not exceed the scale range. G. Orifice plates, rotometers, displacement meters and other line inserts shall either not be installed until completion of all testing, or shall be removed prior to any tests and reinstalled after test has been accepted by the Owner. H. The application of pressure to a system shall be under control at all times, so that in no case shall the test pressure be exceeded by more than 6 percent. I. Gauges used for testing shall be tested for accuracy as directed or approved by the Owner, and then installed as close as possible to the low point of the piping system. J. Do not apply test pressure until the piping system and its contents approach the same temperature. K. While piping is under test, exercise care that excessive pressure does not occur due to increase in ambient temperature. L. Control Valves: 1. Control valves which are installed with block and by-pass valve shall have the block valve closed, the by-pass valve opened, and a temporary pipe piece inserted in place of the control valve (or a test blank may be installed on each side of the control valve) until all flushing and testing of all lines of that system is completed and accepted by the Owner, after which they shall be reinstalled. 2. Control valves installed without block or by-pass valves shall be replaced by a pipe piece during flushing and testing of the system. After acceptance of the flushing they shall be reinstalled. M. Minimum piping test pressures shall be as noted in tabulation; or they shall be 150 percent of design pressure for the specific system being tested, whichever is higher. SYSTEM Soil Vent, and Storm water TEST MEDIUM Water TEST PRESSURE (PSIG) Top of highest vent DURATION (HOURS) 4 ACCEPTABLE TOLERANCE No joint sweat BASIC PIPING MATERIALS AND METHODS 15055 -8 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade Water Water 150 4 Fuel Gas Air 60 4 Fire Water 200 4 Sprinkler None except temp, change None except temp, change None except temp, change N. Conduct hydrostatic tests with water at a temperature below 100 degrees F. 1. Fill the system slowly with water and vent at highest points to expel the air before pressurizing. 2. Carefully examine all joints for leaks or defects. 3. Provide connections as required to accomplish the above. O. Keep accurate test records of each line or system tested and provide copies of same to Owner after acceptance. Each test shall include: 1. Identification of piping system and test number. 2. Testing medium. 3. Test pressure. 4. Date of test acceptance. 3.11 ADJUSTMENTS A. At the completion of the Work, completely adjust all valves and equipment for their proper use and rating. END OF SECTION BASIC PIPING MATERIALS AND METHODS 15055 -9 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15140 SUPPORTS AND ANCHORS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Pipe and equipment hangers and supports. B. Equipment bases and supports. C. Sleeves and seals. D. Flashing and sealing equipment and pipe stacks. 1.2 RELATED SECTIONS A. Section 15055 - Firestopping: Joint seals for piping and duct penetration of fire rated assemblies. 1.3 REFERENCES A. ASTM F708 - Design and Installation of Rigid Pipe Hangers. B. MSS SP58 - Pipe Hangers and Supports - Materials, Design and Manufacturer. C. MSS SP69 - Pipe Hangers and Supports - Selection and Application. D. MSS SP89 - Pipe Hangers and Supports - Fabrication and Installation Practices. 1.4 SUBMITTALS A. Product Data: Manufacturers catalog data, including load capacity. 1.5 REGULATORY REQUIREMENTS A. Regulatory Requirements: Conform to applicable code for support of plumbing and hydronic piping. PART 2 - PRODUCTS 2.1 PIPE HANGERS AND SUPPORTS A. Specified Manufacturer: Grinnell. B. Acceptable Manufacturers: Equivalent products of the manufacturers listed below will be acceptable. Equivalent products of other manufacturers will be considered, provided the contractor submits a request for substitution to the City Project Manager for approval. SUPPORTS AND ANCHORS 15140-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1. B-Line. 2. Uni-strut. 3. Tolco. C. Plumbing Piping - Condensate: 1. Conform to MSS SP58, MSS SP69, MSS SP89. 2. Copper Pipe Support: Carbon steel ring, adjustable, copper plated, or Hydra-Zorb clamp type. 2.2 ACCESSORIES A. Hanger Rods: Mild steel threaded both ends, threaded one end, or continuous threaded. 2.3 FLASHING A. Sheet Metal Flashing, General: Comply with requirements specified in Section 07620 - Sheet Metal Flashing and Trim. B. Metal Flashing: 26 gage galvanized steel. C. Metal Counter-flashing: 22 gage galvanized steel. D. Flexible Flashing: 47 mil thick sheet, compatible with roofing. 2.4 SLEEVES A. Sleeves for Pipes Through Non-fire Rated Floors: 18 gage galvanized steel. B. Sleeves for Pipes Through Concrete: Steel pipe. See drawings for additional details. C. Sleeves for Pipes Through Fire Rated and Fire Resistive Floors and Walls, and Fire Proofing: Prefabricated fire rated sleeves including seals, UL listed, refer to Section 15055 - Firestopping. D. Sleeves for Rectangular Ductwork: Galvanized steel or wood. E. Firestopping Insulation: Glass fiber type, non- combustible; refer to Section 15055 - Firestopping. F. Sealant: Silicone; refer to Section 07920 - Joint Sealers. SUPPORTS AND ANCHORS 15140-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions. 3.2 PIPE HANGERS AND SUPPORTS A. Support horizontal piping as scheduled. B. Install hangers to provide minimum 1/2 inch space between finished covering and adjacent work. C. Place hangers within 12 inches of each horizontal elbow. D. Use hangers with 1-1/2 inch minimum vertical adjustment. E. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers. F. Support riser piping independently of connected horizontal piping. G. Provide copper plated hangers and supports or cushioned pipe clamps for copper piping. H. Design hangers for pipe movement without disengagement of supported pipe. I. Prime coat exposed steel hangers and supports. Refer to Section 09900. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. 3.3 EQUIPMENT CURBS Provide curbs for mechanical roof installations 14 inches minimum high above roofing surface. Flash and counterflash with sheet metal; seal watertight. Attach counterflashing mechanical equipment and lap base flashing on roof curbs. Flatten and solder joints. 3.4 FLASHING A. Provide flexible flashing and metal counterflashing where piping and ductwork penetrate weather or waterproofed walls, floors, and roofs. B. Seal floor sink watertight to adjacent materials. C. Provide acoustical lead flashing around ducts and pipes penetrating equipment rooms, installed in accordance with manufacturer's instructions for sound control. 3.3 SLEEVES A. Set sleeves in position in formwork. Provide reinforcing around sleeves. SUPPORTS AND ANCHORS 15140-3 Carlsbad City Hall HVAC Upgrade Project No. FAC 07-02 3.4 B. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping. C. Where piping or ductwork penetrates floor, ceiling, or wall, close off space between pipe or duct and adjacent work with fire stopping insulation and seal air tight. Provide close fitting metal collar or escutcheon covers at both sides of penetration. D. Install chrome plated steel escutcheons at finished surfaces. SCHEDULES MAXIMUM PIPE SIZE Inches 1/2 to 1-1/4 1-1/2 to 2 2-1/2 to 3 4 to 6 HANGER ROD HANGER SPACING Feet 6.5 10 10 10 DIAMETER Inches 3/8 3/8 1/2 5/8 END OF SECTION SUPPORTS AND ANCHORS 15140-4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15190 MECHANICAL IDENTIFICATION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Nameplates. B. Tags. C. Pipe Markers. D. Ceiling Tacks. 1.2 REFERENCES A. ASME A13.1 - Scheme for the Identification of Piping Systems. PART 2 - PRODUCTS 2.1 NAMEPLATES A. Nameplates: Laminated three-layer plastic with engraved black letters on light contrasting background color. 2.2 TAGS A. Metal Tags: Brass with stamped letters; tag size minimum 1-1/2 inch diameter with smooth edges. Tags shall indicate service and year valve installed. B. Chart: Typewritten letter size list in anodized aluminum frame. 2.3 PIPE MARKERS A. Color: Conform to ASME A13.1. B. Plastic Pipe Markers: Factory fabricated, flexible, semi- rigid plastic, preformed to fit around pipe or pipe covering; minimum information indicating flow direction arrow and identification of fluid being conveyed. 2.4 CEILING TACKS A. Description: Steel with 3/4 inch diameter color coded head. B. Color code as follows: Yellow = HVAC equipment Red = Fire dampers and/or smoke dampers Red = Smoke detectors (duct mounted) MECHANICAL IDENTIFICATION 15190-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive adhesive for identification materials. 3.2 INSTALLATION A. Install plastic nameplates with corrosive-resistant mechanical fasteners, or adhesive. Apply with sufficient adhesive to ensure permanent adhesion and seal with clear lacquer. B. Install tags with corrosion resistant chain. C. Install plastic pipe markers in accordance with manufacturer's instructions. D. Identify air conditioning units and with plastic nameplates. E. Identify control panels and major control components outside panels with plastic nameplates. F. Tag automatic controls, instruments, and relays. Key to control schematic. G. Identify piping, concealed or exposed, with plastic pipe markers. Identify service and flow direction. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet on straight runs including risers and drops, adjacent to each valve and Tee, at each side of penetration of structure or enclosure, and at each obstruction. H. Provide ceiling tacks to locate valves or dampers above T-bar type panel ceilings. Locate in corner of panel closest to equipment. 3.3 SCHEDULES Background Lettering Pipe Type Identification Color Size-Color Natural Gas Natural Gas Yellow * - Black * 1/2" Letters for outside pipe diameter 3/4' to 1-1/4" * 3/4" Letters for outside pipe diameter 1/2" to 2" * 1-1/4" Letters for outside pipe diameter 2-1/2" to 6" END OF SECTION MECHANICAL IDENTIFICATION 15190-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15241 VIBRATION CONTROL PART 1 - GENERAL 1.01 SECTION INCLUDES A. Extent of vibration control work required by this section is indicated on drawings and schedules, and/or specified in other Division-15 sections. B. Types of vibration control products specified in this section include the following: Neoprene Pads; Vibration Isolation Springs; Pad-Type Isolators; Plate-Type Isolators; Double-Plate-Type Isolators; Threaded Double-Plate-Type Isolators; All-Directional Anchors; Neoprene Mountings; Spring Isolators, Free-Standing; Spring Isolators, Housed; Spring Isolators, Vertically-Restrained; Spring Isolators, Earthquake-Restrained; Seismic Snubbers; Fabricated Equipment Bases; Isolation Hangers; Riser Isolators; Flexible Pipe Connectors. 1.02 RELATED SECTIONS A. This section is part of each Division-15 section making reference to vibration control products specified herein. B. Vibration control products furnished as integral part of factory-fabricated equipment, are specified as part of equipment assembly in other Division-15 sections. C. Refer to other Division-15 sections for equipment foundations, hangers, sealants, gaskets, and other work related to vibration control work. D. Refer to other Division-15 sections for requirements of electrical connections to equipment isolated on vibration control products. E. Refer to other Division-15 sections for requirements of duct connections to air handling equipment isolated on vibration control products. VIBRATION CONTROL 15241 - 1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical product data and installation instructions for each type of vibration control product. Submit schedule showing size, type, deflection, and location for each product furnished. 1. Catalogue cuts and data sheets on specific vibration isolators to be utilized, showing compliance with the specification. 2. An itemized list showing the items of equipment, piping, etc., to be isolated, the isolator type and model number selected, isolator loading and deflection, and reference to specific drawing showing frame construction where applicable. B. Shop Drawings: Submit manufacturer's assembly-type shop drawings indicating dimensions, weights, required clearances, and method of assembly of components. Detail bases, and show location of equipment anchoring points, coordinated with equipment manufacturer's shop drawings. 1. Drawings showing equipment frame construction for each item of equipment, including dimensions, structural member sizes, support point locations, etc. 2. Written approval of the frame design to be used, obtained from the manufacturer. 3. Drawings showing methods for suspension, support, guides, etc., for piping and ductwork, etc. 4. Drawings showing methods for isolation of pipes, etc., piercing walls, slabs, beams, etc. C. Maintenance Data: Submit maintenance data for each type of vibration control product. Include this data, product data, and shop drawings in maintenance manual; in accordance with requirements of Division 1. 1.04 QUALITY ASSURANCE A. Manufacturer's Qualifications: Firms regularly engaged in manufacture of vibration control products, of type, size, and capacity required, whose products have been in satisfactory use in similar service for not less than 5 years. 1. Except as otherwise indicated, obtain vibration control products from single manufacturer. 2. Engage manufacturer to provide technical supervision of installation of vibration control products. B. Vibration isolation manufacturer shall have the following responsibilities: VIBRATION CONTROL 15241 - 2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1. Determine vibration isolation sizes and locations. 2. Provide piping and equipment isolation system as scheduled or specified. 3. Guarantee specified isolation system deflection. 4. Provide installation instruction and drawings. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Manufacturer: Subject to compliance with requirements, provide vibration control products of one of the following: M. W. Sause & Co., Inc. (VIBREX) Mason Industries, Inc. Consolidated Kinetics, Inc. Korfund Dynamics Corp. B. Except as otherwise indicated mechanical equipment shown on drawings shall be isolated from the structure by means of resilient vibration and noise isolators supplied by a single manufacturer to the Contractor. 2.02 VIBRATION ISOLATION AND SEISMIC RESTRAINTS A. Type and Description: 1. Type PN is a molded pad. The area of pad shall be chosen to match the load in order to achieve the required static deflection. 2. Type MN is a molded neoprene in shear element equipped with leveling bolts and baseplate with bolt holes to permit attachment to the building structure where required. 3. Type HN is a suspension hanger with a steel box frame and a molded neoprene in shear element. A neoprene grommet shall be provided at the location where the hanger rod passes through the hanger box so that no metal-to-metal contact occurs. 4. Type MS is a bare, stable, steel spring equipped with leveling bolts and with a minimum 1/4" thick ribbed neoprene pad under the baseplate. Bolt holes shall be provided in the baseplate to permit attachment to the building structure where required. 5. Type MSL is a bare, stable, steel spring with a ribbed neoprene pad under the baseplate. Bolt holes shall be provided in the baseplate to permit attachment to the building structure. Limit stops shall be provided to prohibit spring extension if the load is removed. These stops may also VIBRATION CONTROL 15241 - 3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade serve as rigid blocking during erection so that the installed and operating heights shall be the same. Clearance shall be maintained around restraining bolts and between the limit stops and the housing so as not to interfere with the spring action. 6. Type HS is a suspension hanger with a steel box frame and a steel spring resting on a neoprene cup. The cup shall contain a steel washer designed to evenly distribute the load to the neoprene and prevent its overload or extrusion. The spring diameter and hanger box lower hole size shall be large enough to permit the hanger rod to swing through a 30-degree arc before contacting the hole and short circuiting the spring. Hangers shall be provided with an eye bolt on the spring end. Manufacturer's Consolidated Mason Comparison Kinetics Industries Sause Type Description C E S PN Neoprene Pad NPD W R MN Neoprene Mount RD ND FU HN Neoprene Hanger RH HD HSS MS Spring Mount FDS SLF RMS MSL Spring Mount with Limit Stop FLS SLR RMLS HS Spring Hanger SH W30 RMXA 2.03 EQUIPMENT FRAMES A. General: Mounting frames and/or brackets shall be provided to carry the load of the equipment without causing mechanical distortion or stress to the equipment. B. Frame Types: 1. Type A frame is wide flange structure steel frame with brackets as shown on the drawings. The maximum allowable deflection of any point on the load frame relative to the unloaded frame shall be 0.005 inch. A wide flange section depth greater than 1/1 Oth the length of the longest frame member will be accepted as satisfying the deflection requirement. (Sause RMSB). 2. Type B frame is a channel steel structural frame with brackets as shown on the drawings. This section depth shall be greater than 1/1 Oth the length of the longest frame member. (Sause RMSB). VIBRATION CONTROL 15241-4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 3. Type C no frame required, isolators directly attached to equipment. 2.04 SEISMIC RESTRAINTS A. Type I, Equipment No Vibration Isolated: Attach to the structure with attachments to resist a lateral force loading of not less than 0.5G. B. Type II, Vibration Isolated Equipment: 1. Mount all vibration isolated equipment on rigid steel frames as described in the vibration control specifications unless the equipment manufacturer certified direct attachment capability. 2. Each vibration isolated frame shall have a minimum of four all-directional seismic snubbers that are double acting and located as close to the vibration isolators as possible to facilitate attachment to the base and the structure. 3. The snubber shall consist of interlocking steel members restrained by shock absorbent rubber material compounded to bridge bearing specifications. 4. Elastomeric materials, replaceable and a minimum of 3/4 inch thick. Snubbers, manufactured with an air gap between hard and resilient material of not less than 1/8 inch or more than 1/4 inch. Install snubbers with factory set clearances. 5. The capacity of the seismic snubber at 3/8 inch deflection shall be 3 to 4 times the load assigned to the mount grouping in its immediate area. Submittals shall include the load deflection curves up to 1/2-inch deflection in the x, y and z planes. Conduct test in an independent laboratory or under the signed supervision of an independent registered engineer. Bolt snubber assemblies to the test machine as the snubber is normally installed. 6. Test report shall certify that neither the neoprene elements or the snubber body sustained any obvious deformation after release of load. C. Type III, Seismic Restraint of Vibration Isolated Suspended Piping: 1. Use a slack cable system of a minimum 5/16" aircraft at a minimum of 40 feet on center. 2. The cable size and attachment to the pipe and structure shall be designed and signed by a licensed engineer in the State of California. 3. Support insulated piping and ductwork systems per SMACNA, "Guidelines for Seismic Restraint of Mechanical Systems." 4. Piping 2 inches and smaller is exempt from special seismic bracing VIBRATION CONTROL 15241 - 5 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade requirement. D. Type IV, Suspended Vibration Isolated Equipment: 1. Utilize a slack cable restraint system. 2. The cable size and attachment shall be designed and signed by an engineer licensed in the State of California. 2.05 DUCTWORK A. Flexible connections shall be incorporated in the ductwork adjacent to all fan and coil units. PART 3 - EXECUTION 3.01 GENERAL A. The vibration isolation manufacturer, or his representative, shall be responsible for providing such supervision as may be necessary to assure correct installation and adjustment of the isolators. Upon completion of the installation and after the system is put into operation, the manufacturer, or his representative, shall make a final inspection and submit his report to the Architect in writing, certifying the correctness of installation and compliance with approved submittal data. B. No equipment of pipe shall be installed which makes rigid contact with the "building" unless it is approved in this specification or by the architect. "Building" includes slabs, beams, studs, walls, latch, etc. 3.02 MOUNTING A. Isolation Configuration for Floor Mounted or Suspended Equipment: Provide a maximum of four vibration isolators located at the corners of the equipment unless approval is obtained for additional isolators. Where feasible, provide three isolators. 3.03 EQUIPMENT ISOLATOR A. The equipment to be isolated shall be supported by a structural steel frame or by brackets attached directly to the machine where no frame is required. B. Brackets shall be provided to accommodate the isolator and provide a mechanical stop where indicated. The vertical position and size of the bracket shall be specified by the isolator manufacturer. C. The operating clearance between the bracket and the pad or floor shall be 3/8" + 1/16". The minimum operating clearance between the frame and the pad or floor shall be 1". VIBRATION CONTROL 15241 - 6 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade D. The frame shall be placed in position and the brackets supported temporarily by 3/8" shims prior to the installation of the machine or isolators. E. After the entire system installation is completed and under full operation load, the isolator shall be adjusted so that the load is transferred from the shims to the isolator. When all isolators are properly adjusted, the shims shall be used as a gauge to check that the 3/8" clearance is maintained so that the system will remain free of stress. 3.04 PIPING ISOLATOR, VERTICAL RISER OR HORIZONTALLY SUPPORTED A. The objective and installation procedure is similar to the Equipment Isolator Installation procedures. 3.05 PIPING ISOLATOR, HORIZONTALLY SUSPENDED PIPING A. The isolators shall be installed with the isolator hanger box as close as possible to the structure. B. The isolators shall be suspended from beams, never from slab diaphragms between beams unless specifically approved. C. Hanger rods shall be aligned to clear the hanger box. 3.06 DUCTWORK A. Flexible connections shall be incorporated in the ductwork adjacent to all air moving units supported with isolators. Connections shall be as herein specified. 3.07 INSTALLATION OF SEISMIC RESTRAINT A. All seismic restraints must be installed and adjusted so that the equipment and piping vibration isolation is not degraded by utilization of the restraints. B. Equipment: 1. Position all seismic restraints with equipment in operation for proper operating clearances. 2. Weld or bolt seismic restraints to seismic anchor plate. C. Piping: 1. Seismic restraint spacing shall be in accordance with hanger spacing. 2. Provide seismic restraint for all piping in equipment rooms, in shafts, and in ceilings of occupied spaces. END OF SECTION VIBRATION CONTROL 15241 - 7 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15250 MECHANICAL INSULATION PART 1 - GENERAL 1.01 SECTION INCLUDES A. Extent of mechanical insulation required by this section is indicated on drawings and schedules, and by requirements of this section, and includes the following: 1. Piping Systems Insulation: a. Fiberglass. b. Calcium Silicate. c. Flexible Unicellular. 2. Equipment Insulation: a. Fiberglass b. Calcium Silicate c. Flexible Unicellular. 3. Acoustical Insulation a. Fiberglass 1.02 RELATED SECTIONS A. Refer to Division-15 section "Supports and Anchors" for protection saddles, protection shields, and thermal hanger shields; not work of this section. B. Refer to Division-15 section "Low Pressure Ductwork" for duct linings; not work of this section. C. Refer to Division-15 section "Mechanical Identification" for installation of identification devices for piping, ductwork, and equipment; not work of this section. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical product data and installation instructions for each type of mechanical insulation. Submit schedule showing manufacturer's product number, K-value, thickness, and furnished accessories for each mechanical system requiring insulation. B. Maintenance Data: Submit maintenance data and replacement material lists for each type of mechanical insulation. Include this data and product data in maintenance manual. MECHANICAL INSULATION 15250 -1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade ' 1 .04 QUALITY ASSURANCE A. Flame/Smoke Ratings: Provide composite mechanical insulation (insulation, jackets, coverings, sealers, mastics and adhesives) with flame-spread index of 25 or less, and smoke-developed index of 50 or less, as tested by ASTM E 84 (NFPA 255) method. B. As a minimum, insulation shall meet installed conductance as set forth in Title 24 California Code of Regulations (CCR, Part 4) Table 10-D or as indicated in contract documents, whichever is greater. 1 .05 DELIVERY, STORAGE, AND HANDLING A. Deliver insulation, coverings, cements, adhesives, and coatings to site in containers with manufacturer's stamp or label, affixed showing fire hazard indexes of products. B. Protect insulation against dirt, water, and chemical and mechanical damage. Do not install damaged or wet insulation; remove from project site. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Manufacturer: Subject to compliance with requirements, provide products of one of the following: 1. Armstrong World Industries, Inc. 2. Babcock and Wilcox; Insulating Products Div. 3. Certainteed Corp. 4. Knauf Fiber Glass GmbH. 5. Manville Products Corp. 6. Owens-Corning Fiberglas Corp. 7. Pittsburgh Corning Corp. 8. Rubatex Corp. 2.02 PIPING INSULATION MATERIALS A. Fiberglass (Mineral Fiber) Piping Insulation: ASTM C547, Class 1 unless otherwise indicated. Manville Products Corp. Micro-Lok, Owens-Corning Fiberglas Corp., ASJ/SL-II or equivalent. B. Calcium Silicate Piping Insulation: ASTM C533, Type I. Owens-Corning Fiberglass Corp. "Kaylo Asbestos Free" or equivalent. C. Flexible Unicellular Piping Insulation: ASTM C534, Type I. Armstrong World Industries, Inc. or Rubatex Corp. meeting ASTM E-84 25/50 index. D. Jackets for Piping Insulation: ASTM C921, Type I (Vapor Barrier) for piping with MECHANICAL INSULATION 15250 - 2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade temperatures below ambient. (Type II (Water Vapor Permeable) for piping with temperatures above ambient. Type I may be used for all piping at Installer's option. 1. Encase pipe fittings insulation with one-piece premolded PVC fitting covers, fastened as per manufacturer's recommendations. Zeston PVC Insulated fitting covers or equivalent. 2. Encase exterior piping insulation with aluminum jacket with weather-proof construction. E. Staples, Bands, Wires, and Cement:. As recommended by insulation manufacturer for applications indicated. F. Adhesives, Sealers, and Protective Finishes: As recommended by insulation manufacturer for applications indicated. 2.03 EQUIPMENT INSULATION MATERIALS A. Flexible Fiberglass Equipment Insulation: ASTM C553, Type II, Class F-1, Owens-Corning Fiberglass, Inc., Type 701 1.5 Ibs/Ft3. B. Calcium Silicate Equipment Insulation: ASTM C533, Type I, Block; Owens/Corning Fiberglass, Inc., Kaylo Asbestos Free, U-Grooved block insulation. C. Jacketing Material for Equipment Insulation: Provide canvas jacketing material, not less than 7.8 ounces per square yard, or metal jacket at Installer's option, except as otherwise indicated. D. Equipment Insulation Compounds: Provide adhesives, cements, sealers, mastics and protective finishes as recommended by insulation manufacturer for applications indicated. E. Equipment Insulation Accessories: Provide staples, bands, wire, wire netting, tape corner angles, anchors and studs as recommended by insulation manufacturer for applications indicated. 2.04 ACOUSTICAL INSULATION A. Rigid Fiberglass Insulation: ASTM C612, Class 1, Owens/Corning Fiberglass, Inc., 10 Ibs/ft3. PART 3 - EXECUTION 3.01 INSPECTION A. Examine areas and conditions under which mechanical insulation is to be installed. Do not proceed with work until unsatisfactory conditions have been MECHANICAL INSULATION 15250-3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade '""s •+utr corrected in manner acceptable to Installer. 3.02 PLUMBING PIPING SYSTEM INSULATION: A. Insulation Omitted: Omit insulation on chrome-plated exposed piping (except for handicapped fixtures), air chambers, unions, strainers, check valves, balance cocks, flow regulators, drain lines from water coolers, drainage piping located in crawl spaces or tunnels, buried piping, fire protection piping, and pre- insulated equipment. B. Cold Piping: 1. Application requirements: Insulate the following cold plumbing piping systems: a. Potable chilled water piping. b. Plumbing drains carrying cold condensate. 2. Insulate each piping system specified above with one of the following types and thicknesses of insulation: a. Fiberglass: 1" thickness. b. Flexible Unicellular: 1/2" thickness..*~\^ C. Hot Piping: ^^ 1. Application Requirements: Insulate the following hot plumbing piping systems. a. Potable hot water piping. b. Potable hot water recirculating piping. c. Hot drain piping (where indicated). 2. Insulate each piping system specified above with one of the following types and thicknesses of insulation. a. Fiberglass: 1" thick for pipe sizes up to and including 6", 1-1/2" thick for pipe sizes over 6". 3.03 HVAC PIPING SYSTEM INSULATION A. Insulation Omitted: Omit insulation on the following: 1. Condenser water piping. 2. Hot piping within radiation enclosures 3. On heating piping beyond control piping. ^"%4. Hot unions, flanges, strainers, flexible connections and expansion joints. ^J MECHANICAL INSULATION 15250 - 4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 5. Cold piping over drain pans. B. Hot Low Pressure Piping (to 250 degrees F): 1. Application Requirements: Insulate the following hot low pressure HVAC piping systems (steam piping up to 15 psi, water piping up to 250 degrees F(121 degrees C). a. HVAC heating water supply and return piping. b. Hot gas refrigerant piping. 2. Insulate each piping system specified above with one of the following types and thicknesses of insulation: a. Fiberglass: 1" thick for pipe sizes up to and including 1", 1-1/2" thick for pipe sizes 1-1/2"; 2" thick for piping over 2". 3.04 EQUIPMENT INSULATION A. Cold Equipment (Below Ambient Temperature): 1. Application requirements: Insulate the following cold equipment: a. Refrigeration equipment, including chillers, tanks and pumps. b. Drip pans under chilled equipment. c. Cold and chilled water pumps. d. Pneumatic water tanks. 2. Insulate each item of equipment specified above with one of the following types and thicknesses of insulation: a. Fiberglass: 2" thick for cold surfaces above 35 degrees F and 3" thick for surfaces 35 degrees F and lower. B. Hot Equipment (Above Ambient Temperature): 1. Application Requirements: Insulate the following hot equipment: a. Boilers (not pre-insulated at factory). b. Condensate receivers. MECHANICAL INSULATION 15250-5 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade c. Hot water expansion tanks. d. Hot water pumps. e. Condensate pumps. 2. Insulate each item of equipment specified above with one of the following types and thicknesses of insulation. a. Fiberglass: 2" thick, except 3" thick for low-pressure boilers and steam-jacketed heat exchangers. b. Calcium Silicate: 3" thick except 4-1/2" thick for low-pressure boilers and steam-jacketed heat exchangers. 3.06 INSTALLATION OF PIPING INSULATION A. General: Install insulation products in accordance with manufacturer's written instructions, and in accordance with recognized industry practices to ensure that insulation serves its intended purpose. B. Install insulation on pipe systems subsequent to installation of heat tracing, painting, testing, and acceptance of tests. C. Install insulation materials with smooth and even surfaces. Insulated each continuous run of piping with full-length units of insulation, with a single cut piece to complete run. Do not use cut pieces or scraps abutting each other. D. Clean and dry pipe surfaces prior to insulating. Butt insulation joints firmly together to ensure a complete and tight fit over surfaces to be covered. E. Maintain integrity of vapor barrier jackets on pipe insulation, and protect to prevent puncture or other damage. F. Cover valves, fittings and similar items in each piping system with equivalent thickness and composition of insulation as applied to adjoining pipe run. Install factory molded, precut or job fabricated units (at Installer's option) except where specific form or type is indicated. G. Extend piping insulation without interruption through walls, floors and similar piping penetrations, except where otherwise indicated. H. Butt pipe insulation against pipe hanger insulation inserts. For hot pipes, apply 3" wide vapor barrier tape or band over the butt joints. For cold piping apply wet coat of vapor barrier lap cement on butt joints and seal joints with 3" wide vapor barrier tape or band. 3.07 INSTALLATION OF EQUIPMENT INSULATION MECHANICAL INSULATION 15250 - 6 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade A. General: Install equipment thermal insulation products in accordance with manufacturer's written instructions, and in compliance with recognized industry practices to ensure that insulation serves intended purpose. B. Install insulation materials with smooth and even surfaces and on clean and dry surfaces. Redo poorly fitted joints. Do not use mastic or joint sealer as filler for gaping joints and excessive voids resulting from poor workmanship. C. Maintain integrity of vapor-barrier on equipment insulation and protect it to prevent puncture and other damage. D. Do not apply insulation to equipment, breechings, or stacks while hot. E. Apply insulation using the staggered joint method for both single and double layer construction, where feasible. Apply each layer of insulation separately. F. Coat insulated surfaces with layer of insulating cement, trowled in workmanlike manner, leaving a smooth continuous surface. Fill in scored block, seams, chipped edges and depressions, and cover over wire netting and joints with cement of sufficient thickness to remove surface irregularities. G. Cover insulated surfaces with all-service jacketing neatly fitted and firmly secured. Lap seams at least 2". Apply over vapor barrier where applicable. H. Do not insulate boiler manholes, handholes, cleanouts, ASME stamp, and manufacturer's nameplate. Provide neatly beveled edge at interruptions of insulation. I. Provide removable insulation sections to cover parts of equipment which must be opened periodically for maintenance; include metal vessel covers, fasteners, flanges, frames and accessories. J. Equipment exposed to Weather: Protect outdoor insulation from weather by installation of weather-barrier mastic protective finish, or jacketing, as recommended by the manufacturer. 3.08 ACOUSTICAL INSTALLATION A. Install within confines of roof curbs for roof mounted air handlers and air conditioning units, and elsewhere as indicated on drawings. B. Cut to fit snugly within curb and around duct at duct penetrations, 4" minimum thickness. 3.09 EXISTING INSULATION REPAIR A. Repair damaged sections of existing mechanical insulation, both previously damaged or damaged during this construction period. Use insulation of same thickness as existing insulation, install new jacket lap and sealed over existing. MECHANICAL INSULATION 15250 - 7 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 3.10 PROTECTION AND REPLACEMENT A. Replace damaged insulation which cannot be repaired satisfactorily, including units with vapor barrier damage and moisture saturated units. B. Protection: Insulation Installer shall advise Contractor of required protection for insulation work during remainder of construction period, to avoid damage an deterioration. END OF SECTION 3 MECHANICAL INSULATION 15250 - 8 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15540 HVAC PUMPS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Base mounted pumps. B. Vertical, In-line Pumps. 1.2 REFERENCES A. UL 778 - Motor Operated Water Pumps. B. NFPA 70 - National Electrical Code. 1.3 PERFORMANCE REQUIREMENTS A. Ensure pumps operate at specified system fluid temperatures without vapor binding and cavitation, are non-overloading in parallel or individual operation, and operate within 25 percent of midpoint of published maximum efficiency curve. 1.4 SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Provide certified pump curves showing performance characteristics with pump and system operating point plotted. Include NPSH curve when applicable. Include electrical characteristics and connection requirements. C. Manufacturer's Installation Instructions: Indicate hanging and support requirements and recommendations. D. Millwright's Certificate: Certify that base mounted pumps have been aligned. 1.5 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01700. B. Operation and Maintenance Data: Include installation instructions, assembly views, lubrication instructions, and replacement parts list. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in the manufacture, assembly, and field performance of pumps with minimum three documented years experience. HVAC PUMPS 15540-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. Alignment: Base mounted pumps shall be aligned by qualified millwright. 1.7 REGULATORY REQUIREMENTS A. Products Requiring Electrical Connection: Listed and classified by testing firm acceptable to the authority having jurisdiction as suitable for the purpose specified and indicated. 1.8 EXTRA MATERIALS A. Furnish under provisions of Section 01700. B. Provide one set of mechanical seals for each pump. C. Provide 2 sets of cartridges for each side-stream filter. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Bell & Gossett. B. Other acceptable manufacturers offering equivalent products. 1. Paco. 2. Weinman. 3. Peerless. C. Substitutions: Under provisions of Section 01330 2.2 BASE MOUNTED PUMPS A. Manufacturers: 1. Bell & Gossett Series 1510. 2. Other acceptable manufacturers offering equivalent products. a) Peerless. b) Paco. c) Weinman. B. Type: Horizontal shaft, single stage, direct connected, radially split casing, for 175 psig (1200 kPa) maximum working pressure. C. Casing: Cast iron, with suction and discharge gage ports, renewable bronze casing wearing rings, seal flush connection, drain plug, flanged suction and discharge. D. Impeller: Bronze, fully enclosed, keyed to shaft. E. Bearings: Permanently lubricated roller or ball bearings. F. Shaft: Alloy steel with bronze, or stainless steel shaft sleeve. HVAC PUMPS 15540-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade G. Seal: Carbon rotating against a stationary ceramic seat, 225 degrees F (107 degrees C)] maximum continuous operating temperature. H. Drive: Flexible coupling with coupling guard. I. Base plate: Cast iron or fabricated steel with integral drain rim. J. Performance: As shown on schedule. K. Electrical Characteristics: 1. As shown on schedule. 2. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70. 2.3 Vertical, Inline Pumps A. Manufacturers: 1. Bell & Gossett Series 90. 2. Other acceptable manufacturers offering equivalent products. a) Peerless. b) Paco. c) Weinman. B. General Description: Pumps shall be centrifugal, close-coupled, single-stage, bronze-fitted, radially split case design, with mechanical seals, and rated for 175 psig working pressure and 225 deg F continuous water temperature. C. Casings Construction: Cast iron, with threaded companion flanges for piping connections smaller than 2-1/2 inches, and threaded gage tappings at inlet and outlet connections. D. Impeller Construction: Statically and dynamically balanced, closed, overhung, single-suction, cast bronze, conforming to ASTM B 584, and keyed to shaft. E. Wear Rings: Removable, bronze. F. Pump Shaft and Sleeve: Ground and polished steel shaft, with bronze sleeve and integral thrust bearing. Provide slinger on motor shaft between motor and seals to prevent liquid that leaks past pump seals from entering the motor bearings. G. Seals: Mechanical Seals consisting of carbon steel rotating ring, stainless steel spring, ceramic seat, and flexible bellows and gasket. H. Motor: Direct-mounted to pump casing; with lifting and supporting lugs in top of motor enclosure. HVAC PUMPS 15540-3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade PART 3 - EXECUTION 3.1 PREPARATION A. Verify that electric power is available and of the correct characteristics. 3.2 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Provide access space around pumps for service. Provide no less than minimum as recommended by manufacturer. C. Decrease from line size with long radius reducing elbows or reducers. Support piping adjacent to pump such that no weight is carried on pump casings. For close coupled or base mounted pumps, provide supports under elbows on pump suction and discharge line sizes 4 inches (102 mm) and over. D. Provide line sized shut-off valve and strainer pump suction fitting, suction diffuser, on pump suction, and line sized soft seat check valve and balancing valve or combination pump discharge valve on pump discharge. E. Provide air cock and drain connection on horizontal pump casings. F. Provide drains for bases and seals, piped to and discharging into floor drains. G. Check, align, and certify alignment of base mounted pumps prior to start-up. H. Install close coupled and base mounted pumps on concrete housekeeping base, with anchor bolts, set and level, and grout in place. I. Lubricate pumps before start-up. END OF SECTION HVAC PUMPS 15540-4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15555 BOILERS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Extent of boiler work required by this section is indicated on drawings and schedules, and by requirements of this section. B. Types of boilers specified in this section include the following: Packaged gas-fired boilers. 1.02 RELATED SECTIONS A. Refer to other Division-15 sections for concrete pads, piping, specialties, pumps, breechings, temperature controls, etc., required external to boilers for installation; not work of this section. B. Electrical Work: Provide the following wiring as work of this section, in accordance with requirements of Division 16: 1. Furnish to Electrical Installer, burner emergency shutoff switch. 2. Provide control wiring between boiler control panel and thermostats, aqua stats, pressure stats, or any other control device. 3. Provide factory-mounted and wired controls and electrical devices as specified in this section. C. Refer to Division-16 sections for other electrical work including motor starters, disconnects, wires/cables, raceways, and other required electrical devices; not work of this section. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical product data, including rated capacities of selected model clearly indicated, weights (shipping, installed, and operating), furnished specialties and accessories; and installation and start-up instructions. B. Shop Drawings: Submit manufacturer's assembly-type shop drawings indicating dimensions, weight loadings, required clearances, and methods of assembly of components. C. Wiring Diagrams: Submit manufacturer's electrical requirements for power supply wiring to boilers. Submit manufacturer's ladder-type wiring diagrams for BOILERS 15555-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade interlock and control wiring required for final installation of boilers and controls. Clearly differentiate between portions of wiring that are factory-installed and portions to be field-installed. D. Maintenance Data: Submit maintenance data and parts lists for each boiler, control, and accessory; including "trouble-shooting" maintenance guide. Include this data, product data, shop drawings, and wiring diagrams in maintenance manual; in accordance with requirements of Division 1. 1.04 QUALITY ASSURANCE A. Codes and Standards: 1. AA Certification: Provide gas fired that have been certified by the American Gas Association. 2. NFPA Compliance: Install gas-fired boilers in accordance with NFPA Code 54 "National Fuel Gas Code". 3. ASME Compliance: Construct boilers in accordance with ASME Boiler and Pressure Vessel Code, Section IV "Heating Boilers". 4. UL and NEMA Compliance: Provide boiler ancillary electrical components which have been listed and labeled by UL, and comply with NEMA standards. 1.05 DELIVERY, STORAGE, AND HANDLING A. Handle boiler and equipment carefully to prevent damage, breaking, and scoring. Do not install damaged components; replace with new. B. Store boiler and equipment in dry place. Protect from weather, dirt, fumes, water, construction debris and physical damage. C. Comply with manufacturer's rigging and moving instructions for unloading boilers, and moving them to final location. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide packaged gas- fired boilers of one of the following: Raypak 2.02 PACKAGED GAS-FIRED BOILERS A. General: Provide (1) Raypak Hi Delta Model 402A copper fin tube hydronic heater boiler with a rated input of 399 MBH and a rated output of 335 MBH, when fired by natural gas. BOILERS 15555-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. The boiler(s) shall be design certified and tested with a minimum thermal efficiency of 87% and shall bear the ASME stamp and be inspected and approved by the National Board for 160 PSIG working pressure complete with Manufacturer's Data Report. C. The boiler(s) shall be equipped with a 45 PSIG ASME pressure relief valve, piped by the installer to an approved drain, and a temperature and pressure gauge. D. The water tube heat exchanger of the boiler(s) shall be of the single bank, horizontal grid design with eight integral copper fin tubes, each end of which is rolled into an ASME boiler quality steel tube sheet and sealed to 160 PSIG rated Bronze headers with silicone "O" rings, having a temperature rating over 500°F. The low water volume heat exchanger shall be explosion proof on the water side and shall bear a 20 year warranty against thermal shock caused by momentary fluctuations in system inlet temperature up to a maximum allowable delta T within the heat exchanger of 150°F, with water outlet temperature not exceeding 240°F. E. The tube bundle shall have the ability to be replaced while utilizing the existing in/out headers and return headers, leaving venting and flue connections in place and unaffected. F. The headers shall be secured to the tube sheet by stud bolts with flange nuts to permit inspection and maintenance without removing external piping connections, integral pump mounted to return header is optional. G. The boiler(s) shall be capable of operating at temperatures as low as 105°F without condensation. H. The lightweight, high temperature, interlocking ceramic fiber combustion chamber liner shall be sealed to reduce standby radiation losses, reducing jacket losses and increasing unit efficiency. The corrosion resistant galvanized steel jackets shall be finished with a baked-on textured powder coating which passes a 1,000-hour salt spray test and is suitable for outdoor installation, applied prior to assembly for complete coverage, and shall incorporate louvers in the outer panels to divert air past heated surfaces. I. The tubular burners shall have multiport radial gas orifices, ports, and slots for pressure balance, be capable of quiet ignition and extinction without flashback at the orifice, and be manufactured from a corrosion resistant titanium, chrome, and stainless steel alloy with low expansion coefficient. J. The boiler(s) shall have a floor loading of 65 Ibs./square foot or less. K. The boiler(s) shall be completely assembled and fire tested prior to shipment from the factory. L. The boiler(s), if located on a combustible floor, will not require a separate combustible floor base. M. The boiler(s) shall be certified to the latest edition of the ANSI Z21.13/CSA 4.9 standard for hot water boilers. BOILERS 15555-3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade N. The burners will be supplied with a fan assisted, clean burning, highly efficient fuel- >»> air mixture. The boiler(s) shall comply with all local and national air quality regulations for low NOx boilers and shall emit less than 20 PPM NOx emissions, depending on combustion air quality and fuel composition. O. The boiler(s) will have the option of venting flue products either through the top or the back of the unit. P. The boiler(s) shall be designed to accommodate field changes of either left- or right- hand plumbing, electrical and combustion air, while leaving the tube bundle in place. Q. The boiler(s) will have a rack option that allows one unit to be stacked directly over another unit to minimize equipment footprint. 2.03 BOILER TREATMENT WATER FEEDER A. Bypass Feeders: Provide as indicated, bypass feeders of sizes and capacity noted on drawings. Tank: Construct of cast iron, tapped for 1" feed inlet and outlet in bottom and top, fill inlet at top, gage glass tappings, in side, and drain tapping in bottom. Specialties: Provide 1/2" funnel with hinged cover and globe valve in fill opening, 3/8" drain valve in drain opening, and gage glass with flow regulator and vent petcock in gage glass openings. PART 3 - EXECUTION ^"^ 3.01 EXAMINATION A. Examine areas and conditions under which boilers are to be installed, and substrate which will support boilers. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to Installer. 3.02 INSTALLATION OF BOILERS A. General: Install boilers in accordance with manufacturer's installation instructions, in accordance with Sate and local code requirements, and in accordance with requirements of local Utility Company. Install units plumb and level, to tolerance of 1/8" in 10'-0" in both directions. Maintain manufacturer's recommended clearances around and over boilers. B. Support: Install boilers on 4" thick concrete housekeeping pad, 4" larger on each side than base of unit. C. Erection: Set boiler on concrete housekeeping pad. Assemble boiler trim shipped loose, or unassembled for shipment purposes. Follow manufacturer's installation instructions. Secure boiler to pad to meet seismic requirements. D. Electrical Work: Install electrical devices furnished by manufacturer but not —^ specified to be factory-mounted. Furnish copy of manufacturer's wiring diagram r ~J BOILERS 15555-4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade submittal to Electrical Installer. E. Verify that electrical work installation is in accordance with manufacturers' submittal and installation requirements of Division-16 sections. Do not proceed with equipment start-up until electrical work is acceptable to equipment Installer. F. Gas Piping: Refer to Division-15 section "Natural Gas Systems". Connect gas piping to boiler, full size of boiler gas train inlet, provide union with sufficient clearance for burner removal and service. G. Hot Water Piping: Refer to Division-15 section "Hydronic Piping". Connect supply and return boiler tappings as indicated, with shutoff valve and union or flange at each connection. H. Breeching: Refer to Division-15 Section "Breechings, Chimneys, and Stacks". Connect breeching to boiler outlet, full size of outlet. Route as indicated. 3.03 FIELD QUALITY CONTROL A. Flush and clean boilers upon completion of installation in accordance with manufacturer's start-up instructions. B. Hydrostatically test boiler and piping in accordance with applicable sections of ASME Boiler and Pressure Vessel Code. C. Start-Up boilers, in accordance with manufacturer's start-up instructions, and in presence of boiler manufacturer's representative. Test controls and demonstrate compliance with requirements. Adjust burner for maximum burning efficiency. Replace damaged or malfunctioning controls and equipment. 3.04 CLOSEOUT PROCEDURES A. Owner's Instructions: Provide services of manufacturer's technical representative for one 8-hour day to instruct Owner's personnel in operation and maintenance of boilers. B. Schedule training with Owner, provide at least 7-day notice to Owner and Architect of training date. END OF SECTION BOILERS 15555-5 Carlsbad City Hall Project No. FAC 07- 02 ^HVAC Upgrade ^ SECTION 15683 —- LIQUID CHILLERS (AIR COOLED) PART 1 - GENERAL 1.01 SECTION INCLUDES A. Extent of scroll or screw chiller work required by this section is indicated on drawings and schedules, and by requirements of this section. B. Types of scroll or screw chillers specified in this section include the following: 1. Outdoor air cooled. C. Refer to drawings and schedules for concrete pads, piping, piping specialties, pumps, and valves, which are required external to scroll or screw chillers for installation; not work of this section. D. Refer to drawings and schedules for field-installed automatic temperature controls required in conjunction with scroll or screw chillers for installation; not work of this section. E. Electrical Wiring: Refer to drawings. >-> 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical product data, including rated capacities for chillers indicated, weights (shipping, installed, and operating), furnished specialties and accessories; and rigging, installation, and start-up instructions. B. Shop Drawings: Submit manufacturer's assembly-type shop drawings indicating dimensions, weight loadings, required clearances, methods of assembly of components, and location and size of each field-connection. C. Wiring Diagrams: Submit manufacturer's electrical requirements for power supply wiring to units. Submit manufacturer's ladder-type wiring diagrams for interlock and control wiring. Clearly differentiate between portions of wiring that are factory-installed and portions to be field-installed. D. Maintenance Data: Submit maintenance data and parts list for each scroll or screw chiller, control, and accessory; including "trouble-shooting" maintenance guide. Include this data and product data in maintenance manual; in accordance with requirements of Division 1. 1.04 QUALITY ASSURANCE A. Installer's Qualifications; Firm with at least 5 years of successful installation ^^. experience with projects utilizing scroll or screw chillers similar to those required ^_3 LIQUID CHILLERS (AIR COOLED) 15683-1 Carlsbad City Hall Project No. FAC 07- 02 HVAC Upgrade for this project. B. ARI Compliance: Test and rate scroll or screw chillers in accordance with ARI Std 590, "Standard for Water-Chilling Packages." C. ASHRAE Compliance: Construct and install scroll or screw chillers in accordance with ASHRAE Std 15, "Safety Code for Mechanical Refrigeration". Provide Energy Efficiency Ratio (EER) for scroll or screw chillers not less than prescribed by ASHRAE Std 90A, "Energy Conservation in New Building Design". D. CCR Compliance: Provide Energy Efficiency Ratio (EER) for scroll or screw chillers not less than prescribed by The Building Energy Efficiency Standards, Title 24 California Code of Regulations. E. NEC Compliance: Comply with applicable NEC requirements pertaining to electrical power and control wiring for construction and installation of scroll or screw chillers. F. ANSI Compliance: Comply with ANSI B9.1 safety code requirements pertaining to unit construction of scroll or screw chillers. G. ASME Compliance: Construct and test scroll or screw air-cooled liquid chiller in accordance with ASME Boiler and Pressure Vessel Code, Section 8. 1.05 SPECIAL WARRANTY A. Warranty on Compressor: Provide written warranty, agreeing to replace/repair, including all parts and labor within warranty period, compressors with inadequate and defective materials and workmanship, including leakage, breakage, improper assembly, or failure to perform as required provided manufacturer's instructions for handling, installing, protecting, and maintaining units have been adhered to during warranty period. 1. Warranty period shall be for a period of one year from the agreed start of the Owner's beneficial use. 2. Extended warranty period. Provide written warranty signed by manufacturer, agreeing to replace components parts only, for an additional four (4) years for all hermetically or semi hermetically sealed compressors. 1.06 DELIVERY, STORAGE, AND HANDLING A. Handle scroll or screw chillers and components properly to prevent damage, breaking, denting and scoring. Do not install damaged scroll or screw chillers or components; replace with new. Comply with manufacturer's rigging and installation instructions for unloading scroll or screw chillers, and transporting them to final location. B. Store scroll or screw chiller and components in clean dry space. Protect from weather, dirt, fumes, water, construction debris, and physical damage. Storage LIQUID CHILLERS (AIR COOLED) 15683 - 2 Carlsbad City Hall Project No. FAC 07- 02 HVAC Upgrade temperatures for unit controls are not to exceed 185 deg. F (85 deg. C). PART 2 - PRODUCTS 2.01 OUTDOOR AIR-COOLED SCROLL OR SCREW CHILLERS: A. General: Provide factory-assembled and tested outdoor air-cooled scroll or screw liquid chillers as indicated, consisting of compressors, evaporator, condensers, thermal expansion valves, and control panels. Provide capacity and electrical characteristics as scheduled. B. Refrigerant: Provide full operating charge of refrigerant and oil. C. Housing: Provide manufacturer's standard equipment housing construction, corrosion protection coating, and exterior finish. Provide removable panels and/or access doors for inspection and access to internal parts and components. D. Cooler: Provide shell-and-tube design with seamless copper tubes roller expanded into tube sheets. Design, test, and stamp in accordance with ASME Boiler and Pressure Vessel Code, Section 8: Scroll: refrigerant side working pressure of 445 PSIG minimum, and water side working pressure of 300 PSIG minimum Screw: refrigerant side working pressure of 300 PSIG minimum, and water side working pressure of 215 PSIG minimum in accordance with ASME Pressure Vessel Code. Provide one water pass with series of internal baffles. Insulate with 3/4" minimum flexible unicellular insulation with maximum K-value of 0.28. Provide water drain connection and bulb wells for temperature controller and low-temperature cutout. 1. Multiple-Compressor Units: Provide independent multiple refrigerant circuits with gasketed evaporated heads. E. Condenser: Construct coils with configured aluminum fins mechanically bonded to seamless copper tubing. Provide integral sub-cooling circuit with liquid accumulators. Leak test coils with air under water at 425 PSIG air pressure. Provide protective grilles over exposed coil faces. SEE MECHANICAL EQUIPMENT SCHEDULE FOR ADDITIONAL NOTES. 1 . Multiple-Compressor Units: Provide multiple circuited condenser coils. 2. Condenser Fans: Provide propeller fans, direct or belt driven, draw-through design, statically and dynamically balanced. Provide permanently lubricated ball-bearing motors with overload protection. Provide protective grille over air discharge. 3. E-Coated copper-fin coils: Shall have a flexible epoxy polymer coating uniformly applied to all coil surface areas without material bridging between LIQUID CHILLERS (AIR COOLED) 1 5683 - 3 Carlsbad City Hall Project No. FAC 07- 02 HVAC Upgrade fins. Coating process shall ensure complete coil encapsulation. Color shall be high gloss black with gloss — 60° of 65-90% per ASTM D523-89. Uniform dry film thickness from 0.8 to 1.2 mil on all surface areas, including fin edges. Superior hardness characteristics of 2H per ASTM D3363-92A and cross hatch adhesion of 4B-5B per ASTM D3359-93. Impact resistance shall be up to 160 in./lb (ASTM D2794-93). Humidity and water immersion resistance shall be up to minimum 1000 and 250 hours respectively (ASTM D2247-92 and ASTM D870-92). Corrosion durability shall be confirmed through testing to no less than 3000 hours salt spray per ASTM B117-90. Coil construction shall be copper-fins mechanically bonded to copper tube sheets. Galvanized steel tube sheets shall not be acceptable. A polymer strip shall prevent coil assembly from contacting sheet metal coil pan to maintain coating integrity and minimize corrosion potential between the coil and pan. F. Compressors: Provide direct drive scroll or screw compressors with crankcase heater; either semi-hermetic or hermetic, but with minimum steps of capacity control as scheduled, provided by cylinder unloading or compressor staging, or combination of both. Mount compressors on vibration isolators within chiller housing. G. Capacity Modulation: Provide step-control by means of cylinder unloading and/or compressor staging, from return water temperature. H. Refrigerant Circuit: Provide for each refrigerant circuit the following: 1. Liquid line solenoid valve; 2. Filter dryer; 3. Liquid line sight glass; 4. Thermal expansion valve; 5. Insulated suction line; 6. Suction and discharge valves. I. Unit Controls: Unit controls, including microprocessor, shall be factory mounted and wired in a weatherproof enclosure with hinged access doors for easy access. Units shall have automatic lead-lag. All units shall have pump down at beginning and end of every circuit cooling cycle, loss-of-charge protection, inherent low water flow protection, low chilled water temperature safety, low-and high suction superheat protection for each circuit. Units shall have oil pressure protection for each circuit, individual solid-state compressor protection board and ground current protection for each compressor. All units shall have low control voltage to unit, field power and control circuit terminal blocks, compressor and fan motor circuit breakers, control circuit breaker, ON/OFF switch, replaceable relay board, leaving chilled water set point board, and a diagnostic digital display module, a microprocessor board, a temperature reset board. J. Accessories and Installed Options: Provide the following accessories and installed options: Standard sound. Vaporproof chilled water flow switch. Suction and discharge gages. LIQUID CHILLERS (AIR COOLED) 15683 - 4 Carlsbad City Hall Project No. FAC 07- 02 HVAC Upgrade Oil pressure gages except for hermetic compressors. Minimum load control. Single point connection. Refrigerant: R410A Minimum Efficiencies: Full load: 10EER IPLV: 13EER K. Manufacturers: Subject to compliance with requirements, provide outdoor air- cooled scroll or screw chillers of one of the following: Carrier Corporation Model 30RAN040 Or Equal as submitted per Section 01330 Submittal Procedures For additional information and details, refer to the equipment schedule on the drawings. PART 3 - EXECUTION 3.01 INSPECTION A. Installer must examine areas and conditions under which scroll or screw chillers are to be installed and notify Contractor in writing of conditions detrimental to proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to Installer. 3.02 INSTALLATION OF SCROLL OR SCREW CHILLERS A. General: Install scroll or screw chillers in accordance with manufacturer's written instructions. Install units plumb and level, firmly anchored in locations indicated; maintain manufacturer's recommended clearances. B. Support: Install floor-mounted units on reinforced concrete pad. Furnish anchor bolts which are to be inserted in concrete pad to Concrete Installer. C. Support: Install roof-mounted units on structural steel mechanical equipment stand. Anchor to stand with removable type fasteners. 1. Coordinate construction of mechanical equipment standards indicated, and in accordance with NRCA Handbook of Accepted Roofing Knowledge, Detail "N". D. Chilled Water Piping: Connect inlet to evaporator with controller bulb well, shutoff valve, thermometer, strainer, flow switch, flexible pipe connector, pressure gage, and union or flange. Connect outlet to evaporator with shutoff valve, balancing cock, thermometer, flexible pipe connection, pressure gage, and union or flange. E. Electrical Wiring: Install electrical devices furnished by manufacturer but not LIQUID CHILLERS (AIR COOLED) 1 5683 - 5 Carlsbad City Hall Project No. FAC 07- 02 HVAC Upgrade specified to be factory-mounted. Furnish copy of manufacturer's wiring diagram submittal to Electrical Installer. 1. Verify that electrical wiring installation is in accordance with manufacturer's submittal and installation requirements of Division-16 sections. Do not proceed with equipment start-up until wiring installation is acceptable to manufacturer and equipment installer. F. Control: Furnish field-installed automatic temperature control requirements to Control Installer. Field-installed automatic temperature controls are not work of this section. G. Start-up scroll or screw chillers, in accordance with manufacturer's start-up instructions, and in presence of manufacturer's technical representative. Test controls and demonstrate compliance with requirements. Replace damaged, or malfunctioning, controls and equipment and retest. 1. Do not place chillers in sustained operation prior to initial balancing of mechanical systems which interface with the scroll or screw chillers. 3.03 TRAINING OF OWNER'S PERSONNEL A. Provide services of manufacturer's technical representative to instruct Owner's personnel in operation and maintenance of scroll or screw chillers. 1. Schedule training with Owner, provide at least 7-day notice to Contractor and Engineering of training date. END OF SECTION LIQUID CHILLERS (AIR COOLED) 15683 - 6 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 15990 TESTING, ADJUSTING, AND BALANCING PART 1 - GENERAL 1.01 SECTION INCLUDES A. This section specifies the requirements and procedures for total mechanical systems testing, adjusting, and balancing. Requirements include measurement and establishment of the fluid quantities of the mechanical systems as required to meet design specifications, and recording and reporting the results. B. Test, adjust, and balance the following mechanical systems: 1 . Hot water system; 2. Hydronic systems. C. This Section does not include: 1 . Testing boilers and pressure vessels for compliance with safety codes; 2. Specifications for materials for patching mechanical systems; 3. Specifications for materials and installation of adjusting and balancing devices. If devices must be added to achieve proper adjusting and balancing, refer to the respective system sections for materials and installation requirements. 4. Requirements and procedures for piping and ductwork systems leakage tests. 1.02 RELATED SECTION A. General requirements for testing agencies are specified in the Division-1 Section Quality Control Services. B. Other Division-1 5 Sections specify balancing devices and their installation, and materials and installations of mechanical systems. C. Individual Division-1 5 system sections specify leak testing requirements and procedures. 1.03 DEFINITIONS A. Systems testing, adjusting, and balancing is the process of checking and adjusting all the building environmental systems to produce the design objectives. It includes: 1 . The balance of air and water distribution; TESTING, ADJUSTING, AND BALANCING 15990 - 1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 2. Adjustment of total system to provide design quantities; 3. Electrical measurement; 4. Verification of performance of all equipment and automatic controls; B. Test: To determine quantitative performance of equipment. C. Adjust: To regulate the specified fluid flow rate and air patterns at the terminal equipment (e.g., reduce fan speed, throttling). D. Balance: To proportion flows within the distribution system (submains, branches, and terminals) according to specified design quantities. E. Procedure: Standardization approach and execution of sequence of work operations to yield reproducible results. F. Report forms: Test data sheets arranged for collecting test data in logical order for submission and review. These data should also form the permanent record to be used as the basis for required future testing, adjusting, and balancing. G. Terminal: The point where the controlled fluid enters or leaves the distribution system. These are supply inlets on water terminals, supply outlets on air terminals, return outlets on water terminals, and exhaust or return inlets on air terminals such as registers, grilles, diffusers, louvers, and hoods. H. Main: Duct or pipe containing the system's major or entire fluid flow. I. Submain: Duct or pipe containing part of the systems' capacity and serving two or more branch mains. J. Branch main: Duct or pipe serving two or more terminals. K. Branch: Duct or pipe serving a single terminal. 1.04 SUBMITTALS A. Agency Data: 1. Submit proof that the proposed testing, adjusting, and balancing agency meets the qualifications specified below. B. Engineer and Technicians Data: 1. Submit proof that the Test and Balance Engineer assigned to supervise the procedures, and the technicians proposed to perform the procedures meet the qualifications specified below. C. Procedures and Agenda: Submit a synopsis of the testing, adjusting, and balancing procedures and agenda proposed to be used for this project. TESTING, ADJUSTING, AND BALANCING 15990 - 2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade D. Maintenance Data: Submit maintenance and operating data that include how to test, adjust, and balance the building systems. Include this information in maintenance data specified in Division 1 and Section 15010. E. Sample Forms: Submit sample forms, if other than those standard forms prepared by the AABC are proposed. F. Certified Reports: Submit testing, adjusting, and balancing reports bearing the seal and signature of the Test and Balance Engineer. The reports shall be certified proof that the systems have been tested, adjusted, and balanced in accordance with the referenced standards; are an accurate representation of how the system have been installed; are a true representation of how the systems are operating at the completion of the testing, adjusting, and balancing procedures; and are an accurate record of all final quantities measured, to establish normal operating values of the systems. Follow the procedures and format specified below: 1. Draft reports: Upon completion of testing, adjusting, and balancing procedures, prepare draft reports on the approved forms. Draft reports may be hand written, but must be complete, factual, accurate, and legible. Organize and format draft reports. Submit 2 complete sets of draft reports. Only 1 complete set of draft reports will be returned. 2. Final Report: Upon verification and approval of draft reports, prepare final reports, type written, and organized and formatted as specified below. Submit 2 complete sets of final reports. 3. Report Format: Report forms shall be those standard forms prepared by the referenced standard for each respective item and system to be tested, adjusted, and balanced. Bind report forms complete with schematic systems diagrams and other data in reinforced, vinyl, three-ring binders. Provide binding edge labels with the project identification and a title description of the contents. Divide the contents of the binder into the below listed divisions, separated by divider tabs: a. General Information and Summary b. Hydronic Systems c. Temperature Control Systems 4. Report Contents: Provide the following minimum information, forms and data: a. General Information and Summary: Inside cover sheet to identify testing, adjusting, and balancing agency, Contractor, Owner, Architect, Engineer, and Project. Include addresses, and contact names and telephone numbers. Also include a certification sheet containing the seal and name address, telephone number, and TESTING, ADJUSTING, AND BALANCING 1 5990 - 3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade signature of the Certified Test and Balance Engineer. Include in this division a listing of the instrumentations used for the procedures along with the proof of calibration. b. The remainder of the report shall contain the appropriate forms containing as a minimum, the information indicated on the standard report forms prepared by the AABC and NEBB, for each respective item and system. Prepare a schematic diagram for each item of equipment and system to accompany each respective report form. H. Calibration Reports: Submit proof that all required instrumentation has been calibrated to tolerances specified in the referenced standards, within a period of six months prior to starting the project. 1.05 QUALITY ASSURANCE A. Agency Qualifications: 1. Employ the services of an independent testing, adjusting, and balancing agency meeting the qualifications specified below, to be the single source of responsibility to test, adjust, and balance the building mechanical systems identified above, to produce the design objectives. Services shall include checking installations for conformity to design, measurement and establishment of the fluid quantities of the mechanical systems as required to meet design specifications, and recording and reporting the results. 2. An independent testing, adjusting, and balancing agency certified by Associated Air Balance Council (AABC) in those testing and balancing disciplines required for this project, and having at least one Professional Engineer registered in the State in which the services are to be performed, certified by AABC as a Test and Balance Engineer. B. Codes and Standards: 1. AABC: "National Standards for Total System Balance". 2. ASHRAE: ASHRAE Handbook, 1984 Systems Volume, Chapter 37, Testing, Adjusting, and Balancing. C. Pre-Balancing Conference: Prior to beginning of the testing, adjusting, and balancing procedures, schedule and conduct a conference with the Architect/Engineer and representatives of installers of the mechanical systems. The objective of the conference is final coordination and verification of system operation and readiness for testing, adjusting, and balancing. Agency must have a minimum of five (5) years of experience in the type of air and hydronic balancing required by this project and must have an office located in the Southern California area. 1.06 PROJECT CONDITIONS TESTING, ADJUSTING, AND BALANCING 15990 - 4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade A. Systems Operation: Systems shall be fully operational prior to beginning procedures. 1 .07 SEQUENCING AND SCHEDULING A. Test, adjust, and balance the air systems before hydronic, steam and refrigerant systems. B. Test, adjust and balance air conditioning systems during summer season and heating systems during winter season, including at least a period of operation at outside conditions within 5 deg. F wet bulb temperature of maximum summer design condition, and within 10 deg. F. dry bulb temperature of minimum winter design condition. Take final temperature readings during seasonal operation. PART 2 - PRODUCTS (Not used.) PART 3 - EXECUTION 3.01 PRELIMINARY PROCEDURES FOR AIR SYSTEM BALANCING A. Before operating the system, perform these steps: 1. Obtain design drawings and specifications and become thoroughly acquainted with the design intent. 2. Obtain copies of approved shop drawings of all air handling equipment, outlets (supply, return, and exhaust and temperature control diagrams. 3. Compare design to installed equipment and field installations. 4. Walk the system from the system air handling equipment to terminal units to determine variation of installation from design. 5. Check filters for cleanliness. 6. Check dampers (both volume and fire) for correct and locked position, and temperature control for completeness of installation before starting fans. 7. Prepare report test sheets for both fans and outlets. Obtain manufacturer's outlet factors and recommended procedures for testing. Prepare a summation of required outlet volumes to permit a crosscheck with required fan volumes. 8. Determine best locations in main and branch ductwork for most accurate duct traverses. 9. Place outlet dampers in the full open position. TESTING, ADJUSTING, AND BALANCING 1 5990 - 5 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 10. Prepare schematic diagrams of system "as-built" ductwork and piping layouts to facilitate reporting. 11. Lubricate all motors and bearings. 12. Check fan belt tension. 13. Check fan rotation. 3.02 PRELIMINARY PROCEDURES FOR HYDRONIC SYSTEM BALANCING A. Before operating the system perform these steps: 1. Open valves to full open position. Close coil bypass valves. 2. Remove and clean all strainers. 3. Examine hydronic systems and determine if water has been treated and cleaned. 4. Check pump rotation. 5. Clean and set automatic fill valves for required system pressure. 6. Check expansion tanks to determine that they are not air bound and that the system is completely full of water. 7. Check air vents at high points of systems and determine if all are installed and operating freely (Automatic type) or to bleed air completely (manual type). 8. Set temperature controls so all coils are calling for full flow. 9. Check operation of automatic bypass valves. 10. Check and set operating temperatures of chillers to design requirements. 11. Lubricate all motors and bearings. 3.03 MEASUREMENTS A. Provide all required instrumentation to obtain proper measurements, calibrated to the tolerances specified in the referenced standards. Instruments shall be properly maintained and protected against damage. B. Provide instruments meeting the specifications of the referenced standards. C. Use only those instruments which have the maximum field measuring accuracy and are best suited to the function being measured. TESTING, ADJUSTING, AND BALANCING 15990 - 6 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade ^^ D. Apply instrument as recommended by the manufacturer. ^-^ E. Use instruments with minimum scale and maximum subdivisions and with scale ranges proper for the value being measured. F. When averaging values, take a sufficient quantity of readings which will result in a repeatability error of less than 5 percent. When measuring a single point, repeat readings until 2 consecutive identical values are obtained. G. Take all reading with the eye at the level of the indicated value to prevent parallax. H. Use pulsation dampeners where necessary to eliminate error involved in estimating average of rapidly fluctuation readings. I. Take measurements in the system where best suited to the task. 3.04 PERFORMING TESTING, ADJUSTING, AND BALANCING A. Perform testing and balancing procedures on each system identified, in accordance with the detailed procedures outlined in the referenced standards. B. Cut insulation, ductwork, and piping for installation of test probes to the minimum extent necessary to allow adequate performance of procedures. C. Patch insulation, ductwork, and housings, using materials identical to those >^ removed. D. Seal ducts and piping, and test for and repair leaks. E. Seal insulation to re-establish integrity of the vapor barrier. F. Mark equipment settings, including damper control positions, valve indicators, fan speed control levers, and similar controls and devices, to show final settings. Mark with paint or other suitable, permanent identification materials. G. Retest, adjust, and balance systems subsequent to significant system modifications, and resubmit test results. 3.05 RECORD AND REPORT DATA A. Record all data obtained during testing, adjusting, and balancing in accordance with, and on the forms recommended by the referenced standards, and as approved on the sample report forms. B. Prepare a report of recommendations for correcting unsatisfactory mechanical performances when system cannot be successfully balanced. 3.07 DEMONSTRATION ^^ TESTING, ADJUSTING, AND BALANCING 15990 - 7 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade A. Training: 1. Train the Owner's maintenance personnel on troubleshooting procedures and testing, adjusting, and balancing procedures. Review with the Owner's personnel, the information contained in the Operating and Maintenance Data specified in Division 1 and Section 15010. 2. Schedule training with Owner through the Architect/Engineer with at least 7 days prior notice. END OF SECTION TESTING, ADJUSTING, AND BALANCING 15990 - 8 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16010 GENERAL ELECTRICAL PROVISIONS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 - Specification sections, apply to the work of this section. 1.02 SCOPE A. The Construction Documents shall include the drawings and specifications covering all related work in addition to the electrical. The Contractor shall carefully examine all of the Construction Documents to acquaint himself with the responsibilities of the various Contractors regarding the supply, installation and connection of the Components of the various electrical and other systems. B. It is intended that all systems shall be complete and shall include all components necessary for the operation of the system. If components are indicated on the drawings or inferred from the system requirements but not specified by catalogue number, such components shall be furnished by the manufacturer furnishing the remainder of the system. C. In the event of a conflict of the requirements detailed in the drawings and any sections of the specification the Contractor shall inform the Owner's Rep of such conflict in writing before ordering equipment. If such notification is not provided, the Contractor shall accept the Owner's Rep decision on the resolution of such conflict without any further compensation. 1.03 DEMOLITION, ALTERATION AND EXTENSION WORK IN AN EXISTING STRUCTURE. A. Contractor shall survey the entire project site and become thoroughly familiar with actual existing conditions. Check the locations of all existing structures, equipment, wiring, etc. The intent of the work is shown on the drawings and described hereinafter. B. While the existing facility is being altered, keep the present power service and necessary life safety systems intact. C. Provide and perform demolition, alteration, extension, preparatory and miscellaneous work as indicated, specified or as required, complete. The work shall include: 1. Demolition and removal of existing electrical conduit, wiring and equipment required to complete the project. 2. Preparation of the existing building to receive or connect the new work GENERAL ELECTRICAL PROVISIONS 16010 -1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade including relocation of existing electrical conduit, wiring, equipment, etc. where new work interferes with existing conditions. 3. Miscellaneous demolition, cutting, patching, alteration, and repair work in the existing building necessary for the completion of the entire project while maintaining electrical circuit continuity to all equipment, outlets, fixtures, etc. scheduled to remain. 4. Disconnecting, relocating, and reconnecting of electrical equipment as required by the construction modifications. 5. Coordination of power interruption with the Owner's representative or utility company where necessary. D. Salvage and Disposal: All removed material other than items to be reused shall be returned to the Owner or disposed of in accordance with instructions from the Owner's representative. Dispose all hazardous materials per guideline of State of California Department of Health Services and other agencies having jurisdiction. 1.04 ELECTRICAL SPECIFICATIONS AND DRAWINGS A. The documents are written in a brief form for the purpose of work economy. For example: "Motor starters" is used in place of "The Contractor shall provide all motor starters". Omitted words shall be determined by inference. B. It should be particularly noted that the terms "furnish", "provide", and "install" are interchangeable and that each of these terms means to furnish, install, and connect, unless otherwise stated. C. When a catalog or series numbers are shown they are intended to indicate the type and quality of product. The product furnished shall meet all specification requirements even if the product conforming to the given catalog number does not. D. In the event of conflict between requirements, whether shown on drawings or in specifications the most stringent requirements shall govern. E. Wherever tables or schedule show quantities of materials they shall not be used as the final count. These figures serve only as an aid to Contractor. Each Contractor shall be responsible for furnishing all material noted on drawings or specified. F. A minimum size or performance requirement specified shall be superseded by requirements specified in other technical specification sections or shown on drawings. For example: A minimum control wire size specified for an alarm system shall take precedence over the minimum wire sizes listed in Section 16120-Conductors. G. When short circuit currents or interrupting capacities are indicated on drawings or specified they shall be considered as minimum R.M.S. symmetrical unless GENERAL ELECTRICAL PROVISIONS 16010-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade ^ otherwise stated. "*•"""" H. The electrical drawings are diagrammatic and show the general arrangement of all raceways, equipment and appurtenances. They shall be followed as closely as actual building construction, field conditions and the work of other trades will permit. The electrical work shall conform to the requirements shown on the drawings. I. Architectural drawings shall take precedence over electrical drawings, because of the small scale of the electrical drawings it is not possible to indicate all offsets, fittings, and accessories which may be required. The Contractor shall investigate the existing conditions affecting the work and shall arrange his work accordingly, providing such fittings and accessories as may be required to meet such conditions. 1.05 CODE AND STANDARDS A. Code Compliance 1. Installation must conform with all applicable National, State and local codes, rules, ordinances, regulations and manufacturer's recommendations which will govern the quality and the character of work, style and size of materials. 2. In case of difference between building codes, state laws, local ordinances, industry standards and utility company regulations the '***% Contractor shall bear all costs arising in correcting the deficiencies. ***#' 3. Should the Contractor perform any work that does not comply with the requirements, ordinances, industry standards and utility company regulations he shall bear all costs arising in correcting the deficiencies. B. Building Codes 1. Comply with the latest editions of the following Codes promulgated by governing authority for the specific job site: a. California State Safety Orders b. California State Fire Prevention Commission Official Regulations c. National Electrical Code - NFPA 70 d. Life Safety Code NFPA 101 C. Industry Codes 1. All electrical equipment shall be listed by Underwriters' Laboratories, Inc. and shall meet all requirements established by NEC, NEMA and ANSI, and as specified hereinafter. 2. Materials and installation procedures shall comply with all applicable requirements of the following nationally accepted codes and standards. ANSI American National Standards Institute, Inc. x**^ ASTM American Society of Testing Materials ^^ GENERAL ELECTRICAL PROVISIONS 16010 - 3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade ETL Electrical Testing Laboratories IEEE Institute of Electrical and Electronic Engineers IPCEA Insulated Power Cable Engineers Association ITL Independent Testing Laboratories NBS National Bureau of Standards NECA National Electrical Contractor Association NEMA National Electrical Manufacturer's Association NFPA National Fire Protection Association UL Underwriters' Laboratories USASI United States of America Standards Institute 1.06 Work and Workmanship A. General 1. These specifications may not include every detail or operation considered to be standard high grade installation procedure as it is assumed that the Contractor is familiar with these procedures. In the absence of specified details in the Contract Documents regarding installation procedure, the National Electrical Contractors Association "Standard of Installation" manual and the latest edition of Crofts "American Electricians, Handbook" shall be considered as minimum requirements. 2. The Contractor shall comply with all applicable provisions of NFPA-70, National Electrical Code. 3. Locations of all equipment connections are shown for bidding purposes only. Contractor shall verify erection and connection requirements and details. 4. The Contractor shall read the specifications and drawings of all other trades and verify erection and connection requirements and details. 5. The Contractor shall take all field measurements as necessary for his work, and shall be responsible for the accurate location and size of all openings, recesses, slots, ferrules, and the like. 6. Should any structural difficulties prevent the setting of cabinets, running of conduit, etc., at points shown on drawings, necessary minor deviations as determined by the Owner's Rep may be permitted only if authorized in writing. 7. Specific emphasis must be made that if the equipment other than that which the drawings were designed around does not properly adapt to the space allotted or is not easily accessible for repair and maintenance the Contractor is responsible for providing all additional access panels, pipe, fittings, all materials, labor, etc. to achieve the desired end result. 8. Any extra costs which might result from deviations from the drawings to avoid interference shall be considered a "job condition" and no additional compensation will be considered applicable. In the event that any such interference occur in the course of the work due to an error, omission or oversight by the Contractor, no additional compensation shall be allowed. 9. Interference which may occur during the course of construction shall be brought to the immediate attention of the Owner's Rep and his decision confirmed in writing shall be final as to which trade shall take preference. 10. The finished job shall be functional and complete in every detail including GENERAL ELECTRICAL PROVISIONS 16010-4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade any and all such items required for a complete system whether or not these items be specified or shown on drawings. 11. Special attention shall be given to the accessibility of working and controlling parts. Adjustable parts shall be within easy reach. Removable parts shall have space for removal. 12. Underground utilities: Known underground services are shown at approximate locations on drawings. Contractor shall exercise extreme care to avoid damage in exposing underground services: a. Where an underground facility is encountered which is not shown on drawings or mentioned in any other contract document, Contractor shall immediately notify the Owner and Architect and responsible utility agency for direction. b. Do not proceed with Work until direction is received. B. Quality Assurance: 1 . Perform work in accordance with NECA Standard of Installation. 2. Manufacturer to be a company specialized in fabrication of respective production with a minimum of 10 years documented experience, or as indicated in the respective spec section. 3. Manufacturer to provide quality control production testing for each unit of major equipment in accordance with applicable standards. 4. Maintain one copy of each testing document on site. 1.07 COORDINATION BETWEEN CONTRACTORS A. The Contractor shall acquaint himself with details of all work to be performed by other trades and take necessary steps to integrate and coordinate his work with these trades. B. Special attention shall be given to points where ducts cross other ducts or piping, where lighting fixtures fit into ceilings and where pipes, ducts and conduit pass through walls and columns. C. Each Contractor shall be responsible for informing himself of the nature and arrangement of the materials and construction to which his work attaches or passes through. 1 .08 PROTECTION AND REPAIR A. In addition to the provisions and stipulations of the General and Supplementary General Conditions of the Contract each Contractor and Subcontractor shall provide various types of protection as follows: 1. Protect finished floors from chips and cutting oil by the use of metal receiving pans and an oil proof floor covering. 2. Protect equipment and finished surfaces from welding and cutting spatters with baffles and spatter blankets. 3. Protect equipment and finished surfaces from paint droppings, insulation adhesive and size droppings, etc. by use of drop cloths. 4. Maintain fire rating of walls and structures; provide fire proof enclosure GENERAL ELECTRICAL PROVISIONS 16010-5 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade where required. 1.09 RUBBISH A. All rubbish resulting from the work herein specified shall be removed from the premises by the trade which produced it, as fast as it accumulates. B. On completion of his work each Contractor shall remove and see that each of his Subcontractors removes from the site all tools, equipment, surplus material and rubbish pertaining to his own operations. Each Contractor or Subcontractor shall pay all costs for such removal and disposition and shall cooperate with the General Contractor in final cleaning. C. Disposal of hazardous material shall be per guideline of the state of California, Department of Health Services and other authorities having jurisdiction. 1.10 ELECTRICAL CONNECTIONS TO EQUIPMENT A. Connections and wiring diagrams shown on drawings or described in the specifications are typical and are for reference purposes only. Detailed diagram instructions and construction shop drawings will be required from the Contractor supplying the equipment. 1.11 PRODUCTS AND MATERIAL A. General 1. Electrical equipment shall be new, listed by Underwriters' Laboratories and shall conform to the standard of the National Electrical Manufacturer's Association. 2. Materials used for like service shall be by the same manufacturer, e.g., all motor starters to be from the same manufacturer. B. Prefabricated Equipment: Unless noted as field fabricated all equipment shall be delivered completely factory assembled and wired. C. Approval: A specification followed by one or more manufacturer "or approved equal" is open to all equal products or materials unless otherwise noted. However, the Contractor shall supply one of the listed manufacturers' at no additional cost if the Engineer finds the substituted product unsatisfactory. D. Material: The Contractor shall submit to the Owner's Rep, for his approval within 48 hours after request, a list of all materials he proposes to use. E. Storage 1. Provide suitable protection from weather and vandalism for all materials and equipment to be installed. Storage shall be dry, clean and safe. Any materials or equipment damaged, deteriorated, rusted or defaced due to improper storage shall be fully repaired, refinished or replaced as directed GENERAL ELECTRICAL PROVISIONS 16010 - 6 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade by the Engineer. 2. Cover and protect all equipment, materials, raceways, etc., before and after installation to prevent injury and to prevent entrance of grit, dirt and foreign matter. 1.12 SHOP DRAWINGS A. General 1 . These requirements are supplemental to the General Conditions of the Contract, Spec Section 01330-Submittals Procedures. 2. Drawings shall be accurately drawn large scale drawings, adequately dimensioned, showing external and internal features, mechanical provisions, materials, gauges, electrical characteristics, wiring diagrams and such other information necessary to show compliance with the intent of the specifications and drawings. 3. Generalized diagrams having several alternate methods of connection will not be acceptable. 4. Catalog data in lieu of certified prints shall be submitted for standard specialties, wire and cable, switches, starters, insulation and similar items. 5. Contractor's responsibility includes coordination of his work with all other trades, fabrication process and technique of construction. Contractor shall check all shop drawings for correct performance, size, capacity, clearance, and finish prior to submittal to Engineer. Drawings must be stamped or marked to indicate Contractor has reviewed these drawings. 6. Contractor review shall insure that equipment will fit into available space. 7. The Engineer will review submitted shop drawings as a further check and as a service to the Contractor. Such review does not relieve the Contractor of responsibility for correct ordering of material and equipment. B. Shop Drawings 1. Contractor shall submit shop drawings of the following systems or equipment and other equipment requested by Owner's Rep within ten days after the award of Contracts: a. Switchboards and Panelboards b. Cabinets and Pull Boxes c. Devices and Conductors d. Transformers 2. Each submitted item shall refer to the specification section and paragraph number in which the item is specified. 3. Approval of a specific item does not include approval of the assembly of which the item is a component. 1.13 DELIVERY SCHEDULE A. The Contractor shall submit, upon request, a schedule listing the equipment and GENERAL ELECTRICAL PROVISIONS 16010-7 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade materials required to complete the installation, quantity ordered, the date of placing the order and the promised delivery date. PART 2 - PRODUCT 2.01 GENERAL A. All equipment and materials shall be new and the current model or type of a manufacturer regularly engaged in their production. Where two or more units of the same class of equipment are required, they shall be products of the same manufacturer. B. Equipment shall fit into the space allotted and shall have adequate and acceptable clearances for entry, servicing and maintenance. The work shall be provided in an arrangement which will not necessitate cutting of structural members which will not interfere with lighting, HVAC equipment or doors, and which will present the best appearance possible. C. Where equipment or materials are specified to be approved by and constructed and/or tested in accordance with the published standard of the UL, ANSI, ASTM, ETL or any similar nationally recognized agency, the Contractor shall submit proof that the items furnished under this specification conform to such requirements. 2.02 COLOR SCHEDULE AND SAMPLES A. The Contractor shall submit, upon request, a list of available finishes, together with color samples, for all equipment where color finishes are requested by the Architect. The list of equipment will be made available to the Contractor before equipment delivery authorization is required. PART 3 - EXECUTION 3.01 PROJECT CLOSE-OUT A. AC Switchgear Test and Inspection 1. New breakers in the main switchboard shall be tested and inspected as follows: a. Circuit breakers shall be tested and inspected for proper trip operations on long delay, short delay and instantaneous trip. Test current for long delay tripping shall be 300% of rate trip. All circuits shall have Ductor readings made where possible. b. All bolted connections shall be checked and tightened for proper torque. c. A written report showing test results shall be submitted to Architect. B. Tests GENERAL ELECTRICAL PROVISIONS 16010 - 8 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1. The Contractor shall furnish all necessary instruments and equipment required for making tests and shall make test of all wiring for shorts, open circuits, grounds, etc., and shall immediately correct any defective work. 2. When the entire installation has been completed and all lighting fixtures installed, test out all circuits and switching and demonstrate that the operation of the system is in accordance with the Contract Documents. C. Spares Fuses-Provide Owner with three (3) fuse refills for each size fuse used in the installation. Mount fuse clip in spare fuse cabinet. Locate in main electrical room or maintenance shop. D. Cleaning and Touch-Up 1 . All panelboards, cabinets, switchboards, motor controllers, control panels and other enclosures shall be cleaned and the paint touched up as necessary to duplicate a factory finished appearance. Touch-up paint shall match the color, composition and quality of the factory applied finish. 2. Label all electrical equipment or controls by means of engraved laminated plastic plates screwed or riveted to device. Height of letters to be not less than 1/4" unless otherwise specified or directed. Items to be labeled include the following: a. Main circuit breakers and switches b. All circuit breakers and switches in switchboards and distribution panels c. All panel boards (labeled on inside) d. Printed card labels may be used on items of equipment furnished with plastic windows. Labeling of the cards shall be neatly printed using a lettering device such as a "KROY" instrument. e. Directories on inside of panelboards shall be type-written and shall show list of circuits and points, equipment of areas supplied (1/8" letter height acceptable). f. Labels or tags inside the covers of safety switches or motor starters noting interlocks, conductor sizes, etc., may be of the embossed adhesive type. E. Record Drawings - At the end of the project the Contractor's working drawings shall be brought up to date and a set of prints delivered to the Owner's Rep with written material certification that all corrections are true and accurately noted installed thereon. Each drawing shall be labeled Record Drawings, dated and signed by the Contractor. F. Operation and Maintenance (O&M) Manuals 1 . These requirements are supplemental to those listed or referred to in any foregoing sections of these specifications. 2. Contractor shall prepare suitable bound volumes pertaining to his systems and equipment. Submit one (1) copy to the Owner's Rep for approval. After approval, submit three (3) copies to the Owner's Rep for GENERAL ELECTRICAL PROVISIONS 16010-9 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade delivery to the Owner. 3. Volumes shall be properly bound, indexed and contained in hard, heavy duty 3 ring binders. The following shall be clearly printed on the front cover: a. Project name, address and date b. Name and address of Architect-Engineer c. Telephone number of Contractor, including night or emergency 4. Bind the written operating instructions, shop drawings, equipment catalog cuts and manufacturer's instructions into the binder. Material to be assembled as follows: a. First page - Title of job, Owner, address, date of submittal, name of Contractor and name of Owner's Rep. Emergency operating instructions and/or list of service organizations (including address and telephone numbers) capable of rendering emergency service on 24 hour calls. b. Second page - Table of Contents. 5. Material shall be assembled in divisions according to the systems which are on the project (e.g., emergency distribution system, etc.). Each division shall include the following sections: a. First Section - Written description of system contents, where actually located in building, how each part functions individually and how system works as a whole. Conclude with a list of items requiring services and either state the service needed or refer to the manufacturer's data in the binder that describes the proper service. b. Second Section - A copy of each approved shop drawing (clearly marked for item furnished) with an index at the beginning of the section. c. Third Section - A copy of each manufacturer's operating instructions with an index at the beginning of the section. d. Fourth Section - A list of all equipment used in the system, Contractor's purchase order numbers, suppliers name and address. e. Field replacement parts list. G. Guarantee and Warranty 1. These requirements are supplemental to those listed or referred to in any foregoing section of these specifications. 2. All wiring and conduit systems provided under Division 16 shall be guaranteed for a period of three (3) years. 3. Warranty period shall also apply to services, including instruction, adjustment, testing, noise control, etc. H. Special Requirements GENERAL ELECTRICAL PROVISIONS 16010-10 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1. No work shall be performed "HOT". 2. Any power outages shall be coordinate with the Owner, giving at least twenty (20) days notice. All overtime costs shall be included in the Contractors Bid. 3. Temporary service or service jumper to be provided when outage will be expected to last more than three hours. The cost of this service shall be addressed and shall be included in contract. END OF SECTION GENERAL ELECTRICAL PROVISIONS 16010-11 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16111 CONDUIT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Metal conduit. B. Liquidtight flexible metal conduit. C. Electrical metallic tubing. D. Nonmetal conduit. E. Flexible nonmetallic conduit. F. Fittings and conduit bodies. 1.2 RELATED SECTIONS A. Section 16010 - General Electrical Provisions. B. Section 16130-Boxes. C. Section 16450 - Grounding. 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC2 - Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80). G. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.4 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. CONDUIT 16111-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 1.5 PROJECT RECORD DOCUMENTS A. Accurately record actual routing of conduits larger than 2 inches (51 mm). 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. 1.7 PROJECT CONDITIONS A. Verily that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough-in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 1/2 inch (13 mm) unless otherwise specified. B. Underground Installations: 1. More than Five Feet from Foundation Wall: Use thick wall nonmetallic conduit. 2. Within Five Feet from Foundation Wall: Use rigid steel conduit. 3. In or Under Slab on Grade: Use thick wall nonmetallic conduit. 4. Minimum Size: 1 inch (25 mm). C. Outdoor Locations, Above Grade: Use rigid steel. D. Wet and Damp Locations: Use rigid steel conduit. E. Dry Locations: 1. Concealed: Use electrical metallic tubing. 2. Exposed: Use intermediate metal conduit. 2.2 METAL CONDUIT A. Rigid Steel Conduit: ANSI C80.1. B. Intermediate Metal Conduit (IMC): Rigid steel. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; material to match conduit. 2.3 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Description: Interlocked steel construction with PVC jacket. B. Fittings: ANSI/NEMA FB 1. CONDUIT 16111-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 2.4 ELECTRICAL METALLIC TUBING (EMT) A. Description: ANSI C80.3; galvanized tubing. B. Fittings and Conduit Bodies: Die cast EMT type. 2.5 NONMETALLIC CONDUIT A. Description: NEMA TC 2; Schedule 40 PVC & 80 PVC. B. Fittings and Conduit Bodies: NEMA TC 3. PART 3 EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel; provide space on each for 25 percent additional conduits. F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports H. Do not attach conduit to ceiling support wires. I. Arrange conduit to maintain headroom and present neat appearance. J. Route conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12 inch (300 mm) clearance between conduit and surfaces with temperatures exceeding 104 degrees F (40 degrees C). N. Cut conduit square using saw or pipecutter; de-burr cut ends. CONDUIT 16111-3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade O. Bring conduit to shoulder of fittings; fasten securely. P. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for 20 minutes, minimum. Q. Use conduit hubs or sealing locknuts to fasten conduit to boxes in damp and wet locations. R. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use hydraulic one-shot bender to fabricate bends in metal conduit larger than 2 inch (50 mm) size. S. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. T. Provide XJG expansion coupling with internal grounding (by Grouse Hinds) to accommodate expansion and deflection where conduit crosses seismic, control and expansion joints. U. Threadless fittings, indentor type or set-screw type fittings shall not be used for EMT. EMT shall be installed with threaded gland compression type connectors and couplings. V. Provide suitable pull string in each empty conduit except sleeves and nipples. Use suitable caps to protect installed conduit against entrance of dirt and moisture. W. Ground and bond conduit under provisions of Section 16450. X. Properly identify conduit. 3.2 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements using approved material and methods. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. END OF SECTION CONDUIT 16111-4 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16120 CONDUCTORS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Building wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16010 - General Electrical Provisions. B. Section 16111 - Conduits. C. Section 16130 - Boxes. 1.3 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. 1.4 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Wire and cable routing shown on Drawings is approximate unless dimensioned. Route wire and cable as required to meet Project Conditions. C. Where wire and cable routing is not shown, and destination only is indicated, determine exact routing and lengths required. 1.5 COORDINATION A. Determine required separation between cable and other work, or between the different type of conductors in the same raceway. B. Determine cable routing to avoid interference with other work. PART 2 - PRODUCTS 2.1 BUILDING WIRE AND CABLE A. Description: Single conductor insulated wire. B. Conductor: Copper. C. Insulation Voltage Rating: 600 volts. CONDUCTORS 16120-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade D. Insulation: ANSI/NFPA 70, Type THHN/THWN and THW. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical work likely to damage wire and cable has been completed. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Use solid conductor for feeders and branch circuits 10 AWG and smaller. C. Use stranded conductors for control circuits. D. Use conductor not smaller than 12 AWG for power and lighting circuits. E. Use conductor not smaller than 16 AWG for control circuits. F. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet (23 m). G. Use 10 AWG conductors for 20 ampere, 277 volt branch circuits longer than 200 feet (61 m). H. Pull all conductors into raceway at same time. I. Use suitable wire pulling lubricant for building wire 4 AWG and larger. J. Protect exposed cable from damage. K. Support cables above accessible ceiling, using spring metal clips or plastic cable ties to support cables from structure. Do not rest cable on ceiling panels. L. Use suitable cable fittings and connectors. M. Neatly train and lace wiring inside boxes, equipment, and panelboards. N. Clean conductor surfaces before installing lugs and connectors. O. Make splices.taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. CONDUCTORS 16120-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade P. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. Q. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. R. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and larger. 3.4 INTERFACE WITH OTHER PRODUCTS A. Identify each conductor with its circuit number or other designation indicated on Drawings. 3.5 FIELD QUALITY CONTROL A. Inspect wire and cable for physical damage and proper connection. B. Measure tightness of bolted connections and compare torque measurements with manufacturer's recommended values. C. Verify continuity of each branch circuit conductor. END OF SECTION CONDUCTORS 16120-3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16170 DISCONNECTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Fusible switches. B. Nonfusible switches. C. Fuses. 1.2 RELATED SECTIONS A. Section 16010 - General Electrical Provisions. B. Section 16190 - Support Devices C. Section 16450 - Grounding. 1.3 REFERENCES A. NEMA KS 1 - Enclosed Switches. B. UL 198C - High-Interrupting Capacity Fuses; Current Limiting Type. C. UL 198E-Class R Fuses. 1.4 EXTRA MATERIALS A. Provide three of each size and type fuse installed. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. General Electric. B. Cutler Hammer C. Square "D" 2.2 ENCLOSED SWITCHES A. Fusible Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. Fuse clips: Designed to accommodate Class R fuses. DISCONNECTS 16170-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. Nonfusible Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. C. Enclosures: NEMAKS1. 1. Interior Dry Locations: Type 1. 2. Exterior, Wet, or Exposed To Weather Locations: Type 3R. 2.3 FUSES A. Manufacturers: 1. Gould-Shawmut. 2. Bussman. 3. Littlefuse. B. Description: Dual element, current limiting, time delay, one-time fuse, 600 volt, UL198E, Class RK 5. C. Interrupting Rating: 200,000 rms amperes. PART 3 - EXECUTION 3.1 INSTALLATION A. Install disconnect switches where indicated. B. Install fuses in fusible disconnect switches. C. Provide adhesive label on inside door of each switch indicating UL fuse class and size for replacement. END OF SECTION DISCONNECTS 16170-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16180 FUSES PART1 -GENERAL 1.1 SECTION INCLUDES A. Fuses. B. Spare fuse cabinet. 1.2 RELATED SECTIONS A. Section 16010 - General Electrical Provisions. B. Section 1 61 90 - Support Devices. 1.3 REFERENCES A. NEMA FU 1 - Low Voltage Cartridge Fuses. 1.4 SUBMITTALS A. Product Data: Provide data sheets showing electrical characteristics including time-current curves. 1.5 MAINTENANCE MATERIALS A. Provide two fuse pullers. 1.6 EXTRA MATERIALS A. Provide three of each size and type fuse installed. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Gould-Shawmut. B. Bussmann. C. Littlefuse. 2.2 FUSE REQUIREMENTS A. Dimensions and Performance: NEMA FU 1, Class as specified or indicated. B. Voltage: Provide fuses with voltage rating suitable for circuit phase-to-phase volta9e- FUSES 16180-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade C. Main Service Switches Larger than 600 amperes: Class L (time delay). D. Power Load Feeder Switches Larger than 600 amperes: Class L (time delay). E. Power Load Feeder Switches: Class RK5. F. Motor Load Feeder Switches: Class RK5. G. Motor Branch Circuits: Class RK5. H. Lighting Load Feeder Switches Larger than 600 amperes: Class L. 2.3 SPARE FUSE CABINET A. Description: Wall-mounted sheet metal cabinet, suitably sized to store spare fuses and fuse pullers specified. B. Doors: Hinged, with hasp for Owner's padlock. PART 3 - EXECUTION 3.1 INSTALLATION A. Install fuses in accordance with manufacturer's instructions. B. Install fuse with label oriented such that manufacturer, type, and size are easily read. C. Install spare fuse cabinet per owner's instruction. END OF SECTION FUSES 16180-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16190 SUPPORT DEVICES AND SEISMIC RESTRAINTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.2 RELATED SECTIONS A. Section 16010 - General Electrical Provisions. 1.3 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Conform to SMACNA - Guideline for seismic restraints of Mechanical Systems. PART 2 - PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners, supports and seismic restraints to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors. 2. Steel Structural Elements: Use beam clamps, steel ramset fasteners and welded fasteners. 3. Concrete Surfaces: Use expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle bolts and hollow wall fasteners. 5. Solid Masonry Walls: Use expansion anchors. 6. Sheet Metal: Use sheet metal screws. 7. Wood Elements: Use wood screws. 2.2 STEEL CHANNEL A. Description: Galvanized steel. SUPPORT DEVICES AND SEISMIC RESTRAINTS 16190 - 1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Do not use spring steel clips and clamps. E. Do not use powder-actuated anchors. F. Do not drill or cut structural members. G. Fabricate supports from structural steel or steel channel. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength, flexibility and/or and rigidity. Use spring lock washers under all nuts. H. Install surface-mounted cabinets and panelboards with minimum of four anchors. I. In wet and damp locations use steel channel supports to stand cabinets and panelboards one inch off wall. J. Use sheet metal channel to bridge studs above and below cabinets and panelboards recessed in hollow partitions. K. Use neoprene, vibration isolators and seismic restraints where required. END OF SECTION SUPPORT DEVICES AND SEISMIC RESTRAINTS 16190 - 2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16195 ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. C. Conduit markers. D. Conduit color coding. E. Panelboard directories. 1.2 RELATED SECTIONS A. Section 16010 - General Electrical Provisions. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Type NP Nameplates: Engraved three-layer laminated plastic with black letters on white background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets. C. Letter Size: 1. Use 1/8 inch (3 mm) letters for identifying individual equipment and loads. 2. Use 1/4 inch (6 mm) letters for identifying grouped equipment and loads. 2.2 LEGEND PLATES A. Type LP: Die-stamped metal legend plate with mounting hole and positioning key. B. Paint-fill engraved characters. 2.3 WIRE AND TERMINAL MARKERS A. Self-adhering, pre-printed, self-laminating vinyl wrap-around strips. B. Locations: Each conductor at panelboard gutters, pull boxes, outlet and junction boxes, and each load connection. ELECTRICAL IDENTIFICATION 16195-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. 2. Control Circuits: Control wire number indicated on schematic and interconnection diagrams on drawings. 2.4 CONDUIT MARKERS A. Description: High performance snap-on or pressure sensitive pre-coiled, preprinted suitable for indoor and outdoor conditions. B. Location: Furnish markers for each conduit longer than 10 feet. C. Spacing: 20 feet on center. D. Color: 1. 480 Volt System: Yellow. 2. 208 Volt System: Green. 3. Fire Alarm System: Red. 4. Telephone System: Brown. 5. Data System: Blue. E. Legend: 1. 480 Volt System: 480V. 2. 208 Volt System: 208 V. 3. Fire Alarm System: FA. 4. Telephone System: TEL. 5. Data System: DATA. PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 INSTALLATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using two screws or adhesive. C. Secure nameplate to inside surface of recessed panelboard doors in finished locations. 3.3 WIRE IDENTIFICATION A. Provide wire markers on each conductor in panelboard gutters, pull boxes, outlet and junction boxes, and at load connection. Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on equipment manufacturer's shop drawings for control wiring. ELECTRICAL IDENTIFICATION 16195-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. Provide conductor phase color coding as per Section 16120. 3.4 NAMEPLATING ENGRAVING A. Provide type "NP" nameplates of minimum letter height as noted below. 1. Panelboards, Switchboards and Motor Control Centers: 1/4-inch to identify equipment designation. 1/8-inch to identify voltage rating and source. 2. Individual Circuit Breakers, Switches and Motor Starters in Panelboards, Switchboards, and Motor Control Centers: 1/8-inch to identify circuit and load served, including location. 3. Individual Circuit Breakers, Enclosed Switches, and Motor Starters: 1/8- inch to identify load served. 4. Transformers: 1/4-inch to identify equipment designation. 1/8-inch to identify primary and secondary voltages, primary source, and secondary load and location. 5. Equipment Cabinets, Terminal Cabinets, Control Panels and other Cabinets enclosing apparatus: 3/8-inch to identify equipment and designation. B. Provide type "LP" metal legend plates for attachment to panel mounted operator's devices such as pilot lights, push buttons, selector switches, etc. 3.5 CONDUIT COLOR CODING SCHEDULE A. Coordinate color of paint with Section 09900 - Painting to identify conduit by system. B. Fire Alarm System: Red. 3.6 PANELBOARD DIRECTORIES A. Provide typewritten directories arranged in numerical order showing number of room in which each device served by each panelboard circuit is located. B. Verify room numbers to be used with Owner. Room number will not necessarily be those used on the Drawings. C. Mount directories in a 6 inch by 8 inch metal frame under a clear plastic cover inside each panelboard door. END OF SECTION ELECTRICAL IDENTIFICATION 16195 - 3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16450 GROUNDING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.2 RELATED SECTIONS A. Section 16010 - General Electrical Provisions. 1.3 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. 1.4 SUBMITTALS A. Product Data: Provide data for grounding electrodes and connections. B. Test Reports: Indicate overall resistance to ground. C. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation and installation of exothermic connectors. 1.5 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of grounding electrodes. 1.6 GROUNDING ELECTRODE SYSTEM A. Metal underground water pipe. B. Metal frame of the building. C. Concrete-encased electrode. D. Ground ring. E. Rod electrode. 1.7 PERFORMANCE REQUIREMENTS A. Grounding System Resistance: 5 ohms maximum. GROUNDING 16450-1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade PART 2 - PRODUCTS 2.1 ROD ELECTRODE A. Material: Copper. B. Diameter: 3/4 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Material: Bronze. 2.3 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. 2.4 GROUNDING WELL COMPONENTS A. Well Pipe: 8 inch diameter by 24 inch long clay tile pipe with belled end. B. Well Cover: Cast iron with legend "GROUND" embossed on cover. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Install Products in accordance with manufacturer's instructions. B. Install rod electrodes at locations indicated. Install additional rod electrodes as required to achieve specified resistance to ground. C. Provide grounding well pipe with cover at each rod location. Install well pipe top flush with finished grade. D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder circuit raceway. Terminate each end on suitable lug, bus, or bushing. 3.3 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. GROUNDING 16450-2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade B. Use suitable test instrument to measure resistance to ground of system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall- of-potential method. Provide the owner with one copy of the test results. END OF SECTION GROUNDING 16450 - 3 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade SECTION 16480 MOTOR CONTROL PART 1-GENERAL 1.1 SECTION INCLUDES A. Manual motor starters. B. Magnetic motor starters. C. Combination magnetic motor starters. 1.2 RELATED SECTIONS A. Section 16010 - General Electrical Provisions. B. Section 16190 - Support Devices. C. Section 16450 - Grounding. 1.3 REFERENCES A. NFPA 70 - National Electrical Code. B. UL 198C - High-Interrupting Capacity Fuses; Current Limiting Type. C. UL 198E-Class R Fuses. D. NECA "Standard of Installation," published by National Electrical Contractors Association. E. NEMA AB 1 - Molded Case Circuit Breakers. F. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. G. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. H. NEMA KS 1 - Enclosed Switches. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. B. Maintain one copy of each document on site. 1.5 EXTRA MATERIALS A. Provide three of each size and type fuse installed. MOTOR CONTROL 16480 - 1 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade PART 2 - PRODUCTS 2.1 MANUFACTURERS A. General Electric. B. Cutler - Hammer. C. Square "D". 2.2 MANUAL CONTROLLERS A. Fractional Horsepower Manual Controller: NEMAICS 2, AC general-purpose Class A manually operated, full-voltage controller for fractional horsepower induction motors, with thermal overload unit and toggle operator. B. Enclosure: NEMA ICS 6; Type 1. 2.3 AUTOMATIC CONTROLLERS A. Magnetic Motor Controllers: NEMA ICS 2, AC general-purpose Class A magnetic controller for induction motors rated in horsepower. B. Coil operating voltage: 120 volts, 60 Hertz. C. Overload Relay: NEMA ICS; melting alloy. 2.4 DISCONNECTS A. Combination Controllers: Combine motor controllers with fusible switch disconnect in common enclosure. PART 3 - EXECUTION 3.1 INSTALLATION A. Install enclosed controllers where indicated, in accordance with manufacturer's instructions. B. Install enclosed controllers plumb. C. Install fuses in fusible switches. D. Select and install overload heater elements in motor controllers to match installed motor characteristics. E. Provide neatly typed label inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. MOTOR CONTROL 16480 - 2 Carlsbad City Hall Project No. FAC 07-02 HVAC Upgrade 3.2 FIELD QUALITY CONTROL A. Inspect and test each enclosed controller to NEMA ICS 2. B. Correct any abnormal operating results. C. Provide one copy of the final test to the owner's representative. END OF SECTION MOTOR CONTROL 16480 - 3 HVAC UPGRADE AT CITY HALL FAC07-02 HAZARDOUS MATERIALS SURVEY A Hazardous Building Materials Survey dated March 20, 2007 by Winzler and Kelly Consulting Engineers was performed to evaluate the presence of asbestos containing materials and lead based paint conditions at the site in order to provide recommendations for engineering design. The data can be used to assist in bid preparation, but said data shall not be construed as a warranty of the hazardous materials conditions existing at the site. Contractor shall, therefore, satisfy himself with regard to all hazardous materials conditions that may affect Contract Work. Personal investigation by Contractor is mandatory. Contractor may perform hazardous materials testing on site prior to bid opening. Contact the Owner to arrange for access to site. Neither the information contained in the hazardous materials report nor that derived from maps, drawings, or from Owner, his agents or employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and requirements specified herein. Bidders are advised that removal, remediation and legal disposal of any identified hazardous materials that will be disturbed during the work are the responsibility of the Contractor. Removal, remediation and legal disposal are included in the lump sum bid item for HVAC Upgrade at City Hall and no other compensation shall be provided. LIMITED ASBESTOS SURVEY & LEAD TESTING REPORT in LJJ o Z LU O Project Site: Carlsbad City Hall Building (Rooftop Mechanical Room) 1200 Carlsbad Village Drive Carlsbad, California 92008 Prepared For: Dale A. Schuck City of Carlsbad, California 405 Oak Avenue Carlsbad, California 92008 CO Prepared By: WINZLER & KELLY CONSULTING ENGINEERS 4180 Ruffin Road, Suite 115 San Diego, California 92123 (858) 244-0440 Winzler & Kelly Project Number: 1038207005.77010 March 20,2007 CONSULTING ENGINEERS TABLE OF CONTENTS - ASBESTOS SURVEY AND LEAD TESTING REPORT SECTION 1 - EXECUTIVE SUMMARY SECTION 2 - MAIN BODY OF REPORT APPENDIX A - CERTIFICATIONS APPENDIX B - ASBESTOS SAMPLE LOCATION/LEAD TESTING ORIENTATION MAP APPENDIX C - ASBESTOS ANALYTICAL DATA (LABORATORY REPORT) APPENDIX D - XRF LEAD DATA TABLE SECTION 1 EXECUTIVE SUMMARY CONSULTING ENGINEERS CONSULTING ENGINEERS EXECUTIVE SUMMARY At the request of the City of Carlsbad Winzler & Kelly Consulting Engineers (Winzler & Kelly) performed a Limited Asbestos Survey and Lead Testing Services of the Rooftop Mechanical Room at the Carlsbad City Hall Building located at 1200 Carlsbad Village Drive, Carlsbad, California The survey was conducted to identify and sample suspect asbestos-containing materials (ACMs) and asbestos-containing construction materials (ACCMs) and to sample representative building components for the presence of lead-containing surface coatings, lead-based paints, and lead-bearing substances (LCSCs, LBPs, and LBSs). The results of the survey and testing indicate that hazardous building materials are present at the subject site building. The following table lists the hazardous materials within the subject building, including the location and the estimated total quantity of the hazardous materials. CARLSBAD CITY HALL BUILDING ROOFTOP MECHANICAL ROOM MATERIAL/COMPONENT DESCRIPTION LOCATION CONDITION ESTIMATED TOTAL QUANTITY (SF/LF/EA) Asbestos-containing Joint Compound Interior Walls Good 500 SF Asbestos-containing (<1%) Exterior Stucco Exterior Good 500 SF Notes: SF = square feel LF - linear feet EA = each NA = not applicable Asbestos-containing = 1% or greater of asbestos by Polarized Light Microscopy (PLM), as defined by USEPA Asbestos-containing «IW> = 0.1 % or greater but less than t% of asbestos by Polarized Light Microscopy (PLM), as defined by Cal/OSHA as asbestos-containing construction materials (ACCMs) At no time should the identified ACMs or ACCMs be drilled, cut, sanded, scraped or otherwise disturbed by untrained personnel. These materials should be removed prior to any activities which will impact these materials. Asbestos disturbance and/or removal operations must be conducted by a Cal/OSHA-registered and State licensed asbestos removal contractor. Disturbance and/or abatement operations should be performed under the direct observation of a California Certified Asbestos Consultant or Certified Site Surveillance Technician. Construction activities involving the potential for impacting ACMs should be conducted in accordance with the requirements of Title 8 of the California Code of Regulations, Section 1529 (8 CCR 1529). For abatement activities which will involve the removal of at least 160 square feet, 260 linear feet, or 35 cubic feet of identified friable ACMs and/or regulated ACMs, notification must be made to the San Diego Air Pollution Control District (SDAPCD). Notification to the SDAPCD must be accomplished ten working days prior to the initiation of such activities. Survey Report - Executive Summary Carlsbad City Hall Building, Rooftop Mechanical Room March 20, 2007 Pagel CONSULTING E N G N 6 E R S For abatement activities which will involve asbestos-related work of at least 100 square or linear feet, written notification must be made to the Cal/OSHA. Notification to the Cal/OSHA must be accomplished 24 hours prior to the initiation of such activities. Notification to employees and contractors working within the building should be made in accordance with the California Health and Safety Code, Section 25915 et.seq. and Proposition 65. At present there are no state or federal OSHA regulations dealing with mandatory removal following the identification of lead-containing materials prior to disturbance. However, in 1993 OSHA has promulgated legislation (29 CFR 1926.62 and 8 CCR 1532.1) entitled "Lead Exposure in the Construction Industry" which deals with worker exposure to lead. This legislation requires that any job which may potentially expose workers to any concentration of lead be monitored to determine workers eight-hour time weighted average (TWA) exposure to lead. Prior to conducting activities which may generate a lead exposure, subject workers must be properly fitted with respiratory protection and protective clothing until personal eight-hour TWA results reveal exposures within acceptable levels. It is the contractor's responsibly to confirm the hazardous material quantities present prior to initiating renovation or demolition activities at the subject building. Should materials similar to those identified in this report, or other forms of suspect hazardous materials be present or identified, maintenance personnel/contractors should be instructed to immediately cease work activities which may initiate a fiber release episode, and notify the appropriate management personnel. Report irlsbad by: j. Pitts Environmental Field Engineer Certified Asbestos Consultant #05-3852 DHS Lead Inspector/Assessor #15644 Jerry R.; Hazardous Material Division Manager Certified Asbestos Consultant #97-2324 DHS Lead Inspector/Assessor #5809 Survey Report - Executive Summary Carlsbad City Hall Building, Rooftop Mechanical Room March 20,2007 Page 2 SECTION 2 MAIN BODY OF REPORT CONSULTING ENC£(N££RS CONSULTING ENGINEERS INTRODUCTION At the request of the City of Carlsbad, Winzler & Kelly Consulting Engineers (Winzler & Kelly) performed a Limited Asbestos Survey and Lead Testing Services of the Rooftop Mechanical Room at the Carlsbad City Hall Building located at 1200 Carlsbad Village Drive, Carlsbad, California. The survey was conducted to identify and sample suspect asbestos-containing materials (ACMs) and asbestos- containing construction materials (ACCMs) and to sample representative building components for the presence of lead-containing surface coatings, lead-based paints, and lead-bearing substances (LCSCs, LBPs, and LBSs). The survey and testing was conducted on February 23 and 26,2007, by Mr. Steve Pitts, and Mr. Abel Reyes. Mr. Steve Pitts performed report preparation and Mr. Jerry Sherman performed report review. Mr. Jerry Sherman and Mr. Steve Pitts, are California Occupational Safety and Health Administration (Cal/OSHA)- Certified Asbestos Consultants. Mr. Jerry Sherman, Mr. Steve Pitts and Mr. Abel Reyes are California Department of Health Services (Cal/DHS)-Certified Lead-Related Inspector/Assessors. All members of the survey team are employees of Winzler & Kelly, and have received Hazardous Waste Operations and Emergency Response (HAZWOPER) training in accordance with Title 8 California Code of Regulations (CCR) 5194. Copies of certifications can be found in Appendix A of this document. Building Description The survey and testing was conducted at the City Hall Building located at 1200 Carlsbad Village Drive in the City of Carlsbad, California. The Limited Asbestos Survey and Lead Testing was conducted at the mechanical room on the rooftop of the Carlsbad City Hall Building for purposes of heating, ventilation, and air- conditioning (H VAC) upgrade. Samples were collected from suspect materials that may be impacted during the upgrade. METHODOLOGY Asbestos - Survey Methodology Suspect ACMs and ACCMs visual identification was performed by entering representative areas and assessing accessible structural, architectural, and mechanical components for the presence of suspect ACMs or ACCMs. Each suspect ACM or ACCM identified was sampled in accordance with sampling guidelines established by the United States Environmental Protection Agency (USEPA) and 8 CCR 1529. The following summarizes the sampling procedures utilized: 1. The location and total quantity of each ACM, ACCM, and presumed ACM (PACM) was tabulated. 2. These materials were then categorized into homogeneous materials. A homogeneous material is defined as being uniform in texture, color, and date of application. 3. A sampling scheme was developed based upon the location and quantity of the various homogeneous materials. 4. Bulk samples were collected by trained personnel using an appropriate sampling tool and a leak-tight Survey Report - Section 2 March 20,2007 Carlsbad City Hall Building, Rooftop Mechanical Room Page 1 CONSULTING ENGINEERS container. 5. Decontamination of bulk sampling tools to prevent the spread of secondary contamination to subsequent bulk samples. 6. Each bulk sample was individually numbered and recorded on a Bulk Sample Log. 7. A Chain-of-Custody Record was maintained and submitted with the samples to the laboratory. A representative drawing showing asbestos sample locations can be found in Appendix B of this document. Asbestos - Analytical Methodology All bulk samples were analyzed by AmeriSci of Los Angeles, California. AmeriSci is accredited by the National Voluntary Laboratory Accreditation Program (NVLAP), the National Institute of Standards and Technology (NIST) and is a successful participant in the Proficiency Analytical Testing (PAT) Program. Polarized Light Microscopy (PLM) All bulk samples were analyzed by Polarized Light Microscopy (PLM) utilizing dispersion staining techniques in accordance with the USEPA Method: "Method for the Determination of Asbestos in Bulk Building Materials U.S. EPA/600/R-93/116" dated July 1993, and adopted by the NVLAP, NVLAP TestMethod Code 18/A01, as affiliated with the NIST. Each sample was subjected to two microscopy examinations. The first examination was performed at 20X magnification using a stereo microscope equipped with an external illuminator. Each sample was examined for layering, homogeneity, and the presence of fibrous and non-fibrous materials. An estimate of the percentage for each sample component, relative to the entire sample volume, was made. When discrete strata are identified as a separate material, fibers are first identified and quantified by layer and then the results are combined to yield an estimate of total percent asbestos present. The second examination was performed at a range from of 100X to 400X magnification using a Polarized Light Microscope equipped with two polarizing filters to observe specific optical characteristics. The use of polarized light allows the determination of refractive indices along specific crystallographic axes. Morphology and color were also observed. A retardation plate was placed at a 45 degree angle between the cross polars to determine the sign of elongation using orthoscopic illumination. Orientation of the two filters such that their vibration planes were perpendicular allowed observation of the birefringence and extinction characteristics of anisotropic particles. Lead-Containing Surface Coatings. Lead-Based Paints, and Lead-Bearing Substances (LCSCs. LBPs. and LBSs) - Testing and Analytical Methodology Potential LCSCs, LBPs, and LBSs were identified via visual identification. The representative, suspect surface coatings were then measured on-site through the use of a NITON XL x-ray fluorescence (XRF) spectrum analyzer, in accordance with the requirements of the manufacturer's performance characteristics sheet (PCS) Survey Report - Section 2 March 20,2007 Carlsbad City Hall Building, Rooftop Mechanical Room Page 2 CONSULTING ENGINEERS for this instrument. For purposes of this survey, and in accordance with Title 8 of the California Code of Regulations, Section 1532.1 (8 CCR 1532.1) and Title 17 of the California Code of Regulations, Section 35001 et. seq., the XRF measurement data results were interpreted as follows: 1. Positive results (LBPs/LBSs present) were determined when analytical results revealed a lead concentration of 1.00 milligrams per square centimeter (mg/cm2) or greater, equivalent to 5,000 parts per million (ppm) or greater. 2. Positive results (LCSCs present) were determined when analytical results revealed a lead concentration of 0.10 mg/cm2 or greater, up to 1.00 mg/cm2. 3. Negative results (LCSCs not present) were determined when analytical results revealed a lead concentration of less than 0.10 mg/cm2, which is below the analytical sensitivity of the XRF measurement methodology. RESULTS Limited Asbestos Survey A total of 14 bulk samples for the determination of asbestos content were collected from the subject site building on February 23 and 26 2007. Based on the results of the limited asbestos survey of the subject building and laboratory analytical results, the following materials are considered to be ACMs. as defined by USEPA, and found to contain detectable concentrations ofl%OR GREATER OF ASBESTOS (locations, conditions, and estimated total quantity of materials are found in the Executive Summary): Mechanical Room on Roof; 1, Joint Compound Based on the results of the limited asbestos survey of the subject building, the following materials are considered to be ACCMs. as defined by Cal/OSHA, and found to contain detectable concentrations of 0.1% OR GREATER, BUT LESS THAN 1% OF ASBESTOS (locations, conditions, and estimated total quantity of materials are found in the Executive Summary): Mechanical Room on Roof; 1. Exterior Stucco The individual bulk sampling results and the materials suspected to be asbestos and determined not to contain detectable concentrations of asbestos can be found in the AmeriSci laboratory reports, which are located within Appendix C of this document. Lead Testing Services A total of 39 XRF measurements for the determination of lead content were collected from the subject site on Survey Report - Section 2 March 20,2007 Carlsbad City Hall Building, Rooftop Mechanical Room Page 3 CONSULTING ENGINEERS February 23, 2007. The analytical results for this testing indicate that the components and respective surface coatings did not have lead concentrations defining them as LBPs, in accordance with Title 17 of the California Code of Regulations, Section 35001 et. Seq., LBSs or LCSCs. A lead testing orientation map can be found in Appendix B of this document. Individual XRF measurement results can be found in Appendix D of this document. CONCLUSIONS/RECOMMENDATIONS Limited Asbestos Survey The results of the limited asbestos survey indicate that ACMs and ACCMs are present at the Rooftop Mechanical room of the Carlsbad City Hall Building. At no time should the identified ACMs or ACCMs be drilled, cut, sanded, scraped or otherwise disturbed by untrained personnel. These materials should be removed prior to any activities which will impact these materials. Asbestos disturbance and/or removal operations must be conducted by a Cal/OSHA-registered and State licensed asbestos removal contractor. Disturbance and/or abatement operations should be performed under the direct observation of a California Certified Asbestos Consultant or Certified Site Surveillance Technician. Construction activities involving the potential for impacting ACMs should be conducted in accordance with the requirements of Title 8 of the California Code of Regulations, Section 1529 (8 CCR 1529). For abatement activities which will involve the removal of at least 160 square feet, 260 linear feet, or 35 cubic feet of identified friable ACMs and/or regulated ACMs, notification must be made to the San Diego Air Pollution Control District (SDAPCD). Notification to the SDAPCD must be accomplished ten working days prior to the initiation of such activities. For abatement activities which will involve asbestos-related work of at least 100 square or linear feet, written notification must be made to the Cal/OSHA. Notification to the Cal/OSHA must be accomplished 24 hours prior to the initiation of such activities. Notification to employees and contractors working within the building should be made in accordance with the California Health and Safety Code, Section 25915 et.seq. and Proposition 65. It is the contractor's responsibly to confirm the ACM and ACCM quantities present prior to initiating renovation or demolition activities at the subject building. Should materials similar to those identified in this report, or other forms of suspect ACMs or ACCMs be present or identified, maintenance personnel/contractors should be instructed to immediately cease work activities which may initiate a fiber release episode, and notify the appropriate management personnel. Lead Testing Services The lead testing services revealed that building components with coatings defining them as LBPs, LBSs and LCSCs are not present at the rooftop mechanical room. Survey Report - Section 2 March 20, 2007 Carlsbad City Hall Building, Rooftop Mechanical Room Page 4 CONSULTING ENGINEERS It is the contractor's responsibly to confirm the hazardous material quantities present prior to initiating renovation or demolition activities at the subject building. Should materials similar to those identified in this report, or other forms of suspect hazardous materials be present or identified, maintenance personnel/contractors should be instructed to immediately cease work activities which may initiate a fiber release episode, and notify the appropriate management personnel. Survey Report - Section 2 March 20,2007 Carlsbad City Hall Building, Rooftop Mechanical Room Page 5 APPENDIX A CERTIFICATIONS CONSULTING ENGINEERS o State of California Division of Occupational Safety and Health Certified Asbestos Consultant Jerry Robert Sherman Name 97-2324Certification No— ^ . OMftftBExpires on •:y This cotifcaton was issued by he Division of Occupation*! Safely and Health as autoiized by Secfoos 7180 elseq.ol the Business and Professions Code State of California Department of Health Services Lead-Related Certificate EyaifaUon Construction Type Date Certificate STATE OF CALIFORNIA Arnold Schwarzenegger, Governor DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF OCCUPATIONAL SAFETY AND HEALTH ASBESTOS CONSULTANT and TRAINER APPROVAL UNIT 2211 Park Towne Circle, Suite 1 Sacramento, CA 95825 Tel: (916) 574-2993 Fax: (916) 483-0572 O 508173852C Steve G Pitts 1131 MoanaDr San Diego 282 July 31,2006 CA 92107 Dear Certified Asbestos Consultant or Technician: Enclosed is your certification card. To maintain your certification, please abide by the rules printed on the back of the certification card. Your certification is valid for a period of one year. If you wish to renew your certification, you must apply for renewal at least 60 days before the expiration date shown on your card. [8 CCR 341.15(h)(1)]. Please hold and do not send copies of your required AHERA refresher renewal certificates to our offiqe until you apply for renewal of your certification. Please inform our office at the above address, fax number or actu@dir.ca.aov of any changes in your contact/mailing information within 15 days of the change. Sincerely, Jeff Ferrell Senior Industrial Hygienist JF/ms Attachment: Certification Card cc: File (Renewal - Card Attached Revised 10/13/05) State of California Division of Occupational Safety and Health Certified Asbestos Consultant Steve G Pitts Sections 7180 el wq.ollfoBusiwss.ndProtessonsCode State of CaPfomte Department of Health Services Lewt-RelMed Construction State of California Department of Health Services Lead-Related Certificate Expiration Construction- Type . Pate Certificate i. inspector/Assessor 09/24/2007 : Conditions of Certification i This individual meets the requirements of the State of California. ' Department of Health Services (DHS). to perform lead-related I construction. DHS may suspend or revoke certification for: 1. any false statement in the application (for certification); 2. violations of relevant local, state or federal statutes or regulations; 3. misrepresentation, failure to disclose relevant facts, fraud, or issuance'by mistake; or 4. faiure to comply with ariy relevant regulation or order of the Department. This certificate was issued by the Department of Health Service; as authorized by 17 OCR 35001 et seq.. and is non-transferable. 510-622-5000 O5O7285 . APPENDIX B ASBESTOS SAMPLE LOCATION/LEAD TESTING ORIENTATION MAP CONSULTING ENGINEERS CONSULTI NG ENGI NEERS BY: PITTS/REYES REPORT DATE: 02/23/07 CLIENT: CITY OF CARLSBAD SUBJECT: ASBESTOS SAMPLE LOCATION/LEAD TESTING ORIENTATION MAP LOCATION: CARLSBAD CITY HALL 4180 RUFFIN ROAD SUITE 115 SAN DIEGO, CALIFORNIA 92123 PH (858) 244-0440 FAX (858) 244-0441 JOB No. 1038207005.77010 SHEET No. 1 of 1 NOTE: LOCATIONS AND DIRECTIONS ARE APPROXIMATE LEGEND: XXX APPROXIMATE LOCATION OF ASBESTOS ROOF SAMPLE APPROXIMATE LOCATION OF SAMPLE ANALYZED FOR ASBESTOS SIDE A- LEAD TESTING ORIENTATION SIDE C NOT TO SCALE 00 UJQ CO \r EDGE OF ROOF UPPER CHILLER RM 08 04 14' S \ r 07 r05 EDGE OF ROOF SIDE A | ROOF ACCESS APPENDIX C ASBESTOS ANALYTICAL DATA (LABORATORY REPORT) CONSULTING ^•*"~ • ^ AmeriSci Los Angeles y» ' £N 24416 SOUTH MAIN STREET-SUITE 308 A\MERI OC/ CARSON, CA 90745 / • TEL: (310)834-4868* FAX: (310) 834-4772. '-. ..^ March 6,2007 Winzler & Kelly Consulting Engineers / San Di Attn: Steve Reese 4180 Ruff in Road Suite 115 San Diego, CA 92123 RE: Winzler & Kelly Consulting Engineers / San Di Job Number 907021756 P.O. # 1038207005.77010 1038207005.77010; City of Carlsbad; City Hall- HVAC upgrade (Report Amended 3/6/2007) Dear Steve Reese: Enclosed are the results for polarized light microscopy analysis (PLM) of the following Winzler & Kelly Consulting Engineers / San Di samples received at AmeriSci on Tuesday, February 27,2007, for a 3 day turnaround: 001,002, 003.004,005, 006, 007,008, 009,010,011, 012,013.014 The 14 samples contained in Zipfock Bags were shipped to AmeriSci via Federal Express. These samples were prepared and analyzed according to the EPA Interim Method (EPA 600/M4-82-020 per 40 CFR 763. subpt F, App. A). The samples were evaluated for homogeneity by low power stereomicroscopy. Asbestos fibers were identified by PLM and dispersion staining through the determination of the required optical properties including: morphology, color, pleochroism, refractive indices, birefringence, extinction and sign of elongation. The required analytical information, analysis results, analyst signature and laboratory identification is contained in the Analyst's Report. This report relates ONLY to the sample analysis expressed as percent asbestos. AmeriSci assumes no responsibility for customer supplied data such as "sample type", "location", or "area sampled". This report must not be used to claim product endorsement by AmeriSci, NVLAP or any agency of the U. S. Government The National Institute of Standards and Technology Accreditation requirements mandate that this report must not be reproduced, except in full without the written approval of the laboratory. This report may contain specific data not covered by NVLAP or ELAP accreditations respectively, if so identified in relevant footnotes. AmeriSci appreciates this opportunity to serve your organization. Please contact us for any further assistance or with any questions. Sincerely, Mary S. David Client Services Manager Boston • Los Angelas > New York • Richmond / AMERlSci AmeriSci Los Angeles 24416 S. Main Street, Ste 308 Carson, California 90745 TEL: (310) 834-4868 • FAX: (310) 834-4772 PLM Bulk Asbestos Report Winzler & Kelly Consulting Engineers / San Di Attn: Steve Reese 4180 Ruffin Road Suite 115 San Dieqo, CA 92123 Date Received 02/27/07 Date Examined 03/02/07 AmeriSci Job No. 907021756 P.O.tf 1038207005.77010 Page 1 of 4 RE 1038207005.77010; City of Carlsbad; City Hall-HVAC upgrade (Report Amended 3/6/2007) Client No. / HGA Lab No. Asbestos Present 001 907021756-01 No Location: Heater Rm / 6"TSI Pipe Run / Wht Cover W/Fiberglass Description: Yellow, Heterogeneous. Fibrous, Bulk Material Asbestos Types: Other Material: Cellulose 5 %, Fibrous glass 90 %, Non-fibrous 5 % 002 907021756-02 No Location: Heater Rm / 4"TSl Pipe Run / Wht Cover W/Fiberglass Description: Yellow, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Fibrous glass 95 %, Non-fibrous 5 % Total % Asbestos NAD (byCVES) by Raymundo Orozco on 03/02/07 NAD (byCVES) by Raymundo Orozco on 03/02/07 003 907021756-03 No Location: Heater Rm / 4"Elbow TSI / Wht/Yellow Description: Yellow, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Fibrous glass 70 %, Non-fibrous 30 % NAD (by CVES) by Raymundo Orozco on 03/02/07 004 907021756-04 Location: Heater Rm / 6"Elbow TSI / Wht/Pink No Description: Yellow, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Fibrous glass 70 %, Non-fibrous 30 % NAD (byCVES) by Raymundo Orozco on 03/02/07 005 907021756-05 Location: Chiller Rm / 8"Pipe Run TSI / Wht No Description: Yellow/ Beige, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Fibrous glass 90 %, Non-fibrous 10 % NAD (byCVES) by Raymundo Orozco on 03/02/07. See Reporting notes on last page AmeriSci Job #: 907021756 Client Name: Winzler & Kelly Consulting Engineers / San Di of PLM Bulk Asbestos Report 1038207005.77010; City of Carlsbad; City Hall-HVAC upgrade (Report Amended 3/6/2007) Client No. / HGA Lab No. Asbestos Present 006 907021756-06 No Location: Chiller Rm / 10"Pipe Run TSI / Wht Description: Yellow, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Fibrous glass SO %, Non-fibrous 10 % 007 907021756-07 Location: Chiller Rm / 8"Elbow TSI / Wht No Description: Beige/Pink, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Fibrous glass 70 %, Non-fibrous 30 % Total % Asbestos NAD (by CVES) by Raymundo Orozco on 03/02/07 NAD (by CVES) by Raymundo Orozco on 03/02/07 008 907021756-08 Location: Chiller Rm / 4" Pipe Run TSI / Wht Description: Beige, Homogeneous, Non-Fibrous, Bulk Material Asbestos Types: Other Material: Cellulose 5 %, Fibrous glass 85 %, Non-fibrous 10 % NAD (by CVES} by Raymundo Orozco on 03/02/07 009 907021756-09 Location: Chiller Rm / 4"Elbow TSI / Wht Description: White, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Cellulose 5 %, Fibrous glass 85 %, Non-fibrous 10 % NAD (by CVES) by Raymundo Orozco on 03/02/07 010 907021756-10.1 Location: Mech Rm / Drywall/Tape & Mud / Wht Description: Beige/Brown, Heterogeneous, Fibrous, Drywall Asbestos Types: Other Material: Cellulose 15 %. Non-fibrous 85 % NAD (by CVES) by Raymundo Orozco on 03/02/07 010 907021756-10.2 Location: Mech Rm / Drywall/Tape & Mud / Wht Ves Description: Beige, Homogeneous, Non-Fibrous, Joint Compound Asbestos Types: Chrysotile 2.0 % Other Material: Non-fibrous 98 % 2% (by CVES) by Raymundo Orozco on 03/02/07 See Reporting notes on last page AmeriSci Job #: 907021756 Client Name: Winzier & Kelly Consulting Engineers / San Di Page 3 of PLM Bulk Asbestos Report 1038207005.77010; City of Carlsbad; City Hall-HVAC upgrade (Report Amended 3/6/2007) Asbestos PresentClient No. / HGA Lab No. 010 907021756-10.3 Location: Mech Rm / Drywall/Tape & Mud / Wht Description: Beige/Brown, Heterogeneous, Fibrous, Drywal! / Joint Compound Asbestos Types: Chrysotile <1 . % Other Material: Cellulose 10 %, Non-fibrous 90 % 011 907021756-11 Yes Location: Ext Mech Run #1 / Ext Stucco / Yellow Description: Grey, Heterogeneous, Non-Fibrous, Cementitious, Bulk Material Asbestos Types; Chrysotile <1. % Other Material: Non-fibrous 100 % 012 907021756-12 Wo Location: Ext Mech Rm #21 Ext Stucco / Yellow Description: Grey, Heterogeneous, Non-Fibrous, Cementitious, Bulk Material Asbestos Types: Other Material: Non-fibrous 100 % 013 907021756-13 No Location: Roof Mech Rm #1 / Roofing Core / Bik Description: Black, Heterogeneous, Fibrous, Bulk Material Asbestos Types: Other Material: Cellulose 10 %, Fibrous glass 15 %, Non-fibrous 75 % Total % Asbestos Trace <<1 %) (byCVES) by Raymundo Orozco on 03/02/07 Trace (<1 %) (byCVES) by Raymundo Orozco on 03/02/07 NAD (byCVES) by Raymundo Orozco on 03/02/07 NAD (byCVES) by Raymundo Orozco on 03/02/07 014 907021756-14 Location: Roof Mech Rm #1 / Vent Duct Sealant / Gray Description: Grey, Homogeneous, Non-Fibrous, Bulk Material Asbestos Types: Other Material: Non-fibrous 100 % NAD (byCVES) by Raymundo Orozco on 03/02/07 See Reporting notes on last page AmeriSci Job #: 907021756 Client Name: Winzler & Kelly Consulting Engineers / San Di Page of PLM Bulk Asbestos Report 1038207005.77010; City of Carlsbad; City Hall-HVAC upgrade (Report Amended 3/6/2007) Client No. / HGA Reporting Notes: Lab No.Asbestos Present Total % Asbestos _; Date Analyzed: 3/2/2007JL i Limit <1 %; Reporting Limits: CVES = 1 %, 400 Pt Ct • Analyzed By: Raymundo Orozco . __ _ _ _ *NAD = no asbestos detected: Detefllon Limit <1 %; Reporting Limits: CVES = 1 %, 400 Pt Ct - 0.25%, lf>00 Pt Ct = 0.1%; NA . not analyzed; MA/PS - not analyzed / positive stop; PLM (polarized light microscopy) Bulk Asbestos Analysis by EPA 6QO/M4-82-020 per 40 CFR 763 (NVLAP Lab #200346-0, CA ELAP lab #2322); Note: PLM is not consistently reliable in detecting asbestos in floor coverings and similar NOB materials. TEM is currently the only method that can be used to determine if this material can becgo^dered or treated as non-asbestos-containing in New York State (also see EPA Advisory for floor tile. FR 59, 146, 3897Q<87T794). NJST Accreditation requirements mandate that this report must not be reproduced except in full with the approvalf the laboratory. ThisAw rapeft relates ONLY to the items tested. . O7 Asbestos Bulk Sample Log x^CONSULTINO ENOPTEERS^ 00^001 1 Kft 7 WO Rmffin Road, Suite US ^\ 9 0 7 U 2 17 56 V SanDiego.CA92i23 3- \v>_ . ____^X^ E. Miraloma Avenue Anaheim, CA 92806 Client:Date:. a Is Project Number: IO3&& 6^5 > Analytical Method: ( PLM/ Turnaround Time: Sample Receiver: Winzler & Kelly Consulting Engineers - CHAIN ORGUSTODY: Titli Inclusive Dates Title IndusiveDates Signature Title IndusiveDates Page Asbestos Bulk Sample Log CONSULTING 3531 E. Mirdloma Avenue Anaheim, CA 92806 907021756 4180 Rtffin Road, Suite 115 SanDieeo,Ql92123 C'\ Ll Date;03 Collected By:_\ \Tft Protect Kumfaer; <&or SST No; cc<> fllM Analytical Method: / fLlA) Turnaround Time: Sample Receiver: Winzler & Kelly Consulting Engineers - CHAINOTCUSTODY: Same Day 24hr Signature InclusiveDates Title InclusiveDates gnaturc Title InclusiveDates 0 O^xof_fZL APPENDIX D XRF LEAD DATA TABLE CONSULTING WINZLER AND KELLY CONSULTING ENGINEERS XRF LEAD DATA TABLE CARLSBAD CITY HALL Reading No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 Notes: COMPONENT BEAM BEAM BEAM BEAM BEAM BEAM BEAM WALL WALL WALL WALL DOOR DOOR DOOR DOOR VENT_wall VENT_wall VENT wall VENT_wall DOOR DOOR DOOR DOOR WALL WALL WALL WALL WALL WALL WALL WALL SUBSTRATE METAL METAL METAL METAL METAL METAL METAL DRYWALL DRYWALL DRYWALL DRYWALL WOOD WOOD WOOD WOOD METAL METAL METAL METAL METAL METAL METAL METAL DRYWALL DRYWALL DRYWALL DRYWALL DRYWALL DRYWALL DRYWALL DRYWALL CONDITION POOR POOR POOR POOR POOR POOR POOR POOR POOR POOR POOR POOR POOR POOR POOR INTACT INTACT INTACT INTACT INTACT INTACT INTACT INTACT POOR POOR POOR POOR INTACT INTACT INTACT INTACT SIDE CALIBRATE CALIBRATE CALIBRATE 0 0 0 0 0 0 0c c D D D D D ,D B B A A A A D D D D C C B C C B CALIBRATE CALIBRATE CALIBRATE CALIBRATE CALiBRATE COLOR GRAY GRAY GRAY GRAY GRAY GRAY GRAY WHITE WHITE WHITE WHITE WHITE WHITE WHITE WHITE WHITE WHITE WHITE WHITE rust rust rust rust WHITE WHITE WHITE WHITE WHITE WHITE WHITE WHITE SITE carlsbad carisbad carlsbad carlsbad city hall carlsoad city hall carlsbad city hail carlsbad city hall carlsbad city hall carlsbad city hall carisbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hail carlsbad city hall carlsbad city hall carisbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hall carlsbad city hail carlsbad city hail carlsbad city hail ROOM upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper chiller upper heater upper heater upper heater upper heater upper heater upper heater upper heater upper heater lower chiier lower chiier lower chiier lower chiier FLOOR int int int int int int int int int int int int int int int ext ext ext ext int int int int int int int int int int int int Results Positive Null Positive Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Negative Positive Positive Positive Positive Positive Lead (mg/cm2) 1.1 1 1.1 0 0 0 0 0 0 0 0 0 0 0 0.04 0.01 0.01 0.07 0 0.01 0 0 0 0 0 0 0 0.02 0.01 0 0 0 0.03 0 1.11 1.1 11.1 XRF - X-ray fluorescence spectrum analyzer mg/cm2 - milligrams per square centimeter LCSC - Lead-Containing Surface Coating (8 LBP - Lead-Based Paint (17 CCR 35001 et. CCR 1532.1) lead present from 0.10 to 0.99 mg/cm2 seq.), lead is present at 1 .00 mg/cm2or greater