Loading...
HomeMy WebLinkAboutNEWest Construction Co Inc; 2018-09-28; PWS18-139UTILDocuSign Envelope ID: 80C64D08-5F76-4BE5-B025-01CA10DD5A3FProject: 3840-12, Lift Station Generator Replacements Change Order No. 03 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 03 PROJECT: 3840-12, Lift Station Generator Replacements CONTRACT NO. 3840-12 P.O. NO. P136627 ACCOUNT NO. 515 7000 9060 38401 9066 CONTRACTOR: NEWest Construction Company, Inc. ADDRESS: 9235 Trade Place, Suite A San Diego, CA 92126 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Item 4: Item 5: Install fuel line sensors at Batiquitos Lift Station per quote received from Shields, Harper & Co. plus related peripheral equipment. (PCO 6.1) Increase to contract cost. ................................................................. $10,886.00 Delete wall thimble at Knots Lane Lift Station; Contractor to use existing wall thimble. (PCO 7) Decrease to contract cost. .................................................................. ($674.00) Repair two existing damaged conduits at Batiquitos Lift Station. (PCO 8) Increase to contract cost. .................................................................... $1,679.00 Replace conduit in floor slab at Batiquitos Lift Station to re-feed receptacles in generator room. (PCO 9) Increase to contract cost. .................................................................... $1,071.00 Demo thicker floor at Batiquitos Lift station. (PCO 10) Increase to contract cost. .................................................................... $7,471.00 DocuSign Envelope ID: 80C64D08-5F76-4BE5-B025-01CA10DD5A3FProject: 3840-12, Lift Station Generator Replacements Change Order No. 03 Item 6: Item 7: Item 8: Item 9: Add 3/4" conduit to radiator panel at Batiquitos Lift Station. (PCO 11) Increase to contract cost ..................................................................... $2,010.00 Add vent pipe extension per city building inspector direction. (PCO 12) Increase to contract cost. ...................................................................... $687.00 Add 3/4" conduit from new radiator to new generator at Batiquitos Lift Station for radiator sensor. (PCO 13) Increase to contract cost ..................................................................... $5,451.00 Add additional pour for 12" thick concrete floor repair at Batiquitos Lift Station. (PCO 14) Increase to contract cost. ................................................................... $1, 180.00 Item 10: Add 1 /2" copper line between Batiquitos Lift Station new generator and new radiator. (PCO 15) Increase to contract cost. ..................................................................... $875.00 Item 11: Add emergency backup generator rental as directed by City. (PCO 16) Increase to contract cost. .................................................................... $3,747.00 TOTAL INCREASE TO CONTRACT COST .................................................... $34,383.00 THIS SPACE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 80C64D08-5F76-4BE5-B025-01CA10DD5A3F6/4/20206/15/20206/15/20206/15/20206/17/20206/18/2020Project: 3840-12, Lift Station Generator Replacements Change Order No. 03 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY TWENTY-SEVEN (27) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: APPROVED BY: MUNICIPAL PROJECTS MANAGER (DATE) ENGINEERING MANAGER (DATE) FINANCE DIRECTOR (DATE) DEPUTY CITY MANAGER (DATE) CITY MANAGER (DATE) APPROVED AS TO FORM: CITY ATTORNEY (DATE) DISTRIBUTION: RECORDS MANAGEMENT (ORIGINAL), PURCHASING CONTRACTOR Project: 3840-12, Lift Station Generator Replacements Change Order No. 02 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 02 PROJECT: 3840-12, Lift Station Generator Replacements CONTRACT NO. 3840-12 ACCOUNT NO. 515 7000 9060 38401 9066 CONTRACTOR: NEWest Construction Company, Inc. ADDRESS: 9235 Trade Place, Suite A San Diego, CA 92126 P.O. NO. P136627 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Add 90 working days per Contract Sections 6-6.1 and 6-6.2. The new contract completion date is Jan. 31, 2020. Contractor further acknowledges that all work, including all punch list corrections and activities for both lift station locations, must be completed by the contract completion date or liquidated damages may be assessed per the terms of the contract. Increase to contract cost.. ....................................................................... $0.00 Item 2: Delete "Remove and replace (E) doors with louvered doors" at Batiquitos Lift Station as shown on plan sheet 6, Note 14. (COR #1} Decrease to contract cost.. ............................................................... ($1,701.00) Item 3: Delete "Contractor shall assume housekeeping pad to be removed and replaced", as shown on plan sheet 6, Note 3 for Batiquitos Lift Station. Contractor to reuse existing housekeeping pad with modifications as shown in the sketch provided with COR #2. Decrease to contract cost. .............................................................. ($15,510.00) Item 4: Add Franklin XP brand fuel line and related equipment and materials as proposed in COR #3 to meet all plan requirements for direct bury, double contained fuel lines. Increase to contract cost ..................................................................... $6,571.00 Project: 3840-12, Lift Station Generator Replacements Change Order No. 02 Item 5: Add 2" roof vent pipes for generators, Fire Department compliant signage, and all related work at both the Batiquitos and Knots Lane Lift Stations per plan revisions issued with ASI #1. (COR #4) Increase to contract cost. .................................................................... $9,340.00 Item 6: Provide seismic calculations prepared and stamped by a professional engineer for exhaust fans at the Batiquitos Lift Station. Increase to contract cost. ................................................................... $1,300.00 Item 7: Modify plan requirement for use of 48" x 80" housekeeping pad for Batiquitos Lift Station external fuel tank as shown on Sheet 6, Note 16. Contractor has proposed a change in fuel tank size to a 54" x 54" tank. Contractor shall provide a shop drawing via the submittal process for the City's review and acceptance for a housekeeping pad to accommodate the proposed tank including all required changes to existing secondary containment area drain location and floor slope, while maintaining a minimum 6" clearance from all walls. Proposed housekeeping pad shall not be scalloped or cut around the existing drain location. All related plan changes and improvements to accommodate the Contractor's proposed tank size shall be completed at the Contractor's expense. Increase to contract cost. ......................................................................... $0.00 Item 8: Delete requirement for Contractor to provide engineering services and design of the Knots Lane Lift Station housekeeping pad. City to provide. Increase to contract cost.. ........................................................................ $0.00 TOTAL INCREASE TO CONTRACT COST .......................................................... ($0.00) TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY NINETY (90) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. APP b./1 r , (DATE) (DATE) DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENT~ GENERAL PROVISIONS, SUPPLEMENT AL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 BID NO. PWS18-139UTIL l'\ •ti Revised 7/19/17 Contract No. 3840-12 Page 1 of 135 SUMMARY OF CONTENTS 1. Summary of Contents 2. Contracting/Bid Forms 3. General Provisions 4. Supplemental Provisions 5. Technical Specifications ,, •;;' Revised 7/19/17 Contract No. 3840-12 Page 2 of 135 TABLE OF CONTENTS CONTRACT/BIDDING DOCUMENTS Notice Inviting Bids .................................................................................................................... 8 Contractor's Proposal ................................................................................................................ 14 Bid Security Form ..................................................................................................................... 19 Bidder's Bond to Accompany Proposal ..................................................................................... 20 Guide for Completing the "Designation of Subcontractors" Form .............................................. 21 Designation of Subcontractor and Amount of Subcontractor's Bid Items ................................... 23 Bidder's Statement of Technical Ability and Experience ............................................................ 24 Bidder's Statement of Intent to Provide Qualifications for the Contractor's Representative ...... 25 Bidder's Certificate of Insurance for General Liability, Employers' Liability.Automotive Liability and Workers' Compensation ..................................................................................................... 26 Bidder's Statement Re Debarment ............................................................................................ 27 Bidder's Disclosure of Discipline Record ................................................................................... 28 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid ............................. 30 Contract Public Works ............................................................................................................... 31 Labor and Materials Bond ......................................................................................................... 38 Faithful Performance/Warranty Bond ....................................................................................... .40 Optional Escrow Agreement for Security Deposits in Lieu of Retention .................................... .42 ,, •fr' Revised 7/19/17 Contract No. 3840-12 Page 3 of 135 Section 1 1-1 1-2 1-3 1-4 1-5 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 TABLE OF CONTENTS: GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms .......................................................................................................... 45 Definitions .................................................................................................... 45 Abbreviations ............................................................................................... 49 Units of Measure .......................................................................................... 52 Symbols ....................................................................................................... 53 Scope and Control of the Work Award and Execution of Contract ................................................................. 54 Assignment .................................................................................................. 54 Subcontracts ................................................................................................ 54 Contract Bonds ............................................................................................ 55 Plans and Specifications .............................................................................. 56 Work to be Done .......................................................................................... 60 Subsurface Data .......................................................................................... 60 Right-of-Way ................................................................................................ 60 Surveying ..................................................................................................... 60 Authority of Board and Engineer .................................................................. 65 Inspection .................................................................................................... 65 Changes in Work Changes Requested by the Contractor ........................................................ 66 Changes Initiated by the Agency .................................................................. 66 Extra Work ................................................................................................... 67 Changed Conditions .................................................................................... 70 Disputed Work ............................................................................................. 71 Control of Materials Materials and Workmanship ......................................................................... 77 Materials Transportation, Handling and Storage ........................................... 81 Utilities Location . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ............................................... 82 Protection .................................................................................................... 82 Removal ...................................................................................................... 83 Relocation .................................................................................................... 83 Delays .......................................................................................................... 84 Cooperation ................................................................................................. 84 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work ................................... 85 Prosecution of Work ..................................................................................... 89 Suspension of Work ..................................................................................... 90 Default by Contractor ................................................................................... 90 Termination of Contract. ............................................................................... 91 Delays and Extensions of Time .................................................................... 91 Time of Completion ...................................................................................... 92 Completion, Acceptance, and Warranty ....................................................... 93 ,, •;;' Revised 7/19/17 Contract No. 3840-12 Page 4 of 135 6-9 6-10 Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 8 8-1 Section 9 9-1 9-2 9-3 9-4 Liquidated Damages .................................................................................... 93 Use of Improvement During Construction .................................................... 93 Responsibilities of the Contractor Contractor's Equipment and Facilities .......................................................... 95 Labor ........................................................................................................... 95 Liability Insurance ........................................................................................ 95 Workers' Compensation Insurance .............................................................. 95 Permits ........................................................................................................ 96 The Contractor's Representative .................................................................. 96 Cooperation and Collateral Work ................................................................. 96 Project Site Maintenance ............................................................................. 97 Protection and Restoration of Existing Improvements ................................... 99 Public Convenience and Safety ................................................................... 99 Patent Fees or Royalties ............................................................................ 106 Advertising ................................................................................................. 106 Laws to be Observed ................................................................................. 106 Antitrust Claims .......................................................................................... 107 Field Facilities General ...................................................................................................... 107 Measurement and Payment Measurement of Quantities for Unit Price Work .......................................... 108 Lump Sum Work ........................................................................................ 108 Payment . . . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . ............................................. 1 08 Bid Items .................................................................................................... 112 {'\ •+;' Revised 7/19/17 Contract No. 3840-12 Page 5 of 135 TABLE OF CONTENTS: SUPPLEMENTAL PROVISIONS TO PART 2, AND 3 OF THE SSPWC Part 2 Section 201 201-1 201-3 Section 203 203-6 203-11 Section 204 204-1 Section 206 206-7 206-8 206-9 Section 207 207-9 207-10 207-25 Section 209 209 Section 86 86-2 Section 213 213-2 213-3 Part 3 Section 300 300-13 Section 303 303-5 Section 306 306-1 306-5 Appendix "A" Construction Materials Concrete, Mortar, and Related Materials Portland Cement Concrete ......................................................................... 113 Expansion Joint Filler and Joint Sealants ................................................... 114 Bituminous Materials Asphalt Concrete ....................................................................................... 116 Asphalt Rubber Hot Mix (ARHM) Wet Process ........................................... 117 Lumber and Treatment with Preservatives Lumber and Plywood ................................................................................. 117 Miscellaneous Metal Items Traffic Signs ............................................................................................... 117 Light Gage Steel Tubing and Connectors .................................................. 120 Portable Changeable Message Sign .......................................................... 121 Pipe Iron Pipe and Fittings ................................................................................. 122 Steel Pipe .................................................................................................. 123 Underground Utility Marking Tape .............................................................. 123 Electrical Components Electrical Components ............................................................................... 125 Signals, Lighting, and Traffic Electrical Systems Materials and Installation ........................................................................... 125 Engineering Fabrics Geotextiles ................................................................................................. 126 Erosion Control Specialties ........................................................................ 126 Construction Methods Earthwork Storm Water Pollution Prevention Plan ....................................................... 127 Concrete and Masonry Construction. Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways .................................................................. 130 Underground Conduit Construction Open Trench Operations ............................................................................. 130 Abandonment of Conduits and Structures ................................................... 134 Door Hanger ................................................................................................................... 135 ,, •+;' Revised 7/19/17 Contract No. 3840-12 Page 6 of 135 DIVISION 01 01010 01025 01040 01190 01300 01650 DIVISION 02 TABLE OF CONTENTS: TECHNICAL SPECIFICATIONS Summary of Work and Contract Considerations Measurement and Payment Coordination and Project Requirements Seismic Requirements Submittals Facility Startup 02301 Earthwork DIVISION 03 03300 DIVISION 04 NOT USED DIVISION 05 05090 Cast-in-Place Concrete Concrete Anchors DIVISION 06 THOUGH 15 NOT USED DIVISION 16 16010 16110 16120 16205 16250 16450 16500 DIVISION 17 NOT USED General Electrical Requirements Conduits, Raceways, and Fittings Low Voltage Wire and Cable Standby Diesel Engine -Generator Sets Automatic Transfer Switch Electrical Grounding Lighting ,, •+;' Revised 7/19/17 Contract No. 3840-12 Page 7 of 135 CITY Of:= CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on July 10, 2018, 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: Generator replacement at Knots and Batiquitos sewer lift stations, adjust concrete mounting pad, install new fuel tanks and lines and install LED lighting. LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 PWS18-139UTIL INSTRUCTIONS TO BIDDERS AND BIO 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, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Parts 2 & 3, 2012 edition at time of bid opening and the supplements thereto as published by the "Green book" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", 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. 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. l'\ •+' Revised 7 /19/17 Contract No. 3840-12 Page 8 of 135 SUMMARY OF BIDDING SCHEDULE An overview of the bidding schedule is included in the following table. Details for each activity can be found in relevant section. ACTIVITY Released for Bid Deadline for Bid questions Final addendum/Q&A issued (if applicable) Bid Opening BID DOCUMENTS SCHEDULE Wednesday, June 6, 2018 Friday, June 29, 2018 Tuesday, July 3, 2018 Wednesday, July 11, 2018 TIME 5 p.m. 11 a.m. The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Bidder's Acknowledgement of Intent to Provide Qualified Contractor's Representative 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 $330,400. 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. SPECIAL TY 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 include federal funds. The following classifications are acceptable for this contract: A: General Engineering {"\ •,;' Revised 7/19/17 Contract No. 3840-12 Page 9 of 135 STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR Bidder shall demonstrate that they are qualified for the job by providing proof of their experience and technical ability for construction in the disciplines of construction required to complete this job. Proof of Bidder's experience and technical ability (as outlined below) shall be attached to The Bidder's Statements of Technical Ability and Experience to be included with the Contractor's bid. The statement and listing of information shall include but not be limited to the successful construction of the following: 1. Standby Generators a. Under current business name, seven (7) municipal projects installations in the last five (5) years each with at least a 208V or larger generator set. The City reserves the right to disqualify bidders if bidder does not demonstrate the required technical ability and experience. STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR'S REPRESENTATIVE Bidder shall also demonstrate that the firm will provide a qualified Contractor's Representative (as defined in Section 7-6) for the Project. Bidder shall acknowledge that proof of the Contractor's Representative can be provided upon award of contract. The qualifications for the Contractor's Representative shall include at a minimum: 1. Completion of OSHA 30-hour Construction Training Course. Submit certification as proof. The City reserves the right to disqualify bidders if the required technical ability and experience for the Contractor's Representative is not established. In the event that the Contractor would like to change the Contractor's Representative through the course of Project completion, Contractor shall notify the Agency at least two weeks prior and submit the same paperwork for the Engineer's review demonstrating the proposed Contractor's Representative meets the minimum requirements of the position. Engineer will review qualifications of proposed Contractor's Representative within 5 working days of receipt. In the event of a change in Contractor's Representative, the City reserves the right to suspend work, at the Contractor's cost, until a qualified Contractor's Representative is assigned to the Project. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% 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 $25 per set. If plans and specifications are to be mailed, the cost for postage should be added. l'\ • .-, Revised 7/19/17 Contract No. 3840-12 Page 10 of 135 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 herein before specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator graham.jordan@carlsbadca.gov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The cutoff date to submit questions is identified in the bidding schedule. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project no later than the date specified in the bidding schedule. 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. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance l'\ •,; Revised 7 /19/17 Contract No. 3840-12 Page 11 of 135 of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE-BID MEETING A pre-bid meeting and tour of the project site will not be held. 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. ADDENDA 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. 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 {'\ •ff Revised 7/19/17 Contract No. 3840-12 Page 12 of 135 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. 2017-234, adopted on the 12th day of December, 2017. June 5, 2018 Date Deputy Clerk ('\ •ff Revised 7/19/17 Contract No. 3840-12 Page 13 of 135 , 7/40/18 CITY OF CARLSBAl::f ·-.:: s~ LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 City Council City of Carlsbad CONTRACTO~SPROPOSAL 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. 3840-12 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: Item No. 1 2 3 4 Description Mobilization 5,~ -~~v5"-Hl JoU~K e,\l',cl, 7.. era (£-Qt-$ (Price in Words) Demolition at North Batiquitos Lift sttation Site C mplete in place , tvJtA .1S11.r-A. (AoU0trS C\.(\ a« CJ Cllf\ s (Price in Words) Demolition at Knots Lane Lift Station Approximate Quantity And Unit LS -Not to Exceed 5% of Bid Price LS LS LS Sit~ ComRl~te in R!,.rce . . 5-¢.\leA\-\e.(.f\ ., N'-f)lkY'--cl eke. U~r_S' " I\ J. -z (l,.r-o C£Nt5 (Price in Words) {'\ •ff Revised 7/19/17 Contract No. 3840-12 Total Amount (Figures) $ ,,~'0'0.00 Page 14 of 135 Item No. 5 6 Approximate Quantity Description And Unit Installation of new genset at Knots LS Lane Lift Station site Record Drawings LS 0 f\ t ~ .. JS o.~J.. (Price in Words) Total Amount (Figures) $71,aoo,co Total amount of bid in words: ±hr e(, h 'VII~ r-eJ ~ ' n ( "1 e, -/1,. o J J a,J d O ltA<) a:N{ 'U;vV llt'lrS Total amount of bid in numbers: $ _ _.3"'--1._<\----'--fl-Q_O_· _0 __ • _O_O_· ___________ _ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). _l...c..,_2....:..,_3_;_,_4 _____ has/have been received and is/are included in this proposal. 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 84 7 5 55 , classification A, B, Cl O which expires on 9 / 3 o / 18 , 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. l' •,;' Revised 7/19/17 Contract No. 3840-12 Page 15 of 135 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 _B=i~d~B~o~n~d~--------(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. {'\ •+f Revised 7/19/17 Contract No. 3840-12 Page 16 of 135 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 __________________________ _ (Street and Number) City and State ___________________________ _ (4) Zip Code _______ _ Telephone No. _____________ _ (5) E-Mail ______________________ _ 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 __________________________ _ (Street and Number) City and State __________________ _ (4) Zip Code ______ _ Telephone No. ______________ _ (5) E-Mail ____________________ _ {' •;, Revised 7/19/17 Contract No. 3840-12 Page 17 of 135 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted NEWest Construction Co., Inc. (2)--1---"l~+--·~----~-atur~~) ---..----=-....,=----,~f----"-~~~-----~------- President ~ (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of _C_A ________ _ (4) Place of Business 9235 Trade Place Suite A (Street and Number) City and State __ s_a_n_D_i_e--=g:....o_,_C_A ___________________ _ (5) Zip Code _9_2_1_2_6 _____ _ Telephone No. 858. 537. 0774 (6) E-Mail __ m~j_e_n_n_e_t_t_e_@_n_e_w_e_s_t_c_o_._c_o_m _________ _ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 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: Mark Jennette President John Ryan Secretary l' •,r Revised 7/19/17 Contract No. 3840-12 Page 18 of 135 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of (..S"a11 D1 "g tJ } On Ju/y t,q, 25 / g before me,JtJhLJm1a IJ .1~!~~laUw~tf/J~ce,fu~/,-c personally appeared Mark J entl e... f le , who p~~~~ to me on the basis of satisfactory evidence to be the person~ whose me~~are subscribed to the w)lnln instrument and acknowledged to me that she/tliey executed the same i~her/their authorized capacity(ies ), and that by her/their signature~ on the instrument the person(t), or the entity upon behalf of which the person~ acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be completed and attached to the document. Acknowledgments 1) from other states may be completed for documents being sent to that state so long ~ II Ir Q c.. f D t :S r r Op M t::J j ~;:,~e wording does not require the California notary to violate California notary (Title or description of attached document) • State and County information must be the State and County where the document (T'rtle or description of attached document continued) Number of Pages __ Document Date ___ _ CAPACITY CLAIMED BY THE SIGNER ~ Individual (s) D Corporate Officer (Title) D Partner(s) D Attorney-in-Fact D Trustee(s) o Other __________ _ 2015 Version www.NotaryClasses.com 800-873-9865 signer(•) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/*8ey, is /&ff) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of _the notary public must match the signature on file with the office of the county clerk. •) Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •:• Indicate title or type of attached document, number of pages and date. •:• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. BID SECURITY FORM (Check to Accompany Bid) LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 (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 7/19/17 Contract No. 3840-12 Page 19 of 135 BIDDER'S BOND TO ACCOMPANY PROPOSAL LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 KNOW ALL PERSONS BY THESE PRESENTS: Suite A, San Diego, CA 92126 That we, Nev-lest Construction Co., Inc., 9235 Trude Place, , as Principal, and Arch Insurance Compcrny , 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) /0 ,e OF {3/P 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 p~oposal of the above-bounden Principal for: LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 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. 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. SIGNED AND SEALED, this _...c;,1..c;,..0t=h-'--___ day of .;ub , 20...ill_ Ne~!est Construction Co •• Inc. (SEAL) (Principal) ByY\~~ ( 1 atu ff\M'., ~nn~ :Pte,{; dw\ (Print Name/Title) ""'A-'-r.;:;..c;;.;,.h_I::...;n"""'sc....:u"""r....:;ac.;_;n:...:;c....:;;e--=-C=om""'. pic.,;a=n.:...\c...' __ (SEAL) (Surety) By: ~"-"-Vv\. I (~A.{ (Signature) Donna M. Robie, Attornev-in-Fact (Print Name/Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: ---~......-a. ------=~------Deputy City Attorney ., fa;, Revised 7 /19/17 Contract No. 3840-12 Page 20 of 135 SURETY ACKNOWLEDGMENT State of: Massachusetts County of: Middlesex Onthisl0thdayof July ,2018beforemepersonallycame Donna M. Robie to me known, who, being by me duly sworn, did depose and say that he/she resides at Natick, Massachusetts that he/she is the Attorney-in-fact for Arch Insurance Companv the corporation described in and which executed the foregoing instrument; that he/she knows the seal of said corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors or said corporation, and that he/she signed his/ her name thereto by like order. ~ ELLEN J. YOUNG i/1).tt Notary Public \\ COM'AONWEALTH OF MASSACHUSETTS " My Comm1ss1on Expires October 7, 2022 AIC 0000220296 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits th~~aqls r,itl»se iiameflherein, and they have no apthorlty to bind the Com~mprni the .--·.-·· manner and to the extent hereln.st~it.~-Nitfall{HoiJlortgage, Note, Loan, Letter pf Credit, Bank Depo~ ~~~jj,i ... = - Interest Rate or Residential Value Guarantees.· --------·- POWER OF ATTORNEY Know All ~s By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Donna M. Robie, Ellen J. Young an_d~~J. Smith of Natick, MA (EACH) ... its true and lawful Attomey(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for anoim irsbehalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in th~genal ~um not exceeding Ninety Million Oollars ($90,000,00Q.00). · -· ~~. ~= ~~cc -·· · ---- -------- This authority does not permit the same obligation to be split into two or morebonds In order t limit of authority as set forth herein. The execution of such bonds, undertakings, reCQgnizl!lpes and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully: a~~amply~.to. all intents and purposes, as lfi the same had been duly executed and acknowledged by its regularly elected officers at itslffirlelpaf administrative office in Jersey City; New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, Tnat ltChairman of the Board, thl:li, President, or the Executive Vice President,"or any"senior Vice President, of the Surety Business Division, or their appointees de!,lgnated in writing and filed witbtl}eSeGretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them sub}eefto fhe limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process.· This Power of Attorney is signed,.§E!~sancf ~rtlfted'by ~csimile under aind by authority bf the following resol~rfadopted1>y the .. ···· unanimous consent of the Board ofeltectors oflhece~oinpany on September .15, 2011: , ., ' ' VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the . SecretaJY~lhe seal of the Company, and pertifications by the Secretary, may.~ affixedjfacsimlle on any power of attorney 01" bond executed ~anIJo the resolution adopted by the Board of Directors on Sepfetnbef 15, 20'11; and any such power so executed, sealed and certifiea with respect to any bond or undertaking to which it W.cgffacfl@, i•ICcootinue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000220296 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 12'h day of .J.!!!y, 201Z. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. VANIA /it/::tfl:.Mf-~ My commission expires 10/03/2017 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated July 12. 2017 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 10th day of July , 20_1.8_. Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance -Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. 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 performed 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. 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. l'\ •+;' Revised 7/19/17 Contract No. 3840-12 Page 21 of 135 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. l'\ • ., Revised 7/19/17 Contract No. 3840-12 Page 22 of 135 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 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 Subcontractor Name Phone No. DIR Subcontractor's Amount of Portion and and Email Registration License No. and Work by of Work Subcontract Location of Business Address No. Classification or in Dollars* ------~--. ------------- Page _l_ of _l_ pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(3)(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 7/19/17 Contract No. 3840-12 Page 23 of 135 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 The Bidder is required to demonstrate technical ability and experience stipulated under "Statement of Technical Ability and Experience" in the Notice Inviting Bids. 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. City reserves the right to disqualify bidders if the required technical ability and experience is not established. Date Name and Phone No. Installed Contract Name and Address of Person to Generator Prime or Completed of the Employer Contract Output Subcontract Voltage see attached l~ • .., Revised 7/19/17 Contract No. 3840-12 Page 24 of 135 NAME OF AGENCY AGENCY ADDRESS C "ACT NAME CONTRACT AMOUNT PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK NAME OF AGENCY AGENCY ADDRESS CONTACT NAME NEWest CONSTRUCTION -PROJECTS City of Oceanside CONTACT PHONE COMPLETION DATE BY-PASS JOBNO. 1514 ELECWORK PLANT MGD BY-PASS SIZE Install New 12kV metering station with ductbank and conduit. Provide temporary electrical power supply during cut over. Fallbrook Public Utility JOB NO. 1510 ELEC WORK CONTRACT AMOUNT $806,000 CONTACT PHONE COMPLETION DATE PROJECT NAME PROJECT MANAGER D ~IPTION OF WORK CURRENT WORK NAME OF AGENCY AGENCY ADDRESS CONTACT NAME BY-PASS PLANT MGD BY-PASS SIZE Demo old pump station. Install new vertical turbine pump station, new piping, new electrical equipment, site work, and fence. Santa Ynez Band of Chumash Indians JOB NO. 1502 Nate Owen ELECWORK CONTRACT AMOUNT $539,000 CONTACT PHONE 714-352-7750 COMPLETION DATE 12/16/15 PROJECT NAME Chumas WRF PLANT MGD 0.5 BY-PASS SIZE PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK Brian Jennette BY-PASS Complete rebuild to existing Water Reclamation Facility. Work includes; electrical and controls, headworks: fine screen installation, containerized membrane system, yard piping, fine bubble aeration, anoxic mixers, baffle wall construction, bridge crane. NAME OF AGENCY AGENCY ADDRESS C -ACT NAME NEWest CONSTRUCTION -PROJECTS Barona Resort & Casino JOB NO. 1405 Nate Owne -Pere CONTACT PHONE 714-352-7750 ELEC WORK CONTRACT AMOUNT $542,500 COMPLETION DATE 11/30/14 PROJECT NAME Barona WTP Expansion PLANT MGD PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK NAME OF AGENCY AGENCY ADDRESS CONT ACT NAME Brian Jennette BY-PASS BY-PASS SIZE Work under Pere Water Corp. Install new CIP Anoxic Tank, install new pumps and mixer, install new pipe and valves, Install new electrical conduit for power and control. City of San Diego JOB NO. 1317 ELECWORK CONTRACT AMOUNT $726,300 CONTACT PHONE COMPLETION DATE PROJECT NAME PROJECT MANAGER D RIPTION OF WORK CURRENT WORK YES NAME OF AGENCY AGENCY ADDRESS CONTACT NAME Pump Station 77 A Generator Repalcement BY-PASS YES Replace two generators with new 1 MW generator Olivenhain Municipal Water District 1966 Olivenhain Road, Encinitas, CA 92024 George Briest PLANT MGD BY-PASS SIZE JOB NO. 1313 ELECWORK NO CONTRACT AMOUNT $210,000 CONTACT PHONE 760-753-6466 COMPLETION DATE 1/31/14 PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK NO Chemical Tank Replacement Mark Jennette BY-PASS NO PLANT MGD BY-PASS SIZE Removal of four existing chemical storage tanks, installation of four new chemical storage tanks. Replacement of the storage tank ventilation blowers and vent piping. Removal and replacement of existing chemical piping, modifications to electrical conduit and wiring within the chemical tank area, repair and reconstruction of existing improvements. The Work also includes modifications to the sodium hypochlorite generation system's electrical system. NAME OF AGENCY AGENCY ADDRESS C 1ACT NAME NEWest CONSTRUCTION -PROJECTS City of San Clemente JOB NO. 1311 100 Avenida Presidio, San Clemente, CA Greg Diest ELEC WORK YES CONTRACT AMOUNT $1,308,120 CONTACT PHONE (949) 361-6154 COMPLETION DATE 3/1/15 PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK YES NAME OF AGENCY AGENCY ADDRESS CONTACT NAME Main Pump Station Rehabiliation and Cathodic Dave Pitts BY-PASS YES PLANT MGD BY-PASS SIZE 5600 Rehabilitate existing pump station; remove electrical MCC, generator, pump, valves and piping. Install new MCC, generator, pump, valves and piping. Station needs to be by-passed in order to facilitate the change out of equipment. Leucadia Wastewater District JOB NO. 1306 1960 La Cosata Ave., Carlsbad, CA 92009 Robin Morishita ELECWORK CONTRACT AMOUNT $477,000 CONTACT PHONE COMPLETION DATE 6/10/2015 PROJECT NAME PROJECT MANAGER D RIPTION OF WORK CURRENT WORK YES NAME OF AGENCY AGENCY ADDRESS CONTACT NAME LEUCADIA PUMP STATION GENERATOR Mark Jennette BY-PASS PLANT MGD BY-PASS SIZE Remove 650kV and Install new 800kV. Other electrical modifications. San Diego Unified Port District JOB NO. 1304 3165 Pacific Highway, San Diego, CA 92101 Yeshitla Mulugeta CONTACT PHONE 619-686-6250 ELEC WORK CONTRACT AMOUNT $3,203,878 COMPLETION DATE 3/27/14 PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK Tenth Ave Marine Terminal Cold Ironing Project Mark Jennette BY-PASS PLANT MGD BY-PASS SIZE Work includes furnishing all labor, materials and equipment necessary to complete the Cold Ironing system for cargo ship shore power connection at TAMT, berth 10-2 and 10-3. The work includes complete installation of a new 12.47kV distribution system, with a 7.5MVA transformer, switchgear, ductbank, and 15kV cable with terminations & splices. NAME OF AGENCY AGENCY ADDRESS C IACT NAME NEWest CONSTRUCTION -PROJECTS Caltrans JOB NO. 1303 Various Locations San Diego, CA Alex Balce ELEC WORK YES CONTRACT AMOUNT $949,000 CONTACT PHONE 858-688-2125 COMPLETION DATE 5/14/14 PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK YES NAME OF AGENCY AGENCY ADDRESS CONTACT NAME Pump Rehabilitaion Various Location San Diego Mark Jennette BY-PASS PLANT MGD BY-PASS SIZE Rehabilitation 4 Existing Pump Stations, New PVC Coated Electrical Conduit and Wire, New Pumps, new mechnical piping. recoat interior pump station City of Carlsbad JOB NO. 1302 1635 Faraday Avenue Carlsbad, CA 92008 Mark Biskup ELEC WORK YES CONTRACT AMOUNT $2,733,509 CONTACT PHONE 760-602-2763 COMPLETION DATE 3/12/15 PROJECT NAME PROJECT MANAGER D RIPTION OF WORK CURRENT WORK YES NAME OF AGENCY AGENCY ADDRESS CONTACT NAME Home Plant Sewer Lift Station & Force Main PLANT MGD Dave Pitts BY-PASS YES BY-PASS SIZE 600 GPM Installation of new submersible type, sewage pump station, valve vault, metering vault, backup generator, emergency storage structure, control building, 1,400 LF of 8" HOPE sewage force main, and 400 LF of HOD sewage force main, odor bed, paving, fencing, grading, drainage, landscaping, demolition of existing facilities. City of Poway JOB NO. 1202 13325 Civic Center Drive, Poway, CA 92064 Tom Howard CONTACT PHONE 858.668.4707 ELEC WORK YES CONTRACT AMOUNT $106,115 COMPLETION DATE 5/31/12 PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK COMPLETED Emergency Generator Installation Mark Jennette BY-PASS NO PLANT MGD BY-PASS SIZE Install two (2) Owner-Furnished generators at existing pump stations. NAME OF AGENCY AGENCY ADDRESS C "ACT NAME NEWest CONSTRUCTION -PROJECTS City of San Clemente 910 Calle Negocio, Suite 100 San Clemente, CA 92673 Ken Kratz JOB NO. 1201 ELEC WORK YES CONTRACT AMOUNT $751,308 CONTACT PHONE 949-361-6139 COMPLETION DATE 6/1/13 PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK COMPLETED NAME OF AGENCY AGENCY ADDRESS CONT ACT NAME Los Molinas Pump Station Rehab Mark Jennette BY-PASS YES PLANT MGD BY-PASS SIZE 6300 gpm Installation of a new Valve Vault, 6300 gpm By-pass system, new 18" Valve, New VFD's and Electrical Upgrade, New PVC Coated Electric Conduit with wire 300HP City of Coronado 1825 Strand Way Ed Walton JOB NO. 1107 ELEC WORK YES CONTRACT AMOUNT $720,116 CONTACT PHONE (619) 522-7383 COMPLETION DATE 6/1/12 PROJECT NAME PROJECT MANAGER D ~IPTION OF WORK CURRENT WORK COMPLETED NAME OF AGENCY AGENCY ADDRESS CONTACT NAME Transbay Generator & Switchgear & VFD PLANT MGD Mark Jennette BY-PASS YES BY-PASS SIZE 3600 GPM Upgrades included new electrical switchgear, underground and interior electric conduits. New 350kw Generator, Replace Existing 5-VFD's with new. Install 5-New 60 HP Electric Motors. Provide Temp Power to by-pass station. This was the Main Sewer Pump Station for the City of Coronado that pumped the wastewater under the San Diego Bay. Station total capacity was 3,600 GPM. Offered value engineering solution to eliminate the need for temporary by-pass pumps during entire station outage by providing temporary generator to power the station while the new electrical equipment was installed. Niland Sanitary District 125 Alcott Road DAVID GODSEY JOB NO. 1016 ELEC WORK YES CONTRACT AMOUNT $455,650 CONTACT PHONE 760-359-0454 COMPLETION DATE 2/22/11 PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK COMPLETED Wastewater Treatment Facility Improvements BY-PASS YES PLANT MGD BY-PASS SIZE 1400 GPM Removal & replacement of electrical generator, pumps, motor, and mechanical. coating of concrete wet well and shade structure; temporary bypass pumping; chemical tank improvements; miscellaneous electrical, lighting, and controls. NAME OF AGENCY AGENCY ADDRESS C -ACT NAME NEWest CONSTRUCTION -PROJECTS City of Poway JOB NO. 1006 13325 Civic Center Drive, Poway, CA 92064 Steve Crosby ELEC WORK YES CONTRACT AMOUNT $1,487,555 CONTACT PHONE (858) 668-4641 COMPLETION DATE 11/30/11 PROJECT NAME PROJECT MANAGER DESCRIPTION OF WORK CURRENT WORK COMPLETED High Valley Pump Station Improvements Brian Jennette BY-PASS NO PLANT MGD 2250 gpm BY-PASS SIZE Provide new booster pump station prior to demolition of existing station. Install Three (3) 250-HP booster pumps, provide new CMU pump station building, install CML&C pipeline, electrical equipment, surge pressure system, 450 kW generator, fence, asphalt paving, and landscape. Station Capacity was 2,250 GPM. System required an installation set-up where both stations could be used during testing. This allowed the old station to come on line and be used during testing of the new station. This requirement was not needed and once the new station was online the old station was not used again and was scheduled for demo. I I NEWES-2 OP ID: VP ACORD. CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY) ~ 08/21/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS :ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES 3ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~2~~~CT Rancho Mesa Insurance Services Rancho Mesa Insurance Services ii:J8NJo Ext\: 619-937-0164 I ri02 No): 619-937-0168 250 Riverview Parkway #401 Santee, CA 92071 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Travelers Indemnity Co of Ct. 25682 INSURED NEWest Construction Co, Inc. INSURER B : Travelers Property Casualty Co 25674 9235 Trade Place, Suite A INSURER c : Westchester Surplus Lines Ins 10172 San Diego, CA 92126 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER· 1 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL ISUBR POLICY EFF POLICY EXP LTR ,.,.,n wun POLICY NUMBER IMM/DDIYYYYl IMM/DDIYYYYl LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 ~ D CLAIMS-MADE 0 OCCUR UAMAGE TO C<tc'" I cu DT22-8108C98A-TCT-17 09/01/2017 09/01/2018 PREMISES (Ea occurrence) $ 300,000 X PD DED 2,500 MED EXP (Any one person) $ 5,000 ~x Contractual Liab PERSONAL & ADV INJURY $ 1,000,000 ~ GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 r=l 0 PRO-DLoc PRODUCTS -COMP/OP AGG $ 2,000,00C POLICY JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,00C !Ea accidentl C x ANY AUTO DT-810-8108C98A-TIL-17 09/01/2017 09/01/2018 BODILY INJURY (Per person) $ ~ ~ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ x x NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS ( Per accidentl ~ ~ Comp/Coll Ded $ 1,000/1,000 X UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 5,000,000 ~ B EXCESS LIAB CLAIMS-MADE CUP-7 J524359-17-26 09/01/2017 09/01/2018 AGGREGATE $ 5,000,000 OED I X I RETENTION$ 10,000 $ WORKERS COMPENSATION XI ~ffTUTE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N B ANY PROPRIETOR/PARTNER/EXECUTIVE D DT J-UB-4J93692-6-17 09/01/2017 09/01/2018 E.L. EACH ACCIDENT $ 1,000,00C OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE POLICY LIMIT $ 1,000,000 C Pollution Liab G46782227001 06/23/2017 09/01/2018 Limit 2,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: PROOF OF INSURANCE CERTIFICATE HOLDER ****EVIDENCE OF COVERAGE****** ****EVIDENCE OF COVERAGE****** ****EVIDENCE OF COVERAGE****** ****EVIDENCE OF COVERAGE****** I 001EVID CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD BIDDER'S STATEMENT OF INTENT TO PROVIDE QUALIFICATIONS FOR THE CONTRACTOR'S REPRESENTATIVE (To Accompany Proposal) LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 Bidder acknowledges review of the technical qualifications required for the Contractor's Representative provided in NIB and Section 7-6. The apparent low bidder will be required to submit qualifications demonstrating as such with award of contract documentation. Bidder hereby acknowledges intent to submit Contractor's Representative qualifications with contract award documentation. For Contractor: Title President Name Mark Jennette Signature ~ •-~ ~ \J '-......J Address 9235 Trade lace, Ste. A, San Diego, CA 92126 {'\ •+f Revised 7/19/17 Contract No. 3840-12 Page 25 of 135 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 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. l"l •f" Revised 7/19/17 Contract No. 3840-12 Page 26 of 135 NEWES-2 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 09/05/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer ri hts to the certificate holder in lieu of such endorsement s . INSURED NEWest Construction Co, Inc. 9235 Trade Place, Suite A San Diego, CA 92126 COVERAGES CERTIFICATE NUMBER-1 f------------l=N=S=UR=E=R=S~A~FF~O~R=D=IN=G~C~O~V=E~RA~G~E~-----~-_ NAIC # INSURER A ,Travelers lndem nity Co of Ct. 25682 INS RER B: Travelers Property Casualty Co 25674 INS RER c, Westchester Surplus Lines Ins 10172 INSURER E: INSURER F: REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. --------INSR TYPE OF INSURANCE ~~Pf ~Y.~nR POLICY NUMBER POLICY EFF POLICY EXP LIMITS TO '"=· A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 ~--~ CLAIMS-MADE W OCCUR DAMAGE TO RENTED 300,000 X X DT22-C0-8108C98A-TCT -18 09/01/2018 09/01/2019 PREMl"F" IEa $ --- X PD OED 2500 MED EXP (Anv one person) $ 5,000 ~ -----· -- PERSONAL & ADV INJURY $ 1,000,000 ~ ----- GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 ~ POLICY [!] j't8f O LOC PRODUCTS -COMP/OP AGG _ $ 2,000,000 OTHER $ ___II_LJ_TOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 !Fa accirlentl $ -----~---- X ANY AUTO X X DT-810-8108C98A-TIL-18 09/01/2018 09/01/2019 BODILY INJURY (Per person) $ ---OWNED ~-SCHEDULED ~ AUTOS ONLY ~-AUTOS BODILY INJURY (Per accident) $ X HIRED X NON-OWNED iP~?~Cc~din&AMAGE $ AUTOS ONLY ~ AUTOS ONLY COMP/COLL OED $ 1000/1000 B X UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE CUP-7 J524359-18-26 09/01/2018 09/01/2019 AGGREGATE $ 5,000,000 ·--------- OED I X I RETENTION $ 10,000 $ B WORKERS COMPENSATION X I ~ff Tl ITF I I f.JH AND EMPLOYERS' LIABILITY YIN -~ooD,00() ANY PROPRIETOR/PARTNER/EXECUTIVE D X UB-4J936926-18-26-G 09/01/2018 09/01/2019 E L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E L. DISEASE -POLICY LIMIT $ C Pollution G46782227002 09/01/2018 09/01/2019 E. Claim 2,000,000 Liability AGGREGATE 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) R6.: LIFT STATION GENERATOR REPLACEMENTS: BID NO PWS18-139UTIL; CONTRACT NO. 3840-12. **SEE ATTACHED ADDITOINAL INSUREDS (agpcp) CERTIFICATE HOLDER CANCELLATION CITYC10 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF CARLSBAD/CMWD c/o EXIGIS INSURANCE COMPIANCE SERVICES P.O. BOX 4668 -ECM #35050 ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE /i),{JJ~ © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD / I NOTEPAD: HOLDER CODE CITYC10 INSURED'S NAME NEWest Construction Co, Inc. NEWES-2 OP ID: VP THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSURED PER FORM CG 02 46 ATTACHED. PRIMARY AND NON-CONTRIBUTORY WORDING APPLIES PER ENDORSEMENT ATTACHED. AUTO ADDITONAL INSURED APPLIES PER ENDORSEMENT ATTACHED. PAGE 2 Date 09/05/2018 • POLICY NUMBER: DT22-CO-8108C98A-TCT-18 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED-(Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- ;:ige Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "wrillen contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance" This endorsement shall not in- crease the limits of insurance described in Section Ill -Limits Of Insurance. b) The insurance provided lo the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily inJury" or "property damage" caused by "your work" and included in the "products-completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided lo the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 08 05 © 2005 The St Paul Travelers Companies, Inc. Page 1 of 2 • COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. -DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 © 2005 The St Paul Travelers Companies, Inc. CG D2 46 08 05 POLICY NUMBER: DT22-CO-8108C98A-TCT-18 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot ~ H. Blanket Additional Insured -Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured -States Or Political Subdivisions -Permits D. Incidental Medical Malpractice ~ J. E. Who Is An Insured -Newly Acquired Or Forme Organizations K. F. Who Is An Insured -Broadened Named Insured L. -Unnamed Subsidiaries M. Knowledge And Notice Of Occurrence Or Offense Unintentional Omission Blanket Waiver Of Subrogation Amended Bodily Injury Definition G. Blanket Additional Insured -Owners, Managers Or Lessors Of Premises N. Contractual Liability -Railroads PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I -COVERAGES -COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I -COVERAGES - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I - COVERAGES -COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1 )(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I -Coverage A -Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion -All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION Ill -LIMITS OF IN- SURANCE. CG D3 16 11 11 © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 • COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION Ill -LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract": 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you witl1 permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV - COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted . C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS -COVER- AGES A AND B of SECTION I -COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS -COVER- AGES A AND B of SECTION I -COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II -WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (i) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. Page 2 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 • 3. The following is added to Paragraph 5. of SECTION Ill -LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Li mi!, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I -COV- ERAGES -COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV -COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily inJury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan servic-,es" to any person to the extent not subject to Paragraph 2.a.(1) of Section II -Who Is An Insured. E. WHO IS AN INSURED -NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II -WHO IS AN INSURED: COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization: and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED -BROADENED NAMED INSURED -UNNAMED SUBSIDIARIES The following is added to SECTION II -WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. CG D3 16 11 11 © 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 • COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED -OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. \ H. BLANKET ADDITIONAL INSURED -LESSORS OF LEASED EQUIPMENT The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or ''advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided lo such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED -STATES OR POLITICAL SUBDIVISIONS -PERMITS The following is added to SECTION II -WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Page 4 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products-completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV -COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II -Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company}, any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture; COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. (3) Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- \ dice your rights under this insurance. However, this provision does not affect our right to collecl additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 11 11 © 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 • COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY -RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG 03 16 11 11 POLICY NUMBER: DT22-CO-8108C98A-TCT-18 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 08-15-2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN A WRITTEN CONTRACT WHICH IS IN EFFECT DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE• OCCURS. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products- completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Designated Project General Aggregate(s): GENERAL AGGREGATE LIMIT SHOWN ON THE DECLARATIONS. 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION Ill -LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrences" under COVERAGE A (SECTION I) and for all medical expenses caused by accidents under COVERAGE C (SECTION I) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION Ill -LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 • POLICY NUMBER: DT22-CO-8108C98A-TCT-18 COMMON POLICY CONDITIONS All Coverage Parts included ill this policy are subject to the following conditions: A. Cancellation 1. The first Named Insured shown in the Decla- rations may cancel this policy by mailing or delivering to us advance written notice of cancellation. 2. We may cancel this policy or any Coverage Part by ma iii ng or delivering to the first Named Insured written notice of cancellation at least: a. 10 days before the effective date of can- cellation if we cancel for nonpayment of premium; or b. 30 days before the effective date of can- cellation if we cancel for any other rea- son. 3. We will mail or deliver our notice to the first Named lnsured's last mailing address known to us. 4. Notice of cancellation will state the effective date of cancellation. If the policy is cancelled, that date will become the end of the policy period. If a Coverage Part is cancel led, that date will become the end of the policy period as respects that Coverage Part only. 5. If this policy or any Coverage Part is can- celled, we will send the first Named Insured any premium refund due. If we cancel, the re- fund will be pro rata. If the first Named In- sured cancels, the refund may be less than pro rata The cancellation will be effective even if we have not made or offered a re- fund. 6. If notice is mailed, proof of mailing will be sufficient proof of notice. B. Changes This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declara- tions is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us as part of this policy. C. Examination Of Your Books And Records We may examine and audit your books and records as they relate to this policy at any time during the policy period and up to three years afterward. D. Inspections And Surveys 1. We have the right to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes. 2. We are not obligated to make any inspec- tions, surveys, reports or recommendations and any such actions we do undertake relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards. 3. Paragraphs 1. and 2. of this condition apply not only to us, but also to any rating, advi- sory, rate service or similar organization which makes insurance inspections, surveys, reports or recommendations. 4. Paragraph 2. of this condition does not apply to any inspections, surveys, reports or rec- ommendations we may make relative to certi- fication, under state or municipal statutes, or- dinances or regulations, of boilers, pressure vessels or elevators. E. Premiums 1. The first Named Insured shown in the Decla- rations: a. Is responsible for the payment of all pre- miums; and b. Will be the payee for any return premi- ums we pay. 2. We compute all premiums for this policy in accordance with our rules, rates, rating plans, premiums and minimum premiums. The pre- mium shown in lhe Declarations was com- puted based on rates and rules in effect at IL TO 01 01 07 (Rev. 06-09) Includes the copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 2 • the time the policy was issued. On each re- newal continuation or anniversary of the ef- fective date of this policy, we will compute the premium in accordance with our rates and rules then in effect. F. Transfer Of Your Rights And Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named in- sured. If you die, your rights and duties will be trans- ferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary cus- tody of your property will have your rights and duties but only with respect to that property. G. Equipment Breakdown Equivalent to Boiler and Machinery On the Common Policy Declarations, the term Equipment Breakdown is understood to mean and include Boiler and Machinery and the term Boiler and Machinery is understood to mean and include Equipment Breakdown. This policy consists of the Common Policy Declarations and the Coverage Parts and endorsements listed in that declarations form. In return for payment of the premium, we agree with the Named Insured to provide the insurance afforded by a Coverage Part forming part of this policy. That insurance will be provided by the company indicated as insuring company in the Common Policy Declarations by the abbreviation of its name opposite that Coverage Part. One of the companies listed below (each a stock company) has executed this policy, and this policy is counter- signed by the officers listed below: The Travelers Indemnity Company (IND) The Phoenix Insurance Company (PHX) The Charter Oak Fire Insurance Company (COF) Travelers Property Casualty Company of America (TIL) The Travelers Indemnity Company of Connecticut (TCT) The Travelers Indemnity Company of America (TIA) Travelers Casualty Insurance Company of America (ACJ) tJ~C.~ Secretary President Page 2 of 2 Includes the copyrighted material of Insurance Services Office, Inc. wrth its permission. IL TO 01 01 07 (Rev. 06-09) • POLICY NUMBER: DT-810-8108C98A-TIL-18 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS F. HIRED AUTO -LIMITED WORLDWIDE COV- ERAGE -INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE -GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. BLANKET ADDITIONAL INSURED Tt1e following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage'' occurs and that is in effect during the policy period. to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage. but only for damages to which H. HIRED AUTO PHYSICAL DAMAGE -LOSS OF USE-INCREASED LIMIT I. PHYSICAL DAMAGE -TRANSPORTATION EXPENSES -INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. B,LANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV -BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 02 15 @ 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of lns,!l'ance Services Office, Inc. with its permission. COMMERCIAL AUTO permIssIon, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased. hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II -COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II -COVERED AUTOS LIABIL- ITY COVERAGE (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II -COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request. including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO -LIMITED WORLDWIDE COV- ERAGE -INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV -BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" t11at you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you ar·e a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion. participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II -COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II -COVERED AUTOS LIABILITY COVERAGE. and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 0215 Includes copyrighted material of lns,irance Services Office, Inc. with its permission. • You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to Hie same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way witt1 the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE -GLASS The following is added to Paragraph D., Deducti- ble, of SECTION Ill -PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE -LOSS OF USE -INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION Ill -PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE -TRANSPORTATION EXPENSES -INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION Ill -PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONALPROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION Ill -PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and COMMERCIAL AUTO (2} In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION Ill -PHYSICAL DAMAGE COVERAGE Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a .. of SECTION IV -BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a} You (if you are an individual); (b) A pa1iner (if you are a partnership); (c} A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e} Any "employee" authorized by you to give no- tice of the "accident" or "loss". BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by CA T3 53 02 15 @ 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. • • COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designatecl in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV -BUSINESS AUTO CONDITIONS: The unintentional omission of. or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non-renewal. Page 4 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CAT3530215 Includes copyrighted material of Insurance Services Office, Inc. with its permission. .... TRAVELERSJ ONE TOWER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00)-01 POLICY NUMBER: (UB-4J936926-18-26-G) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS.ENDORSEMENT 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 requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. DATE OF ISSUE: 08-15-18 ST ASSIGN: BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X 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: NEWest Construction Co., Inc. (name of Contractor Mark Jennette/President (print name/title) Page _1_ of _1_ pages of this Re Debarment form l" •,;' Revised 7/19/17 Contract No. 3840-12 Page 27 of 135 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 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? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X 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? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X 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 _1_ of _1_ pages of this Disclosure of Discipline form l' •+;' Revised 7 /19/17 Contract No. 3840-12 Page 28 of 135 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 1) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party whose 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: NEWest Construction Co., Inc. (name of Contractor) ~ By: h~~~~ (sign here) Mark Jennette/President (print name/title) Page _2_ of __ 2 _ pages of this Disclosure of Discipline form l" • .., Revised 7/19/17 Contract No. 3840-12 Page 29 of 135 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 The undersigned declares: NEWest I am the President of Construction the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on _J_u_l_y..___l_O _______ _ 20~ at San Diego [city], CA [state]. l'\ •~ Revised 7/19/17 Contract No. 3840-12 Page 30 of 135 CONTRACT PUBLIC WORKS This agreement is made this ~ 0.J(.._ day of ~:t'---= , 2018, by and between the City of ~rlsbad, California, a rnuniipal corporation, (hereinafter called "City"), and NEWest Construction Co., Inc., a California corporation whose principal place of business is 9235 Trade Place, Ste A, San Diego, CA 92126 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 (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, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement Re Debarment, 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. 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 ,, • ., Revised 7/19/17 Contract No. 3840-12 Page 31 of 135 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 Ill 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 USC 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. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 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 l' • ., Revised 7/19/17 Contract No. 3840-12 Page 32 of 135 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: $2,000,000 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: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. 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 ,., •ti Revised 7/19/17 Contract No. 3840-12 Page 33 of 135 evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. 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. (D) 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. (I) Cost of Insurance. The Cost of all insurance required under this. agreement shall be included in the Contractor's bid. {' •+;' Revised 7/19/17 Contract No. 3840-12 Page 34 of 135 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, 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. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. 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. (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. Y/\1 init (l,ff' init 12. Maintenance of Records. Contractor shall maintain and make available at~ 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. l'\ •,r Revised 7 /19/17 Contract No. 3840-12 Page 35 of 135 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. 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. Ill Ill /II /II /II /II Ill /II /II /II /II Ill Ill {'\ •+;' Revised 7/19/17 Contract No. 3840-12 Page 36 of 135 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: N>t:>NQ~\ ~ndf"\-:\2sl~n <1. By\~~ (sign here) By: ____.~,.__µw....::........:..~..:__-=----- V f1Q1&rJ 1ftJ:1Jffil;_ ft:5Sf 5lC - (print name and title) nicipal corporation 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 the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By-'--: --'-tk-----=-<o<.~~-----=----Deputy City Attorney {'\ •;, Revised 7/19/17 Contract No. 3840-12 Page 37 of 135 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } Countyof '5°Q1\ lJt~Q } On ,\ept. {/, 261~ before me, Jo~annQ M. Gnne.rJ Noloru Publrc. personally appeared ---'-----'-'Vi __ a=-"-rk ______ ---=J=~-------~----~------l_le_!R-ere_l_nse_rt_neme-erid-611e_m_tlie_oflioe_r) __ , __ who proved to me on the basis of satisfactory evidence to be the person~ whose i e(.l(isYare subscribed to the ~i in instrument and acknowledged to me that he/tf(ey executed the same i his her/their authorized capacity(i,es), and that by er/their signature'6'} on the ins rument the person(,>, or the entity upon behalf of which the person~ acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. No (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL IN FORMATION This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (T'rtle or description of attached document continued) Number of Pages __ Document Date ___ _ CAPACITY CLAIMED BY THE SIGNER 00 Individual {s) b Corporate Officer (Title) 0 Partner{s) 0 Attorney-in-Fact O Trustee{s) o Other _________ _ 2015 Version www.NotaryClasses.com 800-873-9865 • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date ofnotariution must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notariution. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they;-is /&Fe ) or circling the conect forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of _pie notary public must match the signature on file with the office of the county clerk. •!-Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. <• Indicate title or type of attached document, number of pages and date. •:• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. - • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On September 10, 2018 before me Kathy Scheuerman, Notar; Public '-------------------(insert name and title of the officer) Brian J. Jennette personally appeared ___________________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. i············1 KATHY SCHEUERMAN : • · '' , Notary Public -California : 1 ~ .• .,·· ~ San Diego County ~ " '-~ Commission# 2232615 • ' • My Comm. Expires Mar 28, 2022 (Seal) LABOR AND MATERIALS BOND Bond# SU1151062 WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to NEWest Construction Co., Inc (hereinafter designated as the "Principal"), a Contract for: LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 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, NEWest Construction Co., Inc., as Principal, (hereinafter designated as the "Contractor"), and Arch Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of THREE HUNDRED TWENTY NINE THOUSAND Dollars ($329,000), 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 9100, 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 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, 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. {~ •fi Revised 7/19/17 Contract No. 3840-12 Page 38 of 135 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 5th Executed by SURETY this _S_t_h ___ day day of September , 20lL_. of September , 20_l_L CONTRACTOR: NeWest Construction Co., Inc (name of Contractor) SURETY: Arch Insurance Company (name of Surety) 99 High Street, 8th Floor, Boston, MA 02110 (sign here) 1 , (address of Surety) tJt ~t" t i<le(Jt&J tu./ ( 61 72 419-2 92 2 ' print iVm'"e here) (telephone number of Surety) _A~~~~---11--'-~"'-'-'-"'-+----~ d: By: ~ '--I\_ \,,y-,,_ (l k~t' (signature of Attorney-in-Fact) (sign here) ~ t uf 1) ·rr ,J,J~rrs (print name here) rt5S1. 5 ~(. (title and organization of signatory) Donna M. Robie, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (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: CELIA A. BREWER City Attorney n I ~ By: ___ _.~-----=--=-.c....---------------- Deputy City Attorney (.'. •+ii' Revised 7 /19/17 Contract No. 3840-12 Page 39 of 135 SURETY ACKNOWLEDGMENT State of: Massachusetts County of: Middlesex On this 5th day of September 2018 before me personally came Donna M. Robie to me known, who, being by me duly sworn, did depose and say that he/she resides at Natick, Massachusetts that he/she is the Attorney-in-fact for Arch Insurance Company the corporation described in and which executed the foregoing instrument; that he/she knows the seal of said corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors or said corporation, and that he/she signed his/ her name thereto by like order. ~ ELLEN J. YOUNG 1 \.~~./ f COM'AONW~L~~r~tiA~l~~CHUSETTS \}W f My Comm1ss1on Expires "-'--" Oc!ol'nr 7. 2022 .. - ---------.-.._..i AJC 0000220325 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. -------This Power of Attorney limits th1cacts wtt»semmetfherein, and they have no aqth(t,rity to bind the Compa,;ttlexiJRJiiii '& .... manner and to the extent herelff~taiei.~ Nat wili#or Mortgage, Note, Loan, Lett,r of Credit, Bank Depoiil, .,._cy-Rate. ·•-. · Interest Rate or Residential Value-Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Donna M. Robie, Ellen J. Young andmnt~J. Smitnof Natick, MA (EACH) its true and lawful Attomey(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: undertakings, recognizances and other surety obligations, in the pena~sum not exceeding _. s ($90,000.000.00). This autnority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, rece>gnizaoces and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fulfy aoo~amply=ffi all intents and purposes, as !t the same had been d ~uted aOP . .. c;.· acknowledged by its regularly elecied officers at its principal administrative office in Jersey City, New Jersey. --~-=~ = - This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, rnat~~:Chairman of the Board, the' President, or the Executiva.l(~.P~i~t. ~ ~\.enior Vice President, of the Surety Business DMsiorr, ... or their appointees de$ignated in writing and filed wi~~h~~e'ietary,ieriie lecretary shall have the power and authority to appoint agents and attorneys-ir\~fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." ----- - This Power of Attorney is signed, sealed Jnd.certified-Oy facsimile under and by authori~Y' of the following resol~n~~eg:by_!J~,~ unanimous consent of the Board orDifectots of1ne-eompany on September 15, 2011: -----_ ~ --- VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety l:!.1.1siness Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary; the .seal of the Company, and e,rtiflcations by the Secretary, may"~ ,tfix~byJ!lcflffiile on any power of attorney or bond executed pursuant to the resolution adopted by the Boa:rd of Directors onSeptembef 1~1:,..and any such power so executed, sealed emf certifiea with respect to any bond or undertaking to which it isatt.tcood, sb@!l.cQntinue to be valid and binding upon the Company. -.c - 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. .. AIC 0000220325 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 1 ih day of iJ.1!!.x:, 201I. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. ~b~ My commission expires 10/03/2017 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated July 12. 2017 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 5th day of September , 20_18_. Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance -Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. • ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On September 10, 2018 before me Kathy Scheuerman, Notari Public '-------------------(insert name and title of the officer) personally appeared __ B_r_i_· a_n __ J_._J_e_n_n_e_t_t_e ________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. i············1 KATHY SCHEUERMAN : • •"'' Notary Public -California : i ~ ~ San Diego County ~ ~ Commission# 2232615 My Comm. Expires Mar 28, 2022 (Seal) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } Countyof ~Qf\ :J::ittjQ } On ,Sepf. (/, 'lii 15!. befo~ me; J~onitl (£4 •• W!!!1.e.t.1.cli,ar~ Pu b/1 'c_ personally appeared NIOrK ~vie e who proved to me on the basis of satisfactory evidence to be the person($) whose i e~~are subscribed to the ~i in instrument and acknowledged to me that he/~y executed the same i his her/their authorized capacity(~}, and that by er/their signature~ on the ins rument the person(;), or the entity upon behalf of which the person~ acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. No (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long W{J 111 f 1) J as the wording does not require the California notary to violate California notary rrt111 DllVi 1aw. (TiUe or description of atta ed document) (Title or description of attached document continued) Number of Pages __ Document Date ___ _ CAPACITY CLAIMED BY THE SIGNER 00 Individual (s) b Corporate Officer {Title) D Partner(s) 0 Attorney-in-Fact D Trustee(s) D Other _________ _ 2015 Version www.NotaryClasses.com 800-873-9865 • State and County information must be the State and County where the document signcr(s) personally appeared before the notary public for acknowledgment. • Date of notarwition must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarwition. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /&ff) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of file notary public must match the signature on file with the office of the county clerk. O:• Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •!• Indicate title or type of attached document, number of pages and date. •!• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. FAITHFUL PERFORMANCE/WARRANTY BOND Bond// SU1151062 WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to NEWest Construction Co., Inc., (hereinafter designated as the "Principal"), a Contract for: LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 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. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, NEWest Construction Co., Inc., , as Principal, (hereinafter designated as the "Contractor"), and Arch Insurance Company as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of THREE HUNDRED TWENTY NINE THOUSAND Dollars ($329,000),said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; 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 any judgment 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. l"\ •+i' Revised 7/19/17 Contract No. 3840-12 Page 40 of 135 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 _5_t_h __ day of September , 20_1_8 __ CONTRACTOR: NeWest (Title and Organization of Signatory) By: --#--+---1,,r~f ~~---lftrfd (sign here) vr r t1:tJ 1f Jt\J £re£ (print name here) %t%~n2¥i·zation of signatory) Executed by SURETY this St~ay of September -----------' 20 18 SURETY: Arch Insurance Company (name of Surety) 99 High Street, Sth_floor, Boston, MA 02110 (address of Surety) (617)419-2922 (telephone number of Surety) By: C~ ('v \, ()'-<-_,--R.___ .· '-_(, (signature of Attorney-in-Fact) Donna M. Robie, Attorney-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (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: CELIA A. BREWER City Attorney By:____._(l&_tfiZZiw_ Deputy City Attorney l'. -~ Revised 7/19/17 Contract No. 3840-12 Page 41 of 135 SURETY ACKNOWLEDGMENT State of: Massachusetts County of: Middlesex On this 5th day of September 2018 before me personally came Donna M. Robie to me known, who, being by me duly sworn, did depose and say that he/she resides at Natick, Massachusetts that he/she is the Attorney-in-fact for Arch Insurance Company the corporation described in and which executed the foregoing instrument; that he/she knows the seal of said corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors or said corporation, and that he/she signed his/ her name thereto by like order. Notary Publicl ELLEN J. YOUNG Notary Public COM'AONWEALTH OF MASSACHUSETTS My Comm,ss,on Expires October 7. 2022 . ~ . AIC 0000220326 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts 'f.Jf t'"1se4'18,iffi!liereln, and they have no authority to bind the Comfl¥!¥•XIJlp(m tf!e .. manner and to the extent herem~falst(~ Not .vifit/Ffor Mortgage, Note, Loan, Letter of. Credit, Bank Depoill 5miilc,°Raie, _ Interest Rate or Residential Valufi~amees.~-. ··~--~---- POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Donna M. Robie, Ellen J. Young and~'lf~-~.of ~k. MA (EACH) I -_ its true and lawful Attomey(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for a surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penaL~Ucm ~.§xceeding Ninety Millioo Ooltars ($90.000.000.00). -·-~ .ccccc ---- ---------- ilsbehalf as This authority does not permit the same obUgation to be split into two or mote--oonG--ln '-0rirerl0-bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company a, fully and 8f!lPlt°to all intents and purposes, as If the same had been duly executed-and acknowledged by its regularly ele~ 9f!i~ alitsjm~pafadministrative office in Jersey qtty, New Jersey. · -~ - --- This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors the-~Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, Thaf the Chairman of the Board, the President, or the Executive. \Iii = · t, ·w ff~nior Vice President, of the Surety Business Division, or their appointees de$ignated In writing and filed witfi , or tne S_ecretary shall have the power and authority to appoint agents and attomeys~IH-fact, and to authorize them subjeet to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." -.• .c-.. -.• ~-' , I ••• •. . .. --·· -This Power of Attorney is signed, sea!ect and certified by facsimile under and by authority ,Qf the following resoluffif~CJPlEid-'1>y & unanimous consent of the Board otOlrectors ofihe Company on September 15, 2011: ------ VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Elusiness Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, .the J®.I of the Company, and c,ertifications by the Secretary, may~ ~xe~c@le on any power of attorney or bond executed pursuant to the resolution adopC~d by the Board of Directors on September 15t2€HfF'and any such power so executed, sealed and certifleo with respect to any bQhd or undertaking to which it lS~il_ft§tfliJ.~~cdffiinll to be valid and binding upon the Company. · · ·· -.. ~_ ---· 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000220326 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 1 ih day of~. 201Z. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company ~'1i'4+-- DavidM.mestein, Executive Vice President I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. VANIA ~b~ My commission expires 10/03/2017 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated July 12. 2017 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 5th day of September 20___.1_8_. Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance -Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } Countyof ~QI\ lJr~Q } on ,\epf. (/, Zt:,/9, befo~ mek, J~annf f ,,¥.Si!J~e.t~.«PJar¥ 1U/1c. personally appeared N!Or ~JU?~ e who prov.ed to me on the basis of satisfactory evidence to be the person(,s) whose i e~sYare subscribed to the ~i in instrument and acknowledged to me that he/h<ey executed the same i his her/their authorized capacity(if{s ), and that by er/their signature'61 on the ins rument the person(.s'), or the entity upon behalf of which the person$SJ acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. No (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION This form complies with current California statuies regarding notary wording and, DESCRIPTION OF THE A TT ACHED DOCUMENT if needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long W f., 1 ~ J as the wording does not require the California notary to violate California notary tJ r rtJfJ 1.1 DllVi 1aw. (TiUe or description of attac/ied document) (Title or description of attached document continued) Number of Pages __ Document Date ___ _ CAPACITY CLAIMED BY THE SIGNER 00 Individual (s) D Corporate Officer (Title) D Partner(s) D Attorney-in-Fact o Trustee(s) o Other _________ _ 2015 Version www.NotaryClasses.com 800-873-9865 • State and County information must he the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notariution must be the date that the signer(s) personally appeared vmich must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notariution. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /ere) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otheIWise complete a different acknowledgment form. • Signature of _the notary public must match the signature on file with the office of the county clerk. •!• Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •!• Indicate title or type of attached document, number of pages and date. •!• Indicate the capacity claimed by the signer. If the claimed capacity is a c01porate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On sept ember 1 o , 2 o 18 before me, Kathy Scheuerman, Notari Public (insert name and title of the officer) Brian J. Jennette personally appeared ___________________________ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. {Seal) 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 ------------------------------ca II e d "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 section 22300 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 LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 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 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. ,, •ii' Revised 7/19/17 Contract No. 3840-12 Page 42 of 135 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 ____ -'-F""""IN"""'"A-=N-'-C=E=-=D..;..;.IR...:.:E=-C=-T.:....O=-R'-'------ Name ----------------- Signature ______________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title ________________ _ Name ---------------- Signature ______________ _ Address _______________ _ For Escrow Agent: Title ________________ _ Name ________________ _ Signature ______________ _ Address _______________ _ ,, •+;' Revised 7/19/17 Contract No. 3840-12 Page 43 of 135 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. 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 _______________ _ ,, •ti Revised 7/19/17 Contract No. 3840-12 Page 44 of 135 June 15, 2018 ADDENDUM NO. 1 ( City of Carlsbad RE: LIFT STATION GENERATOR REPLACEMENTS, PROJECT NO.: 3840-12 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. tZ-:;2 GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bi~i~~ Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD LIFT STATION GENERATOR REPLACMENTS CONTRACT NO. 3840-12 BID NO. PWS18-139UTIL Addendum No. 1 From: David Hull, Associate Engineer Phone: 760-603-7322 5950 El Camino Real Carlsbad, CA 92008 No. of Pages: 5 (including this page) Date: June 15, 2018 Bid Opening Date: Remains the same -July 10, 2018 -11 :00 am NOTICE This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum on the Bid Form. Failure to do so will subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO NOTICE INVITING BIDS 1. Notice Inviting Bids, Page 9, ACCEPTABLE LICENSE TYPES; at the end of the paragraph REMOVE: "A: General Engineering." ADD: "A: General Engineering, C-10 Electrical" Lift Station Generator Replacement, Contract No. 3840-12, Bid No. PWS18-139UTIL Addendum No. 1 Page 1 of 2 MODIFICATIONS, DELETIONS, AND ADDITIONS TO TECHNICAL SPECIFICATIONS 1. Technical Specification 16010-3.01-A.3 ADD: "The Contractor shall provide a backup generator at same size or greater as the exiting generators at each site. The backup generator must be installed and tested, in the presence of the Engineer, 48 hours prior to disconnect of the generator to be replaced." 2. Technical Specification 16205-1.06-C.4 REMOVE: "Contractor shall forward original copy of the "Permit to Operate" to Resident Engineer or Owner's Representative." ADD: "Contractor shall forward original copy of the "Construction Completion Notice" to Resident Engineer or Owner's Representative." 3. ADD: Appendix A: Record Drawings, for information only Lift Station Generator Replacement, Contract No. 3840-12, Bid No. PWS18-139UTIL Addendum No. 1 Page 2 of 2 ":)NI "Sl:IHNIQN3 1111]:} )13(Jfl0"'3)1m m; ,~a . . ,.';/,. X!PUadd't;/ ® .O-,! •.91€ 31V:)S __ N01l03S ~---(,1,U.J~""' lfi .:,0.11;,;,<J,11,Vf,--J!!>~.~ FOR REINF IN CMU WAI! AT CORNER SttDET 5/S3 FORREINF INCONC FOOTINC Al CORNER, SEE DEi 6/S~(~)/ -i- FOUNDATION PLAN SCAI! 1/,"-' PROVIDE 22 1/2"•22 1/2" fRAslED llLOCKOUT IN CEILING CENITREO 11,1n, TURBINE \/£NT. PROVIDE 5/B" CYP'iUM BOAR() FROM CULING 10 ROO! ON ALL FOUR SIDES Of"BlOCKOUl-----1 IO 2'-0" ~14'-U" ~l NOTE I 7g'4" ROOF f'RAll41NG PLAN 1 JRUSSl-1 SPACINGMA'!'B[REOUC£0ATTI-;E t:ONIRACTOR"SOPTlONTOSUPPORTMECHANICALLO ... DiNG rORRflNfoN(:MIJ AROUNODOORSAND LOUlll'RS, SH -i- Dfl 4/S3(TYP) 51.0Pf"OBONO cllAM(IY\-' NORT}j&:SOUTH W"tl. Sff 1:W1L.. EL +o·-o· ~ H 5230 1/4" Pl YWOOO SHf.0.Tl-«NG. '>ll WOOO NOil~ J .0.NL) 4, SHT SlfORN ... ILINGANO PlYWOOlJMAILRIAL ~INIMUM P~Nfl 1'1~TH~?·-o- APPROYf[) RLCOl~D DRAWINGS 2 ~T s·-o· oc MAX DRILL J-1 1/2"f VENT HO\.ES EQUALLY SPACf'OIN !l!OCKINGANOINSTALLJ/•"•0.051ALUM BIRD SCRttNONINSl0EFAC£.PR0\IID£TW0\1£NTEDEILOCKSs11NlslUM P(R WALL PLACE VE:NTEO BLOCKS S'TMMETl<ICAL ON [ACh WALL l'llillai... NOLTE and ASSOCIATES~ .. "°"""" ~, ...... ,~--· ;;9: '51%'f,op~ 2•6 ftlUGt BIOCKINt,-,\ or~ 1".S2 -(iYPJ\_ muss r-1. SH / on ?/S? LL +B'· o{'if;:::1"'=-:-==:::1:':;;=;:=,=,,C::,=',,~'lr (TYf') ?,6 >/IN (T'TP) J/4°!'IYWOO!l SKFArn1NG (NP) -FOR TYPICAL WALL REINF, S[[0(T"1L 1/S? 61 / ;2•6MIN(TYP) ~-~===~ TRUSS T -1 OEJAILCB DOU!llf1,8TOP 1,12 REDWOOD fACI ... (TYP) OUTSIDE FACT orwALL ~OT½N~~~it .... ¢/ \ / ~~;~~?B~:rMl:LA!t OGAElLLW"LLS I E>IBEDMfNTINrQC>IU \ PlATFSSHALLBEFLUSH 10f()l·C!,IU Wlll-<INSDEFAC[OF E~ WALL IJ016CfNTFRfD --2-fS CONT CHORD flAR'i(TYP) -B"rl.lUAIOCK W ... \L -GROUTED SOLD IN WAl! -#50/t f~0T6 ALllRNATL HOOt<:DIRECTlON ,,,-------2'-6" LAP (TYP) 4"1,1,o.x f-"'eeC__eOc_' Os_"-4f#-fJ__J --flNISH GRADE ~1 DETAIL 's.. ?-f5CONT -~ CONT (TYi' Of 4) /-~~A~li1c"~~~R~:~RlfR (T'r?) SEECONTTlACT SPfC,SFCTION07100 A ll/1.(1! 10 WALL ANU FOOT1NG1'1THPRE'iSURE ~~~~CTIV[ IA<'[ AND/OR ;~:~~ ~;.~~\;TH~til!ttJ>s--'--•,--~ -. ·-1----- TOI' OF' f'.MU WAil EL t!l' o· / ;~~tEDWOOO-/ J/4"• All O 2' o•_/ OC (ll" MIN U.IB) ,J DETAIL ___ Dl'.:,IRICI Al-'1-'RUVED CHANGlS -8"CMU WAIi SllO[I 1/S2 CD 8ENCIIMARK PLANS, SECTONS, + DETAILS _ ~".'.!= ;\)~~~8\76 -.. ~·zc,.9S CMWIJ97-402 OWGNO 35758 J",2"- 00....,.SPOUT (!n-') FINISl-1 GRADE -,1 NOTL. U •O o· WEST ELEVATION EAST ELEVATION SIMILAR TYPICAL MINIMUM REINFORCEMENT AT C.M.U. WALL OPENINGS CJiXJi) S2 53 m-.,.,. 1--'5. '6 .lt,,. -1INTH BARS § ~ll OU ~/S3 ~ / -] ""1lC I ,', FXTFNO 1J/ IJARSA _--..:....: __ RfY()Nll TYPICAL LINTEL BEAM SECTION @ 2' 6"LAP (Ti'f') WALL CORNER® '!TS ~? --. ,;·.~-,;.- 1 IT: 1--,.-1 GUTTER DETAIL® 's]', 53 NORTH ELEVATION --2'-6" L~P (Ii'?) # sl o 16 2-f5CONT(TYP) -f5CONT(TYP) FOOTING CORNER ® 'sl\ S2 -GUTTER SEE DEi 8/SJ (TYP) l:!QJL. EL ... o·-o· -n ~230 SOUTH ELEVATION TYP. SLOPED BONO BEAM@ /·GUTT(RS£E J DET 8/SJ 1=1 ~ ~ CM\fl091-•01 D'IICND.337-58 S3 June 21, 2018 ADDENDUM NO. 2 ( City of Carlsbad RE: LIFT STATION GENERATOR REPLACEMENTS, PROJECT NO.: 3840-12 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. ~:2- GRAHAM JORDAN Contract Administrator Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD LIFT STATION GENERATOR REPLACMENTS CONTRACT NO. 3840-12 BID NO. PWS18-139UTIL Addendum No. 2 From: David Hull, Associate Engineer Phone: 760-603-7322 5950 El Camino Real Carlsbad.CA 92008 No. of Pages: 1 (including this page) Date: June 21, 2018 Bid Opening Date: Remains the same -July 10, 2018 -11 :00 am NOTICE This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum on the Bid Form. Failure to do so will subject bidder to disqualification. MODIFICATIONS. DELETIONS. AND ADDITIONS TO NOTICE INVITING BIDS 1. Notice Inviting Bids, Page 12, PRE-BID MEETING; REMOVE: "A pre-bid meeting and tour of the project site will not be held." ADD: "A non-mandatory pre-bid meeting and tour of the project sites will be held on June 28, 2018 at 8 a.m. in the parking lot adjacent to 7499 Gabbiano Lane. Carlsbad, CA 92011 (North Batiguitos Lift Station). Once complete. we will meet at 501 Knots Lane, Carlsbad, CA 92011 (Knots Lift Station)." Lift Station Generator Replacements, Contract No. 3840-12, Bid No. PWS18-139UTIL Addendum No. 2 Page 1 of 1 June 28, 2018 ADDENDUM NO. 3 { City of Carlsbad RE: LIFT STATION GENERATOR REPLACEMENTS, PROJECT NO.: 3840-12 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. GRAHAM JORDAN Contract Administrator Biddersignature I ACKNOWLEDGE RECEIPT OF ADDE~ NO. 3. ~~~,~~ Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD LIFT STATION GENERATOR REPLACMENTS CONTRACT NO. 3840-12 BID NO. PWS18-139UTIL Addendum No. 3 From: David Hull, Associate Engineer Phone: 760-603-7322 5950 El Camino Real Carlsbad, CA 92008 No. of Pages: 3 (including this page) Date: June 28, 2018 Bid Opening Date: Remains the same -July 10, 2018 -11 :00 am NOTICE This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum on the Bid Form. Failure to do so will subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO NOTICE INVITING BIDS 1. Notice Inviting Bids, Page 9, SUMMARY OF BIDDING SCHEDULE; REMOVE: ,.,, Released for Bid Deadline for Bid questions Final addendum/Q&A issued (if applicable) Bid Opening Wednesday, June 6, 2018 Wednesday, June 27, 2018 Tuesday, July 3, 2018 Tuesday, July 10, 2018 Lift Station Generator Replacements, Contract No. 3840-12, Bid No. PWS18-139UTIL Addendum No. 3 5 p.m. 11 a.m. Page 1 of 2 ADD: ·~· Released for Bid Deadline for Bid questions Final addendum/Q&A issued (if applicable) Bid Opening PRE-BID SIGN-IN SHEET Please see Attachment A $CMEl)ULE Wednesday, June 6, 2018 Friday, June 29, 2018 Tuesday, July 3, 2018 Tuesday, July 10, 2018 Lift Station Generator Replacements, Contract No. 3840-12, Bid No. PWS18-139UTIL Addendum No. 3 TIMI; 5 p.m. 11 a.m. Page 2 of 2 5. 6. 7. 8. 9. Ccityof Carlsbad Cal fornia CITY OF CARLSBAD, CALIFORNIA PUBLIC WORKS PRE-BID MEETING FOR PROJECT NO. 3840-12 LIFT STATION GENERATOR REPLACEMENTS ATTENDANCE LIST Attachment A DATE: Thursday, June 28, 2018 TIME: 8:00 a.m. LOCATION: North Batiquitos Lift Station, 7499 Gabbiano Lane, Carlsbad, CA 92011 COMPANY NAME REPRESENTATIVE ADDRESS Pre-Bid Meeting for Project No. 3840-12 TELEPHONE {OFFICE) EMAIL July 3, 2018 ADDENDUM NO. 4 ( City of Carlsbad RE: LIFT STATION GENERATOR REPLACEMENTS, PROJECT NO.: 3840-12 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. GRAHAM JORDAN Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 Public Works Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t CITY OF CARLSBAD LIFT STATION GENERATOR REPLACMENTS CONTRACT NO. 3840-12 BID NO. PWS18-139UTIL Addendum No. 4 From: David Hull, Associate Engineer Phone: 760-603-7322 5950 El Camino Real Carlsbad, CA 92008 No. of Pages: 3 (including this page) Date: July 3, 2018 Bid Opening Date: Remains the same -July 10, 2018 -11 :00 am NOTICE This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum on the Bid Form. Failure to do so will subject bidder to disqualification. MODIFICATIONS, DELETIONS, AND ADDITIONS TO NOTICE INVITING BIDS 1. ADD: Appendix B (attached): Record Drawings (3 total sheets), for information only QUESTIONS & ANSWERS 1. Is there a designated area or location that the City of Carlsbad wants the stand-by generator and A TS to operate and allow the removal of existing generator and A TS from the buildings along with the power cords to come into electric room and tie into load and normal connections? Keeping access secure. Answer: Contractor may locate the stand-by generator anywhere within the secured lift station area (for both sites) to accommodate construction activities and allow City operations access for maintenance. Lift Station Generator Replacement, Contract No. 3840-12, Bid No. PWS18-139UTIL Addendum No. 4 Page 1 of 2 2. Is there utility drawings for all existing (electrical j-boxes-MH covers) services that could impact time and research when removing existing fuel lines? Answer: see attached record drawing 3. Will the 2 existing exhaust fans in specs section listed be the same size as the ones now currently installed? will the disconnects also need to be replaced? Answer: Replace with the same size, disconnects shall be replaced Lift Station Generator Replacement, Contract No. 3840-12, Bid No. PWS18-139UTIL Addendum No. 4 Page 2 of 2 I I I \I \ Appendix B r-x------=--------x==. -x=----=-x A-=·--=->< x----==-=x-=")("--:=:....--x~r-----=-----x--~------=-----X:-x~x= x-tmru 0 ~~OiJlt~cl!~ ~i"'JrJiTo~C~-~, TJ~;J~2 -:X' _,____ 0 PRO>M>E l"C----¥2. 112, Gt,10 fROM DCIST 1,jCC-1 TO S!I£.....!?..L8t SC~LE 1·-·· XISTINGl,jAIN S..,,.TOlB0AR0(WS8) ~M~-~EUSE(XISlt!GcotlDUIT~EXISTP\JUBOl( 0 :~ooPU~~iw.o CONDUITS rnOI.I EXISllNG PUU.8011 TO © ~~~?~~~~~~DIJril~ r;~~~C----1 TO © ~~;~G~~TIH~~~l~NiXI~~: ~~T ~~:r:Aa~6. LOC"'-OOHS PIJU.IIOX SIZE TO 8£ .lO"H X 0 ~Y:Fi~K'::>J~g1,~ = 1~~:fff~: PHI 0£1AIL 1, C----2. LUIIINAIRC TO lilA~ ElOSllHG. JJNCTION BOX TO 8E OUTDOOR l'l!(CAST CONC!!Cft. TYPE: ANDLABCUO"STREETuctm~·- 0 ~~C: ~w5~~~~~ fl E':.~n~ ~~ © ~1~ ~~{ r~il':.f PNFt.:Ou'i!fox ro ~sm~~r.. ~~~s~· ~ ~~ ~wg:----1 AkOPVU.801'.tSASSH0'IIN. CONfflACTOFISl-lAU.FlnD ~F't' EXISTING AS BUIU CONCIITIONS NII.> EXACT Sil£ Al<0RO.ll\NG~CONOOITSAN0CONOIJCTIJRS. ® Pf!O'IIOE l"CONOOT FROM NEWPULU30X TO EXISTING ~~'rx.~c~Ns~~-r~2fxi~n\fJ0 0088UR SYSTUoi nlROl,IQ1 EXISTING AND NEW CONDUITS @ ~~i ~OFl~l~~~o::,.~ PUWIOX 10 EXIS~~G C(»j0V!TF'llOMNOIPUUBOXTO F>ANEL PUlla,12~EXIST ~~E~AA~~~sE:01:: FlUO '4RIF"YEX1$TING .0.S9UllT SIZE:ANDROOIINCOfCQNDlJIT @P!!OVIOEl"OONOOlfracMN£WPUIJ.BO)(l0£)(JSJlNG r;geg:Dr~TH~)(J~/-:t"_\N~t~J:::·oR~ ',t~E ~~ ~~%GH Sl!)~!tN~~A~ ~~I~£~ ~~~~N~ "&,.~1~ ~Dl~~~i)(ACT 9l£ @ :i:~,_=1 ~:lau~~~BY THE N.E.C. TO @PR~DE:COl<Dl.il1'SSUPPCft1'SASN£CESSARY. @ ~*~~~rr~~:~v.£:1:TS~~S TO E-3 OlJlOSj GENERAL PROVISIONS FOR LIFT STATION GENERATOR REPLACEMENTS CONTRACT NO. 3840-12 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. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. {'\ •f' Revised 6/15/17 Contract No. 3840-12 Page 45 of 135 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 representative. 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. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract -The written agreement between the Agency and the Contractor covering the Work. 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 Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. ,, •+' Revised 6/15/17 Contract No. 3840-12 Page 46 of 135 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. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. 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 City Engineer 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. 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. ,, •ti Revised 6/15/17 Contract No. 3840-12 Page 47 of 135 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. 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. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. 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. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 48 of 135 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. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. 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. 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. l'\ •+;' Revised 6/15/17 Contract No. 3840-12 Page 49 of 135 1-3.2 Common Usage Abbreviation Word or Words Abbreviation Word or Words ABAN ............................................................. Abandon dB ................................................................... Decibels ABAND ....................................................... Abandoned DBL .................................................................. Double ABS ........................ Acrylonitrile -butadiene -styrene DF ............................................................... Douglas fir AC .................................................... Asphalt Concrete DIA ................................................................ Diameter ACP ........................................... Asbestos cement pipe DIP ..................................................... Ductile iron pipe ACWS ..................... Asphalt concrete wearing surface DL ............................................................... .Dead load ALT ................................................................ Alternate DR ...................................................... Dimension Ratio APTS ................................. Apartment and Apartments DT ................................................................ .Drain Tile AMER STD ................................... American Standard DWG ............................................................... Drawing AWG ............... American Wire Gage (nonferrous wire) DWY .............................................................. Driveway BC .................................................. Beginning of curve DWY APPR ................................... Driveway approach BCR ....................................... Beginning of curb return E ....................................................................... Electric BORY ........................................................... .Boundary EA ........................................................................ Each BF ..................................................... Bottom of footing EC ............................................................ End of curve BLDG ........................................ Building and Buildings ECR ................................................ End of curb return BM ............................................................. Bench mark EF ................................................................ Each face BVC .................................... Beginning of vertical curve EG ......................................................... Edge of gutter 8/W ........................................................... Back of wall EGL .................................................. Energy grade line CIC ..................................................... Center to center El ................................................................... Elevation CAB ...................................... Crushed aggregate base ELC ..................................... Electrolier lighting conduit CAL/OSHA ............ California Occupational Safety and EL T ........................................................ Extra long ton Health Administration ENGR ....................................... Engineer, Engineering Ca IT rans ....... California Department of Transportation EP ................................................... Edge of pavement CAP .................................... Corrugated aluminum pipe ESMT ........................................................... Easement CB ............................................................. Catch Basin ETB .......................................... Emulsion-treated base Cb ........................................................................ Curb EVC ............................................... End of vertical curb CSP ............................... Catch Basin Connection Pipe EWA ............................... Encina Wastewater Authority CSR ....................................... California Bearing Ratio EXC ............................................................ Excavation CCR ............................ California Code of Regulations EXP JT ................................................. Expansion joint CCTV ............................................... Closed Circuit TV EXST ............................................................... Existing CES .......................... Carlsbad Engineering Standards F .................................................................. Fahrenheit CF ................................................................ Curb face F&C ................................................... Frame and cover CF ................................................................ Cubic foot F&I .................................................. Furnish and install C&G .................................................... Curb and gutter FAB ............................................................... Fabricate CFR ................................ Code of Federal Regulations FAS ............................................... Flashing arrow sign CFS ......................................... Cubic Feet per Second FD ............................................................... Floor drain CIP ......................................................... Cast iron pipe FON ............................................................ Foundation CIPP ................................................ Cast-in place pipe FED SPEC ................................. Federal Specification CL ............................................. Clearance, center line FG ........................................................ Finished grade CLF .................................................... Chain link fence FH ............................................................. Fire hydrant CMB ............................... Crushed miscellaneous base FL ................................................................... Flow line CMC ......................................... Cement mortar-coated FS ...................................................... Finished surface CML ............................................ Cement mortar-lined FT-LB ......................................................... Foot-pound CMWD .................... Carlsbad Municipal Water District FTG .................................................................. Footing CO .................................................... Cleanout (Sewer) FW ............................................................ Face of wall COL. ................................................................. Column G ........................................................................... Gas COMM ....................................................... Commercial GA ..................................................................... Gauge CONC ........................................................... Concrete GAL ............................................... Gallon and Gallons CONN ........................................................ Connection GAL V ......................................................... Galvanized CONST .................................. Construct, Construction GAR ........................................... Garage and Garages COO RD ...................................................... Coordinate GIP .............................................. Galvanized iron pipe CSP ............................................ Corrugated steel pipe GL ........................................ Ground line or grade line CSD ............................... Carlsbad Standard Drawings GM .............................................................. Gas meter CTB ............................................ Cement treated base GNV ............................................... Ground Not Visible CV ............................................................ Check valve GP .................................................................. Guy pole CY ............................................................... Cubic yard GPM ................................................ gallons per minute D .............................................................. Load of pipe GR ...................................................................... Grade ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 50 of 135 GRTG ............................................................... Grating of compound curvature GSP ........................................... Galvanized steel pipe PCVC ....................... Point of compound vertical curve H ............................................................ High or height PE ........................................................... Polyethylene HB .................................................................. Hose bib Pl .................................................. Point of intersection HC ................................................... House connection PL. ............................................................ Property line HOWL ........................................................... Headwall PMB ............................ Processed miscellaneous base 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 L TS .................................................... 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 MUL T ............................................................... Multiple MUTCD ..... Manual on Uniform Traffic Control Devices MVL ............................................... Mercury vapor light NCTD .............................. North County Transit District NRCP .............................. Non reinforced concrete pipe OBS ............................................................... Obsolete OC ................................................................ On center 00 ..................................................... 0utside 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 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 RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete RCB ...................................... Reinforced concrete box 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 ST HWY ................................................ State highway ST A ................................................................... Station STD ............................................................... Standard STR .................................................................. Straight STR GR ................................................ Straight grade STRUC .......................................... Structural/Structure SW ................................................................. Sidewalk SWD ...................................................... Sidewalk drain SY ............................................................ Square yard T .................................................................. Telephone ,, • .,-Revised 6/15/17 Contract No. 3840-12 Page 51 of 135 TAN ................................................................. Tangent VAR ..................................................... Varies, Variable TC .............................................................. Top of curb VB ................................................................ Valve box TEL ............................................................. Telephone VC .......................................................... Vertical curve TF ........................................................... Top of footing VCP ................................................... Vitrified clay pipe TOPO ........................................................ Topography VERT ............................................................... Vertical TR ........................................................................ Tract VOL .................................................................. Volume TRANS ......................................................... Transition VWD ....................................... Vallecitos Water District TS ......................... Traffic signal or transition structure W ........................ Water, Wider or Width, as applicable TSC ............................................. Traffic signal conduit WATCH .............. Work Area Traffic Control Handbook TSS ........................................... Traffic signal standard WI. ........................................................... Wrought iron TW .............................................................. Top of wall WM ........................................................... Water meter TYP .................................................................. Typical WPJ .......................................... Weakened plane joint UE .............................................. Underground Electric XCONN ............................................ Cross connection USA .................................... Underground Service Alert XSEC ..................................................... Cross section 1-3.3 Institutions. 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 FHW A. ............................................................................. 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 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 (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ................................................................................................ 0.3048 meter (m) ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 52 of 135 1 yard (yd) ............................................................................................. 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m 2) 1 square yard (yd2) ................................................................................ 0.8361 square meter (m 2) 1 cubic foot (ft3) ..................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m 3) 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 (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................. 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................ 0.9072 Tonne (= 907 kg) 1 Poise .................................................................................................. 0.1 pascal· second (Pa· s) 1 centistoke (cs) .................................................................................... 1 square millimeters per second (mm2/s) 1 pound force (lbf) ................................................................................ .4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/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) Common Metric Prefixes kilo (k) .................................................................................................... 103 centi (c) .................................................................................................. 10-2 milli (m) .................................................................................................. 10-3 micro (µ) ................................................................................................ 1 o-6 nano (n) ................................................................................................. 1 o-9 pico (p) .................................................................................................. 10-12 1-5 SYMBOLS ~ L. % ' I 0 PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centerline Survey line or station line l' •+' Revised 6/15/17 Contract No. 3840-12 Page 53 of 135 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 ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 54 of 135 Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. 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. ('\ •+' Revised 6/15/17 Contract No. 3840-12 Page 55 of 135 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. 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 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 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 General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC}, Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. The construction plans consist of one (1) set. The set is designated as City of Carlsbad Drawing No. 508-7 and consists of eight (8) 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 and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 56 of 135 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 document~ listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract. 5) General Provisions. 6) Technical Specifications. 7) City of Carlsbad Standard Specifications. 8) Supplemental Provisions. 9) Plans. 10) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 11) Standard Specifications for Public Works Construction, as amended. 12) Reference Specifications. 13) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. ,, -~ Revised 6/15/17 Contract No. 3840-12 Page 57 of 135 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided through Virtual Project Manager or approved equal, 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. 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: _____________________________ _ l'\ •+' Revised 6/15/17 Contract No. 3840-12 Page 58 of 135 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. Working drawings are required in the following sections: TABLE 2-5.3.2 (A} Item Section Title Subject Number 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Polyethylene Liner Installation Facilities 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet WirinQ DiaQrams Traffic SiQnal 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: ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 59 of 135 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) 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. 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, are to be reviewed monthly by Agency as a condition of payment, 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. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra 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. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 60 of 135 practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by§§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8½" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements. Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 61 of 135 locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) s urvey R eau1remen s or ons rue 10n t f C t f a mg St k" Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©,@ Spacing®, (Within) 0 @ Street Centerline SDRS M-10 s1000', Street Intersections, Begin and end on street 0.02' Monument of curves, only when shown on the plans centerline Horizontal, also see Section 2-9.2.1 herein Clearing Lath in soil, lath -lntervisible, s 50' on tangents at clearing line 1' Horizontal painted line ~ s 25' on curves, Painted line -continuous on PCC &AC surfaces Slope RP+ Marker lntervisible and s 50' Grade Breaks 0.1' Vertical & Stake & s25' Horizontal Fence RP+ Marker s 200' on tangents, s 50' on curves when N/A 0.1' Horizontal Stake Rz 1000' & 25' on curves when Rs 1000' ( constant offset) Rough Grade RP+ Marker s 50' N/A 0.1' Vertical & Cuts or Fills 2 10 Stake Horizontal m (33') Final Grade RP+ Marker s 50' on tangents & curves when Rz 1000' s 22' 3/s" Horizontal & ¼" (includes top of: Stake, Blue-& Vertical Basement soil, top in s 25' on curves when R s 1000' subbase and grading area base) Asphalt Pavement RP, paint on s 25' or as per the intersection grid points edge of 3/s" Horizontal & ¼" Finish Course previous shown on the plan whichever provides the pavement, Vertical course denser information paving pass width, crown line & grade breaks Drainage RP+ Marker intervisible & s 25', beginning and end, BC as appropriate 3/s" Horizontal & ¼" Structures, Pipes Stake & EC of facilities, Grade breaks, Alignment Vertical & similar breaks, Junctions, Inlets & similar facilities, Facilitiesffi, 0 Risers & similar facilities (except plumbing), Skewed cut-off lines Curb RP+ Marker s 25', BC & EC, at ¼t., ½t. & ¾t, on curb ( constant 3/s" Horizontal & ¼" Stake returns & at beQinninQ & end offset) Vertical Traffic Signal G) Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & RP+ Marker at each pole & controller location as appropriate 3/s" Horizontal & ¼" Controller G) Stake Vertical Junction Box G) RP+ Marker at each junction box location as appropriate 3/s" Horizontal & ¼" Stake Vertical ,, •+i' Revised 6/15/17 Contract No. 3840-12 Page 62 of 135 Feature Staked Stake Centerline or Parallel to Centerline Lateral Setting Tolerance Description Spacing©,@ Spacing a>, (Within) al @ Conduit CD RP+ Marker s 50' on tangents & curves when R2 1000' as appropriate 3/a" Horizontal & when Stake & depth cannot be s 25' on curves when R s 1000' or where measured from existing grades 0.30% pavement ¼" Vertical Minor Structure CD RP+ Marker for catch basins: at centerline of box, ends as appropriate 3!a" Horizontal & ¼" Stake+ Line of box & wings & at each end of the local Vertical (when vertical Stake depression ~ data needed) Abutment Fill RP+ Marker s 50' & along end slopes & conic transitions as appropriate 0.1' Vertical & Stake+ Line Horizontal Stake Wall CD RP+ Marker s 50' and at beginning & end of: each wall, as appropriate ¼" Horizontal & ¼" Stake+ Line BC & EC, layout line angle points, changes Vertical Point +Guard in footing dimensions &/or elevation & wall Stake heioht Maior Structure ~ Footings, RP+ Marker 10' to 33' as required by the Engineer, BC & as appropriate J/a" Horizontal & ¼" Bents, Stake+ Line EC, transition points & at beginning & end. Vertical Abutments & Point +Guard Elevation points on footings at bottom of Winqwalls Stake columns Superstructures RP 1 O' to 33' sufficient to use string lines, BC & as appropriate 3!a" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footings at bottom of columns Miscellaneous ~ Contour RP+ Marker s 50' along contour 0.1' Vertical & Gradinq CD Stake line Horizontal Utilities CD, 0 RP+ Marker s 50' on tangents & curves when R2 1000' as appropriate "la" Horizontal & ¼" Stake & Vertical s 25' on curves when R s 1000' or where qrade s 0.30% Channels, Dikes RP+ Marker intervisible & s 100', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" & Ditches CD Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities Signs CD RP+ Marker At sign location Line point 0.1' Vertical & Stake+ Line Horizontal Point +Guard Stake Subsurface RP+ Marker intervisible & s 50', BC & EC of facilities, as appropriate 0.1' Horizontal & ¼" Drains CD Stake Grade breaks, Alignment breaks, Junctions, Vertical Inlets & similar facilities, Risers & similar facilities Overside Drains RP+ Marker longitudinal location At beginning 0.1' Horizontal & ¼" CD Stake & end Vertical Markers CD RP+ Marker for asphalt street surfacing s 50' on At marker ¼" Horizontal Stake tangents & curves when R2 1000' & s 25' location( s) on curves when R s 1000'. Railings & RP+ Marker At beginning & end and s 50' on tangents at railing & J/a" Horizontal & Barriers CD Stake & curves when R 2 1000' & s 25' on curves barrier Vertical when R s 1000' location(s) AC Dikes CD RP+ Marker At beginning & end as appropriate 0.1' Horizontal & Stake Vertical Box Culverts 1 O' to 33' as required by the Engineer, BC & as appropriate J/a" Horizontal & ¼" EC, transition points & at beginning & end. Vertical Elevation points on footinos & at invert Pavement RP 200' on tangents, 50' on curves when at pavement ¼" Horizontal MarkersCD R 2 1000' & 25' on curves when R s 1000'. marker For PCC surfaced streets lane cold joints location(s) will suffice CD Staking for feature may be omitted when adJacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature ,., •ti Revised 6/15/17 Contract No. 3840-12 Page 63 of 135 <2> Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table Q) Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto ~ Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature @ ::=: means greater than, or equal to, the number following the symbol. .,; means less than, or equal to, the number following the symbol. 0 The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(8) S St k C I C d f C t f St k" urvev a e o or 0 e or ons rue 10n a mg Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, White/Red centerline, alignments, etc. Vertical Control Bench marks White/Orang e Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow qrade, etc. Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue Curb drains, slope protection, curbs, gutters, etc. Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey. Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 64 of 135 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. 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. ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 65 of 135 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 50 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 50 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. 3-2.2.2 Increases of More Than 50 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 50 percent, payment for the quantity in excess of 150 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 150 percent of the Bid quantity at the Contract Unit Price. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 66 of 135 3-2.2.3 Decreases of More Than 50 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 50 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 50 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 cannot 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. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 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 cannot 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. 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. ,, •,; Revised 6/15/17 Contract No. 3840-12 Page 67 of 135 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 CAL TRANS, 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. 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. ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 68 of 135 (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. 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. ,, •+' Revised 6/15/17 Contract No. 3840-12 Page 69 of 135 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 Ill 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. 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 ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 70 of 135 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." Title: By:------------------------------ 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. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager 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 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. ,, •+; Revised 6/15/17 Contract No. 3840-12 Page 71 of 135 All claims by the -Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the public entity. (2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State University, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) "Public entity" shall not include the following: (i) The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that department. (iii) The Department of Parks and Recreation as to any project under the jurisdiction of that department. (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v) The Military Department as to any project under the jurisdiction of that department. (vi) The Department of General Services as to all other projects. (vii) The High-Speed Rail Authority. (4) "Public works project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and ,, •;;' Revised 6/15/17 Contract No. 3840-12 Page 72 of 135 what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The claimant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if mediation under this section does not resolve the parties' dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity's failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. ,, •ff Revised 6/15/17 Contract No. 3840-12 Page 73 of 135 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by 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 ,, •ii' Revised 6/15/17 Contract No. 3840-12 Page 74 of 135 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) 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. ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 75 of 135 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. (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 nova 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 nova. (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. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 76 of 135 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 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 necessary for the completion of the Contract. 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, ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 77 of 135 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. 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 ,., • ., Revised 6/15/17 Contract No. 3840-12 Page 78 of 135 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. 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. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. {' • ., Revised 6/15/17 Contract No. 3840-12 Page 79 of 135 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 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. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the ,, •ti Revised 6/15/17 Contract No. 3840-12 Page 80 of 135 committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 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 6/15/17 Contract No. 3840-12 Page 81 of 135 SECTION 5 -UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. {'\ •,; Revised 6/15/17 Contract No. 3840-12 Page 82 of 135 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 302-5.8, 2012 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 83 of 135 compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1 . The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. ,, •+; Revised 6/15/17 Contract No. 3840-12 Page 84 of 135 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 five (5) 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. 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 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 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. l' •+' Revised 6/15/17 Contract No. 3840-12 Page 85 of 135 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 7 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 7 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. 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 between 100 and 500 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. 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. 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. 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. 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. ,, •;;' Revised 6/15/17 Contract No. 3840-12 Page 86 of 135 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 thirty (30) 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 30 working days. 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 6-1.2.10.1 through 6-1.2.10.3. 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. 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. 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. 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- 1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 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. 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. 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 ,, -~ Revised 6/15/17 Contract No. 3840-12 Page 87 of 135 Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 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. 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. 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. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 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 and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. {'\ • ., Revised 6/15/17 Contract No. 3840-12 Page 88 of 135 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 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. 6-1.8 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 removal and replacement of emergency generators at North Batiquitos and Knots Lane Lift Station sites. The Contractor will only be permitted to work at one site at a time. All work must be complete, tested and accepted at one site before work at the other site may begin. The Contractor may elect to begin work at either site. 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 ,, •fi" Revised 6/15/17 Contract No. 3840-12 Page 89 of 135 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. The Contractor shall provide the most recent construction schedule and 3-week lookahead update at each Project Meeting. The Contractor shall make the red-line record drawings available for the Engineer's review at each Project Meeting. 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. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 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 ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 90 of 135 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. 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 l'\ • ., Revised 6/15/17 Contract No. 3840-12 Page 91 of 135 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. 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. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within one hundred (100) 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 association, 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. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 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 ,, -~ Revised 6/15/17 Contract No. 3840-12 Page 92 of 135 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. 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 one thousand five hundred dollars ($1,500.00). 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 $1,500.00 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. ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 93 of 135 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. ,, •ff Revised 6/15/17 Contract No. 3840-12 Page 94 of 135 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." ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 95 of 135 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. 7-5.1 Resource Agency Permits. Resource Agency Permits required for this work include: 1) The County of San Diego, Air Pollution Control District, refer to technical specification section 16205. 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. ,, •'7 Revised 6/15/17 Contract No. 3840-12 Page 96 of 135 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. 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. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. 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. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. 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 ,, •fi' Revised 6/15/17 Contract No. 3840-12 Page 97 of 135 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. 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. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 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 R9-2013-0001, Construction General Permit and amendments thereto, 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. ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 98 of 135 The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be incidental to the work and no separate payment will be made. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 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 within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) 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. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 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. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. ,, •,;' Revised 6/15/17 Contract No. 3840-12 Page 99 of 135 Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 100 of 135 In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. 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 materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. 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. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ................................................................................. . 2) Carlsbad Fire Department Dispatch .............................................. . 3) Carlsbad Police Department Dispatch ........................................... . (760) 602-2720 (760) 931-2197 (760) 931-2197 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) and 3) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 101 of 135 with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. {'\ •+;' Revised 6/15/17 Contract No. 3840-12 Page 102 of 135 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment, the 0.6 m (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than 12' wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2015 Revision 1, as amended for use in California) published by CAL TRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation l'\ •+; Revised 6/15/17 Contract No. 3840-12 Page 103 of 135 or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. The Contractor may choose to modify, add to or supplement the TCP. The level of detail, format, and graphics shall be of quality and size no less than those on "Standard Specifications Reference Traffic Control Plan" Drawing number 368-5. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2009 Revision 1 and 2, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3. 7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. ,, •fi Revised 6/15/17 Contract No. 3840-12 Page 104 of 135 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 not be used. 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. 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 ,, •;;' Revised 6/15/17 Contract No. 3840-12 Page 105 of 135 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 ROYAL TIES. 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. 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. ,, -~ Revised 6/15/17 Contract No. 3840-12 Page 106 of 135 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. The Contractor will not be required to provide facilities for Agency personnel. l'\ •fr Revised 6/15/17 Contract No. 3840-12 Page 107 of 135 SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "LS.", 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 ,, • .., Revised 6/15/17 Contract No. 3840-12 Page 108 of 135 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. 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 ,, •+; Revised 6/15/17 Contract No. 3840-12 Page 109 of 135 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 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 ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 11 O of 135 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. 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 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 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 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 111 of 135 sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 112 of 135 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2{A) (3) PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) (1l Trench Backfill Slurry 115-E-3 ( 190-E-400) Street Light Foundations and Survey 330-C-23 Monuments (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 31 0-C-17 (520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1 /2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 113 of 135 Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specific Grav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours voe Content: None (0 g/I) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. 201-1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a ½" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 114 of 135 Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. 201-3.7 Type "D" Joint Sealant. Add the following: Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as per Table 201-3. ?(A). ,, •+; Revised 6/15/17 Contract No. 3840-12 Page 115 of 135 TABLE 201-3.7(A) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard Results Conditions (ASTM Desianation) Cone Penetration ASTM D 3407, Sec. 5 3.5 mm, max. 25°C, 150 g, 5 s Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°C SofteninQ Point, ASTM D 36 82 °C, min. Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, COC, °C ASTM D 92 288 °C, min. Viscosity, Brookfield ASTM D 4402 2.5-3.5 Pa·s No. 27 Spindle, 20 Thermosel, rpm, 190°C, SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. Add the following: 203-6.2.1 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the Asphalt Binder content is within +/-0.5% of the design mix and the gradation conforms to the grading as shown in Table 203-6.4.3 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.4.3 (A) Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.4.3 (A). 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. ,, •ti' Revised 6/15/17 Contract No. 3840-12 Page 116 of 135 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability1 in accordance with the Asphalt lnstitute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 1Only use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than +/-5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. 203-6.8 Asphalt Concrete Storage. Add the following: Open graded or Gap graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 10 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be Gap Graded class ARHM-GG-C. SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) Add the following: TABLE 204-1.2(A) USES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") GRADES Construction grade Redwood or preservative treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 Qrade DouQlas Fir SECTION 206 -MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. 206-7.1 Roadside Signs. This work shall consist of furnishing and installing roadside signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, l"\ •ff Revised 6/15/17 Contract No. 3840-12 Page 117 of 135 flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7 .1.2 Sign Identification. The following notation shall be placed on the lower right side of the back of each sign where the notation shall not be blocked by the sign post or frame: A. PROPERTY OF THE CITY OF CARLSBAD, B. Name of the sign manufacturer, C. Month and year of fabrication, D. Type of retroreflective sheeting, and E. Manufacturer's identification and lot number of retroreflective sheeting. The above notation shall be applied directly to the aluminum sign panels in 1/4-inch upper case letters and numerals by die-stamp and applied by similar method to the fiberglass reinforced plastic signs. Painting, screening, or engraving of the notation will not be allowed. The notation shall be applied without damaging the finish of the sign. 206-7 .1.3 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.1.4 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation D4956 and conforming to the requirements of these special provisions. 206-7 .1.5 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the " •+;' Revised 6/15/17 Contract No. 3840-12 Page 118 of 135 Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. 206-7.2.1 General. This work shall consist of furnishing and installing temporary signs in accordance with details shown on the plans, the California Sign Specifications and these special provisions. Permanent and temporary signs shall be free from blemishes that may affect the serviceability and detract from the general sign color and appearance when viewing during daytime and nighttime from a distance of 25 feet. The face of each finished sign shall be uniform, flat, smooth, and free of defects, scratches, wrinkles, gel, hard spots, streaks, extrusion marks, and air bubbles. The front, back and edges of the sign panels shall be free of router chatter marks, burns, sharp edges, loose rivets, delaminated skins, excessive adhesive overspray, and aluminum marks. 206-7.2.2 Drawings. Standard signs shall be as per the most recently approved California Sign Specifications. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. 206-7.2.3 Reflective Sheeting. All advisory signs, warning signs and all regulatory signs shall be fabricated with Type IV prismatic sheeting (High Intensity Prismatic or equivalent) or Type IX prismatic cube lens sheeting (Diamond Grade VIP or equivalent) in accordance to ASTM Designation 04956 and conforming to the requirements of these special provisions. 206-7.2.4 Sign Panel. Sign panels shall be fabricated from sheet aluminum in accordance with ASTM Designation B209. Sheet aluminum shall be pretreated in accordance to ASTM Designation B449. The surface of sheet aluminum shall be cleaned, deoxidized, and coated with a light and tightly adherent chromate conversion coating free of powdery residue. The conversion coating shall be Class 2 with a mass between 10 milligrams per square foot. Following the cleaning and coating process, the sheet aluminum shall be protected from exposure to grease, oils, dust, and contaminants. Sheet aluminum shall be free of buckles, warps, dents, cockles, burrs, and defects resulting from fabrication. 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation Standard Plans RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements of these special provisions. 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size l'\ •+;' Revised 6/15/17 Contract No. 3840-12 Page 119 of 135 and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of these special provisions, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these special provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m ( 12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11 mm (7/16") holes on 25 mm (1 ") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011 ", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m ( 1 /16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1 m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions Outside Tolerance for All Sides at Corners mm (inches) mm (inches) 25 X 25 (1 X 1) 0.13 0.005 32 X 32 (1¼x1¼) 0.15 0.006 38 X 38 (1½ X 1½) 0.15 0.006 44 x44 (1¾ X 1¾) 0.20 0.008 51 X 51 (2 X 2) 0.20 0.008 56 X 56 (23/15 X 23/15) 0.25 0.010 57 X 57 (2¼ X 2¼) 0.25 0.010 64 X 64 (2½ X 2½) 0.25 0.010 51 X 76 (2 X 3) 0.25 0.010 {'\ -~ Revised 6/15/17 Contract No. 3840-12 Page 120 of 135 TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squareness(1> Twist Permissible in 900 mm (3") mm (Inches) mm (Inches) mm(2> (Inches )(2> 25 X 25 (1 X 1) 0.15 0.006 1.3 0.050 32 X 32 (1-¼ X 1-¼) 0.18 0.007 1.3 0.050 38 X 38 (1-½ X 1-½) 0.20 0.009 1.3 0.050 44 X 44 (1-¾ X 1-¾) 0.25 0.010 1.6 0.062 51 X 51 (2 X 2) 0.30 0.012 1.6 0.062 56 X 56 (2-3/15 X 2-3/15) 0.36 0.014 1.6 0.062 57 X 57 (2-¼ X 2-¼) 0.36 1.014 1.6 0.062 64 X 64 (2-½ X 2-½) 0.38 0.015 1.9 0.075 51 X 76 (2 X 3) 0.46 0.018 1.9 0.075 (1) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (2) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type Ill Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F) to +70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. {\ •ti' Revised 6/15/17 Contract No. 3840-12 Page 121 of 135 Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre- programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 206-9.4 Measurement and Payment. The contract unit price PCMS shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 207 -PIPE 207-9 IRON PIPE AND FITTINGS 207-9.2.2 Pipe Joints Unless otherwise shown on the Plans, all joints shall be the push-on type joint. Joints and accessories shall conform to the requirements and dimensions specified in ANSI A21.11, AWWA C111. Rubber gasket material shall conform to 208-1.2 and AWWA C111 and ANSI A21.11-90. 207-9.2.3 Fittings. Add the following: Ductile iron pipe and fittings shall be manufactured in accordance with ANSI 21.50, AWWA C150 and ANSI 21.51, AWWA C151, and shall be of the size and thickness classes shown on the Plans. Unless otherwise specified, size 4-inches through 6-inches DIP shall be thickness Class 52, while size 8-inches and larger shall be thickness Class 50. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 122 of 135 207-9.2.4 Lining and Coating. Replace with the following: Unless otherwise specified, all iron pipe and fittings shall be lined with double thickness, cement motor lining with cement conforming to ASTM C150 Type II, AWWA C104/A21.4.90 and outside coating of bituminous coating a minimum of 2 mils. thick in accordance with AWWA C151 or C100. 207-10 STEEL PIPE Add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable or Reclaimed) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Layout Drawings Mill Reports or Plant Test Reports Dimensional Checks Shop Drawings Manufacturer's tests Fabrication Details Protective Coatings Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless otherwise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207- 25(A) and 207-25 (B). ,., •;; Revised 6/15/17 Contract No. 3840-12 Page 123 of 135 TABLE 207-25.1(A} DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm (0.0056") Tensile strength ASTM D882 4500g/cm (25 lbs/inch) (5,500 PSI) Elonqation ASTM D882-88 <50 percent at break Printability ASTM D2578 >50 dynes/square centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturinq specifications Heat-set Mylex Message repeat Manufacturing specifications Every 500 mm(20") Foil Manufacturinci specifications Dead soft/annealed Top layer Manufacturinq specifications Virqin PET Bottom layer Manufacturing specifications Virqin LOPE Adhesives Manufacturinci specifications >30 oercent, solid 1.5#/R Bond strenqth Boilinq H20 at 100 deqrees Celsius Five hours without peel Colors APWACode See Table 207-25.1 (B) TABLE 207-25.1(8} DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Utility Marked Red Electric power, distribution, transmission, and municipal electric systems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment -PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. l' •+;' Revised 6/15/17 Contract No. 3840-12 Page 124 of 135 SECTION 209 -ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 86, "Signals, Lighting and Electrical Systems", of the Caltrans Standard Specifications replaces Section 209, "Electrical Components", and Section 307, "Street Lighting and Traffic Signals", of the SSPWC, in all matters pertaining to the specifications for measurement, payment, warranty, materials and methods of construction of street lighting and traffic signals. Section 86 of the Caltrans Standard Specifications is unmodified excepted as specified herein. For electrical components provided and installed in systems NOT including street lighting and traffic signals, Section 209 SSPWC is unmodified except as specified in sections other than Section 209, herein. SECTION 86 -SIGNALS, LIGHTING AND TRAFFIC ELECTRICAL SYSTEMS 86-2 MATERIALS AND INSTALLATION Replace Section 86-2.02 with the following: 86-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7-9, "Protection and Restoration of Existing Improvements" and 306-1.5, ''Trench Resurfacing", improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor's operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 0.17 foot (2") with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. Replace Section 86-2.05B with the following: 86-2.05B Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 ( 1 ½" dia). 2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1" dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2" dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3" dia). 5) For detector runs shall be Size 78 (3" dia). 6) Not otherwise specified shall be Size 78 (3" dia). Add the following: 86-2.08 Conductors. Signal cable shall be used for all new traffic signal installations. Individual conductors shall not be used. Add the following: 86-2.09B Installation. All conductors shall be pulled directly from the spool into the conduit and shall not be dragged on the ground as to cause damage to the conductors. l' •tr Revised 6/15/17 Contract No. 3840-12 Page 125 of 135 213-2 SECTION 213 -ENGINEERING FABRICS GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1 (A) Table 213-2.1(A) GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aaareqate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainaqe at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kq (¼ Ton) Rock Slope Protection Fabric for Rock Sizes lncludinq and Above 225 kq (¼ Ton) Plant Protection Covering Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire and 3 m (1 0') Post Spacinq Erosion Control Fence with 1.8 m (6') Post Spacinq and No Wire Fencinq Add the following section: 213-3 EROSION CONTROL SPECIAL TIES. Add the following section: Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm(¾") crushed rock and securely tied closed. Plastic bags are not acceptable. ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 126 of 135 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction ("Handbook"), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-13.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: '-' •+;' Revised 6/15/17 Contract No. 3840-12 Page 127 of 135 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SW PPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor's operations. Add the following section: 300-13.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered incidental to the items of work and no additional payment will be made therefore. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 128 of 135 Add the following section: 300-13.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SW PPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-13.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but ,, •,; Revised 6/15/17 Contract No. 3840-12 Page 129 of 135 not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markin s T e of under round facilities Water Service Lateral Sewer Service Lateral lrri ation Water Lateral or Sleeve Markin w s RW 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging -With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 130 of 135 The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (mph)+ SLOPE X 100] X LANES 1000 5 where: PS ADT EWL DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE LANES = plate score. = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. = total number of 24 hour periods during which the plates will be utilized at the site being considered. = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to ,, •+;' Revised 6/15/17 Contract No. 3840-12 Page 131 of 135 support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2- 5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1. 7 .3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x ¾") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) ,, •;;' Revised 6/15/17 Contract No. 3840-12 Page 132 of 135 TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1) Minimum Plate Thickness 0.3 m (10") 13 mm (½") 0.6 m (23") 19 mm (¾") 0.8 m (31 ") 22 mm (7/s") 1.0m(41") 25 mm (1") 1.6 m (63") 32 mm (1 ¼") (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CAL TRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CAL TRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable or Reclaimed) Water Mains, latest edition. 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it ,, • ., Revised 6/15/17 Contract No. 3840-12 Page 133 of 135 shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. Add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and install 6.4 mm (¼") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. '-' •+;' Revised 6/15/17 Contract No. 3840-12 Page 134 of 135 ,, •ti Revised 6/15/17 APPENDIX "A" CITY OF CARLSBAD ROADWORK ABC CONTRACTORS OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX I XX I XX from 7:00A.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector@ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Contract No. 3840-12 Page 135 of 135 Job No. 1544106*00 © K/J March 2018 CITY OF CARLSBAD TECHNICAL SPECIFICATIONS FOR LIFT STATION GENERA TOR REPLACEMENT PROJECT CIP NO. 3840-12 DRAWING NO. 508-7 APRIL 2018 KENNEDY/JENKS CONSULTANTS 9665 GRANITE RIDGE, SUITE 210 SAN DIEGO, CA 92123 (858) 676-7500 JOB NO. 1544106*00 SECTION 01010 SUMMARY OF WORK AND CONTRACT CONSIDERATIONS PART 1 -GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The project includes construction of improvements at the North Batiquitos Lift Station and Knots Lane Lift Station site associated with installation of a new standby diesel engine-generator, including but not limited to: new engine-generator with sound-attenuating enclosure and subbase fuel tank, new automatic transfer switch, construction of concrete slab, equipment installation; together with associated site work, electrical work, instrumentation, and demolition. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in work covered. Contractor must protect existing utilities, improvements, landscaping, irrigations systems and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems and vegetation at his/her expense. B. The Contractor will terminate all wire except control/signal at each site PLC and provide any required programming updates. 1.02 TYPE OF CONTRACT A. The Work covered by these Contract Documents shall be provided under a lump sum Contract. 1.03 CONTRACTOR'S USE OF SITE AND OWNERS CONTINUED OPERATIONS A. The Contractor shall confine his use of the site for work and storage to the limits shown on the Drawings and imposed by any permits. The Contractor's use of adjacent lands and roads for access to move onto and off of the site and for daily access of workers, material, and equipment shall be arranged and scheduled to minimize interference with the Owner's continued operations. B. The Owner intends to continue operation of its existing facilities during the construction period. The Contractor shall plan and schedule its work to minimize impacting both the Owner's continued operations and shall, at all times, maintain safe access for the Owner's operating personnel and equipment. C. The Contractor shall only be allowed to work at one site at a time. They must complete all work at one site (tested, operational and complete) prior to moving onto the next site. 1544106*04 City of Carlsbad Generator Replacement Project 01010-1 Summary of Work and Contract Considerations February 2018 D. The Contractor shall be responsible for maintaining safe emergency exiting for the Owner's, Engineer's, and Contractor's personnel in all areas affected by the Contractors work. E. If operation of the Owner's existing facilities is adversely affected by the Contractor's work, the Owner may suffer a financial loss and may make a claim against the Contractor to recover its loss. 1.04 DOCUMENTING EXISTING CONDITIONS A. Prior to commencing the Work, the site shall be toured with the Contractor, and the Owner. Examine and document photographically and in writing the condition of existing buildings, paving, equipment, improvements, and landscape planting on or adjacent to the site. This record shall serve as a basis for determination of subsequent damage due to the Contractor's operations and shall be signed by all parties making the tour. Record existing conditions as slides or video on a DVD disk. Provide the Owner with a copy of the disk and written observations of the conditions prior to starting work. 1.05 SHUTDOWN OF EXISTING UTILITIES, SERVICES OR OPERATIONS A. Obtain the Owner's approval at least seven 7 days prior to the shutdown of any utility, service, or operation of any existing facility. Give required notice and make appropriate arrangements with utility owners and other affected parties prior to shutdown of any utility service. The Contractor's Bid shall include the cost of premium time to perform work requiring utility shutdowns on weekends or outside of normal working hours. Refer to General Conditions regarding reimbursement of Owner for inspection outside the normal working hours. B. Schedule utility service or operation shutdowns for periods of minimum use and at the Owner's convenience. Have all required material, equipment, and workers on site prior to beginning any work involving a possible shutdown. Perform work as required to reduce shutdown time to the minimum. In some cases, this may require increased numbers of workers and/or premium time, night, or weekend work. The Contract Price shall include the cost of additional workers and premium time work required to minimize the impact of utility service or operations shutdowns. C. Coordinate any shutdown with the service utility, Owner, and the Engineer. Submit a detailed plan for proposed shutdown with estimated time to the Engineer for favorable review at least 3 weeks before shutdown. 1.07 PERMITS A. Permits will be obtained in accordance with the General Conditions and as stated herein. The following summarizes the permits, who will obtain them, and who will pay for permits and other associated fees. Contractor shall meet the conditions of all permits issued for this Work in accordance with the General Conditions regardless whether or not a permit has been identified below. Any permit required for the project shall be provided by the Contractor unless specifically identified as being provided by the Owner in the Contact Documents. 1544106*04 City of Carlsbad Generator Replacement Project 01010-2 Summary of Work and Contract Considerations February 2018 B. Owner-Initiated Project Permits. 1. The following permits have been applied for and the application fees paid for by the Owner and shall be assigned to the Contractor: a. City of Carlsbad Building Permit. C. The Contractor shall acquire and pay for all other permits and/or licenses and inspections which have not already been secured by the Owner. Air Pollution Control District permit from San Diego County shall be filed and paid for by the Contractor. The Contractor shall acquire and pay for permits and inspections for contractor-designed and/or deferred permit items. The Contractor shall acquire and pay for electrical permits and inspections. 1.08 REGULATORY REQUIREMENTS A. The codes and regulations adopted by the State of California and other governmental authorities having jurisdiction shall establish minimum requirements for this project. This project shall comply with the most recent publication of the following: 1. International Building Code (IBC) 2. International Fire Code (IFC) 3. International Mechanical Code (IMC) 4. Uniform Plumbing Code (UPC) 5. National Electric Code (NEC) B. The latest edition of the requirements in effect at the date of submission of bids shall apply. C. The Contractor is responsible for reporting any code deficiencies in the design that he discovers to the Owner's Project Manager prior to proceeding with the Work. D. Paragraphs addressing Pre-Engineered Systems and Performance Specifications in other Sections cover the Contractor's responsibility to comply with code requirements when (1) performance specifications are used to describe all or portions of Work or items and (2) when pre-engineered (contractor designed) systems are specified. E. In cases where the Contract Documents are more restrictive than applicable codes, the Contractor shall comply with the Contract Documents. 1.09 REFERENCE STANDARDS A. When these Specifications state that Work or tests shall conform to specific provisions in a referenced standard, specification, code, recommendation, or manual published by an association, organization, society, or agency the referenced provisions shall be considered a part of these Specifications as fully as if included in total. When these Specifications or applicable codes contain higher or more restrictive requirements than those contained in reference standards, these Specifications or applicable codes shall govern. 1544106*04 City of Carlsbad Generator Replacement Project 01010-3 Summary of Work and Contract Considerations February 2018 B. The latest edition of a referenced standard published at the time of submission of bids shall apply unless a specific date for the referenced standard is cited in these Specifications. C. Provisions in referenced standards, specifications, manuals, or codes shall not change the duties and responsibilities between any of the parties involved in this work from those described in the General Conditions. Provisions in referenced standards with regard to measurement and payment shall not apply to this Work unless specifically cited. 1.10 SPECIFICATION LANGUAGE AND STYLE A. Many parts of the Specifications, as well as notes on the Drawings, are written in the active voice and are addressed to the Contractor. 1. When words or phrases requiring an action or performance of a task are used, it means that the Contractor shall provide the action or perform the task. For example: provide, perform, install, furnish, erect, connect, test, operate, adjust, or similar words mean that the Contractor shall perform the action or task referred to. 2. When words or phrases requiring selection, acceptance, approval, review, direction, designation, or similar actions are referred to, it means that such actions are the Owner's prerogative and that the Contractor must obtain such action before proceeding. B. Requirements in the Specifications and Drawings apply to all work of a similar type, kind, or class even though the work "all" or "typical" may not be stated. 1.11 DEFINITIONS A. The following terms, when used in the Contract Documents, shall have the meanings listed: ACCEPTABLE PERFORM PROVIDE REQUIRED SATISFACTORY SHOWN 1544106*04 City of Carlsbad Generator Replacement Project "acceptable to the Owner" "perform all operations required to complete the work referred to in accordance with the intent of the Contract Documents" "furnish and install the work referred to including proper anchorage, connection to required utilities or other work, testing, adjustment, and startup ready to put in service and perform the intended function" "required by the Contract Documents or required to complete the Work and produce the intended results" "acceptable to the Owner" "as indicated on the Drawings" 01010-4 Summary of Work and Contract Considerations February 2018 SITE SPECIFIED SUBMIT 1.12 ABBREVIATIONS "geographical location of the Project and land within the work area shown on the contract drawings and within which the Work will be installed or built" "as written in the Contract Documents including the Specifications and the Drawings" "submit to the Owner" A. The following acronyms or abbreviations are used in these specifications for the organizations listed. Abbreviation AASHTO AAMA ABMA ACI ADC AGA AGMA Al AISC AISI AITC AMCA ANSI APA API APWA AREA ASCE ASHRAE ASME ASTM AWPA AWS AWWA CAGI CBM CBR Cl CISPI CMAA CPSC 1544106*04 City of Carlsbad Generator Replacement Project Stands for American Association of State Highway and Transportation Officials Architectural Aluminum Manufacturers Association American Boiler Manufacturers Association American Concrete Institute Air Diffusion Council American Gas Association American Gear Manufacturers Association Asphalt Institute American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning Association American National Standard Institute (formerly United States of America Standards Institute) American Plywood Association American Petroleum Institute American Public Works Association American Railway Engineering Association American Society of Civil Engineers American Society of Heating, Refrigerating and Air Conditioning Engineers American Society of Mechanical Engineers ASTM International American Wood-Preservers' Association American Welding Society American Water Works Association Compressed Air and Gas Institute Certified Ballast Manufacturers California Bearing Ratio Chlorine Institute Cast Iron Soil Pipe Institute Crane Manufacturers Association of America Consumer Products Safety Commission 01010-5 Summary of Work and Contract Considerations February 2018 CRA CRSI cs CTI DFPA DOE EIA EPA ETL FM FPS FS HI HMI IAPMO ICPO IEEE IES IGCC IBC IFC IMC IPCE ISA NAAMM NBS NCPI NEC NEMA NETA NFPA NGVD NSF NWMA OSHA PCA RCW REA SAMA SMACNA SSPC TCA UPC USDC UL WAC WCLIB WIC 1544106*04 City of Carlsbad Generator Replacement Project California Redwood Association Concrete Reinforcing Steel Institute Commercial Standards for the U.S. Department of Commerce Cooling Tower Institute Douglas Fir Plywood Association Washington State Department of Ecology Electronic Industries Association U.S. Environmental Protection Agency Electronic Testing Laboratory Factory Mutual Insurance Company Fluid Power Society Federal Specifications Hydraulic Institute Hoist Manufacturers Institute International Association of Plumbing and Mechanical Officials International Conference of Building Officials Institute of Electrical and Electronic Engineers Illuminating Engineering Society Insulating Glass Certification Council International Building Code International Fire Code International Mechanical Code International Power Cable Engineers Association Instrument Society of America National Association of Architectural Metal Manufacturers National Bureau of Standards National Clay Pipe Institute National Electric Code National Electrical Manufacturers Association International Electrical Testing Association National Fire Protection Association National Geodetic Vertical Datum National Sanitation Foundation National Woodwork Manufacturers Association Occupational Safety and Health Act Portland Cement Association Revised Code of Washington Rural Electrification Administration Scientific Apparatus Makers Association Sheet Metal and Air Conditioning Contractors National Association Structural Steel Painting Council Tile Council of America Uniform Plumbing Code U.S. Department of Commerce Underwriters Laboratories Washington Administrative Code West Coast Lumber Inspection Bureau Woodwork Institute of California 01010-6 Summary of Work and Contract Considerations February 2018 WISHA wss Washington Industrial Safety and Health Act Washington State Department of Transportation (WSDOT)/American Public Works Association (APWA) Standard Specifications for Road Bridge and Municipal Construction PART 2 -PRODUCTS Not applicable to this Section. PART 3 -EXECUTION Not applicable to this Section. 1544106*04 City of Carlsbad Generator Replacement Project END OF SECTION 01010-7 Summary of Work and Contract Considerations February 2018 1544106*04 City of Carlsbad Generator Replacement Project THIS PAGE INTENTIONALLY BLANK 01010-8 Summary of Work and Contract Considerations February 2018 PART 1 -GENERAL 1.01 DESCRIPTION SECTION 01025 MEASUREMENT AND PAYMENT A. Measurement and payment for bid items listed in the proposal shall be based upon use of a lump sum or unit price method. Extra work or changes in the Work shall be accomplished as provided in the Special Provisions. 1.02 RELATED WORK (Not Applicable) 1.03 SUBMITTALS (Not Applicable) 1.04 PAYMENT A. Payment for Unit Price Payment for a unit price bid item shall be based upon the amount shown in the bid schedule multiplied by the total quantity measurement of the item and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools and appurtenances required for construction of the item complete in place in accordance with the Plans and Specifications. B. Payment for Lump Sum Items Payment for lump sum bid items shall be based upon the amount shown in the bid schedule and shall be full compensation for furnishing all supervision, planning, design, design engineering fees, labor, transportation, materials, equipment, tools and appurtenances required for construction of the unit of work complete in place in accordance with the Plans and Specifications. C. Work Not Listed in the Bid Schedule Costs for related work and appurtenances which are required and/or implied by the General Provisions, Technical Specifications, Special Provisions and Plans and are not listed as a separate bid item but are necessary to complete the project shall be included in the appropriate bid item or items within the proposal. PART 2-MATERIALS 2.01 General (Measurement) A. Measurement for unit price quantities shall be based upon the appropriate bid item in the proposal. The actual quantity of measurement shall be as constructed by Contractor in place in conformance with the Plans and Specifications. 1544106*04 City of Carlsbad Generator Replacement Project 01025-1 Measurement and Payment March 2018 2.02 Unit Measurements A. Measurement for bid items involving units of the item shall be based upon the number of units counted as indicated in the bid item. 2.03 Lump Sum Measurement A. Measurement for a lump sum bid item shall be considered as a complete project or a portion of a project constituting a unit. The items to be included in the lump sum bid shall be as specified in the proposal bid item and/or the Standard or Special Provisions. 2.04 Payment or Testing A. Party responsible for payment for testing is identified in individual sections under tests required. Where specifications are silent regarding responsible party paying for tests, costs of first tests will be paid by Owner. B. If testing or inspection indicates failure of a material or procedure to meet Contract Document requirements, Owner will backcharge Contractor for retesting and reinspection costs incurred by testing or inspection agency of Owner's choice. C. Additional tests and inspections not specified herein but requested by Owner will be paid for by Owner, unless result of such tests and inspections are found to not comply with Contract Documents, in which case Owner will pay all costs for initial testing as well as retesting and reinspection and backcharge Contractor for retesting and reinspection. D. Costs for additional tests or inspections required because of change in materials being provided or change of source or supply shall be paid by Contractor direct to testing laboratory. E. Cost of testing which is required solely for convenience of Contractor in his scheduling and performance of Work shall be borne by Contractor. F. Contractor shall pay all costs for correcting deficiencies. PART 3 -EXECUTION 3.01 Bid Item Descriptions A. This section defines the bid items listed in the bid schedule and describes measurement and payment provisions for each of the bid items. Bid Item 1 -Mobilization A. Includes all costs for mobilization and demobilization of construction equipment. This bid item is limited to a maximum amount of five (5%) percent of the Bid Price. Payment shall be made at seventy-five (75%) percent of the bid item 1544106*04 City of Carlsbad Generator Replacement Project 01025-2 Measurement and Payment March 2018 amount on the first progress payment and the remaining amount of the final progress payment, subject to the provisions below. B. Payment for this item will be made at the lump sum price named in the Bid Schedule under Item Number 1, which price shall constitute full compensation for all work and expenditures required to mobilize, provide bonds and insurance, obtain required permits, take preconstruction photos and videos, prepare project schedule, provide project sign, construct temporary bypass facilities, preparation of staging areas, perform required surveys, testing, site maintenance and cleanup, remove and reinstall existing site facilities as required, comply with all General and Supplementary conditions, demobilize, provide record drawings, and warranties, and provide cleanup of construction site complete in place, as required by Contract Documents with sole exclusion of payments to be made as defined herein for other items in Bid Schedule. C. Work to be paid for under this item shall also include furnishing, setting up, and removing Contractor's operations at project site including temporary offices, utilities, staging areas, security, etc. The work shall also include furnishing any temporary construction facilities and trailers required by Contract Documents. Bid Item 2 -Demolition at North Batiquitos Lift Station Complete in place A. Measurement for payment for all labor, equipment and materials necessary including but not limited to removal and lawful disposal of fuel tank, demolition of existing fuel tank pedestals, demolition of genset, demolition of genset housekeeping pad, demolition of remote radiator, demolition of automatic transfer switch, demolition of exhaust two fans. B. Payment for demolition, removal and lawful disposal of genset and all associated equipment in Contract Documents, which price named on the Bid Schedule Item No. 2 shall constitute full compensation for completion of all such work as required per Contract Documents. Bid Item 3 -Installation of new genset at North Batiquitos Lift Station A. Measurement for payment for all labor, equipment and materials necessary including but not limited to installation of genset housekeeping equipment pad, installation of genset, installation of generator exhausting, trenching and filling for fuel lines and remote radiator, installation of fuel tank equipment pad, installation of 400-gallon fuel tank, installation of remote radiator and all associated piping, installation of automatic transfer switch, installation of two exhaust fans, installation of all associated conduit and wiring. B. Payment for installation of genset and all associated equipment and connections in Contract Documents, which price named on the Bid Schedule Item No. 3 shall constitute full compensation for completion of all such work as required per Contract Documents. 1544106*04 City of Carlsbad Generator Replacement Project 01025-3 Measurement and Payment March 2018 Bid Item 4 -Demolition at Knots Lane Lift Station site complete in place A. Measurement for payment for all labor, equipment and materials necessary including but not limited to removal and lawful disposal of genset, demolition of genset housekeeping pad, and demolition of automatic transfer switch. B. Payment for demolition, removal and lawful disposal of genset and all associated equipment in Contract Documents, which price named on the Bid Schedule Item No. 4 shall constitute full compensation for completion of all such work as required per Contract Documents. Bid Item 5 -Installation of new genset at Knots Lane Lift Station A. Measurement for payment for all labor, equipment and materials necessary including but not limited to installation of genset housekeeping equipment pad, installation of genset with fuel tank and radiator, installation of generator exhausting, installation of automatic transfer switch, installation of all associated conduit and wiring. B. Payment for installation of genset and all associated equipment and connections in Contract Documents, which price named on the Bid Schedule Item No. 5 shall constitute full compensation for completion of all such work as required per Contract Documents. Bid Item 6 -Record Drawings A. Measurement for payment for record drawings require that the Contractor provide and keep a complete and up-to-date red-lined set of record drawings, which shall be corrected in red daily and show every change from the original drawings and specifications and depict the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. This set of drawings shall be kept on the job, shall be reviewed monthly as a condition of payment, and shall be used only as a record set. Contractor shall deliver the record drawings to the engineer on a monthly basis for interim review and then no later than at the final walkthrough meeting for final review per Section 2-5.3 Submittals. At the direction of the engineer, the Contractor is conditioned to revise the record drawings to reflect field conditions and additional punch list items. Re- submittal of the record drawings shall be completed within 10 working days of the final walkthrough meeting date. B. Payment for record drawings will be made by the unit measurement of lump sum (LS), which price named on the Bid Schedule under Item No. 6 shall constitute full compensation for completion of all such work as required per Contract Documents. 3.2 Contractor's Cost Breakdown (Applicable for Lump Sum Work) For work to be performed for a lump sum amount, the Contractor shall submit a cost 1544106*04 City of Carlsbad Generator Replacement Project 01025-4 Measurement and Payment March 2018 breakdown to the City prior to the first payment and within ten (10) days after Notice to Proceed. The cost breakdown, as agreed upon by the Contractor, the Engineer and the City, shall be used for preparing future estimates for partial payments to the Contractor, and shall list the major items of work with a price fairly apportioned to each item. Mobilization, overhead, bond, insurance, other general costs and profit shall be prorated to each item so that the total of the prices for all items equal the lump sum price. At the discretion of the City, mobilization, bond and insurance costs may be provided for separately if accompanied by invoices to verify actual expenses. The cost breakdown shall be generally in the same format as the Contract specifications divisions and subdivisions, with major items of work listed individually. The cost breakdown shall be by structure, civil, landscaping, or other logical division of work. The cost breakdown for architectural, structural, mechanical, and electrical work shall include separate items for identifiable portions of the Work. The cost breakdown shall include separate allowances for any testing and startup work required. Measurable approximate quantities of work performed by the Contractor or its subcontractors shall be provided. For quantities that are the sum total of several individual quantities, backup summaries shall be provided which list the individual descriptions and quantities. These summaries then will be used to determine the quantities of work in place in subsequent progress payment requests. The above is a statement of the intent of the Contract Documents to provide a moderate level of detail, acceptable to the City, to allow a fair and reasonable estimate to be made of the value of work installed. The detail of the cost breakdown must be sufficient to provide timely processing of the monthly progress payment request. The cost breakdown will be subject to the approval of the City, and upon request, the Contractor shall substantiate the price for any or all items and provide additional level of detail, including quantities of work. The cost breakdown shall be sufficiently detailed to permit its use by the City as one of the bases for evaluating requests for payments. The City shall be the sole judge of the adequacy of the cost breakdown. The cost breakdown shall be solely used to determine progress payments. The cost breakdown shall not be considered in determining payment or credit for additional or deleted work. 1544106*04 City of Carlsbad Generator Replacement Project END OF SECTION 01025-5 Measurement and Payment March 2018 THIS PAGE INTENTIONALLY BLANK 1544106*04 City of Carlsbad Generator Replacement Project 01025-6 Measurement and Payment March 2018 SECTION 01040 COORDINATION AND PROJECT REQUIREMENTS PART 1 -GENERAL 1.01 PROJECT COORDINATION A. Coordinate scheduling, submittals, and work of various Sections of the Specifications and subcontractors to assure efficient and orderly sequence of interdependent construction. 1.02 MECHANICAL AND ELECTRICAL COORDINATION A. The Contractor's superintendent or a specially assigned assistant shall be designated the mechanical/electrical coordinator and shall coordinate the exact location, space priorities, and sequence of installation of all mechanical and electrical work with each other and with all other trades. The Contractor shall coordinate with electrical work performed by the Owner. The mechanical/electrical coordinator shall assure compliance with the requirements of this paragraph 1.02. B. The location of mechanical and electrical work may be indicated diagrammatically on the Drawings. Actual locations shall follow locations shown on the Drawings as closely as practicable but shall be altered or adjusted in the field by the mechanical/electrical coordinator as required by the following: 1. In finished spaces, install mechanical and electrical work concealed within the space available. 2. Organize mechanical and electrical work to make efficient use of space. Combine similar items into groups; make all runs parallel to or at right angles with building lines. 3. Layout and install work to provide adequate space and access for adjustment, servicing, and maintenance and maximize space available for future installation of additional services or replacement of existing services. 4. Assure that all access doors required by code or required for adjustment, servicing or maintenance are provided in accordance with the Contract Drawings. Locate access doors to provide convenient access and to coordinate with finished visual elements. 5. Coordinate location of fixtures, registers, grills, outlets, switches, panel boards, pullboxes, access doors, and other exposed mechanical and electrical items with functional and visual elements. Verify location of questionable items with Owner before proceeding. C. Prepare large scale detailed installation drawings showing the work of all affected trades to coordinate the actual installed location of all equipment and of all mechanical and electrical work. Officially submit review coordination drawings with Owner and all affected trades before proceeding. 1544106*04 City of Carlsbad Generator Replacement Project 01040-1 Coordination and Project Requirements February 2018 D. Review Shop Drawings and Product Data prior to submission for the Owner's Review to assure that equipment dimensions, physical characteristics, and service requirements are compatible with contract requirements, field conditions, and other items submitted. E. Verify that required services such as electrical power characteristics, control wiring, and utility requirements of items and equipment submitted and furnished are compatible with services provided. Notify Owner of potential problems prior to ordering items or equipment and prior to installing services or completing construction in areas where services would have to be installed. F. Schedule installation sequence of various elements of mechanical and electrical work to achieve optimum compliance with requirements under Mechanical and Electrical Coordination in this Section. 1.03 CUTTING, FITTING, AND PATCHING A. Provide cutting, fitting, or patching required to complete the Work and to make all of its parts fit together properly. Include cutting, fitting, and patching required to: 1. Fit the several parts together and to integrate with other work. 2. Uncover work to install or correct ill-timed work. 3. Provide openings in elements of work for penetrations of mechanical and electrical work. 4. Remove and replace defective and non-conforming work. 5. Remove samples of installed work for testing. B. Request guidance from the Owner prior to beginning cutting or altering construction, which affects: 1. Structural integrity of any element. 2. Functional performance of any element. 3. Integrity of weather-exposed or moisture-resistant elements. 4. Efficiency, maintenance, or safety of elements. 5. Visual qualities of sight-exposed elements. C. Execute cutting and patching using workers that specialize in and are skilled in installing the type of work being cut or patched. D. Perform work in accordance with the Contract Documents or in the absence of specific requirements comply with best trade practice for the work involved. 1. Execute work by methods that will avoid damage to other work. 2. Provide proper support and substrates to receive patching and finishing materials. 3. Cut concrete materials using masonry saw or core drill. Locate all reinforcing steel, conduits, and pipes with electronic detecting devices prior to cutting or core drilling existing concrete. 4. Replace or patch work with new materials meeting the requirements of these Specifications or if not specified, matching materials and finishes of existing or adjacent work. 5. Cut wall, ceiling, and floor finishes to fit snugly around pipes, sleeves, ducts, conduit, and other penetrations. Provide fire and/or acoustical caulking as required by code or conditions of use. Coordination and Project Requirements February 2018 01040 - 2 1544106*04 City of Carlsbad Generator Replacement Project 6. Maintain integrity of wall, ceiling, or floor construction; completely seal voids against smoke, fire, and water. 7. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. 8. Report any hazardous or unsatisfactory conditions to the Owner. 1.04 ALTERATION PROJECT PROCEDURES A. Plan, schedule, and perform alteration work as required to minimize impacting the Owner's continued operations. See Section 01010 paragraph titled "Contractor's Use of Site and Owner's Continued Operations." B. Water mains must remain in operation except for a scheduled shutdown, not to exceed four (4) hours during construction. C. Perform cutting, fitting, and patching in accordance with provisions in other paragraphs of this Section. Where new work abuts or aligns with existing work, perform a smooth even transition. D. Provide new construction in accordance with the technical Specifications and Contract Drawings. If not specified or shown, provide new construction matching adjacent or similar existing work in material and finish. 1.05 CONNECTIONS TO UNDERGROUND UTILITIES, CONDUITS, OR PROCESS PIPING A. Obtain best available current information on location, identification, and marking of existing utilities, piping, and conduits and other underground facilities before beginning any excavation. Prior to beginning any underground excavation 1 foot or more in depth, notify Utilities Underground Location Center at (800) 424-5555 (or 811) for location of utilities at least 48 hours in advance of beginning work. Give Owner at least 24 hours notice before beginning work. B. The location of existing utilities and underground facilities known to the Owner are shown in their approximate location based on information available at the time of preparing the Drawings. The actual location, size, type, and number of utilities and underground facilities may differ from that shown and utilities or underground facilities may be present that are not shown. See General Conditions for the Contractor's responsibilities and for differing conditions that warrant a change in Contract Price. C. Use extreme care when excavating or working in areas that may contain existing utilities, process piping, conduits, or other underground facilities. Use careful potholing, hand digging and probing to determine the exact location of underground installation. Some locations contain multiple pipes or conduits. D. Where connections to existing utilities or other underground facilities are required or where new piping or conduits may cross or interfere with existing utilities or underground facilities, carefully excavate and uncover existing installations to a point 1 foot below the pipe or conduit to determine the actual elevation and 1544106*04 City of Carlsbad Generator Replacement Project 01040-3 Coordination and Project Requirements February 2018 alignment. Call the Owner's attention to differing existing conditions that may require a clarification or change. E. Shutdown of existing utilities, services, or operations shall be done in accordance with Section 01010. 1.06 FIELD ENGINEERING AND LAYOUT A. The Contractor shall accurately layout the Work including the corners of buildings and other structures and the elevation of every floor, deck, roof, tank bottom, and channel. B. Employ a Surveyor, Civil Engineer, or experienced surveying instrument technician to layout all detailed dimensions and elevations from reference points. Use recognized engineering survey methods and documentation techniques. 1.07 PERFORMANCE SPECIFICATIONS AND CONTRACTOR DESIGNED WORK A. Work under this Contract may be specified by a combination of descriptive, performance, reference standard and proprietary specifications. In the event of conflict between any of the various specification methods used to specify a single item the order of precedence shall be the order in which the methods are listed in the preceding sentence. The terms used to describe types of Specifications are taken from the Construction Specification Institute (CSI) Handbook of Practice. B. Where Specifications are used to define the characteristics of Contractor designed systems, items, or components, the Contractor shall be fully responsible to design, engineer, manufacture, and install the systems, items, and components to meet the specified functional requirements, performance requirements, quality standards, durability standards, and conditions of use as well as all applicable codes, regulations, and referenced trade or industry standards. The Contractor shall perform such design by employing engineers licensed in the State in which the Work is being constructed. The Contractor's design submittals shall include calculations and assumptions on which the design is based and shall be stamped and signed by appropriately licensed engineers. C. The Owner shall have the right to rely on the expertise and professional competence of the Contractor's design. Favorable review of the Contractor's design submittal shall not relieve the Contractor from full responsibility for the adequacy of the Contractor design. 1.08 MATERIAL AND EQUIPMENT A. General: Verify that products delivered meet requirements of Contract Documents and the requirements for Favorably Reviewed submittals. B. Compatibility of Equipment and Material: 1. Similar items, equipment, devices, or products furnished under a single Specification Section shall all be made by the same maker and have interchangeable parts. Coordination and Project Requirements February 2018 01040 - 4 1544106*04 City of Carlsbad Generator Replacement Project 2. In addition, but only if so stated in each affected Specification Section, similar items furnished under two or more Specification Sections shall be made by the same maker and have interchangeable parts. 3. All similar materials or products that are interrelated or used together in an assembly shall be compatible with each other. C. Transportation and Handling: 1. Transport and handle products in accordance with manufacturer's instructions. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. D. Storage and Protection: 1. Store and protect products in accordance with manufacturer's instructions. Seals and labels shall be intact and legible. 2. Store moisture sensitive products including finish woodwork, gypsum products, acoustical products, motors, electrical equipment, instruments, and controls in weathertight, humidity, and temperature controlled enclosures. 3. For exterior storage of fabricated products, place items on sloped supports aboveground. 4. Cover products subject to deterioration from moisture, dust, or sunlight with opaque watertight but breathable sheet covering. Provide ventilation to avoid condensation. 5. Provide offsite storage and protection including insurance coverage when site does not permit onsite storage or protection. 6. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. 7. Provide facilities, equipment, and personnel to store products by methods to prevent soiling, disfigurement, or damage. 8. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions. E. Installation Standards and Manufacturers' Recommendations: 1. Install all products and materials in strict compliance with the most restrictive of the following: a. The manufacturer's or provider's written instructions or recommendations. Follow step-by-step installation procedures. b. Recommendations of referenced trade associations or standards. c. These Specifications and Drawings. 2. Where conflicts exist present alternatives with advantages and disadvantages to Owner for decision. F. If reference standards or manufacturer's instructions contain provisions that would alter or are at variance with relationships between the parties to the Contract set forth in the Contract Documents, the provisions in the Contract Documents shall take precedence. 1544106*04 City of Carlsbad Generator Replacement Project 01040-5 Coordination and Project Requirements February 2018 1.09 BACKING, SUPPORTS, AND FASTENERS A. Provide backing, supports, bracing, fasteners, and other provisions required for the proper support and attachment of all work. Backing, supports, bracing, and fasteners shall be sized to resist vertical and horizontal loads including seismic and wind loads required by codes listed under Regulatory Requirements in Section 01010 and in accordance with Seismic Design Requirements in Section 01190. Where finishes in existing facilities must be removed to install backing or where finishes are installed in new construction prior to installing backing, the Contractor shall remove finishes, install backing, and reinstall finishes. B. Use of explosive powder-driven fasteners is NOT PERMITTED. C. Low velocity pneumatic type power-driven fasteners may be used only: 1. Where specifically shown, specified, or approved. 2. Where they meet the structural requirements for a particular assembly with a safety factor of at least 400 percent. 3. Power-driven fasteners may not be used for electrical or mechanical installations or to attach any items loaded in withdrawal or subject to vibration. 1.10 SAFETY A. In accordance with generally accepted construction practice, applicable law and the General Conditions, the Contractor shall be solely and exclusively responsible for: 1. Construction means and methods. 2. Safety of employees engaged in the work while on and off the site. 3. Safety of the Owner and others who may visit or be affected by the work. 4. Safety of the work itself including material and equipment to be incorporated therein. 5. Safety of other property at the site or adjacent thereto. 6. Safety programs, equipment, and protective devices required to assure the safety of persons and property for whom/which the Contractor is responsible. B. The duties of the Owner in conducting review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's work methods, equipment, bracing, scaffolding, or safety measures in, on, or near the construction site. C. The Contractor is hereby informed that work on this project could be hazardous. The Contractor shall carefully instruct all personnel working in potentially hazardous work areas as to potential dangers and shall provide such necessary safety equipment and instructions as required to prevent injury to personnel and damage to property, and to comply with all applicable laws and regulations including Federal OSHA, and other regulations referenced in these Contract Documents. D. The Contractor shall, at all times, maintain the job in a condition that is safe for the Owner and the Owner's Consultants to make site visits and to conduct construction reviews. If the Owner or the Owner's Consultants cannot allow personnel to visit the job because it is not safe, the Contractor is not providing required safe access to the Work as required by General Conditions. Coordination and Project Requirements February 2018 01040 - 6 1544106*04 City of Carlsbad Generator Replacement Project E. The Contractor shall prepare a Safety Plan meeting the requirements of applicable regulations. As a minimum, the Contractor's Safety Plan shall set forth definite procedures for informing workers about safety, for instructing workers in safe practices, for assuring that workers are using appropriate safety equipment and safe work practices and for reporting accidents. 1.11 EXCAVATION AND TRENCHING; WORK WITHIN CONFINED SPACES A. Comply with all applicable laws and regulations governing excavation and trenching. B. Work Within Confined Spaces: Work within confined spaces is subject to applicable laws, regulations, and safety orders. C. The foregoing provisions do NOT reduce the requirement for the Contractor to maintain safety in ALL operations performed by the Contractor or its Subcontractors. 1.12 CONTRACTOR'S QUALITY CONTROL A. The Contractor shall be fully responsible for inspecting the work of its suppliers and Subcontractors to assure that the work when completed will comply with the standards for materials and workmanship required by the Contract Documents. B. Inspections, periodic observations, and testing performed by the Owner or the Owner's Consultant are for the Owner's benefit and information only and shall not be construed as partial or incremental acceptance of the work and shall not be deemed to establish any duty on the part of the Owner or the Owner's Consultant to the Contractor, its subcontractors, or suppliers. C. The Contractor shall: 1. Monitor quality control over suppliers, manufacturer, products, services, site conditions, and workmanship, to produce work of specified quality. 2. Comply fully with manufacturer's installation instructions, including performing each step in sequence as recommended by the manufacturer. 3. Request clarification from Owner before proceeding with work when manufacturers' instructions or reference standards conflict with Contract Documents. 4. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 5. Perform work by persons specializing in the specific trade and class of work required and qualified to produce workmanship of specified quality. 6. Secure products in place with positive anchorage devices designed and sized to withstand seismic, static and dynamic loading, vibration, and physical distortion or disfigurement. D. If reference standards or manufacturers' instructions contain provisions that would alter or are at variance with relationships between the parties to the Contract set forth in the Contract Documents, the provisions in the Contract Documents shall take precedence. 1544106*04 City of Carlsbad Generator Replacement Project 01040-7 Coordination and Project Requirements February 2018 E. The Contractor shall provide assistance required by the Owner to adequately inspect the Work including ladders, scaffolding, lighting, ventilation, and other aids to facilitate access and provide a safe working environment. 1.13 TESTING LABORATORY SERVICES AND CERTIFIED LABORATORY REPORTS A. Provide testing service in accordance with General Conditions and specific requirements contained in each technical specification section. Submit Certified Laboratory Reports required by technical specification sections. PART 2 -PRODUCTS Not applicable to this Section. PART 3 -EXECUTION Not applicable to this Section. Coordination and Project Requirements February 2018 END OF SECTION 01040 - 8 1544106*04 City of Carlsbad Generator Replacement Project PART 1 -GENERAL 1.01 SUMMARY SECTION 01190 SEISMIC REQUIREMENTS A. This Section is applicable to the following secondary structural system elements, non-structural components, and/or equipment supported by structures. 1. Mechanical, electrical, and plumbing equipment and appurtenances including: a. Generator set and appurtenances, including enclosure and subbase fuel tank b. Automatic transfer switch. 2. Conduit, piping, cable trays, raceways, ducts, and similar systems. 3. Tanks and vessels (include contents), including support systems. 4. Storage racks, suspended ceilings, light fixtures, raised floors, partitions, store-front, windows, louvers, architectural features, and other non-structural components. 1.02 REFERENCES A. International Building Code, 2015 Edition, with amendments adopted by the State of California. 1.03 DEFINITIONS A. Engineer of Record: The Engineer responsible for the preparation of Contract Documents. B. Specialty Engineer: Structural or Civil Engineer provided by the Contractor licensed in the State where the project is being built responsible for specific elements of the primary structural system, the secondary structural system, non-structural elements and/or equipment supported by structures. 1.04 GENERAL DESIGN REQUIREMENTS A. The Contractor is responsible for producing designs that resist the total seismic forces in accordance with the seismic design criteria. The Contractor is responsible for coordinating between the Engineer of Record and the Specialty Engineer. B. The seismic design for non-structural components and equipment shall be in accordance with the IBC Chapter 16, and the required coefficients and factors for determining the total design seismic forces are shown on the Drawings. C. Coordinate the layout so that adequate space is provided between items for relative motion. Provide additional supports and restraints between items of different systems when necessary to prevent seismic impacts or interaction. 1544106*04 City of Carlsbad Generator Replacement Project 01190 -1 Seismic Requirements February 2018 D. Design anchorages of all elements of structures, nonstructural components, equipment supported by structures, and non-building structures to resist static and dynamic operational loads, plus total seismic loads specified in the IBC and as follows: 1. For suspended equipment, multiply dead load by 1.2 to account for vertical seismic effects in the downward direction. 2. For anchorage uplift, multiply dead load by 0.9 if used to reduce vertical seismic effects. E. Design anchorages utilizing a Component Coefficient, Rp = 1.5, unless supporting documentation for embedment length is provided for expansion anchor bolts, chemical anchors, or cast-in-place anchors. 1.05 DESIGN REQUIREMENTS FOR PIPING, CONDUIT, AND DUCTS A. The Contractor is responsible for producing designs for support of piping, conduit, duct, or other systems to resist total seismic forces based on the seismic design criteria coefficients specified above, unless shown on the Contract Documents. Except where the technical specifications give specific exemption from resistance of seismic forces, all supports shall be designed to meet seismic criteria. B. Where possible, pipes, conduit, and their connections shall be constructed of ductile materials (e.g., copper, ductile iron, steel or aluminum and brazed, welded, or screwed connections). Pipes, conduits and their connections, constructed of non-ductile materials (e.g., cast iron, no-hub pipe and plastic), shall have the brace spacing reduced to one-half of the spacing allowed for ductile material. C. Seismic restraints may be omitted for the following conditions, where flexible connections are provided between components and the associated ductwork, piping and conduit: 1. Fuel piping less than 1-inch inside diameter. 2. All other piping less than 2.5 inches inside diameter or all piping suspended by individual hangers 12 inches or less in length from the top of the pipe to the bottom of the structural support for the hanger or electrical conduit less than 2.5 inches trade size. 3. All rectangular air-handling ducts less than 6 square feet in cross-sectional area or all round air-handling ducts less than 28 inches diameter or all ducts suspended by individual hangers 12 inches or less in length from the top of the duct to the bottom of the structural support for the hanger, where the hangers are detailed to avoid bending of the hangers and their connections. D. All trapeze assemblies supporting pipes, ducts, and conduit shall be braced to resist the total seismic forces considering the weight of the elements on the trapeze. Pipes, ducts, and conduit supported by a trapeze where none of those elements would individually be braced need not be braced if connections to the pipe/conduit/ductwork or directional changes do not restrict the movement of the trapeze. If this flexibility is not provided, bracing will be required when the aggregate weight of the pipes and conduit exceed 10 pounds/foot. The weight shall be determined assuming all pipes and conduit are filled with water. Seismic Requirements February 2018 01190-2 1544106*04 City of Carlsbad Generator Replacement Project E. As an alternative to designing the supports and anchorage, where an approved national standard provides a basis for the earthquake-resistant design, submit standard, data, and details for piping, conduit, duct, or other systems: 1. For ductwork, mechanical piping, process piping, and electrical conduits, follow Guidelines for Seismic Restraints of Mechanical Systems by SMACNA modified as follows: a. Seismically brace piping regardless of size or location. Provide transverse braces at all changes in direction and at the end of all pipe runs. Space transverse braces not more than 20 feet apart. Provide longitudinal braces at 40-foot centers. b. Seismically brace all ductwork regardless of size or location. Provide transverse braces at all changes in direction and at each end of run. Space braces not over 20 feet apart. Provide longitudinal braces at 40-foot centers. 2. For fire protection systems, follow NFPA 13 modified as in paragraph 1.b above. Ensure that no seismic interaction occurs with items of other systems. 1.06 DESIGN REQUIREMENTS FOR EQUIPMENT A. Design flexible items to accommodate sloshing motions without damage to rigid machinery. B. Provide retainers to hold items from falling and damaging rotating equipment below, if bolted connections will fail because of ground motion displacing the supports. 1.07 SUBMITTALS A. Shop Drawings: Submit signed and sealed structural calculations and detailed drawings for the following listed elements and where required in Divisions 2 through 16 of the primary structural system and their attachments, the secondary structural system and their attachments, permanent non-structural components and their attachments, and the attachments and anchorage for permanent equipment supported by the structure: 1. Generator set and appurtenances, including enclosure and subbase fuel tank. 2. Automatic transfer switch. B. Structural calculations and detailed drawings shall be prepared by a Specialty Engineer licensed in the State where the project is being built. C. Structural calculations and detailed drawings shall clearly show the total design seismic forces, which will be transferred from the elements of the structural system, non-structural components, and/or equipment and their attachments to the primary structure. D. The Engineer's review of items within a Specification Section cannot be completed until all related items have been coordinated and submitted for review. E. Quality Assurance Submittals: 1. Test Reports: Submit test reports for tension testing of anchors. 1544106*04 City of Carlsbad Generator Replacement Project 01190 - 3 Seismic Requirements February 2018 2. Where required in the equipment specifications in Divisions 2 through 16 submit certification that the equipment itself is designed to resist all internal seismic forces based on the seismic design criteria for the project. 3. Where required in the equipment specifications in Divisions 2 through 16, submit signed and sealed structural calculations and detailed drawings from a specialty Structural or Civil Engineer licensed in the State where the project is being built for the attachments and anchorage to the primary structure. 4. Where required in the equipment specifications in Divisions 2 through 16, submit certification that the attachments and anchorage are designed to resist all seismic forces based on the seismic design criteria for the project. 1.08 QUALITY ASSURANCE A. Qualifications: The Contractor is responsible for submitting signed and sealed structural calculations and detailed drawings from a Specialty Structural or Civil Engineer licensed in the State where the project is being built. B. Regulatory Requirements: Comply with the State with Jurisdiction adopted and amended versions of International Building Code (IBC) Sections 1613-1622 plus clarifications and additions specified in this Section. PART 2 -PRODUCTS Not used. PART 3 -EXECUTION 3.01 FIELD QUALITY CONTROL A. Site Tests: Tension testing of expansion or adhesive anchors utilized for anchorage shall be done in the presence of the inspector and a report of the test results shall be submitted. See Specification Section 05090 for additional requirements. B. Inspection: Special inspection shall be provided for high strength bolting or bolts installed in concrete. See Specification Section 05090 for additional requirements. Seismic Requirements February 2018 END OF SECTION 01190-4 1544106*04 City of Carlsbad Generator Replacement Project 1.01 SUBMITTAL PROCEDURES SECTION 01300 SUBMITTALS A. Accompany each submittal with a Submittal form which contains the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. B. Unless otherwise specified, provide submittals in electronic PDF searchable format. C. Submittals which include more than one item or piece of equipment shall include a Table of Contents following the standard submittal form and cover sheets D. Each submittal shall include a copy of the specification section and all referenced and applicable sections with addendum updates included. For each specification section, check-mark each paragraph to indicate specification compliance with the full paragraph as a whole or marked to indicate requested deviations from Specification requirements. Each deviation from the Specifications requested by the Contractor shall be underlined and referenced by a unique number in the margin to the right of the identified paragraph. The submittal shall include a detailed written explanation of the reasons for requesting the deviation that is clearly labeled to correspond with the unique number provided in the margin. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the Specifications. Failure to include a copy of the marked-up Specification Sections, along with justification(s) for any requested deviations to the Specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal on the basis that the submittal is incomplete and will be returned to the Contractor REJECTED -RESUBMIT with no further consideration. E. Project Initiation Submittals. At a minimum, provide the following project initiation submittals prior to mobilization. 1. Designation of Superintendent: Include name, address, home telephone number, and a brief resume. 2. List of Subcontractors and Major Suppliers: Include address, telephone number, and name of responsible party. 3. Schedule of Values, in a form acceptable to the Owner: See General Conditions. 1.02 SCHEDULE OF SUBMITTALS A. See General Conditions. Within 15 days after the Notice to Proceed, submit a Schedule of Submittals showing the date by which each submittal required for Product Review or Product Information will be made. Identify the items that will be included in each submittal by listing the item or group of items and the Specification 1544106*04 City of Carlsbad Generator Replacement Project 01300 -1 Submittals February 2018 Section and paragraph number under which they are specified. Indicate whether the submittal is required for Product Review of Proposed Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only. 1.03 PLAN OF OPERATIONS A. Before beginning on site work, submit a plan showing Contractor's intended use of the site assigned to it. Show location of enclosing fence, access points and gates. Show location of Contractor's and Subcontractor's work areas and storage areas. 1.04 CONSTRUCTION SCHEDULE A. See General Conditions. B. The form of Construction Schedule may be selected by the Contractor but the Schedule shall meet the minimum requirements of the General Conditions. C. If the Construction Schedule does not reflect the format requirements, the specified work, or the Contract Time, it will be returned to the Contractor for modification. 1.05 SHOP DRAWING, PRODUCT DATA AND SAMPLES SUBMITTED FOR PRODUCT REVIEW A. This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Owner's review referred to as Product Review submittals in the Technical Specifications (Division 2 through 16). Submittals required for information only are referred to as Product Information submittals in the Technical Specifications and are covered in this Section. B. The Contractor shall make all Product Review submittals early enough to allow adequate time for the Engineer's review, for manufacture and for delivery at the construction site without causing delay to the Work. Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. 2. Delays in manufacture. 3. Delays in delivery. C. Content of Submittals: Submittals February 2018 1. Each submittal shall include all of the items and material required for a complete assembly, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Include information on characteristics of electrical or utility service required and verification that requirements have been coordinated with services provided by the Work and by other interconnected elements of the Work. 4. Provide verification that the physical characteristics of items submitted, including size, configuration, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are 01300 - 2 1544106*04 City of Carlsbad Generator Replacement Project compatible with other interrelated items that are existing or have or will be submitted. 5. Label each Product Data Submittal, Shop Drawing and Sample with the information required in paragraph 1.01A of this Section. Highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 6. Additional requirements for Product Review submittals are contained in the Technical Specification sections. 7. Designation of work as "NIC" or "by others," shown on Shop Drawings, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor or supplier who has prepared the Shop Drawings. D. Compatibility of Equipment and Material: Verify that items contained in the same or in different submittals meet the requirements in the paragraph titled "Material and Equipment in Section 01040 especially the subparagraphs titled "Compatibility of Material and Equipment." E. Requirements for Contractor Designed Items and for First Specified (Named) Items: Verify that items meet the requirements in the paragraph titled "Performance Specifications and Contractor Designed Items" in Section 01040. F. Submittals prepared by the Contractor or by Subcontractors or suppliers shall be reviewed and stamped by the Contractor prior to submitting them to the Engineer. G. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the Owner. 3. State the reduction in Contract Price if any that is offered to the Owner. H. Engineer's Review Procedure and Meaning: 1. The Engineer will stamp and mark each Product Review submittal prior to returning it to the Contractor. The stamp will indicate whether or not the review was favorable and what action is required of the Contractor. Review categories" No Exceptions Taken" and "Make Corrections Noted" both indicate Favorable Review. 2. At a minimum, Favorable Review is contingent on: a. The compatibility of items included in a submittal with other related or interdependent items included in previous or future submittals. b. Future submittal of items related to or required to be part of this submittal that were not included with this submittal. 3. Favorable Review of a submittal does not constitute approval or deletion of items required as part of the submittal but not included with the submittal. Favorable Review of items included in the submittal does not constitute deletion of specified features, options or accessories that were not included in the submittal. 4. The action required by the Contractor for each category of review is as follows: a. NO EXCEPTIONS TAKEN. NO RESUBMITTAL REQUIRED. 1544106*04 City of Carlsbad Generator Replacement Project 01300 - 3 Submittals February 2018 b. MAKE CORRECTIONS NOTED: (1) NO RESUBMITTAL REQUIRED. The Contractor shall make corrections noted prior to manufacture. (2) PARTIAL RESUBMITTALS REQUIRED. The Contractor shall submit related accessory or optional items as noted which are required but were not included with the submittal and/or shall resubmit unsatisfactory portions or attributes of items as noted. The Contractor may proceed to manufacture those portions of the submittal that will be unaffected by required resubmittals. c. AMEND AND RESUBMIT. The Contractor shall amend and resubmit the submittal as noted or required to comply with the Contract Documents. d. REJECTED -RESUBMIT. The item submitted does not comply with the Contract Documents. Resubmit items that comply with the requirements of the Contract Documents. e. NOT REVIEWED. The item submitted is incomplete or does not comply with the Contract Documents. The item has not been reviewed and is returned to the Contractor for correction. f. RECEIPT ACKNOWLEDGED. Receipt of a submittal that is not subject to the Owner's review and approval is acknowledged; and, is being filed for information purposes only. Generally used in acknowledging receipt of Product Information. No further submittal activity is required by the Contractor. 5. The letter of transmittal accompanying the returned Product Review submittal may contain numbered notes. Marking a corresponding number on a Shop Drawing or Product Data submittal shall have the same affect as applying the entire note to the submittal. I. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall be accompanied by a letter explaining the change. J. Favorable Review Required Prior to Proceeding: Do not proceed with manufacture, fabrication, delivery or installation of items prior to obtaining the Engineers Favorable Review of Product Review submittals. K. Intent and Limitation on Engineer's Review: 1. See General Conditions. 2. The Contractor has primary responsibility for submitting and providing work that complies with the requirements of the Contract Documents. That responsibility cannot be delegated in whole or in part to subcontractors or suppliers. Neither the Engineer's Favorable Review nor the Engineer's failure to notice or comment on deficiencies in the Contractor's submittals shall relieve the Contractor from the duty to provide work, which complies with the requirements of the Contract Documents. 1.06 PROPOSED EQUIVALENTS A. Comply with the submittal requirements for Shop Drawings, Product Data, and Samples submitted for Product Review in another paragraph of this Section. B. See General Conditions. Submittals February 2018 01300 - 4 1544106*04 City of Carlsbad Generator Replacement Project C. Time of Submittal: 1. Submit Proposed Equivalents within 15 days of the Notice to Proceed. The Engineer may agree to a later submittal date if requested in writing within 15 days of the Notice to Proceed. The request shall identify the item; give the Specification reference, and proposed manufacturer and model number of the item that will be submitted and the proposed submittal date. 2. The Engineer's agreement to a later submittal date shall be in writing and shall not be construed as Favorable Review or acceptance of the manufacturer or item proposed. D. Content of submittals shall be the same as that required for Product Data, Shop Drawings and Samples submitted for Product Review in another paragraph of this Section. In addition, the Contractor shall provide information on several recent similar installations of the item to verify its suitability. The information shall include the project name and location, the Owner's name, address, telephone number, and name of a knowledgeable person to contact for information on performance of the product. E. When the Contractor has listed specific maker's products submitted with its Bid, no changes will be permitted without submittal of acceptable evidence justifying the change and the Engineer's written approval. F. If a non-equivalent substitute is submitted for review, it shall be accompanied by a proposed reduction in Contract Price which shall include the increased cost of Engineering service required to evaluate the proposed substitute (which shall be paid to the Owner whether or not the substitute is accepted) plus the greater of 1) the difference in price between the first specified item and the item submitted and 2) the difference in value to the Owner between the two items. 1.07 PRODUCT INFORMATION SUBMITTALS A. Submittal for Informational Purpose Only is an item required for the Owner's permanent records relating, in part, to future maintenance, repair, modification, replacement of work or as otherwise required. Submittals for Informational Purpose Only will only be received and logged to document that the required submittals have been made. Neither the Owner nor Engineer will respond to a Submittal for Informational Purpose Only. B. The Contractor shall clearly separate information for Product Review from information for Product Information in submittals that include both. C. Make Product Information submittals prior to delivering material, products, or items for which Product Information submittals are required. D. The Contractor has the sole and exclusive responsibility for furnishing products and work that meets the requirements of the Contract Documents. E. The Engineer reserves the right to comment on any submittal and to reject any product or work delivered, installed or otherwise at any time that the Engineer become aware that it is defective or does not meet the requirements of the Contract Document. See General Conditions Article 12. 1544106*04 City of Carlsbad Generator Replacement Project 01300 - 5 Submittals February 2018 1.08 OPERATION AND MAINTENANCE MANUALS AND PARTS LISTS A. See General Conditions. B. The Contractor shall prepare and assemble five (5) copies of detailed Operational and Maintenance Manuals. The Operation and Maintenance Manuals shall be assembled and indexed by section, and put into 3-ring D-binder notebooks. Include manufacturer contact information for dealer service of the equipment. C. Provide one digital copy of the entire Operation and Maintenance Manual in PDF format. The Contractor shall submit as-built markups to note any field changes. D. The manuals shall include but not be limited to the following information: 1. Complete factory authorized repair, maintenance, and troubleshooting manuals for each piece of equipment that is used in the construction of the overall equipment package. 2. Complete assembly and disassembly instructions with mechanical and electrical diagrams and schematics that relate to all of the appropriate equipment. 3. Preventative maintenance procedures, troubleshooting guides and procedures, calibration procedures, testing procedures and replacement of all components. 4. Written procedures for all modes of operation of the emergency system and the equipment associated with it. 5. All electrical systems and mechanical schematics for the equipment. 6. Exploded views of the equipment with all parts being identified. 7. Complete electrical as-built drawings of the complete electrical system of the equipment and its controls. All drawings shall have the wire numbers that correspond with the actual field wiring. One drawing shall show the entire electrical system of the equipment and the controls. Additional drawings shall show individual electrical and control systems. The drawings shall include all electronic schematics of all electronic boards and controllers. These drawings shall be provided on 11-inch by 17-inch paper and also in electronic format that is AUTOCAD 2013 compatible. 8. Any available factory training videos that would assist in the operation, repair, and troubleshooting of the equipment. E. Submit at least 15 days prior to Facility Startup and Training specified in Section 01650. F. When standard manufacturer's literature is used highlight or mark all copies to shop specific items and options provided. Submittals February 2018 01300 - 6 1544106*04 City of Carlsbad Generator Replacement Project 1.09 MANUFACTURER'S CERTIFICATES A. When specified in Technical Specification section, submit manufacturers' certificate to Engineer for review. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. 1544106*04 City of Carlsbad Generator Replacement Project END OF SECTION 01300 - 7 Submittals February 2018 1.01 FACILITY STARTUP SECTION 01650 FACILITY STARTUP A. Commission all systems and equipment to verify performance, function, and correct operation by performing procedures to activate, startup, adjust, test, and demonstrate that the work is in operating order in accordance with these general requirements of this Section and the detailed requirements of the technical sections under the system or equipment specified. To ensure that the work is ready for full-time operation, the procedures include verification, balancing, calibration, witness testing, documentation, inspection by equipment manufacturers, and operator training where specified. B. Notification: Notify the Owner 5 days prior to starting each system or piece of equipment. C. Coordination: During the startup period, coordinate the operation of the facility with Engineer, subcontractors, Owner's operators, and manufacturer's representatives. D. Furnish test equipment, measuring devices, and supplies required to conduct tests. E. Maintain the equipment until acceptance. Provide all lubricants, chemicals, and electricity necessary until acceptance. F. Furnish all expendable supplies, gas, diesel fuel, water, etc., required for startup, demonstration and testing and dispose of all waste or used supplies, water, etc. 1.02 SUBMITTALS A. Startup Plan, Forms, and Schedule: Prepare a facility startup plan and schedule. The plan shall include test methods and procedures and sample forms for recording test data. B. Affidavit. C. Submit documentation of tests, balancing reports, and the like. 1.03 INITIAL STARTUP AND OPERATION OF FACILITIES A. The following listing is a general sequence of startup activity steps to be used in placing facility systems into operation: 1. Perform initial lubrication of equipment and have manufacturers check and adjust equipment. Provide all subsequent lubrication and maintenance, and such staff as required for test operation until the Owner assumes equipment maintenance responsibility after Step 14 below. 1544106*04 City of Carlsbad Generator Replacement Project 01650 - 1 Facility Startup February 2018 2. Perform satisfactory testing of electrical work required prior to energizing of the electrical system. 3. After completion of Step 2, perform satisfactory electrical testing required after energizing of the electrical system. 4. Complete calibration of instruments. 5. Satisfactorily complete system verification of instrumentation work. 6. After completion of Steps 1 and 3, perform a rotational test of equipment and correct backward rotating drives. 7. After completion of Steps 5 and 6, test operate the equipment by manually initiating the operation. Where manual operation bypasses alarm or safety monitoring, provide continuous supervision of such parameters. Perform this step using water in lieu of chemicals or other process liquids. Use dry air or nitrogen in lieu of hazardous gases. 8. Concurrent with Step 7, perform instrumentation and control testing and adjustments as related to the equipment being tested. 9. Concurrent with Step 7 and where possible at this stage of startup, complete the performance testing specified for the equipment. 10. Concurrent with Step 7, perform adjustments of the electrical work as related to the equipment being tested. 11. Repeat Steps 1 through 10 as required for other equipment items and plant systems until all plant process components and utility systems are ready for total plant operation. It may be necessary for the Contractor to put portions of the newly constructed facility in service before constructing other portions of the facility or completing the Work as a whole. 12. Upon completion of all the above steps, the facility shall be started up and operated on a complete full time basis beginning on the indicated date. The Owner will provide operating personnel, chemicals and untreated water. For 5 consecutive days beginning with the start-up day, the Contractor shall have at the plant site, during the day shift, a mechanic, an electrician and an instrument engineer. Representatives of manufacturers of critical equipment shall also be present for these 5 days as needed or as required elsewhere in the Specifications. The Contractor shall also provide these personnel, on a 24-hour per day, "on call" basis, if necessary, to adjust, repair, and correct deficiencies as required to keep the facilities in continuous operation for a period of 30 days. The Contractor shall train the operators in the proper operation and the control of the new facilities. The Contractor shall also furnish all such mechanical and electrical workers as required to make adjustments to and perform all required maintenance for the operating equipment until the end of the 30-day initial operation period. Maintenance of operating equipment shall include lubrication, adjustments, replacements, and modifications as required. 13. After successful completion of the 30-day initial operation period, the Owner will take over maintenance duties as well as operation and will begin to provide and pay for lubricants. If continuous process operation is interrupted for a period of 4 consecutive hours or more due to a failure of the equipment or work provided by the Contractor, then the counting of the 5-day and/or 30-day periods, described in Step 13 above, shall be restarted at day one if these periods have not reached satisfactory completion. Facility Startup February 2018 01650 - 2 1544106*04 City of Carlsbad Generator Replacement Project 14. Following the commencement of Step 13, satisfactorily complete equipment performance testing, electrical testing and adjustments, and instrumentation/control testing and adjustments to the extent that such testing and adjustments could not be made prior to full plant operation. 15. Complete the documentation of test, balancing reports, and the like commissioning for submittal during the startup process and before acceptance. 1.04 MANUFACTURER'S FIELD SERVICE AND AFFIDAVITS A. Field Service: Where specified, manufacturers of equipment shall provide field service. Field service shall be provided by an authorized factory-trained and qualified manufacturer's representative for the specific equipment. Equipment shall not be considered ready for full time operation until after the manufacturer's representative has checked and adjusted the equipment, and certified by written affidavit that the equipment has been properly installed, tested, adjusted, lubricated, and calibrated, and is ready for full time operation. B. Affidavits: Acceptable affidavits shall be submitted prior to completion of the work. 1. Affidavits shall contain the following specific wording: "The [Name of Equipment] has been properly installed, tested, adjusted, lubricated, and calibrated, and is ready for full time operation. The installation has been inspected and has been found to be in conformance with our (the manufacturer's) standards and requirements." 2. No amplification, dilution, or modification of this specific wording will be permitted. 1.05 TRAINING A. Submit Operation and Maintenance Manuals and Parts Lists specified in Section 01300 at least 15 days prior to the first training session. B. Demonstrate the operation, maintenance and safety procedures for all systems and equipment to personnel designated by the Owner. C. Provide 8 hours of onsite demonstration, consisting of one 4-hour session at each site, for systems and equipment in accordance with the General Conditions. D. In addition to overall training specified above, provide special demonstration and training for specific pieces of equipment specified in the Technical Specification Sections. 1544106*04 City of Carlsbad Generator Replacement Project END OF SECTION 01650 - 3 Facility Startup February 2018 Facility Startup February 2018 THIS PAGE INTENTIONALLY BLANK 01650 - 4 1544106*04 City of Carlsbad Generator Replacement Project PART 1 -GENERAL 1.01 SUMMARY SECTION 02301 EARTHWORK A. Section Includes: Perform all excavation, shoring, dewatering, backfilling, compaction, and grading necessary or required for the construction of the work as covered by these Specifications and indicated on the Drawings. The excavation shall include, without classification, the removal and disposal of all materials of whatever nature encountered, including water and all other obstructions that would interfere with the proper construction and completion of the required work. Major items of work covered in this Section include, but shall not be limited to the following: 1. Bulk Cut and Fill 2. Structural Fill 3. Structural Excavation, Backfill, and Compaction 4. Trench Excavation, Backfill, and Compaction 5. Shoring 6. Foundation Material Installation 7. Finish Grading. 1.02 REFERENCES A. AASHTO: American Association of State Highway and Transportation Officials. B. ASTM International (ASTM). C. COOT, California Department of Transportation, Standard Specifications dated 2015 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Submit the following under the Product category. 1. Samples and Test Results: Furnish, without additional cost to the Owner, such quantities of import materials as may be required by the Owner for test purposes. Cooperate with the Owner and furnish necessary facilities for sampling and testing of all materials and workmanship. Submit test results for import materials. Tests shall be performed within 60 days of the submission. All material furnished and all work performed shall be subject to rigid inspection, and no material shall be delivered to the site or used in the construction work until it has been favorably reviewed by the Engineer or Owner. 2. Manufacturer's or supplier's certification of compliance with referenced standards. 3. Sheeting and shoring plans. 1544106*04 City of Carlsbad Generator Replacement Project 02301 - 1 Earthworks February 2018 4. Potholing Report as described in Paragraph 3.02. 1.04 QUALITY ASSURANCE A. Source Quality Control: Test import materials proposed for use to demonstrate that the materials conform to the specified requirements. Tests shall be performed by an independent testing laboratory. B. Field Quality Control: 1. The Owner will: a. Review and test materials proposed for use. b. Inspect site grading and borrow operations. c. Inspect placement and compaction of fill. d. Test soils during placement of fill. 2. Contractor shall excavate holes for in-place soil sampling. Contractor shall be responsible for costs of additional inspection and re-testing resulting from non- compliance. C. Testing Methods: 1. Durability Index: ASTM D37 44. 2. Specific Gravity: ASTM D854. 3. Laboratory Compaction: ASTM D1557, Method A or C. 4. In-place Density: ASTM D1556 or ASTM D2922. 5. Particle Size Analysis of Soils: ASTM D422. 6. Plastic Limit and Plasticity Index: ASTM D4318. 7. Soil Classification: ASTM D2487. 8. In-place Moisture Content: ASTM D3017. D. Definition, Relative Compaction: In-place density divided by the maximum dry density laboratory compaction expressed as percentage. 1.05 SUBSURFACE INVESTIGATIONS A. The bidders may make additional subsurface investigations at the site prior to the bidding of the project. Prior to making any drillings or excavations, the bidder shall secure permission from the Owner, and property owners if on private property. 1.06 REFERENCE SPECIFICATIONS A. Whenever the words "Standard Specifications" are referred to, the reference is to the State of Washington, Department of Transportation, Standard Specifications (latest edition). 1.07 ADDITIONAL SAFETY RESPONSIBILITIES A. The Contractor shall select, install, and maintain shoring, sheeting, bracing, and sloping as necessary to maintain safe excavations. The Contractor shall be responsible for ensuring such measures: (1) comply fully with 29 CFR Part 1926 OSHA Subpart P Excavations and Trenches requirements, (2) provide necessary support to the sides of excavations, (3) provide safe access to the Engineer's sampling and testing within the excavation, (4) provide safe access for backfill, Earthwork February 2018 02301 - 2 1544106*04 City of Carlsbad Generator Replacement Project compaction, and compaction testings, and (5) otherwise maintain excavations in a safe manner that shall not endanger property, life, health, or the project schedule. All earthwork shall be performed in strict accordance with applicable law, including local ordinances, applicable OSHA requirements. B. The Contractor's attention is also directed to Part N; EXCAVATION, TRENCHING, AND SHORING, Chapter 296-155, of the Washington Administrative Code. These regulations relate to all excavation and contain specific requirements "to provide for the protection of all employees during all excavation work in connection with all construction work relating thereto, such as trenches, underpinning, shoring, and bracing, and in connection with the construction of footings, foundations, retaining walls and other construction work below ground level." Chapter 39.04 of the Revised Code of Washington (RCW) requires a safety system meeting the requirements of Chapter 49.17 RCW for excavations over 4 feet deep. PART 2 -PRODUCTS 2.01 MATERIALS A. Crushed Rock: SSPWC paragraph 200-1.2 (¾" max.). B. Pipe Bedding Materials: Sand; 90 to 100 percent {by mass) shall pass No. 4 seive, and 5 percent or less by mass shall pass No. 200 seive. C. Import Backfill: Imported non-expansive soil with liquid limit no greater than 40% and a plasticity index no greater than 15%, free from clods or rocks larger than 2 inches in greatest dimension, and free from organic material. D. Native Backfill or Imported Fill: Close-graded with 35 percent or more passing No. 4 sieve and either: Expansion Index of 50 or less, or less than 10 percent by dry weight passing NO. 200 sieve. E. Structural Backfill: Shall consist of crushed rock or free-draining native material that is reasonably free from organic and otherwise deleterious material. Backfill material within the wall shall be structurally strong and in addition exhibit sufficient cohesion to effectively resist wind and rain erosion, but that cohesion shall not be so excessive as to create problems with compaction. Walls backfilled with sand need closed faced panels or UV rated filter fabric to prevent erosion. F. Pipe/Conduit Bedding Material: Import or Native Fill with 90%-100% passing (by mass) passing the No. 4 sieve, and 5% or less passing the No. 200 sieve G. Trench Backfill: Import or Native Fill with 100% passing 3-inch sieve or 2-inch sieve in the top 12-inches. H. Permeable Aggregate or Crushed Rock: Open graded, clean. Compactable crushed rock or angular gravel, nominal size ¾-inch or less. I. Landscape Fill: Native backfill free from chemicals, salts or other materials harmful to plant growth, free from rocks larger than 1-inch in any dimension. 1544106*04 City of Carlsbad Generator Replacement Project 02301 - 3 Earthworks February 2018 J. Impervious Material: Clay with a minimum percentage of material passing the No. 200 sieve of 50%. The material shall be free of organics, rocks, or clods greater than 2 inches in diameter. K. Water: The water used shall be reasonably free of objectionable quantities of silt, oil, organic matter, alkali, salts and other impurities. Water quality must be acceptable to the Owner. L. Aggregate Base: California Standard Specifications (Caltrans), Section 26-1.02 M. Warning Tape: 3-inch-wide, inert, fade-resistant plastic film resistant to acids, alkalis, and other components likely to be encountered in soil. Tape shall have a solid core aluminum foil detection layer and other layers as required. Tape shall be provided for pipelines, imprinted with "CAUTION WATER PIPE BELOW", Terra Tape "D" by Griffolyn Company, Detectatape by Allen Systems, or approved equal. PART 3 -EXECUTION 3.01 CONTROL OF WATER A. All excavations shall be kept free from water and all construction shall be in the dry. Earthwork February 2018 1. It should be presumed that the presence of groundwater will require dewatering operations. Furnish, install, maintain, and operate all necessary pumping and other equipment for dewatering all excavations. At all times have on the project, sufficient pumping equipment for immediate use, including standby pumps for use in case other pumps become inoperable. 2. Provide a sufficient number of pumps so as to hold the groundwater level at an elevation of not less than 1 foot below the lowest elevation of the pipe, duct, or other material to be placed. 3. Dispose of water in such a manner as to cause no injury or nuisance to public or private property, or be a menace to the public health. 4. The dewatering operation shall be continuous, so that the excavated areas shall be kept free from water during construction, while concrete is setting and achieves full strength, and until backfill has been placed to a sufficient height to anchor the work against possible flotation. 5. Continue dewatering during backfilling operations such that the groundwater is at least 1 foot below the level of the compaction effort at all times. No compaction of saturated materials will be allowed. 6. Dewatering devices must be adequately filtered to prevent the removal of fines from the soil. 7. The Contractor shall be responsible for any damage to the foundations or any other parts of existing structures or of the new work caused by failure of any part of the Contractor's protective works. After temporary protective works are no longer needed for dewatering purposes, they shall be removed by the Contractor. 8. If pumping is required on a 24-hour basis, requiring engine drives, then engines shall be equipped in a manner to keep noise to a minimum. 9. Prevent disposal of sediments from the soils to adjacent lands or waterways by employing whatever methods are necessary, including settling basins. 02301 - 4 1544106*04 City of Carlsbad Generator Replacement Project B. The Contractor shall be responsible for furnishing temporary drainage facilities to convey and dispose of surface water falling on or passing over the site. 3.02 EXISTING UTILITIES A. General: The known existing buried utilities and pipelines are shown on the Drawings in their approximate location. The Contractor shall exercise care in avoiding damage to all utilities as he will be held responsible for their repair if damaged. There is no guarantee that all utilities or obstructions are shown, or that locations indicated are accurate. B. Check on Locations (Potholing): Contact all affected utility owners and request them to locate their respective utilities prior to the start of "potholing" procedures. The utility owner shall be given 7 days written notice prior to commencing potholing. If a utility owner is not equipped to locate its utility, the Contractor shall locate it. C. Clearly paint the location of all affected utility underground pipes, conduits and other utilities on the pavement or identify the location with suitable markers if not on pavement. In addition to the location of metallic pipes and conduits, non-metallic pipe, ducts, and conduits shall also be similarly located using surface indicators and shall then be similarly marked. D. After the utility survey is completed, commence "potholing" to determine the actual location and elevation of all utilities where crossings, interferences, or connections to new pipelines or other facilities are shown on the Drawings, marked by the utility companies, or indicated by surface signs. Prior to the preparation of piping shop drawings, or the excavating for any new pipelines or structures, the Contractor shall locate and uncover these existing utilities to a point 1 foot below the utility. Submit a report identifying each underground utility and its depth and location. Any variation in the actual elevations and the indicated elevations shall be brought to the Engineer's attention. E. Interferences: If interferences occur at locations other than shown on the Drawings, the Contractor shall notify the Engineer, and a method for correcting said interferences shall be supplied by the Engineer. Payment for interferences that are not shown on the plans, nor which may be inferred from surface indications, shall be in accordance with the provisions of the General Conditions, Paragraph 3.7. If the Contractor does not expose all required utilities prior to shop drawing preparation, he shall not be entitled to additional compensation for work necessary to avoid interferences, nor for repair to damaged utilities. F. Any necessary relocations of utilities, whether shown on the Drawings or not, shall be coordinated with the affected utility. The Contractor shall perform the relocation only if instructed to do so in writing from the utility and the Engineer. G. Overhead Facilities: There may be existing overhead electric and telephone transmission lines at the site. These overhead utilities are not shown on the Drawings. Extreme caution shall be used when working in the vicinity of overhead utilities so as to prevent injury to workmen or damage to the utilities. 1544106*04 City of Carlsbad Generator Replacement Project 02301 - 5 Earthworks February 2018 3.03 GENERAL CONSTRUCTION REQUIREMENTS A. Site Access: Access to the site will be over public and private roads. Exercise care in the use of such roads and repair at own expense any damage thereto caused by Contractor's operations. Such repair shall be to the satisfaction of the Owner or agency having jurisdiction over the road. Take whatever means are necessary to prevent tracking of mud onto existing roads and shall keep roads free of debris. B. Barriers: Barriers shall be placed at each end of all excavations and at such places along excavations as may be necessary to warn all pedestrian and vehicular traffic of such excavations. Lights shall also be placed along excavations from sunset each day to sunrise of the next day until such excavation is entirely restored. C. Demolition of Pavement: Where trenching or excavation occurs in paved areas, the pavement shall be scored and broken ahead of the trenching or excavation operation. The extent of paving removed shall be limited to the minimum necessary for the excavation. D. Dust Control: Take proper and efficient steps to control dust. E. Permits: Refer to General Conditions. F. Storage of Materials: Neatly place excavated materials far enough from the excavation to prevent stability problems. Keep the materials shaped so as to cause the least possible interference with plant operations and drainage. 3.04 FINISH GRADING A. Except where shown otherwise in the Drawings, restore the finish grade to the original contours and to the original drainage patterns. Grade surfaces to drain away from structures. The finished surfaces shall be smooth and compacted. 3.05 TRENCH EXCAVATION A. Excavation for pipe and other utilities such as duct banks shall be in open cut. The trench shall be as wide as necessary for sheeting and bracing and the proper performance of the work up to the maximum width permitted by the typical cross- sections shown on the Drawings. The bottom of the trench shall be constructed to the grades and shapes indicated on the Drawings. Should the Contractor desire to use other equivalent methods, he shall submit his method of construction to the Engineer for favorable review prior to its use. B. Take care not to overexcavate. Accurately grade the bottom of the trenches to provide uniform bearing and support for each section of the pipe or conduit at every point along its entire length, except for the portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints, and as hereinafter specified. Dig bell holes and depressions for joints after the trench bottom has been graded. In order that the pipe rest on the bedding for as nearly its full length as practicable, bell holes and depressions shall be only of such length, Earthwork February 2018 02301 - 6 1544106*04 City of Carlsbad Generator Replacement Project depth and width as required for properly making the joint. Remove stones as necessary to avoid point bearing. C. Backfill and compact overexcavations to 95% relative compaction with bedding material. There shall be no additional payment to the Contractor for over- excavations not directed by the Engineer. Remove unsatisfactory material encountered below the grades shown as directed by the Owner and replace with bedding material. Payment for removal and replacement of such unsatisfactory material directed by the Owner shall be made in accordance with the provisions of the General Conditions. D. Grade trenches so that they are uniformly sloped between the pipe elevations shown on the Drawings. If no elevations are shown on the Drawings, provide 3 feet of minimum cover. Comply with the minimum and maximum trench widths shown on the Drawings. Notify the Engineer if the trench width exceeds the maximum allowable width for any reason. E. For all piping or conduits to be placed in any excavated and backfilled area, such as at manholes or for building connections, the structural backfill shall be first compacted to a level at least 3 feet from the top of the piping or conduit elevation and then retrenched to pipe grade. F. Provide ladders for access to the trench by construction and inspection personnel. 3.06 EXCAVATION FOR STRUCTURES A. All excavation for structures shall be done to the dimensions and levels indicated on the Drawings or specified herein. Excavate to such width outside the lines of the structure to be constructed as may be required for proper working methods, the erection of forms and the protection of the work. B. Take care to preserve the foundation surfaces shown on the Drawings in an undisturbed condition. If the Contractor overexcavates or disturbs the foundation surfaces shown on the Drawings without written authorization of the Engineer, he shall replace such foundations with concrete fill or other material approved by the Engineer in a manner that will show by test an equal bearing value with the undisturbed foundation material. No additional payment will be made for the added quantity of concrete fill or other material used because of overexcavation. C. Inspection of Excavation: Notify the Owner when excavation for the structure is complete. No forms, reinforcing steel, concrete, or precast structure shall be placed until the excavation has been inspected by the Owner. D. Where unsatisfactory material is encountered below the grades shown for structural excavations, it shall be removed and replaced with structural fill as directed by the Owner and compacted. Payment for removal and replacement of such unsatisfactory material directed by the Owner shall be made in accordance with the provisions of the General Conditions. 1544106*04 City of Carlsbad Generator Replacement Project 02301 - 7 Earthworks February 2018 3.07 SUPPORT OF EXCAVATIONS A. Adequately support excavation for trenches and structures to meet all applicable requirements in the current rules, orders, and regulations. Excavation shall be adequately shored, braced, and sheeted so that the earth will not slide or settle and so that all existing structures and all new pipe and structures will be fully protected from damage. Keep vehicles, equipment, and materials far enough from the excavation to prevent instability. Sheeting and shoring plans shall be submitted as specified in Section 1.03(8). B. Take all necessary measures to protect excavations and adjacent improvements from running, caving, boiling, settling, or sliding soil resulting from the high groundwater table and the nature of the soil excavated. C. The support for excavation shall remain in place until the pipeline or structure has been completed. During the backfilling of the pipeline or structure, the shoring, sheeting and bracing shall be carefully removed so that there shall be no voids created and no caving, lateral movement or flowing of the subsoils. 3.08 ROCK EXCAVATION A. Significant rock excavation is NOT anticipated for work at the site. B. Rock excavations shall mean excavation of material that consists of boulders and pieces of concrete, solid ledge rock or masonry exceeding 3 feet by 3 feet by 3 feet in dimension, or which, in the opinion of the Owner, requires for its removal, drillings and blasting, wedging, sledging, or barring, or break up with a power operated hand tool. C. No soft or disintegrated rock, which can be removed with a hand pick or large trackhoe with ripper teeth attached to the bucket: no loose, shaken, or previously blasted rock or broken stone in rock fillings, or elsewhere; and no rock exterior to the minimum limits of measurement allowed, which may fall into the excavation, will be measured or allowed. D. Any rock excavation shall be paid by the Owner based on the actual quantities removed and the unit cost (dollar/cubic yard) listed in the bid schedule. Rock excavation shall be approved and measured by the Engineer. The method of rock excavation beyond the limits approved by the Engineer shall be exempt from payment. 3.09 TRENCH BACKFILL A. Place bedding and backfill materials true to the lines, grades, and cross-sections indicated on the Drawings and compacted to the degree specified on the Drawings. Place bedding and backfill materials in horizontal lifts not to exceed 6 inches in thickness measured before compaction. The difference in level on either side of a pipe shall not to exceed 4 inches. B. Backfill material shall not be placed over the pipe or conduit until after the joints have been completed and inspected by the Owner. Earthwork February 2018 02301 - 8 1544106*04 City of Carlsbad Generator Replacement Project C. It shall be incumbent upon the Contractor to protect the pipe or conduit from damage during the construction period. It shall be his responsibility to repair broken or damaged pipe at no extra cost to the Owner. Carefully place backfill around and over the pipe. Tamping of backfill over the pipe shall be done with tampers, vibratory rollers, and other machines that will not injure or disturb the pipe. D. Do not allow construction traffic nor highway traffic over the pipe trench until the trench backfill has been brought back even with existing adjacent grade. 3.10 STRUCTURAL BACKFILL A. Crushed Rock Subgrade: Place a layer of rock, compacted to at least 95% relative compaction under structures to the lines, grades, and minimum thicknesses shown on the Drawings. Unless shown specifically otherwise in the Drawings, do not use rock as backfill above the elevation of the highest base slab of the structure. B. Backfill Adjacent to Structures: 1. Backfill shall be structural backfill compacted to at least 95% relative compaction. 2. Do not place backfill against structures until the concrete has been patched and cured. 3. Do not place backfill against structures until at least 28 days after the concrete was placed, or until the concrete has achieved a strength of at least 2,500 psi, whichever is earlier. Concrete strength shall be demonstrated by field cured cylinders tested at the Contractor's cost, prepared and tested in accordance with ASTM C31 and ASTM C39. 4. Do not place backfill against hydraulic structures until the structure has passed the specified leakage tests. 5. Place backfill in uniform, level layers, not exceeding 8 inches thick measured before compaction. Bring backfill up uniformly on all sides of the structure, and on both sides of buried walls. 3.11 COMPACTION A. Add water to the backfill material or dry the material as necessary to obtain moisture content within 2% of optimum. Employ such means as may be necessary to secure a uniform moisture content throughout the material of each layer being compacted. B. After the material has been moisture conditioned, compact it with compaction equipment appropriate for the use to achieve compaction shown on the Drawings. C. If the backfill material becomes saturated from rains or any other source because it was not compacted to the specified density or was not backfilled and compacted to surface grade, through negligence or otherwise, remove the faulty material and replace it with suitable material compacted to the specified density. No additional payment will be made for doing such work or removal and replacement. D. Compaction of embankment and backfill materials by flooding, ponding, or jetting will not be permitted. E. When densities of compacted materials do not meet the requirements, remove and/or recompact the material until the requirements are met. The Contractor will 1544106*04 City of Carlsbad Generator Replacement Project 02301 - 9 Earthworks February 2018 be backcharged the cost of retesting all failing tests, including the initial retest. Such backcharges will be deducted from the Contractor's Progress Payments. 3.12 FINISH GRADING A. Finish grade the site to match the existing conditions. Finish grading shall be uniform and pleasing and shall provide drainage from all areas to collection points. The finished surfaces shall be smooth and compacted. 3.13 DISPOSAL OF EXCAVATED MATERIAL A. Dispose of unsuitable material or excavated material in excess of that needed for backfill or fill offsite in accordance with the requirements of Division 1. Earthwork February 2018 END OF SECTION 02301 -10 1544106*04 City of Carlsbad Generator Replacement Project 1544106*04 City of Carlsbad Generator Replacement Project THIS PAGE INTENTIONALLY BLANK 02301 -11 Earthworks February 2018 PART 1 -GENERAL 1.01 SUMMARY SECTION 03300 CAST-IN-PLACE CONCRETE A. Section Includes: 1. All cast-in-place concrete including both slab-on-grade and inertia pads. 2. Concrete shoring, formwork, patching, grouting, sealants, and crack repair. 3. Concrete curing. 4. Reinforcing steel work, complete as indicated, specified and required. Provide all steel reinforcing for cast-in-place concrete. 1.02 REFERENCES A. American Concrete Institute (ACI): ACI 301 Specifications for Structural Concrete for Buildings ACI 315 Details and Detailing of Concrete Reinforcement ACI 318 Building Requirements for structural concrete ACI 347 Guide to Formwork for Concrete B. ASTM International (ASTM) Standard Specification or Test Method: ASTM A615 ASTM C31 ASTM C33 ASTM C39 ASTM C42 ASTM C87 ASTM C88 ASTM C94 ASTM C136 ASTM C142 ASTM C143 ASTM C150 ASTM C156 ASTM C171 ASTM C172 ASTM C192 ASTM C231 ASTM C260 ASTM C289 ASTM C309 ASTM C494 ASTM C595 ASTM C618 ASTM C920 1544106*04 City of Carlsbad Deformed and plain billet -steel bars for concrete reinforcement. Making and Curing Concrete Test Specimens in the Field Concrete Aggregates Compressive Strength of Cylindrical Concrete Specimens Obtaining and Testing Drilled Cores and Sawed Beams of Concrete Effect of Organic Impurities in Fine Aggregate on Strength of Mortar Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Ready-Mixed Concrete Sieve Analysis of Fine and Coarse Aggregates Clay Lumps and Friable Particles in Aggregates Slump of Hydraulic-Cement Concrete Portland Cement Water Retention by Concrete Curing Materials Sheet Materials for Curing Concrete Sampling Freshly Mixed Concrete Making and Curing Concrete Test Specimens in the Laboratory Air Content of Freshly Mixed Concrete by the Pressure Method Air-Entraining Admixtures for Concrete Potential Alkali-Silica Reactivity of Aggregates (Chemical Method) Liquid Membrane-Forming Compounds for Curing Concrete Chemical Admixtures for Concrete Blended Hydraulic Cements Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete Elastomeric Joint Sealants 03300-1 Cast-In-Place Concrete February 2018 Generator Replacement Project ASTM C1077 ASTM 01752 ASTM 02419 ASTM E96 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction Sand Equivalent Value of Soils and Fine Aggregate Water Vapor Transmission of Materials C. State of California, Department of Transportation (CAL TRANS): Test 227 Evaluating Cleanness of Coarse Aggregate D. 2015 International Building Code (IBC) as adopted by Washington State Code Council. E. Concrete Reinforcing Steel Institute: Manual of Standard Practice (CRSI Manual). 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Product Data: 1. Concrete mix product certification: Submit certified laboratory test results that the mix proportions and materials comply with these Specifications. a. Cementitious materials. b. Coarse and fine aggregates. c. Admixtures. d. Ready-mix plant certification. e. Mix designs. f. Mix test results. g. Bar supports and chairs. h. Mechanical bar connectors, including ICBO Reports. i. Certified mill test results on reinforcement. j. Tests on unidentified bars. 2. Formwork products: a. Forms, if fabricated off construction site. b. Form ties and coatings. 3. Miscellaneous products: Submit technical data including installation instructions, independent laboratory test reports (ICBO), and handling and storage instructions. a. Curing materials and curing program. b. Joint fillers. c. Sealants. d. Non-shrink grouts. e. Methods and materials for concrete repairs. C. Shop Drawings: 1. Construction joint layout and pour sequence. 2. Program and method of concrete placement. 3. Bar layout and bending diagram. 4. Accessories and inserts layout. 5. Bar supports and chairs layout. Cast-in-Place Concrete February 2018 03300 - 2 1544106*04 City of Carlsbad Generator Replacement Project D. Samples: Submit any item of Product Data not fully assembled by a single Manufacturer. 1.04 QUALITY ASSURANCE A. Construction Standard: Applicable requirements of the IBC and ACI 301. B. Concrete Products and Materials Tests: Certified by independent commercial testing laboratories. Submit certification on cementitious products and aggregates performed within the past 6 months. C. Concrete Mix Designs: By an independent commercial testing laboratory, complying with ASTM C1077 and favorably reviewed by the Owner. Concrete mix design proportions shall be established on the basis of field experience and trial mixtures with the materials to be employed in accordance with IBC Section 1905. D. Concrete Mix Test Results: 1. Submit result statistics of satisfactory mix designs if available from prior projects. Comply with IBC Section 1905.6. 2. Submit test results of trial batches prepared for this project. Comply with IBC Section 1905.6. 3. Allow adequate time for review of submittals and adjustments to comply with the Specifications. E. Concrete Tests, as Placed: Performed by the Owner: 1. Test frequency: Each mix type placed, each day placed. 2. Concrete sample: ASTM C172. Provide all material required. 3. Compressive strength: A set of four standard 6 inch x 12 inch concrete cylinders will be cast for each 100 cubic yards or fraction thereof. a. Making, storing and initial cure of cylinders: ASTM C31. Provide site storage and initial cure, 16 hours minimum and 24 hours maximum. b. Testing laboratory: Provided by Owner. c. Final cure and tests of cylinders: ASTM C39. Testing laboratory will transport cylinders from site, cure, test, and provide report. Test two cylinders at age of 7 days, two at 28 days. 4. Slump: Test will be performed on each 50 cubic yards or fraction thereof. Test each sample used for strength tests. a. Testing: ASTM C143. b. Results outside the limits indicate possible cause for rejection of concrete. The Engineer shall be the sole judge. 5. Air content: Test will be performed on concrete samples used for strength tests. Furnish calibrated equipment required to perform the test. a. Testing: ASTM C231. F. Additional Tests: 1. General: Provide and pay for additional material and strength tests on new specimens, when test results fail to meet the specified requirements. Strength tests shall be considered satisfactory if the requirements of IBC Section 1905.6 are satisfied. If, in the opinion of the Engineer, results of tests on concrete cylinders indicate the possibility of substandard concrete in the structure, cored samples may be required to be taken from the concrete. 1544106*04 City of Carlsbad Generator Replacement Project 03300-3 Cast-In-Place Concrete February 2018 2. Coring and testing: ASTM C42. The Engineer will investigate low-strength test results in accordance with the requirements of IBC Section 1905.6.5. If, in the opinion of the Engineer, the results of the core tests indicate that concrete has been placed which does not meet this Specification, the Owner may require defective concrete strengthened by means of additional concrete, reinforcing steel or replacement of the defective concrete at no additional cost to the Owner. 3. The Owner will pay costs of additional tests if the concrete is accepted by the Engineer. G. Reinforcing Steel Material Tests: Not required for bars delivered in bundles from the mill and tagged with valid Identification Certificate. 1. Unidentified Bars: Test samples from each 5 tons or fraction thereof for each size. If already delivered to site, test additional samples from each day of planned concrete placement. Perform one tension and one bend test from each sample for each size. 2. Test standard: ASTM A615. 3. Testing Laboratory: Selected by Engineer, to take samples and perform tests. Costs paid by Contractor. 1.05 DELIVERY, STORAGE, AND HANDLING A. Cementitious Materials: If required at site, store immediately after delivery in a dry, weather-tight, properly ventilated structure, with adequate provisions for prevention of moisture absorption and overheating of the cement. B. Aggregates: If required at site, store in piles which afford good drainage and which are protected to prevent the inclusion of foreign material. Stockpile the various sizes or gradations of aggregates separately. C. Lumber: Store all lumber, including plywood for forms, to prevent direct contact with the ground. Protect the stored lumber from the elements by a suitable covering, such as polyethylene film or waterproof building paper, suitably held in place. D. Reinforcing Steel: Bundle reinforcement and tag with suitable identification to simplify sorting and placing. Transport and store at site so material is not damaged. Store reinforcement off ground, place under cover and keep clean. Keep an adequate supply of reinforcement at site to avoid delays. PART 2 -PRODUCTS 2.01 GENERAL A. Obtain materials from an established and experienced manufacturer or supplier. Provide new materials of first-class ingredients guaranteed to perform the service required. Cast-in-Place Concrete February 2018 03300 - 4 1544106*04 City of Carlsbad Generator Replacement Project 2.02 CONCRETE MATERIALS A. Cementitious Materials: 1. General: Use only one brand of each cementitious material. The color shall not significantly alter the typical grey concrete color. 2. Portland Cement: ASTM C150, Type V. Comply with the requirements for low alkali cement in Table 2. 3. Pozzolan: ASTM 618, Mineral Admixture Class N. 4. Flyash: ASTM C618, Class F, with the following restrictions: a. Loss on Ignition: 4% maximum b. SO3 Content: 3% maximum c. Moisture Content: 1 % maximum. B. Concrete Aggregates: 1. General: ASTM C33: a. Provide free from organic materials, waste products, clay balls, shale, and mica and thoroughly washed before use. b. Provide 1-1 /2-inch maximum size for all concrete on the project. c. Provide aggregates that do not deleteriously react with the alkalies in the cement. d. Grading: ASTM C136. Submit results of sieve analysis. e. Reactivity: ASTM C289. Submit graphical data showing compliance. 2. Coarse Aggregates: a. Provide clean, hard, durable gravel, crushed gravel, crushed rock, or combinations. b. Deleterious substances: Submit compliance with ASTM C33, Table 3 and as follows: 1) Clay lumps and friable particles: ASTM C142. Not more than 5%. 2) Abrasion: ASTM C131. Not more than 45%. 3) Soundness: ASTM C88. Not more than 10%. 4) Cleanness: CAL TRANS Test 227. For three tests, not less than 70, with an average greater than 75. c. Do not use aggregate containing more than 10% of inferior materials, flat or elongated particles, cracked or laminated rock, or rock than can be readily broken after immersion in water for one hour. 3. Fine Aggregate: a. Provide natural sand or a combination of natural and manufactured sand, of siliceous, granitic or igneous origin, hard and durable. b. Deleterious substances: Submit compliance with ASTM C33 Table 1 and as follows: 1) Organic impurities: ASTM C87. Not less than 95% relative strength. 2) Sand equivalent: ASTM D2419. For three tests not less than 70, with an average greater than 75. C. Combined Aggregates: Provide a mixture of fine aggregate and coarse aggregate uniformly graded between the screen sizes specified below: 1544106*04 City of Carlsbad Generator Replacement Project 03300-5 Cast-In-Place Concrete February 2018 Percentage Passing Sieve Size 1-1/2-lnch Maximum 1-inch Maximum 2" 100 -- 1-1 /2" 90-100 100 1" 50-96 90-100 3/4" 45-80 55-100 3/8" 38-55 45-75 No. 4 30-45 35-60 No. 8 23-38 27-45 No. 16 17-33 20-35 No. 30 10-22 12-25 No. 50 3-10 3-15 No. 100 0-3 0-5 No.200 0-2 0-2 2.03 WATER A. Provide water for washing aggregates, for mixing concrete, for patching grout and for curing that is free from oil and contains not more than 1,000 parts per million (ppm) of chlorides as Cl, nor more than 1,300 ppm of sulfates as SO4. Do not allow impurities that will cause a change in the setting time of the portland cement of more than 25%, nor a reduction in the compressive strength of mortar at 14 days of more than 5%, when compared to the results obtained with distilled water. B. Do not allow impurities that cause discoloration of the concrete or produce etching of the surface. C. The Engineer may require tests of the water should there be a question of the quality. Costs of such tests would be borne by the Owner. 2.04 ADMIXTURES A. Air Entraining: ASTM C260. B. Accelerating: ASTM C494, Type C or E. C. Retarding: ASTM C494, Type D. D. Water Reducing: ASTM C494, Type A. E. High Range Water Reducing: ASTM C494, Types F or G, second or third generation type. Add at the batch plant, after all other ingredients have been mixed and initial slump has been verified. F. When two or more admixtures are used, they must be added to the mix separately (through dispensers or manually) and must not be mixed with each other prior to adding to the concrete mix. Add admixtures to concrete mix ingredients in liquid Cast-in-Place Concrete February 2018 03300 - 6 1544106*04 City of Carlsbad Generator Replacement Project form by a special dispensing unit, approved by the manufacturer of the admixture as suitable for accurately dispensing the admixture. G. No admixture containing any chloride ions is acceptable. H. Manufacturers: WR Grace & Co., Master Builders, Inc., or approved equal. 2.05 CONCRETE MIX DESIGN A. General: 1. Take sole responsibility for selection of laboratory, submittal of materials to laboratory in time for all tests, and overall timing of all aspects of testing program, including submittals. See paragraph 1.04 for design and testing requirements. 2. Prepare mix designs for concrete placement by the batch process and/or by pumping, as required, and state the process on the design submittal. 3. Allow for the hot or cold weather and the time required to transport the concrete from the mixer to the site and to place within the forms. If accelerating or retarding admixtures will be required for only a proportion of the concrete placements, submit test results that include the full range of options. 4. Do not exceed the water-cementitious material ratios. Vary the water-reducing admixtures to accomplish an increase in slump or workability time. 5. Proportion cementitious materials, aggregates, and water by weight. 6. Check periodically the weight of moisture contained within the stockpiled aggregates. Compensate for this water when proportioning the concrete mix and adjust when change occurs. 7. Do not use chlorides in any concrete mix. B. Mix Proportions: Concrete Type C Specified 28-Day Compressive Strength {lb/in2) 3,000 Maximum Coarse Aggregate Size (in) 1 Air Content at Point of Placement(%) 1 Maximum Water-Cementitious Material Ratio 0.50 Minimum Cementitious Material Content {lb/yd3) 570 C. Cementitious Material: Either portland cement, cement with fly ash, cement with natural Pozzolan. D. Pozzolan or Flyash: Optional. Not less than 10%, nor more than 20% of the weight of the cementitious materials. Do not use pozzolan or flyash as an admixture in concrete made with portland-pozzolan cement. E. Mix Test Requirements: 1. Compression: ASTM C192 for cylinder preparation. ASTM C39 for cylinder tests. Perform three tests after 7 days and three more after 28 days curing. 2. Slump: ASTM C143. Slump range is 3 to 4 inches. After high-range water reducer added, range is 6 to 9 inches. 3. Air Content: ASTM C231. Air content range is ±1 %. 1544106*04 City of Carlsbad Generator Replacement Project 03300-7 Cast-In-Place Concrete February 2018 4. After favorable review of the mix design, no variations of the constituents are permitted during the project without prior submittal and favorable review. 2.06 READY-MIX CONCRETE A. Supply concrete for the project using truck mixers and a ready-mix plant certified by the National Ready-Mix Concrete Association. Submit certification. B. Alternatively, qualify the supplier according to ASTM C94 Sections 8 through 11, inclusive. 2.07 CEMENT MORTAR A. For Repairs and Patching Concrete. B. One part portland cement, two parts fine sand (by weight) and water. Use only the amount of water needed to make the mix workable for the intended use. C. Provide a mixture of white and regular cements as required to make a mortar that after curing 28 days will match the adjacent concrete. Prepare several trial batches and make test samples in an inconspicuous location for review. D. When a mix has been selected for color match, batch all mortar by weight in accordance with the formula for the selected mix. 2.08 PREFORMED JOINT FILLER A. Miscellaneous Structures Above Grade: ASTM D1752. Supply Bondex 941 by Rubatex Corporation; or approved equal. 2.09 SEALANT A. General: ASTM C920, of type, grade and class appropriate for use. B. Exterior Exposure: Sikaflex-2c, by Sika Corp., Select Seal U-200 by Select Products Corp., or approved equal. C. Prepare surfaces and provide primer and sealants in strict accordance with manufacturer's recommendations. D. Backing Rod: Extruded, closed cell, polyethylene foam rod, compatible with sealant. Provide 5/8-inch-diameter rod for 1 /2-inch joint, 1-1 /4-inch rod for 1-inch joint. E. Bond Breaker Tape: Resilient, non-staining, 100% vulcanized butyl rubber, scrim reinforced, self-adhering, extruded sealant tape containing no asphalts. 2.10 CURING MATERIALS A. Cure by fog spray or by one of the following methods after discontinuance of the fog spray. Slabs shall be continuously wet cured with sheet materials or wet blankets after discontinuance of the fog spray; liquid curing compound alone is insufficient. Cast-in-Place Concrete February 2018 03300 - 8 1544106*04 City of Carlsbad Generator Replacement Project 8. Liquid Curing Compound: A water-based membrane-forming resin suitable for exterior or interior use as a curing and hardening compound on freshly placed concrete. 1. Provide an emulsion of synthetic resinous solids dispersed in water containing no waxes, paraffins, or oils. Provide the fugitive type that will oxidize and disintegrate completely within 60 days when exposed to sunlight in exterior applications or that can be removed by washing with dilute muriatic acid or TSP in interior applications. 2. Water retention requirements: ASTM C309, Type I or II, Class B, when tested in accordance with ASTM C156. 3. Use white pigmented material for exterior applications and clear material for interior applications. 4. Comply with the applicable local air quality district. 5. Exterior surfaces: Aqua Resin Cure-White by Burke; 1200-White by W.R. Meadows; or approved equal. C. Sheet Materials: ASTM C171. Waterproof paper, plastic sheeting or white burlap- polyethylene sheet. 1. Plastic sheeting: fungus-resistant, minimum 4 mil thick, clear and free of defects, having ASTM E96 perm rating of not more than 0.5. 2. Waterproof paper: Two layers of non-staining kraft paper laminated with latex adhesive and reinforced with glass in both directions. Seal joints with 2-inch- wide tape with water resistant adhesive. D. Wet Blankets: Clean cotton mats (burlap is unacceptable). Provide material free from any substance that will have a deleterious effect on the concrete. Use a thickness sufficient to retain moisture between programmed applications of water. E. Evaporation Retardant: Eucobar by the Euclid Chemical Company; E-CON by L&M Construction Chemicals, Inc.; or approved equal. 2.11 FORMS A. Provide forms for exposed concrete surfaces with a clean, smooth plywood or metal face. Exposed concrete surfaces include beams, columns, slabs, interior and exterior walls except those in contact with earth. 8. Furnish plywood with a waterproof, synthetic resin bonded face manufactured for formwork. Furnish steel forms that incorporate reinforcement, inserts, pipe fittings, box-outs, and other details shown on the Contract Drawings without modification to these details. 2.12 FORM TIES A. Provide commercially manufactured steel rods or through-bolts, not wire, capable of withstanding applied pressures. 8. Furnish ties adjustable in length or of proper fixed length, with no metal closer than 1-1 /2 inch to the finished concrete surface. Leave no holes larger than 1-inch- 1544106*04 City of Carlsbad Generator Replacement Project 03300-9 Cast-In-Place Concrete February 2018 diameter at the surface. Use a plastic cone spacer at each end of the form tie to allow a full 1-1 /2-inch breakback. 2.13 FORM COATING COMPOUNDS A. Do not stain or impart any material or residue to the concrete surface detrimental or incompatible with any specified paint or coating system to be applied later, or unacceptable for contact with drinking water. 2.14 REINFORCING BARS A. General: Deformed bars, ASTM A615, Grade 60. 2.15 REINFORCING STEEL SUPPORTS AND ACCESSORIES A. Conform to CRSI Manual Chapter 3, for Types SB, BB, BC, JC, HC, CHC, and others of standard types as required. B. Use Class "1" plastic-coated chairs and spacers at waterbearing surfaces, roofs of waterbearing structures, and at all interior or exterior surfaces exposed to view or weather in the completed structure. C. Use precast concrete block supports with embedded wire ties or dowels for placement on grade or on membranes. Cast the blocks with concrete equal in strength, cement type, and aggregate to the parent concrete. D. Do not use aluminum or stainless steel supports or accessories. 2.16 REBAR FABRICATION A. General: CRSI Manual Chapters 6 and 7, including tolerances. B. Splice, development and embedment lengths: Furnish bars with lap lengths equivalent to ACI 318, Section 12, Class B splices for the specified concrete strength, bar size and location, unless noted otherwise. C. Bending and Forming: Fabricate bars of indicated size and accurately form to shapes and lengths indicated and required. Fabricate by methods not injurious to materials. Do not heat reinforcement for bending. Reject bars with kinks or bends not scheduled. D. Concrete Cover: Detail and fabricate the reinforcement to provide specified cover to outer edge of rebars and other installed items. E. Dowels: 1. Provide deformed reinforcing bar dowels at all construction joints, unless noted otherwise. 2. Provide same dowel size and spacing as the reinforcing to which they are spliced, unless noted otherwise. Cast-in-Place Concrete February 2018 03300 -10 1544106*04 City of Carlsbad Generator Replacement Project 2.17 SOURCE QUALITY CONTROL A. Forms: Verify that components pre-assembled offsite are satisfactory for the purpose. Verify that designs, products, and samples have been submitted for Product Review. B. Concrete: 1. Verify that ready-mix batch plant delivery tickets contain all product information necessary for acceptance of the concrete delivered to site. 2. Verify that the mixing and trucking equipment have adequate capacity to deliver the concrete batches to site on time, thoroughly mixed and discharge without segregation. PART 3 -EXECUTION 3.01 PROPORTIONING CONCRETE MATERIALS A. Place no concrete prior to favorable review of submittals for reinforcing steel, materials specified in this Section and the mix proposed. Unfavorable results of actual pours may require a redesign of mixes. B. Make no substitutions to the constituents tested in the design of concrete mixes without favorable review of the revised mix and the new test results. 3.02 BATCHING AND MIXING CONCRETE MATERIALS A. Ready or Transit Mixed Concrete: 1. Deliver completely mixed to the project site. 2. Do not add mixing water during hauling. Add water after delivery only when agreed by the Engineer. Should water be added, revolve the mixing drum not less than 30 revolutions at mixing speed after adding and before commencing discharge. 3. Deliver each load at the job site accompanied by a ticket showing mix design number, volume of concrete, the weight of cement in pounds and the total weight of each ingredient in pounds. Also show the time at which the materials were batched and the reading of the revolution counter at the time the truck mixer was charged. 4. No retempering of partially hardened material is permitted. Do not use partially hardened concrete in the work. B. Batching in Adverse Weather: 1. Cold Weather: When the atmospheric temperature is below 40°F, or is likely to fall below 40°F during the 24-hour period after placing, heat the materials before mixing, so that the temperature of the mix when deposited shall be between 65° and 80°F. Do not heat the mixing water or the cement over 160°F. Remove lumps of frozen material and ice from the aggregates before they are placed in the mixer. 2. Hot Weather: When temperatures are above 90°F, reduce the temperature of the concrete mix by using iced mixing water, and protecting aggregates and cement from direct rays of the sun. Do not place concrete exceeding 80°F. 1544106*04 City of Carlsbad Generator Replacement Project 03300-11 Cast-In-Place Concrete February 2018 3. Should the provisions noted in 1. and 2. above not be possible or practicable, postpone the batching until favorable weather conditions prevail. 3.03 FORMS A. General: 1. Take responsibility for adequacy of the form, bracing, and shoring. Satisfy ACI 347. 2. Form all concrete unless specified otherwise. 3. Construct forms confirming to the shape, line, and grade specified. 4. Provide tight seams, or seal with tape, to be mortar-tight. 5. Brace and shore all forms properly to ensure stability against pressure from any source, without failure of any component part. 6. If inadequate support is provided by the forms, remove all placed concrete and replace, as directed. 7. Provide for temporary openings for cleaning out, observation, pouring, and vibration of concrete. 8. If the concrete mix design includes a high-range water reducing additive, design the forms with enough strength to resist the high liquid concrete pressure without distortion. B. Chamfers: 3/4-inch at all exposed outside corners, including the top edges of all walls, machinery bases and curbs. Use mill run chamfer strips surfaced all sides. Provide rounded top edges of sidewalks, walkways, and where directed. C. Formed Surfaces: 1. Provide exposed, unpainted concrete surfaces that are uniform in appearance and color. Apply non-staining mineral oil, form coating or form release compound before placing the forms. Remove any excess coating with cloths. Scrape and clean any reused forms before coating again. 2. Provide flush fitting caps over any unused form tie holes. 3. Do not use mineral oil on formed surfaces that are to be painted, coated, or bonded to other concrete. D. Form Ties and Through-Bolts: 1. Provide sufficient number and strength to prevent spreading of forms while placing concrete. 2. Remove the removable portion immediately after stripping the forms. Avoid spalling the exposed concrete surfaces. 3. Provide a separate support system for the curtains of reinforcing, with a minimum 1 inch clearance between rebar and form ties or bolts. E. Construction Joints: 1. Ensure the end forms of walls are removable without releasing the side forms. Provide seals around reinforcement to prevent mortar leaks. 2. Overlap the hardened concrete of the first pour with forms for the second pour. Brace the ends of the forms against the hardened concrete to prevent joint offsets and mortar leakage. Align any exterior features required on the finished surface. Cast-in-Place Concrete February 2018 03300 -12 1544106*04 City of Carlsbad Generator Replacement Project 3.04 ALLOWABLE VARIATIONS FOR FORMED SURFACES A. Tolerances: ACI 301 and as noted below: B. Variations in Size or Thickness: 1. Slabs and walls: a. Thickness of more than 6 inches: ......................... ±1/4 inch C. Allowable Tolerances (Location, Lines and Grades): 1. Horizontal misplacement or eccentricity ...................... 2% of footing width of footings but not more than 1 inch 2. Variation of horizontal dimensions at all floor levels from specified position: ...................................... ±1/2 inch per 100 foot 3. Variation of vertical dimensions from specified position: ...................................................................... ±1/4 inch 4. Variation from level or from slopes specified for floors, ceilings, water channels and conspicuous lines: ....................................................... ±1/4 inch per 20 feet 5. Variation in location from specified position for sleeves, pits, floor and wall openings .......................... ±1/4 inch D. General: Set and maintain concrete forms to ensure that, after removal of the forms and prior to patching and finishing, no portion of the concrete work will exceed any of the tolerances. Measure variations in floor levels before removal of supporting shores. Accept responsibility for variations due to deflections resulting from concrete quality or curing other than that specified. The specified variation for one element of the structure will not be applicable when it will permit another element of the structure to exceed its allowable variation. 3.05 REMOVAL OF FORMS A. General: Comply with the recommendations of ACI Committee 347. Remove without damage to the concrete and with complete safety of the structure. Ensure that the concrete has hardened sufficiently and the members have attained sufficient strength to safely support the imposed loads. B. Removal Time: Minimum duration after completion of concrete placement: 1. Slab on Grade forms ............................................ 12 hours C. Cold Weather: Engineer may increase the minimum form removal times if the temperature is 50°F or lower. 3.06 REUSE OF FORMS A. Between concrete placements, inspect all form surfaces and repair to uniform texture for all concrete surfaces to be exposed. Fill all unused holes, cracks, and defects. 3.07 PLACING CONCRETE AND GROUT A. Preliminary Work: 1544106*04 City of Carlsbad Generator Replacement Project 03300-13 Cast-In-Place Concrete February 2018 1. Remove hardened concrete and foreign materials from the inner surface of the mixing and conveying equipment. Remove all debris from the space to be occupied by the concrete. 2. Remove water from the space to be occupied by the concrete before concrete is deposited. Divert any flow of water into an excavation through proper site drainage to a sump, or by other methods. If required by the Engineer, grout up any water vent pipes and drains after the concrete has thoroughly hardened. 3. Do not use aluminum materials in pumping lines, transfer hoppers, or chutes longer than 12 feet. Provide conveyor belts instead of chutes when the distance is longer than 50 feet. Use a storage hopper at the start of the line. 4. For pumped concrete, provide a hose with an angle-change, to create a back- pressure at the outlet. 5. Provide thermometer for measuring concrete temperature when weather conditions are predicted to go beyond the range 50°F to 80°F. B. Embedded Items: 1. Place all equipment, bolts, anchors, sleeves, inserts, structural steel members, angles, and similar items which require embedment in the concrete. 2. Hot-dip galvanize all ferrous metal sleeves, inserts, anchors, and other embedded ferrous items unless shown otherwise. Set anchor bolts for equipment in templates, carefully plumbed and checked for location and elevation with an instrument, and held in position rigidly by double nutting to the template to prevent displacement while concrete is being poured. 3. Move reinforcement bars as necessary to avoid interference with other reinforcing steel, conduits, or embedded items, but not so as to impair design strengths of the member. If bars are moved more than two bar diameters, submit the resulting arrangement of bars for review. 4. Inspect the installation of all embedded items and reinforcing. C. Placing: 1. Transfer the concrete to the place of final deposit as rapidly as practicable by methods that prevent the separation or loss of ingredients. Under no circumstances, deposit partially hardened concrete in the work. Deposit concrete in the forms as nearly as practicable in its final position to avoid rehandling. Maintain, until the completion of the pour, a plastic concrete surface, approximately horizontal. 2. Deposit concrete without segregation of the aggregate and without displacement of the reinforcement. 3. Maximum height of free fall for concrete during placement: a. Concrete with maximum 4-inch slump: ................................ 4 feet b. Concrete with high-range water reducing admixture and minimum 6-inch, maximum 9-inch slump: ........................... 8 feet 4. Deposit concrete continuously or in layers 12 to 20 inches in depth so that no concrete will be deposited on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously as originally planned, locate construction joints during the placement. 5. Use every means to secure a dense, impervious, homogeneous concrete, free from voids or pockets. If honeycomb, air, or rock pockets occur, repair the structure to the complete satisfaction of the Engineer, and modify the placing method or mix design, to prevent recurrence of deficient concrete. Provide Cast-in-Place Concrete February 2018 03300 -14 1544106*04 City of Carlsbad Generator Replacement Project such repairs and modifications at no additional cost. Extensive honeycomb or pockets may be cause for rejection of the work. D. Time Limit: Place all concrete in its final position in slab or forms within 1-1/2 hours of batching. Alternatively, as part of the mix design, provide admixtures that delay the initial set and state the proposed length of time in the submittal. E. Temperature Limits: Place all concrete in its final position in slab or forms at: 1. Less than 90°F, measured in the mix. 2. More than 40°F, measured both in the mix and in the air, with air temperature predicted to rise above 50°F. 3. More than 50°F, measured in the mix, 40°F measured in the air, with air temperature falling. Refer to the vibration, concrete joints, and curing sections for other requirements. 3.08 VIBRATION A. Compact the concrete with high frequency, internal mechanical vibrating equipment, and when required, supplement by hand spading and tamping. Consolidate slabs 6 inches or less in depth by hand tampers, spreading and settling with a heavy leveling straightedge. B. Operate vibrators with vibratory element submerged in the concrete, with frequency between 8,000 and 12,000 impulses per minute when submerged. C. Vibrate by direct action in the concrete for approximately 10 seconds at approximately 12-inch intervals, not against forms or reinforcements. Do not move concrete horizontally by vibration. Work the concrete around the reinforcement, and around embedded fixtures and into the corners of the forms. Penetrate 6 to 12 inches into previously poured layers as new layers are poured, provided the running vibrator penetrates by its own weight. To secure even and dense surfaces, free from aggregate pockets, honeycomb, or air pockets, supplement vibration when required by forking or spading by hand or hammering the forms lightly opposite the freshly deposited concrete. Revibrate the final layer. Stop vibrating when concrete is thoroughly compacted and has ceased to decrease in volume and give off air bubbles. D. When placing concrete with 8-inch or more slump, reduce the time of vibration to 5 seconds and follow the admixture manufacturer's recommendations for technique. 3.09 CONCRETE JOINTS A. General: 1. Provide joints: a. As shown on the Drawings .. b. After favorable review of layout, sequence and concrete placement program showing other joints required for constructibility. 2. Provide minimum curing times before the second placement: a. 2 days after the first concrete placement at the joint. 1544106*04 City of Carlsbad Generator Replacement Project 03300-15 Cast-In-Place Concrete February 2018 b. 10 days after each adjacent concrete placement, for infill pours or checkerboard placement pattern. 3. During placement of the new concrete, ensure there are no interruptions to the 14-day curing time and 14-day load restriction plan for the adjacent pours. B. Control Joints: 1. Space typical control joints in slabs on grade \ not exceeding 10 feet, or as shown on the Drawings. 2. If cast-in with the concrete, positively locate the preformed joint filler and hold rigidly in place during concreting. 3. If saw-cut, use a wheeled power saw as soon as the concrete surface is firm enough. Saw-cut control joints must be constructed within 12-hours after concrete placement. Fill the groove with sealant over a backer rod. C. Construction Joints: 1. Produce quality concrete, with full continuity of reinforcing and water tightness across the joints. 2. Space typical slab joints not exceeding 20 feet in the direction of the transverse or secondary reinforcing, typically the smaller reinforcing nearer to the center of the slab thickness. 3. After the first concrete placement at the joint, do not walk on or disturb any reinforcing extending into the second placement area for at least 48 hours. 4. Before depositing new concrete on or against concrete that has hardened, clean and roughen the entire surface of the joint exposing clean coarse aggregate solidly embedded in mortar matrix. Provide typically 1 /4-inch roughness or amplitude of the concrete surface measured from the top of the exposed aggregate to the bottom of pockets between stones. 5. Drench the prepared joint with clean water and remove prior to the concrete pour. D. Expansion Joints: 1. Stop all steel reinforcing clear of the joint at each side. 2. Prepare a smooth first concrete surface with all voids filled. 3. Provide preformed joint filler, securely fastened to the existing concrete as directed by the Manufacturer. 4. Install bond breaker and sealant after curing is completed and when directed. 3.10 REPAIR OF DEFECTIVE CONCRETE A. Inspect all concrete surfaces immediately after carefully removing forms. Defective work includes concrete out of line, level or plumb; cracks; poor joints; rock pockets; honeycomb; voids; spalls and exposed reinforcing. Patch all minor defects, including form tie holes, before the concrete is thoroughly dry. Do not interrupt the curing program. Ensure that repairs match the existing surface for color and texture. B. Minor Defects: 1. Clean thoroughly, including removal of any curing compound. Cut out to solid concrete but to a depth of not less than 1 inch. Prepare the edges of the cut slightly more than perpendicular to the surface of the concrete, so as to form a key. Cast-in-Place Concrete February 2018 03300 -16 1544106*04 City of Carlsbad Generator Replacement Project 2. Repair with cement mortar. Use minimum water, consistent with the requirements of handling and placing. Thoroughly compact the material into place and screed off to leave the patch flush with the surrounding surface. 3. Keep the surface damp for at least 48 hours. C. Major Defects: 1. Large areas involving voids or rock pockets extending through the section may be cause for rejection of the work. 2. If acceptable repairs can be made without adversely affecting the structural integrity of the work, cut out the section and either dry pack, or reform and repour to match the adjacent concrete. Do not cut the reinforcing but cut keyways into the adjacent sound concrete to securely fasten the patch to the original work. Prepare edges of the damaged area with a minimum of a 1 inch cut perpendicular to the concrete surface. 3. Coat all surfaces with epoxy bonding compound immediately prior to patching. Place the concrete patch before the epoxy has set. Follow the epoxy bonding manufacturer's recommendations. 4. Provide a patch with strength and modulus of elasticity compatible with the parent concrete. Cure in accordance with the following article. 3.11 CURING AND PROTECTION A. General: Maintain concrete above 50°F and below 90°F in a moist condition and without external loadings for 14 days after placement. For slabs, after the specified initial moist cure, provide further moist curing, utilizing sheet materials or wet blankets for 14 days after placement. Apply liquid membrane curing after the 14-day wet curing period. For walls after the specified initial moist cure, provide further moist curing, impervious-sheeting curing, or application of liquefied membrane-curing compound, as noted. B. Slabs: 1. Initial moist cure: Provide a 36-hour uniform spray treatment immediately following final troweling and before the surface can dry out, but after bleeding has stopped. Use clean water and special fog spray nozzles of type and number required to keep entire surface moist. Keep all traffic off the floor surfaces. 2. Continued cure: After 36 hours, continue fog curing, or before the surface dries out, continue curing by utilizing sheet materials or wet blankets in order to keep the surface of the slab continuously wet for the balance of the 14 days. After 1544106*04 City of Carlsbad 14 days apply a liquid membrane curing compound: a. Place waterproof curing paper smoothly upon the moist concrete surface with all joints and edges lapped a minimum of 4 inches and continuously sealed with tape. Do not use paper that will leave an impression on the finish. Repair, replace, and reseal, torn or scuffed sheets. b. Install polyethylene plastic sheeting and maintain in the same manner as for curing paper. c. Apply liquid membrane curing compound, if favorably reviewed for this purpose. Apply while slab is still damp from the fog spray. 1) Agitate compound thoroughly by mechanical means during use and apply uniformly in a two coat continuous operation by appropriate power-spraying equipment. Apply the two coats at right angles. Apply 03300-17 Cast-In-Place Concrete February 2018 Generator Replacement Project between 150 and 200 square feet per gallon of undiluted compound, total coverage. Form a uniform, continuous, coherent film that will not check, crack, or peel and free from pinholes or other imperfections. Apply an additional coat immediately to areas where the film is defective. 2) Keep alternate specified covering readily available for use in the event conditions occur which prevent correct application of the compound at the proper time. 3) Respray surfaces that are subjected to heavy rainfall within 3 hours after the curing compound has been applied (when slab reaches a moist condition and there is no standing water) with two additional coats of curing compound by the foregoing method and coverage. 4) Allow foot traffic only after 36 hours of cure time and only when slab is protected with paper or sheeting. 5) Allow building material storage only after 14 days of cure time and only on plywood sheets and wood sleepers that spread the load and protect the finish. C. Cold Weather Requirements: Provide adequate equipment for heating the placed concrete during freezing or near freezing weather: 1. Whenever the surrounding air temperature is below 40°F, or may fall below 40°F within the 24-hour period after pouring of concrete, maintain all freshly poured concrete at not less than 50°F for 5 days. 2. Keep the housing, covering, or other protection in place and intact at least 24 hours after the artificial heating is discontinued. 3. Do not use manure, salt, calcium chloride, or other chemicals on the concrete to prevent freezing. D. Hot Weather Requirements: Provide additional cooling to concrete when temperatures rise above 90°F, or low humidity, wind and temperature combine to cause high surface evaporation, over 0.2 lb/sq. ft./hour: 1. Provide additional water if curing by fog spray or ponding or saturated blankets. 2. Provide shade to surfaces exposed to direct sunlight. 3. Apply an evaporation retarder during the finishing operation, following the manufacturer's recommendation. 3.12 CONCRETE FINISHES A. General: 1. Provide a surface finish on all exterior concrete slabs that has a coefficient of friction when measured in accordance with ASTM C1028 not less than 0.60 for level surfaces and 0.80 for surfaces sloped 1 :20 or more. 2. For all exterior paving surfaces provide a minimum slope of 1 % (1/8-inch per foot) to drain surface water to catch basins, drains or edges of pavement adjacent to landscaping and drainage swales. Review grades shown and recommend any adjustments necessary to achieve minimum specified slope. 3. Finish slabs so they do not deviate more than 1 /4-inch (6.3 mm) in 10 feet from a straight edge. Finish elevations to within 1/8-inch (3.2 mm) elevations shown or required to match adjacent existing conditions. Provide "as-built" slopes for drainage no less than those shown or specified. 4. Finish edges and surfaces smooth, true and clean. Cast-in-Place Concrete February 2018 03300 -18 1544106*04 City of Carlsbad Generator Replacement Project 5. Apply finish to slabs as soon as the concrete can support the weight of the workmen. 6. Increase the humidity of the air directly above the concrete surface, prior to and during finishing operations by adding a fine fog mist of water to the air with mist nozzles when atmospheric conditions (temperature, humidity, and wind) are such that rapid evaporation of mixing water from the concrete is likely to occur. B. Wood or Magnesium Float Finish and Preliminary Steps for Other Finishes: 1. Applies to slab surfaces indicated to have a wood or magnesium Float finish. This finish is also the initial step for all other finishes. 2. Place and consolidate concrete. 3. Screed to grade using a strike-off board guided on accurately set screeds. 4. Work the surface with a bull or darby float to embed large aggregate, consolidate surface mortar and create a smooth true surface. 5. Do not overwork the surface or add dry materials such as sand or cement except as Dust-on Color Hardener finishes. 6. When surface has taken initial set and bleed water has disappeared work surface with wood floats followed by magnesium floats (if a magnesium float finish is called for) to even out slight irregularities and further consolidate surface. 7. When concrete has set further so that excess water and fine material will not be brought to the surface, either begin the first steel troweling if this is the preliminary step for other finishes or work the surface with magnesium or wood float if this is the final step in a Float finish. Work the surface sufficiently to consolidate the mortar and produce a finished surface at the proper grade that is free of voids, ripples or other defects. Apply a final swirl texture finish in a fan pattern with the wood or magnesium float. Retool slab edges and control joints. Leave a uniform smooth border around all slab edges and each side of control joints. C. Broom Finish: 1. Applies to all slabs indicated to receive a Broom finish. 2. Complete work required under "Preliminary Steps for Other Finishes." 3. Apply a second and third steel troweling after the concrete has set sufficiently so mortar does not adhere to the edge of the trowel and sufficient pressure can be applied to further consolidate the surface. 4. Broom texture the surface of the slab at right angles to the normal direction of traffic. Use a stiff fiber bristled broom for Coarse Broom Finish and a fine hair broom for Fine Broom Finish. Match selected control sample. D. Detail Work: Applies to all concrete flatwork and to exposed top edges of all formed concrete. 1. Edging Slabs: Tool a 3/8-inch radius on all exposed edges of slabs, curbs, and other exposed horizontal edges unless a formed chamfered edge is called for. Repeat tooling with each floating or troweling operation. 2. Apply a Trowel finish to the top of the formed walls, curbs and machine bases. 3. Control Joints and Feature Grooves: 1544106*04 City of Carlsbad a. Cut 1-inch-deep control joints with rounded edges in all paving slabs where indicated but not more than 8 feet apart in each direction. Repeat tooling with each floating or troweling operation. b. Run decorative feature grooves with a 1/4-inch-deep rounded tool before the final troweling in paving where shown. 03300-19 Cast-In-Place Concrete February 2018 Generator Replacement Project 3.13 REINFORCING STEEL INSTALLATION A. General: CRSI Manual Chapter 8 including placement tolerances. No reduction of concrete cover is allowable for bars at concrete surfaces exposed in liquid or water- containing structures. 1. Cleaning: Before placing reinforcing, and again before concrete is placed, clean reinforcement of loose mill scale, dried concrete, oil, or other coating that might destroy or reduce bond. Do not allow form coatings, release agents, bond breaker, or curing compound to contact reinforcement. 2. Securing in place: Accurately place reinforcement and securely wire tie in position, at an adequate number of points, where bars cross so as to prevent displacement. Tie stirrups to bars at both top and bottom. Bend ends of tie wire inward allowing no encroachment into the concrete cover. 3. Bar supports: CRSI Manual, Chapter 3. 4. Field bending: Not permitted, except where specifically shown, or approved. 5. Bar spacing: Between parallel bars, no less than 1-1/2 times the maximum aggregate size and in no case less than 1-1/2 inches. At splices, bundle and wire together bars to accomplish this. 3.14 FIELD QUALITY CONTROL A. Concrete Placement: 1. Verify that forms and reinforcement are accurately placed and secured in position. Confirm that both forms and reinforcement have been favorably reviewed. 2. Verify that tie wire ends have been bent back away from the forms. 3. Verify that all sleeves, castings, pipes, conduits, bolts, anchors, and any other items required, are accurately and securely placed within or on the forms. 4. Verify adequate vibrators are available. 5. Verify construction and expansion joint faces have been prepared for the next concrete placement. 6. Check that the mix design is compatible with the method of placement of the concrete, by pump or by batch. 7. Verify the concrete delivered to site is satisfactory, including checks on the batch tickets, quality assurance tests and direct observation of the batches. B. Concrete Curing: 1. Verify procedures and equipment are available for controlling concrete temperature during hot and cold weather conditions. 2. Verify actual time of application of evaporation retardant, fog spray and curing materials for each placement. C. Reinforcing Steel 1. Inspect all reinforcement installations. Provide 48 hours notice for inspection before concrete placement. 2. Verify placement tolerances are not exceeded. 3. Mechanical Connectors: Install favorably reviewed products, following the Manufacturer's recommendations, under continuous inspection. Cast-in-Place Concrete February 2018 03300 -20 1544106*04 City of Carlsbad Generator Replacement Project 3.15 CLEANUP A. Upon completion of all work performed under this Section, remove from the site all excess materials, storage facilities and temporary facilities. Smooth and clean of debris all areas that were used or occupied during concrete construction operations and leave in first-class condition. 1544106*04 City of Carlsbad Generator Replacement Project END OF SECTION 03300-21 Cast-In-Place Concrete February 2018 Cast-in-Place Concrete February 2018 THIS PAGE INTENTIONALLY BLANK 03300 -22 1544106*04 City of Carlsbad Generator Replacement Project PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: SECTION 05090 CONCRETE ANCHORS 1. All concrete anchors 1.02 REFERENCES A. ASTM International (ASTM) Standard Specifications: 1. ASTM A123 Zinc (Hot-Dipped Galvanized) Coatings on Iron and Steel 2. ASTM A153 3. ASTM A307 4. ASTM A325 5. ASTM A370 6. ASTM A500 7. ASTM A525 8. ASTM A563 9. ASTM B633 10. ASTM E8 11. ASTM F436 12. ASTM F844 13. ASTM F959 14. ASTM F1554 Products Zinc Coating (Hot-Dip) on Iron and Steel Hardware Carbon Steel Bolts and Studs 60,000 psi Tensile Strength Structural Bolts, Steel, Heat-Treated Test Methods and Definitions for Mechanical Testing of Steel Products Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process Carbon and Alloy Steel Nuts Electrodeposited Coatings of Zinc on Iron and Steel Test Methods for Tension Testing of Metallic Materials Hardened Steel Washers Washers, Steel, Plain (Flat), Unhardened for General Use Compressible-Washer-Type Direct Tension Indicator for Use with Structural Fasteners Anchors Bolts, Steel, 36, 55, and 105-ksi Yield Strength B. International Code Council (ICC) C. 2105 International Building Code (IBC) as adopted by the State of Washington. 1.03 SUBMITTALS A. Submit in accordance with 01300. B. Product Data: 1. Adhesive capsule anchors, cartridge dowels and expansion anchors. 2. Insulation between dissimilar metals. C. Samples: Manufacturer's latest standard product: Specify special or unique products. D. ICC Evaluation Service Reports for all anchors submitted. 1544106*04 City of Carlsbad Generator Replacement Project 05090 -1 Concrete Anchors February 2018 1.04 QUALITY ASSURANCE A. General: 1. Furnish materials and fabricated items from an established and reputable manufacturer or supplier. 2. Supply all new materials and fabricated items made from first class ingredients and construction and guaranteed to perform the service required. B. Tests: 1. The Contractor shall provide and pay for inspection for mechanical expansion and adhesive anchoring systems. 2. Mechanical expansion and adhesive anchoring systems: a. 50% of all expansion anchors shall be proof tested to twice the allowable tension value in the ICBO report. b. Visual inspection of layout including horizontal location, minimum embedment, minimum cover, minimum spacing, and minimum edge distance. c. Test mechanical expansion anchors by any method that will effectively measure the tension in the anchor, such as direct pull with a hydraulic jack, calibrated spring loaded devices, or a calibrated torque wrench. Displacement controlled anchors shall not be tested using a torque wrench. d. Inspect for development with reinforcing steel for concrete masonry unit construction. C. Additional Tests: Provide and pay for all necessary additional tests made on welds or bolts required to repair or replace faulty work performed during the original fabrication. 1.05 DELIVERY, STORAGE, AND HANDLING A. Handle, ship and store material in a manner that will prevent distortion, rust, damage to the shop coat or any other damage. B. Store material in a clean, properly drained location out of contact with the ground. C. Ensure that dissimilar metals are not in contact with each other. D. Replace or repair all damaged material in an approved manner. PART 2-PRODUCTS 2.01 METAL FASTENINGS A. General 1. For buried, submerged, or conditions where anchors or fasteners will be continuously or intermittently wet, except where otherwise shown or specified, all bolts, anchor bolts, mechanical anchors, or adhesive anchors, washers, and nuts shall be 316 stainless steel. Concrete Anchors February 2018 05090 - 2 1544106*04 City of Carlsbad Generator Replacement Project 2. For exterior or exposed conditions provide stainless steel except where otherwise shown or specified. 3. For all other exposure conditions provide hot dipped galvanized materials except where otherwise shown or specified. B. Cast-in-Place Anchor Bolts 1. Headed Bolts: ASTM A307, Grade C, fut= 58-80 ksi, fy = 36 ksi, or ASTM A36. For high strength applications utilize ASTM A354, Grade BO, fut = 150 ksi, fy = 130 ksi. 2. Hooked Rods (J and L Bolts): ASTM F1554, Grade 36, 55, or 105. 3. Welded Headed Studs or Welded Hooked Studs: AWS 01 .1, Grade B, fut= 60 ksi, fy = 50 ksi. 4. Provide a standard hex headed bolt with the dimensions of the hex head conforming to ANSI/ASME B18.2.1 or plain rod conforming to ASTM A36 with threaded ends and double hex nuts at the anchored end. 5. Bent bar anchor bolts shall not be used in concrete masonry unit construction. If bent bar anchor bolts are substituted for headed anchor bolts in concrete calculations shall be submitted to demonstrate concrete pullout strength of fastener in tension. 6. Provide minimum embedment shown on the Drawings, or a minimum of eight bolt diameters. C. Mechanical Anchoring Systems (friction anchors are not acceptable) 1. Mechanical Undercut Anchoring Systems a. Anchor: Undercut anchor shall be of an undercut style with brazed tungsten carbides on the embedded end that perform the self-undercutting process. Undercut portion of anchor shall have a minimum projected bearing area equal to or greater than 2.5 times the nominal bolt area. b. Carbon Steel Bolt and Sleeve: 1) Bolt: ISO 898, class 8.8, or SAE Grade 5. 2) Sleeve: European Standard No. 25CrMoS4 or AISI 1010. 2) Nuts: ASTM A563 Grade A and meeting the dimensional requirements of ANSI B18.2.2. 3) Washers: SAE 1005-1033 or AISI 1040 and meeting the dimensional requirements of ANSI B18.2.2 Type A Plain. 4) Plating: Zinc plated in accordance with ASTM B633, SC1, Type Ill Fe/Zn 5. c. Stainless Steel Bolt and Sleeve: 1) Bolt: AISI 316 or 316Ti. 2) Sleeve: AISI 316 or 316Ti or Type 304 stainless steel. 3) Nuts: DIN 934, grade 8. 4) Washers: DIN 6796 or Type 18-8 stainless steel. d. Submit a product evaluation report by ICBO. e. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. f. Manufacturer: Hilti, Inc. HOA Undercut Anchor, or approved equal. 2. Mechanical Expansion Anchoring Systems 1544106*04 City of Carlsbad a. Anchor: Expansion anchor shall be preassembled expanding sleeve or wedge type with a single piece three section wedge. Anchors shall meet the description of Federal Specification A-A 1923A or A-A 1922A, Type 4. 05090 - 3 Concrete Anchors February 2018 Generator Replacement Project Anchor will bear a length identification code that is visible after installation. Provide hex head stud style unless flat or rod coupler styles are noted on Drawings. b. Carbon Steel Anchors: 1) Anchor Body: ASTM A510 or AISI 1018 or AISI 12L 14. 2) Nuts: ASTM A563 Grade A and meeting the dimensional requirements of ANSI 818.2.2. 3) Washers: SAE 1005-1033 and meeting the dimensional requirements of ANSI 818.2.2 Type A Plain. 4) Plating: Zinc plated in accordance with ASTM 8633, SC1, Type Ill Fe/Zn 5. c. Stainless Steel Anchors: 1) Anchor Body and Wedges: ASTM A276 or ASTM A493 with chemical composition of either AISI 304 or 316 or 316L. 2) Nuts: ASTM F594 with chemical composition of either AISI 304 or 316 or 316L. 3) Washers: ASTM A240 with chemical composition of either AISI 304 or 316 or 316L. d. Submit a product evaluation report by ICBO. e. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. f. Manufacturer: Hilti, Inc. Kwik Bolt II, Simpson Strong-Tie Wedge-All or Sleeve-All, Power Fastening, Inc. Power-Bolt or Power-Stud, or approved equal. 3. Mechanical Drop-In Anchoring Systems a. Anchor: Internally threaded flush mounted or shell type expansion anchor. Anchors shall meet the description of Federal Specification FF-S-325, Group VIII, Type 1 or A-A-55614, Type 1. b. Carbon Steel Anchors: 1) Anchor Body: AISI 12L 14. 2) Anchor Plug: AISI 1018. 3) Plating: Zinc plated in accordance with ASTM 8633, SC1, Type Ill, Fe/Zn 5. c. Stainless Steel Anchors: 1) Anchor Body: AISI 316 stainless steel. 2) Anchor Plug: AISI 316 stainless steel. d. Submit a product evaluation report by ICBO. e. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. f. Manufacturer: Hilti, Inc. HDI/HDL Drop-In, Simpson Strong-Tie Drop-In, Power Fastening, Inc. Steel Drop-In, or approved equal. D. Adhesive Anchoring Systems 1. Adhesive (Ester) Capsule Anchoring Systems a. Adhesive: Two-component vinyl urethane methacrylate or vinylester based adhesive and hardener. The two-components shall be stored in a dual chamber foil capsule or glass capsule. b. Anchor Rod or Insert: Rod or insert with chamfered threaded end for ease of starting nut on one end and 45 degree chisel or cut point on opposite Concrete Anchors 05090 - 4 1544106*04 February 2018 City of Carlsbad Generator Replacement Project end. Furnish nuts and washers to meet the requirements of the rod or insert. Unless noted otherwise on the Drawings, provide hot dip galvanize rods or inserts or stainless steel. Stainless steel rods or inserts shall be provided in buried or submerged locations. 1) ASTM A36 or A307 (standard carbon steel anchor). 2) ASTM A 193 Grade B7 (high strength carbon steel anchor). 3) Reinforcing bars as specified in Section 03200 with chisel or cut point. 4) AISI 304/ASTM A276 or AISI 316L/ASTM A276 stainless steel meeting the mechanical requirements of ASTM F-593 (Condition CW). c. Submit a product evaluation report by ICBO. d. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. e. For submerged application in potable water provide NSF/ANSI STD 61 certification. f. Manufacturer: Hilti HVA Adhesive Anchor, Simpson Strong-Tie VGC Adhesive System, Power Fastening Chem-Stud Anchors, or approved equal. 2. Adhesive (Ester) Injection Anchoring Systems a. Adhesive: Adhesive consisting of methacrylate resin or acrylic based adhesive, hardener, cement, and water. The injectionable adhesive shall consist of two components and a static mixing nozzle as recommended by the manufacturer. b. Anchor Rod or Insert: Rod or insert with chamfered threaded end for ease of starting nut on one end and 45 degree chisel or cut point on opposite end. Furnish nuts and washers to meet the requirements of the rod or insert. Unless noted otherwise on the Drawings, provide hot dip galvanize rods or inserts or stainless steel. Stainless steel rods or inserts shall be provided in buried or submerged locations. 1) ASTM A36 or A307 (standard carbon steel anchor). 2) ASTM A 193 Grade B7 (high strength carbon steel anchor). 3) Reinforcing bars as specified in Section 03200 with chisel or cut point. 4) AISI 304/ASTM A276 or AISI 316L/ASTM A276 stainless steel meeting the mechanical requirements of ASTM F-593 (Condition CW). c. Submit a product evaluation report by ICBO. d. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. e. For submerged application in potable water provide NSF/ANSI STD 61 certification. f. Manufacturer: Hilti HIT HY 150/HIT-ICE Injection Adhesive Anchor, Simpson Strong-Tie Acrylic-Tie, Power Fastening AC100, or approved equal. For materials with voids and holes like hollow block provide Hilti HIT 20 Injection Adhesive Anchor for Masonry Construction, Simpson Strong- Tie ATS for Acrylic-Tie, or approved equal. 3. Adhesive (Epoxy) Injection Anchoring Systems 1544106*04 City of Carlsbad a. Adhesive: Adhesive consisting of two-component epoxy base resin and hardener material meeting the requirements of ASTM C-881 Types I, II, IV, and V, Grade 3, Classes B and C. The adhesive shall be supplied in manufacturer's standard side-by-side cartridge and dispensed through a static-mixing nozzle supplied by the manufacturer. 05090 - 5 Concrete Anchors February 2018 Generator Replacement Project b. Anchor Rod or Insert: Rod or insert with chamfered threaded end for ease of starting nut on one end and 45 degree chisel or cut point on opposite end. Furnish nuts and washers to meet the requirements of the rod or insert. Unless noted otherwise on the Drawings, provide hot dip galvanize rods or inserts or stainless steel. Stainless steel rods or inserts shall be provided in buried or submerged locations. 1) ASTM A36 or A307 (standard carbon steel anchor). 2) ASTM A 193 Grade 87 (high strength carbon steel anchor). 3) Reinforcing bars as specified in Section 03200 with chisel or cut point. 4) AISI 304/ASTM A276 or AISI 316L/ASTM A276 stainless steel meeting the mechanical requirements of ASTM F-593 (Condition CW). c. Submit a product evaluation report by IC8O. d. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for published allowable loads. e. For submerged application in potable water provide NSF/ANSI STD 61 certification. f. Manufacturer: Hilti HIT RE 500 Epoxy Anchoring System, Simpson Strong- Tie Epoxy-Tie ET or ETF (fast cure), Power Fastening Power-Fast Plus, or approved equal. For materials with voids and holes like hollow block provide Simpson Strong-Tie ETS for Epoxy-Tie, or approved equal. 2.02 GALVANIZING A. Hot-dip galvanize all exterior and exposed steel items, except when specified otherwise. 1. Steel hardware, nuts, bolts, washers, anchors, and threaded rods: ASTM A 153. 2. Where specified, electroplate nuts, bolts and washers with zinc coating of 0.001-inch minimum thickness in accordance with ASTM 8633 Class SC4. Where specified, provide a 4-mil OFT coating of zinc silicate. 3. Size nuts so that they screw on threaded bolts readily after galvanizing or coating. 8. Repair Materials: Gal-Viz by Thermacote Welco, Pasadena, CA; ReGalv by Rotometals, Inc., San Francisco, CA; or approved equal. 2.03 NON-SHRINK GROUT A. ASTM C1107, Grade C (precision) with no shrinkage as measured by ASTM C827. Furnish a pre-mixed product consisting of properly proportioned amounts of non- metallic dimensionally stable material to which water is added. PART 3 -EXECUTION 3.01 ERECTION A. Structural Steel Work: 1. Connections: a. Provide anchor bolts and other connections between structural steel and foundations. Concrete Anchors February 2018 05090 - 6 1544106*04 City of Carlsbad Generator Replacement Project b. Set all anchor bolts by template, with provisions to hold bolts rigid and in correct position with respect to plan and elevation. c. Install adhesive and expansion anchorages by personnel with satisfactory previous experience using the same Products, following the manufacturer's recommendations and in compliance with the latest ICBO report. d. Detail any undesigned connections in accordance with the AISC Specification. e. Do not increase any hole diameter or slot length without the Contracting Officer's approval. 2. Install work anchored in sleeves set in concrete with non-metallic non-shrink grout. Allow a 1 /4-inch minimum clearance between items anchored and the sleeve. 3. Where metal is fastened to concrete, make the connections by anchor bolts, or by fastenings embedded in concrete, such as adhesive, or expansion anchors. 4. Provide grout pads below base and bearing plates of non-shrink non-metallic grout having a minimum thickness of 3/4-inch unless otherwise noted. Do not bear directly on concrete slabs or equipment bases. 5. Provide leveling nuts on anchor bolts, below base plates, and adjust prior to grouting. B. Mechanical Anchoring Systems: Mechanical anchoring systems shall be installed in accordance with the ICBO ES Evaluation Report for the specific anchor. All mechanical anchoring systems installed in the underside of beams or slabs shall use a reduced allowable design load value as determined by the Contracting Officer. 1. Mechanical Undercut Anchoring Systems a. Drill a hole in the base material using drill bit diameter and embedment depth in accordance with the manufacturer's instructions. CAUTION: Oversized holes in the base material will make it difficult to set the anchor and will reduce the anchor's load capacity. b. Remove dust from holes with compressed air. c. Assemble the anchor with the nut and washer so the top of the nut is flush with the top of the anchor. d. Place the anchor in the fixture and drive into the hole until washer and nut are tight against the fixture. e. Install nut and washer and tighten to the required installation torque. 2. Mechanical Expansion Anchoring Systems a. Drill a hole in the base material using drill bit diameter and embedment depth in accordance with the manufacturer's instructions. CAUTION: Oversized holes in the base material will make it difficult to set the anchor and will reduce the anchor's load capacity. b. Remove dust from holes with compressed air. c. Assemble the anchor with the nut and washer so the top of the nut is flush with the top of the anchor. d. Place the anchor in the fixture and drive into the hole until washer and nut are tight against the fixture. e. Install nut and washer and tighten to the required installation torque. 3. Mechanical Drop-In Anchoring Systems 1544106*04 City of Carlsbad a. Drill a hole in the base material using drill bit diameter and embedment depth in accordance with the manufacturer's instructions. CAUTION: Oversized holes in the base material will make it difficult to set the anchor and will reduce the anchor's load capacity. 05090 -7 Concrete Anchors February 2018 Generator Replacement Project b. Remove dust from holes with compressed air. c. Insert anchor into the hole. Tap with hammer until flush against the surface. d. Using the drop-in setting tool, drive the expander plug towards the bottom of the anchor until shoulder of setting tool makes contact with the top of the anchor. C. Adhesive Anchoring Systems: Adhesive anchoring systems shall be installed in accordance with the ICBO ES Evaluation Report for the specific anchor. Adhesive anchoring systems are not allowed in overhead applications. 1. Adhesive (Ester) Capsule Anchoring Systems a. Drill to specified depth and diameter. b. Remove dust from holes with compressed air. Jetting holes with water is not permitted. c. Install in clean holes free of standing water. d. Insert capsule(s) to the bottom of hole. e. Drive stud or rod to the bottom of hole. Some anchoring systems require drill rotation with hammering action. Do not disturb anchor during the specified cure time. 2. Adhesive (Ester or Epoxy) Injection Anchoring Systems a. Drill to specified depth and diameter. b. Clean hole with a wire brush. Remove dust from holes with compressed air. Jetting holes with water is not permitted. c. Install in clean holes free of standing water. d. Dispense bead of adhesive off to the side to check for proper mixture before using. e. Fill hole halfway to 2/3rds, starting from bottom of hole to prevent air pockets. Withdraw nozzle as hole fills up. f. Insert anchor, turning slowly until the anchor contacts the bottom of the hole. Do not disturb anchor during the specified cure time. D. Repair of Connections: The Contractor shall pay for all necessary additional tests made on weld or bolts required to repair or replace faulty work performed during the original fabrication or during erection. E. Repair of Galvanized Coating: 1. Repair surfaces damaged by cutting or welding by the heated repair method. Repair handrails or other surfaces that will not be painted and that are field welded or damaged by the heated galvanize repair method. 2. Heat substrate to 600°F, or apply hot process touch-up material right after welding before metal has cooled below 600°F. 3. Rub bar of specified galvanize repair material over surface of hot substrate to apply a uniform coating of zinc. Wire brush hot coating with a clean wire brush to smooth out and bond zinc coating to substrate to apply a uniform coating of zinc. Concrete Anchors February 2018 05090 - 8 1544106*04 City of Carlsbad Generator Replacement Project 3.02 FIELD QUALITY CONTROL A. Mechanical and Adhesive Anchoring Systems: 1. Anchoring systems shall be installed in accordance with the ICBO ES Evaluation Report for the specific anchor. All anchors shall be tested in accordance with paragraph 1.04. 2. Set torque-controlled expansion-type anchors to the recommended installation torque using a calibrated torque wrench. Following attainment of 10% of the specified torque, 100% of the specified torque shall be reached within 7 or fewer complete turns of the nut. If the specified torque is not achieved within the required number of turns, the anchor shall be removed or abandoned. 3. Set displacement-controlled expansion-type anchors to the recommended displacement. If the concrete cracks during installation of the anchor, the anchor shall be removed or abandoned. 4. Anchors should exhibit no discernable movement during load testing. 5. Holes drilled for anchors that do not set properly or fail in a tension test may not be reused, and shall be filled with non-shrink grout. B. Erection Sequence: Verify each stage is completed before proceeding to the next. C. Tolerances: AISC Standard Practice. 1544106*04 City of Carlsbad Generator Replacement Project END OF SECTION 05090 - 9 Concrete Anchors February 2018 Concrete Anchors February 2018 THIS PAGE INTENTIONALLY BLANK 05090 -10 1544106*04 City of Carlsbad Generator Replacement Project SECTION 16010 GENERAL ELECTRICAL REQUIREMENTS PART 1 -GENERAL 1.01 SUMMARY A. This Section describes the general electrical requirements for the project. B. This Section specifies general requirements for electrical work. Detailed requirements for specific electrical items are specified in other sections but are subject to the general requirements of this section. The electrical drawings and schedules included in this section are functional in nature and do not specify exact locations of equipment or equipment terminations. C. Definitions: 1. Wiring, Elementary or Schematic Diagram: A schematic (elementary) diagram shows, by means of graphic symbols, the electrical connections and functions of a specific circuit arrangement. The schematic diagram facilitates tracing the circuit and its functions without regard to the actual physical size, shape, or location of the component devices or parts. 2. One-Line Diagram: A one-line diagram shows by means of single lines and graphical symbols the course of an electrical circuit or system of circuits and the components, devices or parts used therein. Physical relationships are usually disregarded. 3. Block Diagram: A block diagram is a diagram of a system, instrument, computer, or program in which selected portions are represented by annotated boxes and interconnecting lines. 4. Connection Diagram: A connection diagram includes all of the devices in a system and shows their physical relationship to each other including terminals and interconnecting wiring in an assembly. This diagram shall be (a) in a form showing interconnecting wiring only by terminal designation (wireless diagram), or (b) a panel layout diagram showing the physical location of devices plus the elementary diagram. 5. Interconnection Diagram: 1544106*04 City of Carlsbad a. Interconnection diagrams shall show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. References shall be shown to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown as a single line with the direction of entry/exit of the individual wires clearly shown. Wireless diagrams and wire lists are not acceptable. b. Each wire identification as actually installed shall be shown. The wire identification for each end of the same wire shall be identical. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in the equipment complete with individual terminal identification. c. All jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Wires or jumpers shown on the equipment connection diagrams 16010-1 General Electrical Requirements February 2018 Generator Replacement Project shall not be shown again on the interconnection diagram. Signal and DC circuit polarities and wire pairs shall be shown. Spare wires and cables shall be shown. 6. Arrangement, Layout, or Outline Drawings: An arrangement, layout, or outline drawing is one which shows the physical space and mounting requirements of a piece of equipment. It may also indicate ventilation requirements and space provided for connections or the location to which connections are to be made. 1.02 QUALITY ASSURANCE A. Reference Standards: 1. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In the event of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect on the effective date of the Agreement. Reference NECA-1 NFPA-70 NFPA-70E IBC Title National Electrical Contractors Association -Standard Practices for Good Workmanship in Electrical Contracting National Electrical Code (NEC) Electrical Safety in the Workplace International Building Code State of California Electrical Code B. Identification of Listed Products: 1. Electrical equipment and materials shall be listed by an independent testing laboratory for the purpose for which they are to be used. Three such organizations are Underwriters Laboratories (UL), Canadian Standards Association (CSA), and Electrical Testing Laboratories (ETL). Independent testing laboratory shall be acceptable to the inspection authority having jurisdiction. 2. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the product may be required by the inspection authority to undergo inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. C. Factory Tests: Where specified in the individual product specification section, factory tests shall be performed at the place of fabrication and performed on completion of manufacture or assembly. The costs of factory tests shall be included in the contract price. D. Qualifications: All Journey level electricians shall hold a current State of California Electrician Certification. General Electrical Requirements February 2018 16010 - 2 1544106*04 City of Carlsbad Generator Replacement Project 1.03 SUBMITTALS A. Procedures: Section 01300. B. Submittal Time Frame: Electrical Engineer will make an attempt to return each submittal within a 2-week period from date received by Electrical Engineer. C. Submittal Items for this Section: 1. Catalog cuts of equipment, devices, and materials requested by the individual specification sections. Catalog information shall include technical specifications and application information, including ratings, range, weight, accuracy, etc. Catalog cuts shall be edited to show only the items, model numbers, and information which apply. a. Catalog cuts shall be assembled in a tabbed three ring binder. Each binder shall contain a cover sheet and index listing the submitted items and cross- referenced to the appropriate specification paragraph. Where submittal information for equipment or materials covered by more than one specification Section is included within one binder, each tab shall be submitted as a separate submittal number. The tab shall be labeled with the submittal number. 2. Interconnection diagram: The Contractor shall prepare interconnection diagrams depicting all cable requirements together with their actual terminations. 3. Conduit layout drawings indicating size, location, and support, for all conduits on the Equipment skids with termination and connection points identified. a. Conduit layout drawings shall illustrate how the conduits are supported and where power and control connections are located. 4. Safety disconnect switch list including legend with equipment tag, equipment description, and power feeder circuit source and location information. 5. Provide results of tests performed as required by Section 3.02. C. Submit copies of all Journey level electrician's current and valid State of California Electrician Certifications. 1.04 DRAWINGS A. Where the Contractor is required to provide information on drawings as part of the specified work, such drawings shall be prepared in AutoCAD 2014 and provided on 11-inch by 17-inch paper, and in electronic pdf format and provided via e-mail, dropbox, on a thumb drive or on a CD Rom. Drawings shall be complete with borders and title blocks clearly identifying project name, equipment and the scope of the drawing. Drawing quality and size of presentation shall be such as to permit 50 percent reduction of such drawings for insertion in operation and maintenance manuals. Drawings deemed illegible shall be rejected. 1.05 PROJECT/SITE CONDITIONS A. General: Unless otherwise specified, equipment and materials shall be sized and derated for the ambient conditions specified but not less than an ambient 1544106*04 City of Carlsbad Generator Replacement Project 16010 - 3 General Electrical Requirements February 2018 temperature of 40 degrees C at an elevation ranging from sea level to 400 feet without exceeding the manufacturer's stated tolerances. B. Seismic: Electrical equipment supports, and anchorage shall be designed and installed in accordance to Section 01190. 1.06 ELECTRICAL NUMBERING SYSTEMS A. Tagging: All circuit raceways and armored cables shall be tagged at all terminations, panels, MCCs, pull boxes, junction boxes, etc. in accordance with the assigned numbers developed with the Owner during the shop drawing review process. The tags shall be installed in a clean and high workmanship manner. In addition to tags at the terminations, exposed raceways and armored cables shall be tagged at each side of concealment. B. Prefix Modifiers: The following prefix modifiers shall be used when scheduling/tagging cables and raceway: Raceway Prefix p C s C. Raceway Numbers: Type of Function Power Control ( 120V) Low level signal (less than 90 volt communication or less than 30 volt instrumentation) 1. The circuit schedule identifies individual and discrete circuits necessary for the operation of their associated piece of equipment or element. Where multiple and similar control type circuits "C" and signal type "S" circuits only are listed going from one enclosure, MCC, panel, cabinet, etc. to another enclosure, MCC, panel, cabinet, etc. the contractor may combine like "S" circuit types and combine like "C" circuit types into a single "S" or "C" raceway or cable type; however, do not combine 24VDC or analog 4-20mA signal with 120VAC. 2. Where circuit/raceway numbers have not been assigned, Contractor shall assign raceway numbers in accordance with the following system. a. Prefixes shall be followed by a process area code, multi-alpha numeric number defined by the equipment number or source panel, cabinet, MCC, etc. Where there is more than one raceway to a particular piece of equipment, a letter suffix is added to distinguish the raceways and cables. General Electrical Requirements February 2018 16010 - 4 1544106*04 City of Carlsbad Generator Replacement Project Example: Raceway number = P-xxxxA where: P = Raceway contains power wiring = Delimiter xxxx = Sequential 3 or 4-digit number. The first digit shall be the same as the process area of the equipment being fed. A = Suffix letter to distinguish from other raceways and cables to same equipment D. Cable Numbers: Where cable numbers have not been assigned, Equipment Supplier shall assign cable numbers in accordance with the above system. E. Conductor Numbers: 1. Wire Markers: All control and signal conductors in panels, pull boxes, power, instrument, and relay compartments of motor control centers, control cabinets, instrument cabinets, field cabinets and control stations, as well as connections to mechanical equipment, shall be tagged at each end with legible, coded tight- fitting wire-marking sleeve showing the complete wire designation. The letters and numbers that identify each wire shall be machine printed on sleeves with permanent black ink. The figures shall be 1/8 inch high. Sleeves shall be yellow or white tubing, sized to fit the conductor insulation. The sleeves shall be shrunk to fit the conductor with hot air after installation. They shall be T&B, SHRINK-KON HVM or approved equal. Adhesive strips are not acceptable. Conductors size No. 10 AWG or smaller shall have identification sleeves. Conductors No. 8 AWG and larger shall use cable markers of the locking tab type. Tabs shall be white plastic with conductor identification number permanently embossed. 2. Internal Wiring: a. Wiring within a single enclosure shall be marked with the basic wire and terminal number at each end. The wire number shall designate the terminal or equipment number at each end of the wire separated by a slash. b. Wiring within MCC buckets shall have a simple numbering scheme, and shall use the same number at each end. (1,2,3,4,5, etc.) Wiring which lands on field terminals shall utilize the terminal number for the internal wire number. 3. Field Wiring: All field wiring shall have wire labels at each end. The labels shall be marked with the output terminal number at the original equipment (control cabinet, or MCC) and the remote device terminal # (if applicable) and tag name separated by a slash. Conductors shall be identified with numbers at both ends. Conductor tag numbers shall be the conductor number specified on the control diagram or if not shown, shall follow the convention below. 1544106*04 City of Carlsbad a. Wires from MCC buckets shall be labeled with MCC number (001) -bucket number(A4) -terminal number (6)(001-A4-6). 16010 - 5 General Electrical Requirements February 2018 Generator Replacement Project b. Wires from Local Control Panels (LCP) shall be labeled with panel number (LCP001)-terminal number (12)(001-12.) c. Wires from PLC Processor panels (CCP) shall have Rack or Bus (1) - Card or Block (?)-Terminal number(A3) only (1-7-A3). d. Wires from devices, instruments etc. shall have the instrument or device name and terminal number if applicable. Equipment name is typically System -Device Type -Number. (SNGHS011) (TSMPIX300) (INFLIX322). 1.07 EQUIPMENT COORDINATION A. The Contractor is responsible to coordinate the equipment supplied from various manufacturers and vendors. This includes but is not limited to: 1. Obtaining specific information on equipment ratings and sizes and verifying the electrical components supplied meet, or match the requirements such as voltage, phase, frequency, starter types, etc. 2. Providing equipment that will fit within the space allocated and meet OSHA and NEC clearances. 3. Coordination of the supplied equipment's electrical power and control requirements. 4. Providing power and control equipment, wiring, and raceways to meet the requirements of the mechanical equipment supplied. 5. Providing all necessary control wiring and components for any special requirements from an equipment manufacturer. B. The Contractor shall verify as a minimum: 1. Correct voltage, phase and frequency 2. Size and space requirements 3. Mounting requirements 4. Proper coordination with the controls and control system Integrator. C. Any discrepancies between the electrical equipment and other equipment shall be brought to the immediate attention of the Engineer and Owner. 1.08 BASIS OF DESIGN A. The basis of the mechanical and electrical design is the installation of equipment and motors as shown in the electrical one-line drawing(s) and load/panel schedules. In the event that different equipment motors are provided in order for the vendor's equipment to meet mechanical performance requirements, the contractor shall coordinate various suppliers, vendors, and subcontractors to change the required electrical conduit, cables, breakers, motor control center sections, starters units and accessories, etc. as necessary to meet the vendor's equipment installation requirements of the National Electrical Code. The traits and characteristics of all provided materials, equipment, and devices shall meet the specifications. These changes to materials, equipment, and devices shall be at no cost to the Agency. Electrical submittal information shall be coordinated with the equipment and motors provided. General Electrical Requirements February 2018 16010 - 6 1544106*04 City of Carlsbad Generator Replacement Project PART 2 -PRODUCTS 2.01 EQUIPMENT AND MATERIALS A. General: Equipment and materials shall be new and free from defects. All material and equipment of the same or a similar type shall be of the same manufacturer throughout the work. Standard production materials shall be used wherever possible. 2.02 WIRE MARKERS A. Each power and control conductor shall be identified at each terminal to which it is connected. Conductors size No. 1 AWG or smaller shall have identification sleeves. Conductors No. 2 AWG and larger shall use cable markers of the locking tab type. Tabs shall be white plastic with conductor identification number permanently embossed. B. The letters and numbers that identify each wire shall be machine printed on sleeves with permanent black ink with figures 1/8 inch high. Sleeves shall be yellow or white tubing and sized to fit the conductor insulation. Shrink the sleeves with hot air after installation to fit the conductor. C. Conductor and Wire Marker Manufacture: 1. TMS Thermofit Marker System by Raychem Co 2. Sleeve style wire marking system by W. H. Brady Co. 3. or approved equal. 2.03 MULTICONDUCTOR CABLE AND RACEWAY TAGS A. Tags shall be: 1. Manufactured of permanent metal or heavy mill plastic. 2. Fastened to the raceways at both ends of the tag with permanent fasteners. 3. Tag numbers shall be 1 inch tall and machine printed. Hand labeled tags are unacceptable. 2.04 NAMEPLATES A. Nameplates shall be provided on all electrical devices, including but not limited to motor control equipment, MCC cubicles/cells/buckets, control stations, junction boxes, panels, instruments, disconnect switches, indicating lights, meters, and all electrical equipment enclosures. B. Nameplates shall also be provided on all electrical panel interior equipment, including but not limited to relays, circuit breakers, power supplies, terminals, contractors, and other devices. C. Equipment nameplates shall have both the equipment name and number. 1544106*04 City of Carlsbad Generator Replacement Project 16010 -7 General Electrical Requirements February 2018 D. Nameplates shall be made of 1/16-inch thick machine engraved laminated phenolic having black letters not less than 3/16 inch high on white background or as shown on the drawings or other sections of the specifications. Nameplates on the interior of panels shall be white polyester with printed thermal transfer lettering and permanent pressure sensitive acrylic; TYTON 822 or approved equal. All nameplates shall include the equipment name and number (and function, if applicable). E. Provide warning nameplates on all panels and equipment which contain multiple power sources. Lettering shall be white on red background. F. Nameplates shall be secured to equipment with stainless steel screws/fasteners. G. Nameplates for disconnect switches shall contain name and number as well as voltage, phases and colors of conductors. 2.05 TERMINAL BLOCKS A. General: 1. Unless otherwise specified, terminal blocks shall be DIN rail mounted, finger safe, IEC screw type. Terminals shall be provided with integral marking strips which shall be permanently identified with the connecting wire numbers as shown on the drawings. Terminal blocks for P-circuits (power 120-600 volts) shall be rated not less than the conductor current rating and shall be rated not less than 600 volts AC. Terminal blocks for C-circuits (control and/or control power 120 volts or less) and S-circuits (signal) shall be rated not less than 20 amperes and shall be rated not less than 600 volts AC. Terminals shall be tin-plated. 2. Insulating material shall be nylon. 3. Provide terminals for all wire connections to field wiring and internal power distribution. Analog loops that are 24 VDC powered shall have a knife switch to disable the loop if necessary. 4. Connections shall have compression terminals capable of terminating 2 #14 AWG stranded wires. Terminals shall be DIN rail strip mounted. Provide number strips for terminal blocks that are referenced by the wire marker. Provide contact bridge bars for jumpering between terminal blocks. Provide end clamps to separate and terminate terminal block groups. Provide end covers for groups of terminal blocks. 5. Provide separation plates on each side of terminals that are at a different potential or polarity than surrounding terminals. 6. Provide clear plastic DIN rail mounted name tag stanchions for each block of terminations. 7. Terminals shall be mounted such that there is a minimum of 1.5 inches of clear space on both sides of the terminal; for ease of wiring. 8. Mount all terminals strips on 2-inch standoffs. 9. Provide 10, or 5% whichever is the greater amount, spare (non-installed) replacement terminals for each type used. General Electrical Requirements February 2018 16010 - 8 1544106*04 City of Carlsbad Generator Replacement Project PART 3 -EXECUTION 3.01 GENERAL A. Construction: 1. The work under Division 16 shall be performed in accordance with these specifications. 2. Unless otherwise detailed or dimensioned, electrical layout drawings are diagrammatic. The Contractor shall coordinate the field location of electrical material or equipment with the work of other disciplines and subcontractors. Minor changes in location of electrical material or equipment made prior to installation shall be made at no cost to the Owner. 3. The Contractor to provide backup emergency generator for the list station while generator work is occurring. 4. The Contractor shall only be allowed to work at one site at a time. They must complete all work at one site (tested, operational and complete) prior to moving onto the next site. B. Housekeeping: 1. Electrical equipment shall be protected from dust, water and damage. Motor control centers, switchgear, and buses shall be wiped free of dust and dirt, kept dry, and shall be vacuumed on the inside within 30 days of acceptance of the work. 2. Before final acceptance, the Equipment Supplier shall touch up any scratches on equipment. 3. Electrical equipment temporarily exposed to weather, debris, liquids, or damage during construction shall be protected. C. Electrical Equipment Labeling: 1. Electrical equipment shall have field marked signs and labeling to warn qualified persons of the potential electric arc flash hazards per NEC Article 110.16 Flash Protection. 2. Electrical equipment shall have NFPA ?OE labels installed stating the results of the arc flash analysis. 3. Electrical distribution equipment and utilization equipment shall be provided with field labels to identify the power source and the load as specified. Refer to NEC Article 110.22 for Identification of Disconnecting Means installation criteria. Specific information is required such as the equipment tag number and equipment description of both the power source and the load equipment. D. Safety Disconnect Switches: Provide safety disconnect switches required by code. E. Conductor Installation: An enclosure containing disconnecting means, overcurrent devices, or electrical equipment shall not be used as a wireway or raceway for conductors not terminating within the enclosure. Provide wireways, raceways, termination boxes, or junction boxes external to the enclosure for the other conductors. 1544106*04 City of Carlsbad Generator Replacement Project 16010 - 9 General Electrical Requirements February 2018 3.02 TESTING A. Perform tests in accordance with applicable procedures as described in NETA Acceptance Testing Specifications. B. Give sufficient notice to the Engineer prior to any test to permit witnessing the test. C. Provide the services of a recognized independent testing laboratory and pay all costs of performing the inspections and tests as specified herein. D. The testing laboratory shall provide all materials, equipment, labor and technical supervision to perform such tests and inspections. It is the intent of these tests to ensure that all electrical equipment is operational within industry and manufacturer's tolerances and is installed in accordance with the Contract Documents and manufacturer's instructions. The tests and inspections shall determine the suitability for energization. E. The testing laboratory shall meet federal OSHA criteria for accreditation of testing laboratories, Title 29, Part 1907. Membership in the International Electrical Testing Association (NETA) constitutes proof of meeting such criteria. The testing laboratory shall submit proof of these qualifications to the Engineer for review. Testing laboratory shall be Electrical Testing and Controls, Electro-Test, Power Systems, or approved equal. F. The testing laboratory shall have a calibration program, which maintains all applicable test instrumentation within, rated accuracy. The accuracy shall be traceable to the National Bureau of Standards in an unbroken chain. Instruments shall be calibrated in accordance with the following frequency schedule: 1. Field instruments: 6 months maximum 2. Laboratory instruments: 12 months 3. Leased specialty equipment: 12 months Date calibration labels shall be visible on all test equipment. G. Where testing pursuant to NETA requirements is required in these specifications, submit a test report which includes the following: 1. Name of project, name of person performing test, and date of test 2. Description of equipment tested 3. Description of test 4. List of test equipment used and calibration date 5. Test results 6. Conclusions and recommendations 7. Appendix, including appropriate test forms The test report shall be bound and its contents certified. Submit the completed report directly to the Engineer no later than thirty (30) days after completion of the test unless directed otherwise. Number of reports to be submitted for review shall be the same as the number required for shop drawing submittals. H. Safety practices shall include, but are not limited to, the following requirements: 1. Occupational Safety and Health Administration, OSHA. 2. Nevada Occupational Safety and Health Administration. General Electrical Requirements 16010 -10 1544106*04 February 2018 City of Carlsbad Generator Replacement Project 3. Accident Prevention Manual for Industrial Operations, National Safety Council. 4. Applicable state and local safety operating procedures. I. All field tests shall be performed with apparatus de-energized except where otherwise specifically required by Section 7 of the latest Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems published by NET A. The testing laboratory shall have a designated safety representative who shall be present on the project and supervise operations with respect to safety. Circuits operating in excess of 600 volts between conductors shall have conductors shorted to ground by a hot-line grounded device approved for the purpose. In all cases, work shall not proceed until the safety representative has determined that it is safe to do so. The testing laboratory shall have available sufficient protective barriers and warning signs to conduct specified test safely. J. Electrical equipment and materials furnished and installed by the Contractor, and the testing equipment listed below shall be tested in accordance with the "Inspection and Test Procedures" and "System Function Tests" (Section 7) of the latest Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems published by NETA. Tests shall not include any tests listed as optional in the aforementioned NETA Specifications unless specifically noted in respective equipment specifications for this project. K. Retesting will be required for all unsatisfactory tests after the equipment or system has been repaired. Retest all related equipment and systems if required by the Engineer. Repair and retest equipment and systems, which have been satisfactorily tested but later, fail, until satisfactory performance is obtained. L. Putting Equipment and Cables into Service: Submittal and favorable review of the specified factory and field tests shall occur before the Contractor is permitted to place the respective equipment or cable into service. M. Miscellaneous Tests 1. Insulation Resistance, Continuity, Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment including all motors 1/2 horsepower and larger prior and in addition to tests performed by the testing laboratory specified herein. Supply a suitable and stable source of test power to the test laboratory at each test site. The testing laboratory shall specify requirements. Notify the testing laboratory when equipment becomes available for acceptance tests. Work shall be coordinated to expedite project scheduling. All testing shall be performed in the presence of the Engineer. The testing laboratory shall be responsible for implementing all final settings and adjustments on protective devices and tap changes. Any system material or workmanship that is found defective on the basis of acceptance tests shall be reported directly to the Engineer. The testing laboratory shall maintain a written record of all tests and upon completion of project, assemble and certify a final test report. 2. Motor Current: Measure and record current in each phase for each new motor. 1544106*04 City of Carlsbad Include measurement of the motor terminal voltages and motor currents when the motor is being operated at normal operating loads. For motors that are part 16010-11 General Electrical Requirements February 2018 Generator Replacement Project of variable/adjustable frequency drive systems, use true-RMS-reading instruments in making the measurements. 3. Operational Tests: Operationally test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full- time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the supervisory control and data acquisition systems (SCADA). 3.03 CLEANING EQUIPMENT A. Thoroughly clean all soiled surfaces of installed equipment and materials. B. Clean out and vacuum all construction debris from the bottom of all equipment. C. Provide and touch-up to original condition any factory painting that has been marred or scratched during shipment or installation, using paint furnished by the equipment manufacturer. 3.04 CLEANUP A. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean, and acceptable to the Engineer. General Electrical Requirements February 2018 END OF SECTION 16010 -12 1544106*04 City of Carlsbad Generator Replacement Project SECTION 16110 CONDUITS, RACEWAYS, AND FITTINGS PART 1 -GENERAL 1.01 Summary A. Scope: This section provides specifications for all raceways, wire ways, raceway supports, cable trays and concrete encased ducts. B. Type: All raceways shall be polyvinyl chloride (PVC) coated rigid galvanized steel, Robroy Plasti-Bond II; Ocal; or approved equal, conduit unless otherwise noted in Conduit Tables 1.02 References A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these specifications. Provide installation certification class for all installers. Reference ANSI C80.1 UL 1 UL 5 UL 6 UL 5148 UL 651 NEMA RNl-2005 NEMA TC-2-2003 NEMA TC-3-2004 ANSI/UL 467 NEC 1.03 Submittals Title Electrical Rigid Steel Conduit Flexible Metal Conduit Surface Metal Raceway and Fittings Electrical Rigid Metal Conduit -Steel Conduit, Tubing and Cable Fittings Schedule 40 and 80 Rigid PVC Conduit and Fittings PVC Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit Electrical PVC Tubing and Conduit PVC Fittings for Use with Rigid PVC Conduit and Tubing Grounding and Bonding Equipment National Electric Code, latest edition A. Submittals shall comply with the provisions set forth in Sections 01300 and 16010. Submittals shall include the following data, drawings, and description of materials. 1. Manufacturer and manufacturer's type and designations for each equipment item 2. List of construction material for all conduits, fittings, supports and accessories 3. The Contractor shall furnish copies of the manufacturer's certified test reports for the material being supplied to establish compliance with NEMA RN-1 1544106*04 City of Carlsbad Generator Replacement Project 16110-1 Conduits, Raceway, and Fittings February 2018 1.04 Quality Assurance A. Performance and Design Requirements: The conduits and fittings shall be premium quality and suitable for installation in wastewater facilities. The PVC used for Schedule 40/80 conduits and the PVC coating on rigid galvanized steel conduit shall be made from virgin material. B. Inspection: All ducts shall be inspected by the Engineer prior to backfill. The Engineer shall inspect for drainage slope, spacers, conduit condition, and joints. C. All equipment furnished by the Contactor shall be listed by and bear the label of Underwriters' Laboratories, (UL) or of an independent testing laboratory acceptable to the Owner. PART 2 -PRODUCTS 2.01 Manufacturers A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. 2.02 Equipment and Materials A. All raceways shall be PVC coated rigid galvanized steel conduit unless otherwise indicated on the drawings or in these specifications including Conduit Use Table 1 and Conduit Use Table 2. Flexible metal conduit shall be employed for connections to lighting fixtures. Final raceway runs to electrical equipment on machinery requiring flexibility or that is subject to vibration shall be liquid-tight flexible metal conduit. All fittings and supports installed in exposed locations shall be PVC coated. Minimum size of all conduits shall be 3/4-inch. B. Rigid Steel Conduit 1. Comply to Underwriter's Laboratories UL-6 specification, ANSI C80.1-77 and Federal specification WW-C-581 E (77 APR 04) or latest revisions. Rigid steel conduit shall be zinc coated both inside and outside after fabrication by hot-dip galvanizing. The threads shall also be hot-dip galvanized. 2. Use rigid steel conduit, including bushings, couplings, elbows, nipples, and other fittings, galvanized by hot-dipping, and meeting the requirements of ANSI C80.1 and ANSI C80.4, UL. 3. Do not use setscrew type couplings, bushings, bends, nipples, and other fittings, unless approved by the Engineer or the Inspector. Factory bends are not permitted unless approved by the Engineer or the Inspector. Conduit bending radius shall not be less than the minimum cable bending radius of the cable to be installed. C. PVC Schedule 40 and Schedule 80 Conduit: 1. Nonmetallic conduit shall be high impact polyvinyl chloride (PVC), unless otherwise noted in this Specification Section or where shown otherwise on the contact drawings. The nonmetallic conduit shall be corrosion resistant. Minimum tensile strength shall be 6000 psi, and minimum compressive strength shall be 9000 psi. The material shall have a smoke emission rate of not more than 5.1 grams/100 grams by the Arapahoe smoke chamber test. Conduits, Raceway, and Fittings February 2018 16110-2 1544106*04 City of Carlsbad Generator Replacement Project 2. Use rigid PVC conduit, UL listed for concrete-encased, underground direct burial, concealed and direct sunlight exposed use, and UL listed and marked for use with conductors having 90 degrees C insulation. Use conduits, couplings, bushings, elbows, nipples, and other fittings meeting the requirements of NEMA TC 2 and TC 3, Federal Specification W-C-1094, UL, NEC, and ASTM specified tests for the intended use. D. PVC Coated Rigid Steel 1. PVC coated conduit shall be hot-dip galvanized including the threads. The interior and exterior surfaces shall be coated with 2-mils thick urethane. The exterior of the conduit shall be PVC coated to a minimum 40 mil thickness. The PVC coating shall be permanently bonded to the conduit. The coating shall have a minimum tensile strength of 350 psi. The interior shall be coated with a urethane coating no more than 7 mils thick. 2. A PVC coated coupling shall be furnished with each length of conduit. The PVC sleeve of the coupling shall equal the outside diameter of the coated conduit and shall extend 1 ½ inches from each end of the coupling. 3. Prior to coating, the galvanized conduits and fittings shall be UL listed. Use PVC coated fittings with the same interior and exterior coating requirements. PVC coated fittings and sleeves shall be completely watertight to prevent moisture from penetrating the interior of the conduits and fittings. 4. The PVC coating shall be resistant to ultra-violet rays when installed outdoors. The conduit and fittings shall meet all the requirements of NEMA RN-1 1989. E. Flexible Metal Conduit 1. Flexible metal conduit shall be formed from spirally wound galvanized steel strip with successive convolutions that are securely interlocked. Minimum size of the flexible metal conduit shall be 3/4 inch. Fittings shall be of the compression type. Lengths shall not exceed 60 inches. Flexible metal tubing shall include a code size insulated green ground conductor. F. Flexible Metal Conduit, Liquid-Tight 1. Use UL listed liquid-tight flexible metal conduit consisting of galvanized steel flexible conduit covered with an extruded PVC jacket and terminated with nylon bushings or bushings with steel or malleable iron body and insulated throat and sealing O-ring. 2. Provide external grounding connector and appropriately sized grounding conductor to assure ground continuity. 3. Minimum size shall be 2 inches. G. Wireways 1. All wireways and auxiliary gutters shall be JIC sectional flange oil-tight type with hinged covers. Minimum size shall be 8 inches by 8 inches unless otherwise noted. All wireways shall be painted. 2. Provide outdoor, rain-tight steel-enclosed wireway and auxiliary gutter where indicated. Utilize wireways and fittings that are UL listed, and have a cover that can easily be removed. Manufacturers and types: Square D Square- Duct; General Electric Type HS; or approved equal. H. Pulling Tape -Pulling Conductors into Conduits 1544106*04 16110 - 3 City of Carlsbad Generator Replacement Project Conduits, Raceway, and Fittings February 2018 I. 1. Flat, woven, polyester tape used for installing fiber optic, copper, and coaxial cables in underground conduit. Tape shall have the following characteristics: 2. Lubricated for easy installation and reduced friction. 3. Printed with sequential footage markings. 4. 2,500 pound tensile strengths. Ducts: 1. Ducts shall be PVC, Type EB, UL listed for concrete encased burial, conforming to NEMA Standard TC6 and UL 651A, and rated at 90°C. Base and intermediate spacers shall be interlocking plastic type made for the specific sizes of ducts used. Duct spacing shall be 7½ inch center-to-center. 2.03 Components and Accessories A. Fittings in Hazardous Areas: In hazardous areas, use only fittings approved for the atmosphere involved. B. Use cable sealing fittings forming a watertight nonslip connection to pass cords and cables into conduit. Size cable sealing fitting for the conductor OD. For conductors with OD's of ½ inch or less, provide a neoprene bushing where the conductor enters the connector. Use Crouse-Hinds CGBS, Appleton CG Series, or approved equal, cable sealing fittings. C. Fittings for Rigid Steel 1. Fittings used with rigid galvanized steel conduit shall be hot-dip galvanized. Locknuts shall be extra heavy galvanized steel for sizes through 2 inches. Locknuts larger than 2 inches shall be galvanized malleable iron. Bushings shall be galvanized malleable iron with insulating collar. Grounding bushings shall be of the locking type and shall be provided with feed-through compression lugs for securing the ground cable. Unions shall be galvanized ferrous alloy types UNF or UNY. Thread-less fittings shall not be utilized with rigid galvanized steel conduits. 2. Use insulated throat bushings of metal with integral plastic bushings rated for 105 degrees C. 3. For insulated throat bushings for rigid steel conduit, use Thomas & Betts Nylon Insulated Metallic Bushings, or O.Z. Gedney Type B, or approved equal. 4. Use Myers Scru-Tite, or approved equal hubs for rigid steel conduit. 5. Use conduit bodies for rigid steel conduit of metal and sized as required by the NEC (NFPA 70-2008). Use Appleton Form 35 threaded Unilets; Crouse- Hinds Mark 9 or Form 7 threaded condulets; Killark Series O Electrolets; or approved equal, for normal conduit bodies for rigid steel conduit. Where conduit bodies for rigid steel conduit are required to be approved for hazardous (classified) locations, use conduit bodies manufactured by Appleton, Crouse-Hinds, or Killark, or approved equal. 6. Use only couplings for rigid steel conduit supplied by the conduit manufacturer. 7. Use Appleton Type EYF, EYM, or ESU; Crouse-Hinds Type EYS or EZS; Killark Type EY or EYS; or approved equal, sealing fittings for rigid steel conduit. Where condensate may collect on top of a seal, provide a drain by Conduits, Raceway, and Fittings February 2018 16110-4 1544106*04 City of Carlsbad Generator Replacement Project using Appleton Type SF Crouse-Hinds Type EYD or EZD, or approved equal Drain Seal. 8. Use Appleton Type ECDB, Crouse-Hinds ECO, or approved equal drain fittings for rigid steel conduit. D. Fittings for PVC Conduit 1. Fittings used with PVC conduits shall be of the PVC solvent-weld type and shall be of the same material as the conduit. 2. Expansion fittings shall be provided as recommended by the manufacturer. E. Fittings for PVC Coated Rigid Steel Conduit 1. Fittings with PVC coated rigid steel conduit shall be PVC coated in a manner similar to the conduit. The exterior of the fittings shall be coated with 2-mil thick urethane prior to the application of the 40-mil exterior PVC coat. Interior of the fittings shall have a 2-mil urethane finish. The fittings shall have ribbed finish to assist in the installation of fittings. 2. Thread-less fittings shall not be used with PVC coated rigid steel conduit. 3. Bushings and ground bushings shall be as specified for rigid galvanized steel conduits. F. Fittings for Flexible Metal Conduit 1. Fittings used with flexible metal conduit shall be compression type, cadmium- plated malleable iron body with locknut and bushing. 2. Where applicable, 45-and 90-degree fittings shall be used. G. Fittings for Liquid-Tight Flexible Conduit 1. Fittings used with liquid-tight conduit shall have cadmium-plated malleable iron body and gland-nut. These fittings shall also use spiral and "O" ring seals around the conduit, the box connection and insulated throat. The insulated throat connectors for liquid-tight flexible metal conduit of metal will have an integral plastic bushing rated for 105 degrees C, and of the long design type extending outside of the box or other device at least 2 inches. 2. Use Thomas & Betts Super-Tite Nylon Insulated Connectors or approved equal. 3. Where applicable, 45-and 90-degree fittings shall be used. H. Raceway Supports 1. General: Raceway support systems shall be designed to provide a factor of safety of no less than five. 2. Conduit Supports: Conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. When used with PVC coated rigid steel conduit, the conduit supports shall be 40 mils thick PVC coated. 3. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel, PVC coated 40 mils thick, pipe hangers. Straps or hangers of plumber's perforated type will not be acceptable. Hanger rods shall be 2-inch minimum galvanized all-thread rod and shall meet or exceed ASTM A 193-87 and ASME Boiler and Pressure Vessel Code specifications. Trapeze, rod type hangers shall not be loaded in excess of 700 pounds per rod. Where loading exceeds this value, rigid frames shall be provided. 1544106*04 City of Carlsbad Generator Replacement Project 16110-5 Conduits, Raceway, and Fittings February 2018 4. Racks: Racks shall be constructed from framing channel. Channels and all associated hardware shall be steel, hot-dip galvanized after fabrication of the channel. Field cuts shall be painted with zinc-rich paint. Channels attached directly to building surfaces shall be 14-gage minimum material 1-5/8 inches wide by 13/16 inch deep. All other channels shall be 12-gage minimum material 1-5/8 inch wide by 1-5/8 inch minimum depth. Racks shall be designed to limit defection to 1/360 of span. All exposed ends of framing channel shall be covered with manufacturer's standard plastic inserts. The racks shall be PVC coated to 40 mil thickness. I. Raceway Tags 1 . Provide permanent, nonferrous metal markers with raceway designations pressure stamped, embossed, or engraved onto the tag. 2. Tags relying on adhesives or taped-on markers are not acceptable. 3. Attach tags to raceways with noncorrosive wire. J. Warning Tape: 1. Provide electrical warning tape in duct bank and trenches as shown on the Drawings. The tape shall be 6 inches wide, red with black lettering stating "CAUTION BURIED ELECTRIC LINE." The tape shall be made of 6-mil polymer with 36,000 psi tensile strength. 2.04 Conduit Sealants A. Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. B. Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos- free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. PART 3 -EXECUTION 3.01 Preparation A. In addition to the provisions of the Division 01 -General Requirements, and Section 16 "Electrical," prior to installation, store all products specified in this section in a dry location. B. Minimum Raceway Size: Use no circular raceway less than ¾ inch. C. Preparation for pulling in conductors: 1. Do not install crushed or deformed raceways. Avoid traps in raceways where possible. Take care to prevent the lodging of plaster, concrete, dirt, or trash in raceways, boxes, fittings, and equipment during the course of construction. Make raceways entirely free of obstructions or replace them. Ream all raceways, remove burrs, and clean raceway interior before introducing conductors or pull wires. 2. Immediately after installation, plug or cap all raceway ends with watertight and dust-tight seals until the time for pulling in conductors. Conduits, Raceway, and Fittings February 2018 16110-6 1544106*04 City of Carlsbad Generator Replacement Project 3.02 Installation A. All conduits containing conductors connected to the input or output of a non-linear load, such as a variable frequency drive, shall be rigid steel, PVC coated. B. Unless otherwise indicated, all underground conduits shall PVC coated rigid steel. C. Each conduit shall be identified at each end with a permanent non-corrosive metal marker. Designation shall be pressure stamped into the tag. The conduit identification shall be the designated conduit number as shown. CONDUIT USE TABLE 1 Inside Buildings Exposed Concealed Above In Stud Embedded Slab on Circuit Type Standard Corrosive Hazardous Suspended Walls in Grade Ceilings Concrete Power& GRS PVC-40* PVC Coated GRS GRS GRS GRS 120 Vac GRS** Control Signal GRS PVC PVC Coated GRS GRS GRS GRS (subject to Coated GRS** RF) GRS CONDUIT USE TABLE 2 Outside Buildings Transition Duct Bank Encased Within 5 Feet Circuit Type Exposed Buried in Soil in Concrete of Building Power & 120 Vac GRS PVC-80* PVC -Type EB* PVC Coated Control GRS Signal (subject to RF) PVC Coated GRS PVC Coated GRS GRS* PVC Coated * ** GRS Provide ground wire sized per NEC requirements for all circuits. PVC coated GRS in wet wells, etc., that are both hazardous and/or corrosive, otherwise, GRS. D. Location, Routing, and Grouping: 1. Conceal or expose raceways as indicated. Group raceways in same area together. Locate raceways at least 12 inches away from parallel runs of heated piping for other utility systems. 2. Run exposed raceways parallel or perpendicular to walls, structural members, or intersections of vertical planes to provide a neat appearance. Follow surface contours as much as possible. Conduit supports spaced not more than 8 feet apart. 3. No conduit shall approach closer than 6 inches to any object operating above the rated temperature of its cable temperature. 1544106*04 City of Carlsbad 16110-7 Conduits, Raceway, and Fittings February 2018 Generator Replacement Project 4. Conduit supported directly from the concrete structure shall be spaced out at least 1/4 inch using one-hole hot-dip galvanized malleable iron straps with nesting backs or, if three or more conduits are located in a parallel run, they shall be spaced out from the wall approximately 5/8 inch to 1 inch by means of framing channel. Runs of individual conduit suspended from the ceiling shall be supported with galvanized wrought steel pipe hangers. Where three or more conduits are suspended from the ceiling, suitable steel racks shall be constructed subject to submittal to the Engineer for review. 5. Conduit rack and tray supports shall be secured to concrete walls and ceilings by means of cast-in-place anchors in accordance with the structural section of these specifications. Individual conduit supports may be similar to cast-in-place anchors, die-cast, rustproof alloy expansion shields or cast flush anchors. Wooden plugs, plastic inserts or gunpowder-driven inserts shall not be used as a base to secure conduit supports. 6. All conduit entering sheet steel boxes or cabinets shall be secured by locknuts on both the interior and exterior of the device and shall have an insulating bushing constructed over the conduit end. All conduit entering NEMA 12 boxes shall be terminated with a rain-tight hub having an insulated liner. All surface mounted cast boxes and plastic enclosures shall have threaded hubs. All joints shall be made with standard threaded couplings or specified unions. Metal parts of plastic control stations and coated boxes shall be bonded to the conduit system. Running threads shall not be used in lieu of conduit nipples, nor shall excessive thread be used on any conduit. The ends of all conduit shall be cut square, reamed and threaded with straight threads. Rigid steel conduit shall be made up tight and without thread compound. Male threads on rigid steel conduit shall be coated with electrically conductive zinc rich paint. Threading shall be done with dies, with the guide sleeve bored out to allow for increased diameter or the PVC coated conduit. Conduit shall be made with the next larger bend or next larger shoe bushed for proper fit. 7. Avoid obstruction of passageways. Run concealed raceways with a minimum of bends in the shortest practical distance considering the building construction and other systems. 8. In block walls, do not run raceways in the same horizontal course with reinforcing steel. 9. In outdoor, underground, or wet locations, use watertight couplings and connections in raceways. Install and equip boxes and fittings so as to prevent water from entering the raceway. 10. Paint all threads of galvanized conduits with UL approved zinc-rich paint or liquid galvanizing compound before assembling. Touch up after assembly to cover nicks or scars. 11. Do not notch or penetrate structural members for passage of raceways except with prior approval of the Engineer or the Inspector. 12. Do not run raceways in equipment base foundations. 13. Locate above ground raceways concealed in poured concrete so that the minimum concrete covering is not less than 1 ½ inches. 14. Except at raceway crossings, separate raceways in slabs not less than six times the raceway outside diameter Conduits, Raceway, and Fittings February 2018 16110-8 1544106*04 City of Carlsbad Generator Replacement Project 15. Raceways installed under slab floors shall lie completely under the slab with no part of the horizontal run of the raceway embedded within the slab. 16. Install concealed, embedded, and buried raceways so that they emerge at right angles to the surface. Provide support during pouring of concrete to ensure that raceways remain in position. 17. Allow a minimum of 7 feet headroom for conduit passing over walkways. 18. Communication and instrumentation conduits crossing power circuits shall be separated from such circuits by the minimum distance stipulated by the IEEE standards. 19. Welding, brazing or otherwise heating of the conduit is not allowed. Plumber's perforated tape shall not be used for any purpose. 20. Where required for ease of pulling and as necessary to meet code, the Contractor shall provide cast junction or pull boxes even though not shown on the drawings. The Contractor shall limit the number of equivalent 90-degree bends to three in any run between pull boxes. Runs shall be limited to 400 feet, less 100 feet for each equivalent 90-degree bend in the run. Bends and offsets shall be avoided where possible, but where necessary, shall be made with an approved hickey or conduit bending machine, or shall be factory preformed bends. 21. All conduit entering sheet steel boxes or cabinets shall be secured by locknuts on both the interior and exterior of the device and shall have an insulating bushing constructed over the conduit end. All conduit entering NEMA 12 boxes shall be terminated with a rain-tight hub having an insulated liner. All surface mounted cast boxes and plastic enclosures shall have threaded hubs. All joints shall be made with standard threaded couplings or specified unions. Metal parts of plastic control stations and coated boxes shall be bonded to the conduit system. Running threads shall not be used in lieu of conduit nipples, nor shall excessive thread be used on any conduit. The ends of all conduit shall be cut square, reamed and threaded with straight threads. Rigid steel conduit shall be made up tight and without thread compound. Male threads on rigid steel conduit shall be coated with electrically conductive zinc rich paint. Threading shall be done with dies, with the guide sleeve bored out to allow for increased diameter or the PVC coated conduit. Conduit shall be made with the next larger bend or next larger shoe bushed for proper fit. 22. Conduit constructed in concrete slabs or walls shall be placed in the middle third of the slab or wall. Conduit rising through a slab shall be protected by a formed concrete pad approximately 6 inches in diameter and 4 inches above the finished floor, or the conduit shall come up through the equipment pad. Clearances equal to the conduit trade diameter, but not less than 1 ½ inches, shall be maintained between conduits encased in slabs. Clearances of less than 1 ½ inches at conduit crossing and terminating locations may be allowed at the discretion of the Engineer. 23. Flexible conduit shall not be used as a general purpose raceway but shall be provided in locations requiring flexibility with the approval of the Engineer. 24. Liquid-tight conduit shall be used for all motor connections as detailed. 1544106*04 City of Carlsbad Where flexibility is required for electrical raceways on equipment, liquid-tight conduit shall be used in accordance with JIG standards, these specifications, 16110-9 Conduits, Raceway, and Fittings February 2018 Generator Replacement Project and the local codes. The maximum length of flexible, liquid tight conduit shall be 36 inches. The terminating fitting and sealing shall be as shown in the motor details. 25. The Contractor shall exercise the necessary precautions to prevent the lodging of dirt, concrete or trash in the conduit, fittings and boxes during the course of construction. E. Support: 1. Support raceways at intervals not exceeding NEC requirements unless otherwise indicated. Support multiple raceways adjacent to each other by ceiling trapeze. Support individual raceways by wall brackets, strap hangers, or ceiling trapeze, fastened by toggle bolts on hollow masonry units, expansion shields on concrete or brick, and machine screws or welded thread studs on steelwork. 2. Threaded studs driven in by a powder charge shall not be accepted. 3. Support all raceways from building structural members only. 4. Do not use nails anywhere or wooden plugs inserted in concrete or masonry as a base for raceway or box fastenings. Do not weld raceways or pipe straps to steel structures. Do not use wire in lieu of straps or hangers. F. Bends: 1. Make changes in direction of runs with symmetrical bends. Make bends and offsets of the longest practical radius. Do not heat metal raceways to facilitate bending. 2. Make bends in parallel or banked runs of raceways from the same center or centerline so that bends are parallel and of neat appearance. Make field bends in parallel runs. 3. For PVC conduits, use factory made elbows for all bends 30 degrees or larger. Use acceptable heating methods for forming smaller bends. 4. Make no bends in flexible conduit that exceed 90 degrees or allowable bending radius of the cable to be installed or that significantly restricts the conduits flexibility. G. Bushing and Insulating Sleeves: 1. Where metallic conduit enters metal equipment enclosures through conduit openings, install a bonding bushing on the end of each conduit. Install a bonding jumper from the bushing to any equipment ground bus or ground pad. 2. If neither exists, connect the jumper to a threaded bolt connection to the metallic enclosure. 3. Use manufacturer's standard insulating sleeves in all metallic conduits or insulated bushings terminating at an enclosure. H. PVC Conduit: 1. Solvent weld PVC conduit joints with solvent recommended by the conduit manufacturer. Follow manufacturer's solvent welding instructions and provide watertight joints. 2. Use acceptable PVC terminal adapters when joining PVC conduit to metallic fittings. 3. Use acceptable PVC female adapters when joining PVC conduit to rigid metal conduit. Conduits, Raceway, and Fittings February 2018 16110-10 1544106*04 City of Carlsbad Generator Replacement Project I. PVC Coated Rigid Steel Conduit: 1. Install in strict accordance with the manufacturer's Instructions. 2. Touch up any damage to the coating with conduit manufacturer acceptable patching compound. 3. PVC boot shall cover all threads. 4. Where belled conduits are used, bevel the un-belled end of the joint before joining. Leave no metallic threads uncovered. 5. PVC coated conduit shall be tightened, with strap wrenches, and the plastic overlap shall be coated and sealed in accordance with the manufacturer's recommendations. Pipe wrenches and channel locks shall not be used for tightening plastic-coated conduits. All damaged areas shall be patched, using manufacturer's recommended material. The area to be patched shall be built up to the full thickness of the coating. Joints in multiple conduit runs shall be staggered. 6. Threading: 1544106*04 City of Carlsbad a. Plasti-Bond can be threaded with any standard threading tool. Larger model power threaders with open die heads require no modification beyond optional grip inserts for PVC coated conduit. b. If a threader with a tight-fitting die head is to be used, like many hand- held models, it is necessary to machine out the interior diameter of the stationary guide approximately 12/1 00ths of an inch to allow for clearance of the PVC coating. Prior to machining the pipe guide take note of the sequence in which the dies are removed; then replace dies in the proper sequence. c. If conduit is to be threaded manually it must be pencil cut before threading to enable the die teeth on the threader to engage the conduit. In the same manner as sharpening a pencil with a knife, cut away ¼ inch of the exterior coating from the end to be threaded. This allows the pipe guide to ride up and over the PVC coating enabling the removal of the coating and threading in one operation. d. Before threading, by any method, a series of cuts should be made in the PVC coating along the longitudinal axis of the conduit. The thread protector attached to one end of the conduit can be used to gauge the length of the cuts. Make a slit up one side of the thread protector with a knife and remove it from the conduit. Push the thread protector over the cut end of the conduit to be threaded and place a mark on the PVC coating at the end of the protector. With a knife, cut around the circumference of the conduit at the mark, through the PVC coating, to the metal. This cut will indicate the starting point for the longitudinal cuts and it will give an even ending to the PVC coating removed during threading. The longitudinal cuts will allow the PVC coating to be removed in small pieces instead of long strips that can foul the die head causing the conduit to collapse. e. Use a good quality thread cutting oil to flush away the metal and PVC chips. After threading use a degreasing spray to thoroughly clean the threads and the interior of the pipe. Use care not to contaminate the cutting oil with the degreasing spray. Degreasing is important in order to insure that the touch up compound will adhere to the unprotected steel. 16110-11 Conduits, Raceway, and Fittings February 2018 Generator Replacement Project Bare steel is the most vulnerable area to corrosion in any conduit system, therefore, touch up compound must be used on all field cut threads and internal reams. These specially formulated interior and thread touch-up compounds are available in 4 ounce and quart cans. When an access fitting or coupling is attached to the newly threaded conduit a colored band red for Plasti-Bond), will form at the end of the sleeve. This indicates proper installation procedures have been followed. J. Penetrations: 1. Seal the interior of all raceways entering structures at the first box or outlet with oakum or suitable plastic expandable compound to prevent the entrance into the structure of gases, liquids, or rodents. 2. Dry pack with non-shrink grout around raceways that penetrate concrete walls, floors, or ceilings aboveground, or use one of the methods specified for underground penetrations. 3. Where an underground conduit enters a structure through a concrete roof or a membrane waterproofed wall or floor, provide an acceptable, malleable iron, watertight, entrance sealing device. When there is no raceway concrete encasement specified or indicated, provide such a device having a gland type sealing assembly at each end with pressure bushings which may be tightened at any time. When there is raceway concrete encasement specified or indicated, provide such a device with a gland type sealing assembly on the accessible side. Securely anchor all such devices into the masonry construction with one or more integral flanges. Secure membrane waterproofing to such devices in a permanently watertight manner. 4. Wherever conduits penetrate concrete wall panels to outdoors or as shown, the Contractor shall detail the required mountings. Contractor shall locate and use a galvanized pipe sleeve for passage of the conduit. A compression type seal shall be used to form a complete watertight installation. The installation design shall be submitted to the Engineer. 5. Where an underground raceway without concrete encasement enters a structure through a non-waterproofed wall or floor, install a sleeve made of Schedule 40 galvanized pipe. Fill the space between the conduit and sleeve with a suitable plastic expandable compound, or an oakum and lead joint, on each side of the wall or floor in such a manner as to prevent entrance of moisture. A watertight entrance sealing device as specified may be used in lieu of the sleeve. 6. Where raceways penetrate fire-rated walls, floors, or ceilings, fire stop openings around electrical penetrations to maintain the fire-resistance rating 7. Raceways passing through roofs shall be flashed. 8. Provide conduit seals where required by Article 500 of the NEC. K. Underground Conduits, Direct Burial raceways: 1. Remove entirely and properly reinstall all raceway installations not in compliance with these requirements. 2. Do not use union type fittings underground. 3. Provide a minimum cover of 2 feet over all underground raceways unless otherwise indicated. Warning tape as specified in Article 2.03J shall be placed no less than 12 inches above conduit and duct bank. Conduits, Raceway, and Fittings February 2018 16110-12 1544106*04 City of Carlsbad Generator Replacement Project 4. Do not backfill underground direct burial raceways until they have been inspected by the Engineer. 5. Warning Tapes: Bury warning tapes approximately 8 inches below grade and above all underground conduit runs or duct banks. Align parallel to and within 12 inches of the centerline of runs. 6. When the contract drawings indicate underground PVC conduits then a transition shall be provided. The transition shall be made from PVC Schedule 80 conduit to PVC coated rigid galvanized steel conduit at all stub- ups and when entering equipment. The transition shall consist of a PVC coated rigid galvanized conduit. Conduits shall be laid with a minimum grade of 2 inches per 100 feet from structure to manhole or from high point to manholes. 7. Ducts shall be of the dimensions and materials and with reinforcing as shown. They shall have a uniform continuous slope with no low points to entrap water. All duct runs shall be placed on an undisturbed excavated soil base wherever possible. Where duct runs pass through backfilled areas, the soil base shall be a backfill of loam, placed in layers. Each layer shall be solidly tamped or rolled, as required, to obtain complete compaction to the elevation and pitch of the bottom of the duct run shown. The compaction shall be as specified in the structural section of these specifications. 8. Plastic spacers shall be manufactured by the conduit supplier. Wire ties shall be made at each spacer location and shall be securely anchored. Duct runs shall be watertight. When the termination of duct is not detailed on the duct run drawing, a coupling shall be installed. 9. The ends of all conduits shall be suitably plugged, capped and protected from damage during construction. Ends of conduits which are not to be used for long periods shall be protected from dirt, rodents, etc., by plugging at the ends with wooden or manufactured plugs. A non-setting compound may be used on the plug to make it adhere to the conduit end. A ¼-inch hole shall be drilled in the lower portion of the plug to provide drainage of the plugged conduit. 10. A No. 9 galvanized wire shall be pulled through each medium voltage and 480-volt power feeder conduit and a No. 12 wire shall be pulled through branch feeder conduits as the conduit sections are laid and the wire shall be securely fastened at each end of the finished duct run. When ducts are reserved for future use, the galvanized wire shall be replaced with a 5/8-inch nylon cord. 11. A galvanized wire shall always be attached to the rear end of the swab or mandrel to replace the wire being pulled out. When not in use, this wire shall be securely fastened at both ends of the duct. 12. Each conduit in a manhole, handhole, or pull box shall be identified with a stamped aluminum or brass tag bearing the conduit number. The tags shall be permanently attached to conduits by means of Type 316 stainless steel or nylon tie wrap. Install conduit couplings and cap ends of all spare underground conduits at each handhole/manhole. 13. Each conduit shall be identified at each end with a permanent non-corrosive metal marker. Designation shall be pressure stamped into the tag. The conduit identification shall be the designated conduit number as shown. 1544106*04 City of Carlsbad Generator Replacement Project 16110-13 Conduits, Raceway, and Fittings February 2018 14. Separation and Support: a. Separate parallel runs of two or more raceways in a single trench with preformed, nonmetallic spacers designed for the purpose. Install spacers at intervals not greater than that specified in the NEC for support of the type raceways used, and in no case greater than 10-feet. b. Support raceways installed in fill areas to prevent accidental bending until backfilling is complete. Tie raceways to supports, and raceways and supports to the ground, so that raceways will not be displaced when concrete encasement or earth backfill is placed. 15. Arrangement and Routing: a. Arrange multiple conduit runs substantially in accordance with any details shown on the Drawings. Locate underground conduits where indicated on the Drawings. b. Make minor changes in location or cross-section as necessary to avoid obstructions or conflicts. Where raceway runs cannot be installed substantially as shown because of conditions not discoverable prior to digging of trenches, refer the condition to the Engineer for instructions before further work is done. c. Where other utility piping systems are encountered or being installed along a raceway route, maintain a 12-inch minimum vertical separation between raceways and other systems at crossings. Maintain a 12-inch minimum separation between raceways and other systems in parallel runs. Do not place raceways over valves or couplings in other piping systems. Refer conflicts with these requirements to the Engineer for instructions before further work is done. d. Provide insulated grounding bushings on all metallic raceways entering manholes. Provide bell-ends flush with manhole walls on all nonmetallic raceways entering manholes. e. In multiple conduit runs, stagger raceway coupling locations so that couplings in adjacent raceways are not in the same transverse line. f. Provide markers at grade to indicate the direction of underground conduits provided under this Contract. Provide markers consisting of double-ended arrows, straight for straight runs and bent at locations where runs change direction. Provide markers at all bends and at intervals not exceeding 100-feet in straight runs. Use markers made of sheet bronze not less than ¼ inch thick embedded in and secured to the top of concrete posts. Use markers not less than 10 inches long and ¾ inch wide and marked ELECTRIC CABLES in letters ¼ inch high incised into the bronze to a depth of 3/32 inch. g. All conduits shall enter maintenance holes and structures at right angles. 16. Raceway Coating: a. At couplings and joints, coat metallic underground direct-burial conduits with Koppers Bitumastic No. 505 or approved equal, or wrap with Scotchwrap No. 51, or approved equal plastic tape with ½-inch overlap. 17. Direct Earth Burial Conduit Zone Backfill Installation: a. Backfill material for the conduit zone of direct burial conduit trenches may be selected from the excavated material if it is free from roots, foreign material, and oversized particles. Conduits, Raceway, and Fittings February 2018 16110-14 1544106*04 City of Carlsbad Generator Replacement Project b. Use material with ¾-inch maximum particle size and suitable gradation for satisfactory compaction. Remove material if necessary to meet these requirements. c. Imported ¾-inch minus gravel or sand may be used in lieu of material from the excavation. d. After conduits have been properly installed, backfill the trench with specified material placed around the conduits and carefully tamped around and over them with hand tampers. Final, tamped conduit cover shall be 4 inches minimum. 18. Backfill Installation Above Conduit Zone of Direct Burial Conduit: a. Unless otherwise required in "Earthwork", Backfill material above the conduit zone of direct burial conduit may be selected from the excavated material, if it contains no particles larger than 3 inches in diameter and is free from roots or debris. Imported material meeting these same requirements may be used in lieu of material from the excavation. Compact backfill in maximum 12-inch layers to at least 95 percent of the maximum density at optimum moisture content as determined by ASTM D1557. L. Wireways: 1. Mount wireways securely in accordance with the LAEC and manufacturer's instructions. Locate removable cover or hinged cover on accessible vertical face of wireway unless otherwise indicated. M. Empty Raceways 1. Certain raceways will have no conductors pulled in as part of this Contract. Identify with tags at each end and at any intermediate pull point the origin and destination of each such empty raceway. Where a raceway has been identified with a name (number) in the Raceway Schedule, use that name on the tag in lieu of origin and destination. Provide a removable permanent cap over each end of each empty raceway. Mandrel and provide a nylon pull cord in each empty raceway. N. Firestops: 1. The Contractor shall furnish adequate firestops and seals for cables, conduits, trays, and wireways, etc., passing through building floors or wall openings. 2. Products which utilize intumescent compounds capable of being leached out by water shall not be used. 3. Flamenastic 71A, Vimasco No. 1-A, or approved equal, shall be used for this purpose and shall be applied in accordance with manufacturer's recommendations. 0. Painting: Paint raceway systems in accordance with and as specified in Section 09960. 3.03 Field Quality Control A. Provide raceway systems meeting or exceeding the requirements of the NEC. 1544106*04 City of Carlsbad Generator Replacement Project 16110-15 Conduits, Raceway, and Fittings February 2018 3.04 Adjusting/Cleaning/Protection A. Following installation, protect products from the effects of moisture, corrosion, and physical damage during construction. Keep openings in conduit and tubing capped with manufactured seals during construction. Conduits, Raceway, and Fittings February 2018 END OF SECTION 16110-16 1544106*04 City of Carlsbad Generator Replacement Project PART 1 -GENERAL 1.01 SUMMARY SECTION 16120 LOW-VOLTAGE WIRE AND CABLE A. Scope: This section specifies cables, conductors and fibers including: 1. Stranded copper cables, conductors, and wire rated 600 volts insulation used for power; lighting, analog, digital, or pulse signals and control circuits. 1.02 QUALITY ASSURANCE A. Reference Standards: 1. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In the event of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect on the effective date of the Agreement. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Reference ASTM B3 ASTM B8 ASTM B33 !CEA S-95-658 / NEMAWC70 NFPA 70 UL44 UL 83 ANSI X3.166 EIA RS232D 1544106*04 City of Carlsbad Title Soft or Annealed Copper Wire Concentric-Lay-Stranded Copper Conductors, Hard, Medium- Hard, or Soft Tinned Soft or Annealed Copper Wire for Electrical Purposes Nonshielded 0-2kV Cables National Electric Code (NEC) Rubber-Insulated Wires and Cables Thermoplastic-Insulated Wires and Cables Information Systems--Fiber Data Distributed Interface (FDDI)- -Token Ring Physical Layer Medium Dependent (PMD) Interface Between Data Terminal Equipment and Data Circuit Terminating Equipment Employing Serial Binary Data Interchange 16120 - 1 Low Voltage Wire and Cable February 2018 Generator Replacement Project Reference EIA RS422 EIA RS485 IEEE 802 IEEE 802.3 IEEE 802.3k IEEE 802.4 ANSI/NFPA 72 ANSI/NFPA 72H Title Electrical Characteristics of Balanced Voltage Digital Interface Circuits Electrical Characteristics of Generators and Receivers for Use in Balanced Digital Multipoint Systems IEEE Standards for Local and Metropolitan Area Networks: Overview and Architecture Information Processing Systems--Local and Metropolitan Area Networks--Part 3: Carrier Sense Multiple Access with Collision Detection (CSMA/CD Access Method and Physical Layer Specifications Supplement to ISO/IEC 8802-3, Carrier Sense Multiple Access with Collision Detection (CSMA/CD) Access Method and Physical Layer Specifications: Layer Management for 10 Mb/s Baseband Repeaters Information Processing Systems--Local Area Networks--Part 4: Token-Passing Bus Access Method and Physical Layer Specifications Installation, Maintenance, and Use of Protective Signaling Systems Testing Procedures for Signaling Systems B. Definitions: The following types of signals may be used in systems included in this project: 1. Low Level Analog: A signal that has a full output level of 100 millivolts or less. This group includes thermocouples and resistance temperature detectors. 2. Data or Digital Code: Coded information such as that derived from the output of an analog to digital converter or the coded output from a digital computer or other digital transmission terminal. This type includes those cases where direct line driving is utilized, such as EIA RS422. 3. Pulse Frequency: Counting pulses such as those emitted from speed transmitters. 4. High Level Analog: Signals with full output level greater than 100 millivolts but less than 30 volts, including 4-20 mA transmission. 5. Modulated Signals: Signals emanating from modems or low level audio signals. Normal signal level is plus 4 dBm to minus 22 dBm. Frequency range is 300 to 10,000 hertz. 6. Discrete Events: Dry contact closures monitored by solid state equipment. If the conductors connecting to dry contacts enter enclosures containing power or control circuits and cannot be isolated from such circuits in accordance with NEC Article 725, this signal shall be treated as low voltage control. 7. Low Voltage Control: Contact closures monitored by relays, or control circuits operating at less than 30 volts and 250 milliamperes. 8. High Level Audio Signals: Audio signals exceeding plus 4 dBm, including loudspeaker circuits. 9. Radio Frequency Signals: Continuous wave alternating current signals with fundamental frequency greater than 10 kilohertz. Low Voltage Wire and Cable February 2018 16120-2 1544106*04 City of Carlsbad Generator Replacement Project 1.03 SUBMITTALS A. Procedures: Section 01300 B. Action Submittal Items for This Section: 1. A copy of this Section, addendum updates included, with each paragraph check-marked to indicate compliance or marked to indicate requested deviations from Section requirements. 2. Catalog cuts showing information of the conductors and cables to be supplied under this section. 3. Field test reports showing conductor and cable insulation resistance test results. 4. Provide engineering pull calculations for all 600V main feeders run underground outside building footprints. PART 2-PRODUCTS 2.01 GENERAL A. Unscheduled Conductors and Cables: 1. With the exception of lighting, voice communication, paging, security and receptacle circuits, the type, size and number of conductors shall be as specified on the drawings or schedules. 120/208V panel circuit conductors mentioned above that are unscheduled shall be sized by the Contractor in accordance with the breakers specified and the NEC to limit voltage drop to 3 percent. Minimum size of power, lighting, and receptacle circuits shall be 12 AWG. Number and types of communication, paging, and security cables shall be as required for the particular equipment provided. Power, lighting, and receptacle circuit conductors shall be provided in accordance with CABLESPEC "THWN," unless otherwise specified. 2. Where not specified on the Drawings, conductors and cables shall be sized in accordance with the National Electrical Code for the particular equipment served with the minimum size as specified herein. Unscheduled conductors shall be sized by the Contractor in accordance with NEC tables and to limit voltage drop to 3 percent. 3. Unscheduled conductors with insulation shall be provided in accordance with the Cable Specifications in Table 2 according to the purpose. B. Cable Specification Sheets (CABLESPEC): General requirements for conductors and cables specified in this Section are listed on CABLESPEC sheets. 2.02 COLOR CODING A. Power and Control Cables: Description 1. Wire coloring shall conform to the color code shown in the table below. 2. Insulation on phase conductors run in conduits sizes #10 AWG and smaller shall be colored, #8 AWG and larger may have black insulation with plastic tape of the appropriate color from the table below. 3. Insulation on the grounded conductor (neutral) sizes #8 AWG and smaller shall be colored, #6 AWG and larger may have black insulation with plastic tape of white or gray in accordance with the table below. l120/208V l277/480V !Control 1544106*04 City of Carlsbad 16120 -3 Low Voltage Wire and Cable February 2018 Generator Replacement Project Phase A (Left) Black Brown Phase B (Center) Red Orange Phase C (Right) Blue rYellow Neutral White Gray White Ground Green Green Green Description 120/208V 277/480V Control 120 VAC Control ---Red 120 VAC Control Neutral ---White DC Control ( +) ---Blue DC Control (-) ---Gray Signal(+) --Red External Source ---Yellow Computer/Signal Ground Green/yellow stripe 4. All control wiring in control panels or other enclosures that is powered from an external source and is not disconnected by the control panel disconnect shall be terminated at a disconnecting terminal block upon entering the enclosure. The color of the wire shall then be changed to yellow to identify it as being powered from an external source. Provide identification nameplate on exterior of enclosure to indicate sources of external power. 5. All wiring in industrial machines and equipment shall be in accordance with NFPA 79. Notify owner of any deficiencies noted during installation. 6. Multi-conductor power cable colors shall be manufacturer's standard. 7. Cables sized No. 6 AWG and larger may be black with colored ¾-inch vinyl plastic tape applied in 3-inch lengths around the cable at each end. The cables shall be tagged at terminations and in pull boxes, handholes and manholes. B. Signal and Data Cables: Unless otherwise specified, cables shall be color coded black for common and red for positive for pairs, or black, red, and white for triads. 2.03 POWER AND CONTROL CONDUCTORS AND CABLE, 600 VOLT A. Single Conductor: Single conductor cable shall be stranded copper and shall be used in conduits for power and control circuits. Single conductor cable shall be provided in accordance with CABLESPEC "THWN" type of conductors for power and CABLESPEC "MTW" type of conductors for controls unless otherwise specified. B. Multiconductor Cable: Provide multi-conductor power cable and multi-conductor control cable where identified on the drawings. Multi-conductor cables shall be in accordance with CABLESPEC "MC" type cables. 1. C. Grounding Wire: Low Voltage Wire and Cable February 2018 16120 - 4 1544106*04 City of Carlsbad Generator Replacement Project 1. Ground wires, no. 1/0 AWG or larger tinned stranded bare copper cable. All smaller ground wires shall be insulated with green color insulation 2.04 SIGNAL, DATA AND INSTRUMENTATION CABLES A. General: 1. Signal cable shall be provided for instrument signal transmission, alarm, communication, and other circuits as specified. Circuit shielding shall be provided in addition to cable shielding. 2. Single circuit signal cable shall be provided in accordance with CABLESPEC "INS,". Multi-circuit signal cable shall be provided in accordance with CABLESPEC "INS/M". 3. Terminal blocks shall be provided at cable junction for running signal leads and shield drain wires. Each conductor shall be identified at such junctions. a. Shields shall not be used as a ground path. b. Shields shall be grounded at one end only. Refer to I drawings for grounding location. c. Signal, data, and communication cables shall be terminated and spliced on terminal strips properly mounted and labeled in accordance with this Section and Section 26 05 00. No exceptions. 4. Cable Specification Sheets (CABLESPEC): General requirements for conductors and cables specified in this Section are listed on CABLESPEC sheets in Section 16120. B. Communication, Paging, And Security System Cables: Voice communication, paging, and security system cables shall be specified in their respective specification sections. 2.05 WIRE MARKERS A. 600 Volt And 300 Volt Rated Conductors: 1. Per 16010 section 2.02. B. Communication, Paging, And Security System Cables: 1. Provide markers for labeling each end of a cable. 2.06 SPLICING AND TERMINATING MATERIALS A. 600 Volt And 300 Volt Rated Conductors: 1. Connectors shall be tool applied compression type of correct size and UL listed for the specific application. Connectors shall be tin-plated high conductivity copper. Connectors for wire sizes No. 10 AWG and smaller shall be nylon self-insulated, ring tongue or locking-spade terminals. Connectors for wire sizes No. 8 AWG and larger shall be one-hole lugs up to size No. 3/0 AWG, and two-hole or four-hole lugs for size No. 4/0 and larger. Mechanical clamp, dimple, screw-type connectors are not acceptable. 2. In-line splices and taps shall not be used. All circuits shall be continuous though all junction boxes, wireways, pull boxes, etc. until the circuit conductors are terminated at suitable terminal strips within motor control centers, PLC cabinets and panels, distribution panels, local control stations, etc. 1544106*04 City of Carlsbad Generator Replacement Project 16120 - 5 Low Voltage Wire and Cable February 2018 PART 3 -EXECUTION 3.01 GENERAL A. Conductors shall be identified at each connection terminal and at splice points. The identification marking system shall comply with Section 16010. B. Pulling wire and cable into conduit or trays shall be completed without damaging or putting undue stress on the insulation or jacket. Manufacture recommended and UL Listed pulling compounds are acceptable lubricants for pulling wire and cable. Grease is not acceptable. C. Raceway construction shall be complete, cleaned, and protected from the weather before cable is installed. Where wire or cable exits a raceway, a wire or cable support shall be provided. D. Provide tin-plated bus bar. Scratch-brush the contact areas and tin plate the connection where flat bus bar connections are made with un-plated bar. Bolts shall be torqued to the bus manufacturer's recommendations. 3.02 600 VOLT CONDUCTOR AND CABLE A. Conductors in panels and electrical equipment shall be bundled and laced at intervals not greater than 6 inches, spread into trees and connected to their respective terminals. Lacing is not necessary in plastic panel wiring duct or wall mounted steel raceway used above countertops. Lacing shall be made up with plastic cable ties. Cable ties shall be tensioned and cut off by using a tool specifically designed for the purpose such as a Panduit GS2B. Other methods of cutting cable ties are unacceptable. B. Conductors crossing hinges shall be bundled into groups not exceeding 10 to 15 conductors and protected using nylon spiral flexible covers to protect conductors. Provide oversized plastic panel wiring duct within panels and panelboards. C. Slack shall be provided in junction and pull boxes, handholes and manholes. Slack shall be sufficient to allow cables or conductors to be routed along the walls. Amount of slack shall be equal to largest dimension of the enclosure. Provide dedicated electrical wireways and insulated cable holders mounted on unistrut in manholes and handholes. D. Raceway fill limitations shall be as defined by NEC and the following: 1. Lighting and receptacle circuits may be in the same conduit in accordance with de-rating requirements of the NEC. Lighting and receptacle circuits shall not be in conduits with power or control conductors. Signal conductors shall be in separate conduits from power conductors. Motor feeder circuits shall be in separate conduits including small fan circuit unless combination fan-light fixture. 2. Power conductors derived from uninterruptible power supply systems shall not be installed in raceways with conductors of other systems. Install in separate raceways. 3. Splices and terminations are subject to inspection by the Owner prior to and after insulating. 4. In-line splices and tees, where approved by the Owner, shall be made with tubular compression connectors and insulated as specified for motor terminations. Splices and tees in underground handholes or pull boxes shall be insulated using Scotch-cast epoxy resin or Raychem splicing kits. Low Voltage Wire and Cable February 2018 16120 - 6 1544106*04 City of Carlsbad Generator Replacement Project 5. Terminations at solenoid valves, 120 volt motors, and other devices furnished with pigtail leads shall be made using self-insulating forked compression connectors and terminal strips within a termination/junction box. 6. Terminations at valve and gate motor actuators shall be made directly into the actuator where possible. Power termination shall be made in the actuator power disconnect. Control and signal cable may be routed to a termination box near the actuator on 20-ampere rated terminal strips with label identification for the control and signal conductors. Control conductors and analog cable can then be installed in flexible conduit to the actuator control and signal termination compartments. 7. Solid wire shall not be used. 8. Sharing neutrals for power circuits is not permitted. 9. Conductor and cable markers shall be provided at splice points. 3.03 SIGNAL CABLE A. Circuits shall be run as individually shielded twisted pairs or triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever 3-wire circuits are required. Terminal blocks shall be provided at instrument cable junctions, and circuits shall be identified at such junctions unless otherwise specified. Signal circuits shall be run without splices between instruments, terminal boxes, or panels. B. Shields shall not be used as a signal conductor. C. Common ground return conductors for two or more circuits are not permitted. D. Unless otherwise specified, shields shall be bonded to the signal ground bus at the control panel and isolated from ground and other shields at other locations. Terminals shall be provided for running signal leads and shield drain wires through junction boxes. E. Cable for communication, telephone, and fire alarm systems shall be installed and terminated in compliance with the equipment manufacturer's recommendations and applicable NEC requirements. F. Cable for data circuits and operating at greater than 10 kHz, shall be run continuously from node to node without splices or intermediate terminal blocks unless otherwise specifically specified or shown. G. Spare circuits and the shield drain wire shall be terminated on terminal blocks at both ends of the cable run and be electrically continuous through terminal boxes. Shield drain wires for spare circuits shall not be grounded at either end of the cable run. 3.04 INSTALLATION A. Raceway fill shall be as scheduled, and shall not exceed NEC limitations. B. Feeder, branch, control and instrumentation circuits shall not be combined in a raceway, cable tray, junction or pull box, except as permitted in the following: 1. Where specifically indicated on the drawings. 2. Where field conditions dictate and written permission is obtained from the Owner. 1544106*04 City of Carlsbad Generator Replacement Project 16120 - 7 Low Voltage Wire and Cable February 2018 3. Control circuits shall be isolated from the feeder and branch power and instrumentation circuits but combining of control circuits with power is permitted as noted below. a. The combinations shall comply with the following: 1) 12 voe, 24 voe and 48 voe may be combined. 2) 125 VDC shall be isolated from all other AC and DC circuits. 3) All AC circuits shall be isolated from all DC circuits. 4. Instrumentation circuits shall be isolated from feeder and branch power and control circuits but combining of instrumentation circuits is permitted. a. The combinations shall comply to the following: 1) Analog signal circuits may be combined. 2) Digital circuits may be combined but isolated from analog signal circuits if digital circuits are AC. 5. Multiple branch circuits for lighting, receptacle and other 120 VAC circuits are allowed to be combined into a common raceway. a. Contractor is responsible for making the required adjustments in conductor and raceway size, in accordance with all requirements of the NEC, including but not limited to: 1) Up sizing conductor size for required ampacity de-ratings for the number of current carrying conductors in the raceway. 2) The neutral conductors may not be shared. 3) Up sizing raceway size for the size and quantity of conductors. C. Pulling wire and cable into conduit or cable trays shall be completed without damaging or putting undue stress on the cable insulation. Soapstone, talc, or UL listed pulling compounds are acceptable lubricants for pulling wire and cable. Grease is not acceptable. Raceway construction shall be complete, cleaned, and protected from the weather before cable is placed. D. Whenever a cable leaves a raceway, a cable support shall be provided. Conductors in panels and electrical equipment shall be bundled and laced at intervals not greater than 6 inches, spread into trees and connected to their respective terminals. Lacing shall be made up with plastic cable ties. Lacing is not necessary in plastic panel wiring duct. Conductors crossing hinges shall be bundled into groups not exceeding 12 and shall be so arranged that they will be protected from chafing when the hinged member is moved. E. Slack shall be provided in junction and pull boxes, handholes and manholes. Slack shall be sufficient to allow cables or conductors to be routed along the walls of the box. Amount of slack shall be equal to largest dimension of the box. Where plastic panel wiring duct is provided for wire runs, lacing is not required. Plastic panel wiring duct shall not be used in manholes and handholes. F. Do not exceed cable manufacturer's maximum recommended pulling tension. Use dynamometer or break-away swivel on pulls exceeding 150 feet. G. Observe manufacturer's minimum recommended pulling and training radii. H. Where data cables are installed in cable trays, provide barriers in the tray to separate data cables from power and/or control cables. I. At each end of the run leave sufficient cable for termination. Coil sufficient cable in each manhole, handhole, or pull box to permit future splice. J. In-line splices and tees are not allowed. K. Splices shall not be permitted in any coaxial, twin-axial, or data cable runs. Low Voltage Wire and Cable 16120 - 8 1544106*04 February 201 a City of Carlsbad Generator Replacement Project L. Ground cable shields at one end only. Unless otherwise specified, ground the shields at the panel end. M. Protect all cables against moisture during and after installation. N. Install and ground token passing bus cable in accordance with IEEE 802.4. Attach trunk cable to walls and ceilings with PVC clamps with clamp backs at 4-foot intervals. 0. Install and ground Ethernet cable in accordance with IEEE 802.3. Attach trunk cable to walls and ceilings with PVC clamps with clamp backs at 4-foot intervals. P. Signal and control cable suspended into the wet well shall be provided with heavy duty wire mesh cord grip of flexible stainless steel wire to take the tension from the cable termination. Strain relief system shall be suitably anchored. Q. Circuits provided under this Section shall not be direct buried. 3.05 TERMINATIONS A. Terminations shall be on terminators as identified in Section 16010. B. Each conductor shall be identified with a wire marker at each terminal to which it is connected. The marking system shall comply with Section 16010. C. Stranded conductors shall be terminated as described in Section 16120, except where terminals will not accept such terminations. Compression lugs and connectors shall be installed using manufacturer's recommended tools. Where terminal blocks will not accept lugged conductors, the conductors shall be tinned using 60 percent tin, 40 percent lead alloy non-corrosive resin core solder before insertion into pressure terminals. D. Electrical spring connectors (wire nuts) shall not be used for any purpose on any cable specified under this Section except for receptacle and lighting circuits. Lugs and connectors shall be installed with a compression tool. E. All splices and terminations are subject to inspection by the Owner prior to and after insulating. F. Terminations at solenoid valves, 120 volt motors, and other devices furnished with pigtail leads shall be made using self-insulating forked compression connectors and terminal strips within a termination/junction box. G. Provide tool-crimp N connectors at coaxial cable terminations except trunk runs. H. Provide tool-crimp TRN connectors at twin-axial cable terminations. I. Conductor and cable markers shall be provided at splice points. 3.06 TESTING A. INSTRUMENT CABLE: 1. Each signal pair or triad shall be tested for electrical continuity. Any pair or triad exhibiting a loop resistance of less than or equal to 50 ohms shall be deemed satisfactory without further test. For pairs with greater than 50 ohm loop resistance, the Contractor shall calculate the expected loop resistance considering loop length and intrinsic safety barriers if present. Loop resistance shall not exceed the calculated value by more than 5 percent. 1544106*04 City of Carlsbad Generator Replacement Project 16120 - 9 Low Voltage Wire and Cable February 2018 2. Each shield drain conductor shall be tested for continuity. Shield drain conductor resistance shall not exceed the loop resistance of the pair or triad. 3. Each conductor (signal and shield drain) shall be tested for insulation resistance with all other conductors in the cable grounded. 4. Instruments used for continuity measurements shall have a resolution of 0.1 ohms and an accuracy of better than 0.1 percent of reading plus 0.3 ohms. A 500 volt megohmmeter shall be used for insulation resistance measurements. 3.07 CABLE SPECIFICATION SHEETS (CABLESPEC) A. GENERAL: Conductor, wire, and cable types for different locations, service conditions and raceway systems are specified on individual cable specification sheets. Scheduled and unscheduled conductors, wires, and cables shall be installed in accordance with the CABLESPEC Sheets. B. CABLESPEC Sheets: The following CABLESPEC sheets are included in this Section: C. CABLESPEC Volts Product Purpose MC 600 THWN 600 MTW 600 INS/M 600 Low Voltage Wire and Cable February 2018 Multi-conductor power and control Power and control conductors cable or use in conduit raceways and cable trays. Single conductor cross-linked Power conductors for use in polyethylene power cable conduit raceways. Single conductor cross-linked Control conductors for use in polyethylene control cable conduit raceways. Multiple Pair/Triad #16 STP plus Instrumentation for use in overall shield, 16120 -10 conduit raceways and cable tray. 1544106*04 City of Carlsbad Generator Replacement Project Cable System Identification: MC Description: Voltage: Conductor Material: Insulation: Assembly: Jacket: Flame Resistance: Manufacturer( s ): Uses Permitted: Execution: Installation: Testing: 1544106*04 City of Carlsbad Multi-conductor power and control cable, approved for conduit and cable tray installation. 600V Bare annealed copper; stranded in accordance with ASTM 88 XHHW-2, 90 degree C dry, 75 degree C wet, crosslinked polyethylene in accordance with UL 1581. Individual conductors cabled together with non-hydroscopic fillers and binding tape. 45 mil minimum, polyvinylchloride (PVC) in accordance with UL 1277 IEEE 383 Okonite, X-Olene; or approved equal. Power, cable tray, conduit, lighting, receptacle and appliance circuits Install in accordance with this Section. Provide cable seals where required by NEC 501. Test in accordance with this Section and Section 16010. 16120 -11 Low Voltage Wire and Cable February 2018 Generator Replacement Project Cable System Identification: THWN Description: Voltage: Conductor Material: Insulation: Jacket: Flame Resistance: Manufacturer(s): Uses Permitted: Execution: Installation: Testing: Low Voltage Wire and Cable February 2018 Single conductor Cross-linked polyethylene power and control cable for sizes No. 14 AWG and larger. 600 volts Bare annealed copper; stranded in accordance with ASTM B8 THWN-2, 90 degree C dry, 75 degree C wet, heat and moisture resistant polyvinyl chloride (PVC). Nylon (polyamide ). N/A Okonite, X-Olene, Southwire; or approved equal Control Install in accordance this Section. Test in accordance with this Section and Section 16010. 16120 -12 1544106*04 City of Carlsbad Generator Replacement Project Cable System Identification: MTW Description: Voltage: Conductor Material: Insulation: Jacket: Flame Resistance: Manufacturer(s): Uses Permitted: Execution: Installation: Testing: 1544106*04 City of Carlsbad Tinned stranded copper wire with PVC insulations for control cable for sizes No. 16 AWG and larger. 600 volts Tinned copper; stranded in accordance with ASTM 88 MTW, 90 degree C dry, 60 degree C wet, heat and moisture resistant polyvinyl chloride (PVC). Nylon (polyamide ). N/A ADC, Southwire; or approved equal Control Install in accordance this Section. Test in accordance with this Section and Section 16010. 16120 -13 Low Voltage Wire and Cable February 2018 Generator Replacement Project Cable System Identification: INS/M Description: Multiple twisted, shielded pairs or triads, instrumentation cable, rated for wet and dry locations. Voltage: 600 volts Conductor Material: Bare annealed copper; stranded in accordance with ASTM B8 Lay: Length 2.5 inches Insulation: PVC/Nylon Shield: 100 percent, 1.35 mil aluminum-Polyester tape with 18 AWG ?-strand tinned copper drain wire Jacket: 48 mil or 68 mil or 84 mil flame-resistance polyvinylchloride Flame Resistance: UL 1685and IEEE 1202. Manufacturer(s): 2 pair: BELDEN 1048A, or approved equal. 4 pair: BELDEN 1049A, or approved equal. 12 pair: BELDEN 1051A, or approved equal 4 triad: Execution: Installation: Testing: BELDEN 1093A, or approved equal. 12 triad: BELDEN 1095A, no equal. Install in accordance with Section 26 05 19. Test in accordance with this Section and Sections END OF SECTION Low Voltage Wire and Cable February 2018 16120 -14 1544106*04 City of Carlsbad Generator Replacement Project THIS PAGE INTENTIONALLY BLANK SECTION 16205 STANDBY DIESEL ENGINE-GENERATOR SETS PART 1 -GENERAL 1.01 DESCRIPTION A. Provisions: Applicable provisions of Sections 16010 become a part of this Section as if repeated herein. B. Work Included: Furnish all labor, materials, equipment, services and incidentals required to provide a complete and operable standby diesel engine-generator system. Materials and equipment shall be new and of best quality, as specified and shown on the Drawings. The work shall include, but not be limited to: 1. Standby diesel engine-generator set (hereinafter called engine-generator) complete with all appurtenances. Unit shall be complete with all standard accessories for the manufacturers listed in Paragraph 2.01 H in addition to those additional and special features described. a. Knots Lane Lift Station b. North Batiquitos Lift Station including a remote radiator 2. Fuel system including day tank assembly, fuel piping from day tank to engine, and engine-mounted fuel pump. The Goal of the City of Carlsbad is for 48 hours of operation. California Fire Code allows for 120 gallons indoors without approved automatic sprinkler system. Contractor shall confirm maximum allowable fuel indoors with local fire code prior to bid. If local fire code allows greater than 120 gallons, Contractor shall supply 48 hours full loaded belly tank. a. Knots Lane Lift Station shall have a generator belly/day tank for 48hrs of standby power. b. North Batiquitos lift station shall have a combination of a generator belly/day tank and exterior mounted fuel tank for 48 hours of standby power unless 48 hours can be accommodated in a sub-base tank that fits in the room. 3. Automatic starting and shutdown controls, starting batteries, battery rack, charger, and generator controls. 4. Exhaust system complete with flexible connectors, silencer, exhaust piping, and insulation and supports for silencer and exhaust pipe. 5. Radiator exhaust air duct. 6. Knots Lane generator shall be in a sound enclosure inside the existing building. 7. Demolition of existing generators at Knots Lane Lift Station and North Batiquitos Lift Station including fuel system, exhaust system, controls, automatic transfer switch, and North Batiquitos remote radiator. C. Related Work Specified in Other Sections: 1. Section 16250: Automatic Transfer Switch 1.02 QUALITY ASSURANCE A. Comply with all rules and regulations of authorities having jurisdiction over work specified here. B. Permits and inspection shall be in accordance with Division 1 of this Specification. 1544106*04 City of Carlsbad Generator Replacement Project 16205 - 1 Standby Diesel Engine-Generator Sets February 2018 C. The Drawings are diagrammatic. Size of equipment and pipes and general method of routing are shown, but it is not intended to show every offset and fitting nor every structural difficulty that may be encountered. 1.03 REFERENCE STANDARDS A. ASTM International (ASTM) Publication: 1. A386 Zinc Coating (Hot-Dip) on Assembled Steel Products, Specifications for B. Federal Specification (FS): 1. FF-H-106C Hardware, Builders Locks and Door Trim C. National Electrical Manufacturers Association (NEMA) Publications: 1. ICS-1 General Standards for Industrial Controls and Systems 2. ICS-1 Standards for Industrial Control Devices, Controllers and Assemblies 3. 250 Enclosures for Electrical Equipment (1,000 Volts Maximum) 4. MG-1 Motors and Generators D. National Fire Protection Association (NFPA) Publications: 1. 30 Flammable and Combustible Liquid Code 2. 37 Standard for the Installation and Use of Stationary Combustion Engines and Gas Turbines E. Underwriters Laboratory (UL) Standard: 1. 508 Electric Industrial Control Equipment 1.04 SUBMITTALS A. Submit material or equipment data in accordance with the Product Review category of the General Conditions and the submittal requirements of Section 16010. B. Shop Drawings: Submit shop drawings and include the following information: 1. Floor layout drawings for the engine-generator, with location dimensions for all connections including electrical, fuel, and exhaust, with base dimensions and weights. 2. Composite assembly drawing of engine-generator showing location of all auxiliary equipment, dimensions and weight. 3. Front, rear, and both side elevations of the complete engine-generator unit assembly, including radiator exhaust air duct. 4. Specification sheets with performance data and engineering details adequate to determine compliance with Specifications of: a. Engine (including engine cranking amperes at 20°F) b. Radiator and remote radiator c. Generator and voltage regulator d. Base assembly, housing, and vibration isolation mounts e. Control panel with all components f. Jacket water heater g. Day tank assembly h. Exterior fuel tank i. Engine-mounted fuel pump j. Governor k. Battery system I. Exhaust silencer m. Roof thimble (for exhaust pipe) n. Battery charger Standby Diesel Engine-Generator Sets February 2018 16110-2 1544106*04 City of Carlsbad Generator Replacement Project o. Alarms 5. Electrical interconnection diagram including generator, voltage regulator, control panel, circuit breaker, batteries, jacket heater, switches and accessories. 6. Complete identification of all components and materials by manufacturer, model number, rating and material. 7. Complete engine and generator voltage dip and load data. Provide calculations to show compliance with specified performance requirements specifically prepared for this project. 8. Single-line generator power diagrams. 9. Wiring diagrams for generator excitation and regulation circuits, alarm circuits, and instrument circuits. 10. Elementary control diagram and separate wiring diagram for automatic engine starting and protective shutdown controls. These diagrams shall show a wire number for every control circuit wire. Include a comprehensive description of operation. 11. Complete surface preparation and finish data for the engine, generator, cabinet, panels, frame, housing, and other surfaces. 12. Detailed description of factory testing program, testing equipment, reporting procedure, and criteria for test passing or failing. 13. Detailed description of field testing program, including description of tests, testing equipment, reporting procedure, and criteria for test passing or failing. (This may be a separate submittal made at a later time, but not later than 30 days before the actual tests.) 14. Check the shop drawing submittal to verify that all the details and data required above are included. If the submittal is not complete, it will not be reviewed and will be returned for completion. C. Seismic Anchorage Design in accordance with Section 01190, including layout and calculations, signed and sealed by a Professional Civil or Structural Engineer registered in the State of California D. Factory Test Report: After fabrication and testing but before shipping from the factory, submit results of the factory test for review. Do not ship any generator units until the factory test results have received favorable review E. Field Test Report: Submit field test report for review within 15 days of the time of completion of the field test. F. Manual: Provide in conformance with Section 16010. 1.05 MAINTENANCE A. The generator set manufacturer and its distributor shall maintain a 24-hour parts and service organization. This organization shall regularly engage in maintenance contract programs to perform preventive maintenance and service on equipment similar to that specified. A service agreement shall be available and shall include system operation under simulated operating conditions; adjustment to the generator set, transfer switch, and switchgear controls as required, and certification in the owner's maintenance log of repairs made and function tests performed on all systems. 1.06 AIR POLLUTION CONTROL DISTRICT PERMIT (APCD) A. The Air Pollution Control District for the project is San Diego County APCD, Telephone Number: (858) 694-3900. Website: 1544106*04 City of Carlsbad Generator Replacement Project 16205 - 3 Standby Diesel Engine-Generator Sets February 2018 https://www.sdapcd.org/content/sdc/apcd/en/engineering/Permits/Engineering_Phase_2 /Emergency_Engines.html B. The engine generator shall be equipped with all necessary devices to meet current APCD requirements for the operation of a standby diesel engine-generator. The Contractor shall obtain engine data from the manufacturer and do all the necessary work to submit a complete application, pay the APCD permit fee and perform all tests required by the APCD. The Contractor shall begin the permit application process as soon as the Agency has approved the Performance Data Submittal required. C. Permits required from Air Pollution Control District: Pay permit fees and obtain "Permit to Construct" (in Owners name) from APCD. 1. Provide engine emissions data sheets demonstrating compliance with the current standards of the Air Pollution Control District. 2. Obtain "Permit to Construct" application forms from APCD and fill, in all information pertaining to emissions and engine-generator set. Forward original copy of partially completed application to Engineer. Engineer shall complete remaining portion of application and return to contractor. 3. Contractor shall pay for and obtain APCD approval, and shall forward original copy of the "Permit to Construct" to Engineer prior to approval or delivery of engine- generator set. 4. Contractor shall install engine-generator set in compliance with conditions in permit, pay any remaining fees, and obtain field approval of APCD inspector. Contractor shall forward original copy of the "Permit to Operate" to Resident Engineer or Owner's Representative. PART 2 -PRODUCTS 2.01 ENGINE-GENERATOR SET A. General: The engine-generator shall be a factory fabricated and assembled package of new and current equipment, and shall consist of engine, generator, controls, and other accessories as specified and as may be required for a complete and operable assembly, capable of automatic startup and shutdown. Elevation of installation is 100 feet with low and high temperatures between 45°F and 76° F. Install the engine- generator permanently on a welded steel base for anchoring to a concrete base. B. The engine-generator shall have only one source of supply and responsibility. The assembly and complete installation shall comply with the National Electrical Code and Title 8 of the California Code of Regulations. C. Ratings and Performance: The unit shall be capable of providing power for motors, lighting, and controls. 1. The engine-generator shall be capable of starting and operating the sequentially started loads as follows: a. With an initial load shown on the single line diagrams on the generator unit, the engine-generator shall be capable of starting and running all loads. The instantaneous voltage dip shall not exceed the percentage listed in Paragraph 2.01 E2. b. The generator will not be required to parallel any other source. c. The generator shall provide the voltage, phase and number of wires as listed in Paragraph 2.01 H1 and 2.01 H2. The engine-generator speed shall not exceed that listed in Paragraph 2.01 H1 and 2.01 H2. The Contractor shall submit detailed calculations on voltage dip characteristics on this specific application. Standby Diesel Engine-Generator Sets February 2018 16110-4 1544106*04 City of Carlsbad Generator Replacement Project Generalized catalogs are not sufficient to meet this requirement. The voltage dip characteristics shall also be confirmed in the field. Failure of this field test shall constitute evidence that the equipment has not met the voltage dip criterion. The equipment shall be replaced or modified until the installed equipment operates successfully as specified herein. Under no circumstances will equipment with a voltage dip greater than specified be acceptable. D. Engine: 1544106*04 1. Type: The engine shall be for operation on No. 2 diesel fuel, shall be water-cooled, and shall include a mounted radiator with duct flange, pusher-type fan or remote radiator. Provide engine speed isochronous electric governor to control engine speed within 0.25% from no load to full rated output and water pump. 2. Engine Controls: a. Normal Controls: Provide a complete automatic engine start-stop control which shall start engine on closing remote contact and initiate engine cool down and shutdown on opening contact. The engine controls shall also include a three- position selector switch with the following positions: RUN/STOP/AUTOMATIC; the STOP position shall shut the engine down immediately, bypassing the cool down cycle. b. Safety Shutdowns: Provide a cranking limiter to open the starting circuit in approximately 45 to 60 seconds if the engine fails to start in that time. Provide sensing elements to shut the engine down immediately when conditions reach a level deemed harmful to the unit. Provide an individual signal light and alarm terminals for each condition. Provide an alarm relay. Safety shutdowns shall include: 1) Low lubricating oil pressure 2) High water temperature 3) Overspeed 4) Overcrank 5) Low water level 6) Low cooling water flow 7) Any additional conditions standard with the manufacturer. c. Alarm Outputs: Provide one set of normally open and one set of normally closed dry (i.e., non-energized) output contacts for connections to the Plant alarm system as a "Composite Generator Alarm." The contacts shall be actuated for any one or more of the shutdown conditions or for overcurrent trip of the generator main breaker; provide alarm signal light for such overcurrent trip. The contacts shall remain activated during the entire period of the abnormal condition, and reset shall be automatic. The contacts shall be wired to a terminal strip inside a closed, gasketed box. 3. Batteries: Provide starting batteries mounted in attached battery racks with non- conducting floor. Guarantee the batteries for one year or more and provide a new battery for any battery found defective within the guarantee period. Mount batteries above the concrete floor level. Batteries shall be the lead-acid type, selected to provide engine break-away current for one second at a voltage of 0.85 volts per cell at a battery temperature of 20°F and to provide cranking as specified in Paragraph 2.01 C.2 above. Engine shall be at the temperature maintained by the jacket heater for a 20°F ambient. 4. Battery Charger: Provide a charger of the two-rate type, with current and voltage ratings to suit the batteries. Include a de ammeter, fused ac input and de output, and charge rate selector switch. The charger shall operate on 120 Vac. Charger output shall be current limited to 140% of rated current. 16205 - 5 Standby Diesel Engine-Generator Sets City of Carlsbad February 2018 Generator Replacement Project 5. Provide an exhaust silencer of the critical silencing type capable of not less than 30 dB-A attenuations, sized by the engine manufacturer to provide silencing without harmful back-pressure. Thermally insulate silencer and exhaust piping using 1-1/2- inch thickness molded calcium silicate covered with a 0.010-inch thickness weatherproof stainless steel jacket having moisture barrier and held in place by 1 /2-inch stainless steel bands. 6. Jacket Water Heater: Provide single-phase jacket water heater(s) with one thermostat. Size heater to maintain 100°F in 20°F ambient. Heaters having a total wattage of 1,200 or less shall be 120 volts. 7. Engine Exhaust: Provide Schedule 40, black steel pipe conforming to ASTM A120, with condensate drains at low points. Insulate pipe with material as specified in Paragraph 16205-2.01 C.5. 8. Fuel Supply System: Provide a fuel supply system capable of delivering the required amount of fuel to the engine even when the fuel level is down within 1-inch of the buried tank bottom. Exposed fuel oil piping shall be Schedule 40 black steel with 150 pound welded steel fittings. For buried pipes, see Section 15050 for fuel oil piping requirements under Type "O" pipe. a. Provide all required conduits, supply, return, fill and vent fuel lines, and other accessories as required by the engine manufacturer's design. b. In order to meet California Code of Regulations, Title 23, Division 3, Chapter 16, Article 4 the fuel line shall be double contained and the exterior fuel tank shall be double wall with secondary containment. 9. Initial Fills: a. Provide crankcase oil. b. Provide initial fill of engine coolant as recommended by the manufacturer to protect engine cooling system to a minimum temperature of 20°F, and as required to inhibit corrosion in the cooling system. c. Fuel Oil: Supply the fuel oil for testing of operation. E. Generator: 1. The generator shall be four-pole and of revolving field design with temperature- compensated solid state voltage regulator and high speed brushless rotating rectifier exciter system. The stator shall be directly connected to the engine flywheel housing and rotor shall be driven through semi-flexible driving flanges to ensure permanent alignments. The insulation system shall be Class H with Class B temperature rise. The three-phase, broad range generator shall be 12-lead, reconnectable, and shall meet the requirements of NEMA Standard MG-1 2. Generator Performance: a. Frequency regulation shall be isochronous ±0.25% from no-load to rated load. b. Steady-state voltage regulation shall be within ±2% of rated voltage, from no- load to full rated load. Rheostats shall provide a minimum of ±5% voltage adjustment from rated value. Voltage regulator shall be of the silicon controlled rectifier type. c. The maximum allowable short-term voltage dip, looking at waveform peaks on an oscillograph, shall not exceed 18% of rated voltage (for a total of 20% voltage dip including the steady state allowance). 3. Controller and Instrument Panel: a. Provide a generator-set mounted controller and instrument panel installed. The panel mounting shall be vibration isolated from the rest of the engine-generator set. The panel elevation shall be mounted such that it can be operated by a person standing on the ground or Manufacturer will provide stairs and platform for proper panel accessibility. Standby Diesel Engine-Generator Sets February 2018 16110-6 1544106*04 City of Carlsbad Generator Replacement Project 1544106*04 City of Carlsbad b. The controller unit shall be of all solid-state construction, except for relays used as alarm followers to provided dry contacts or in switching high current circuits. The controller shall utilize a microprocessor for logic control. All printed circuit boards shall be conformably coated and moisture proof. Circuitry shall be of plug-in design for quick replacement. The controller shall be equipped to accept a plug-in device capable of allowing maintenance personnel to test controller performance without operating the engine. The controller shall be capable of operation from -40° C to 85° C and have the ability to display diagnostic codes and events showing real time engine operation values. c. The controller shall include: 1) Fused DC control circuits 2) Complete two-wire start/stop control which shall operate on closure of a contact from a remotely located automatic transfer switch. 3) Engine starter control for: a) Speed sensing and a second independent starter motor disengagement systems to protect against the starter engaging with a moving flywheel. Battery charging alternator voltage will not be acceptable for this purpose. b) Starting system designed for restarting in event of a false engine start, by permitting the engine to completely stop rotating before reengaging the starter. c) Cranking cycler with 15 second ON and OFF cranking periods or as recommended by the manufacturer (or manufacturer's representative). Cranking shall cease upon engine starting and running. Two means of cranking termination shall be provided, on as a backup to the other. Failure to start after three cranking cycles shall shut down and lockout the engine, and visually indicate an over-crank shutdown on the indicate: panel. Over-crank protection designed to open the cranking circuit after 75 seconds if the engine fails to start or as recommended by the manufacturer ( or manufacturer's representative). 4) A dry contact, normally open, which closes when the generator is running shall be provided and brought out to terminals for remote from the unit status monitoring. 5) Engine cool down timer factory set at five (5) minutes to permit unloaded running of the generator set after transfer of the load to normal. 6) Three position (RUN-STOP-AUTO) selector switch with two complete sets of spare normally open contacts for all positions. In the RUN position the engine shall start and run regardless of the position of the remote starting contact. In the AUTO position, the engine shall start when contacts in the remote-control circuit close and stop five minutes after those contacts open. In the STOP position the engine shall not start even though the remote start contact closes. This position shall also provide for immediate engine shutdown in case of emergency. Reset of any fault lamp shall also be accomplished by putting the switch to the off position. 7) Shut down alarms shall include: a) Over current warning and shutdown b) Over and under voltage shutdown c) Over and under frequency shutdown d) Over excitation (loss of sensing) fault e) Field overload f) Engine -Overspeed shutdown g) Engine -Low oil pressure warning and shutdown 16205 -7 Standby Diesel Engine-Generator Sets February 2018 Generator Replacement Project h) Engine -High coolant temperature warning and shutdown i) Engine -Low coolant level warning or shutdown j) Engine -Low coolant temperature warning k) Engine -High, low and weak battery voltage warning I} Engine -Fail to start (overcrank) shutdown m) Engine -Fail to crank shutdown n) Engine -Redundant start disconnect o) Engine -Cranking lockout p) Engine -Sensor failure indication q) Engine -Low fuel level warning or shutdown r) Engine -Fuel-in-rupture-basin warning or shutdown d. The instrument panel shall meet NFPA-110 Controller Accessories Requirements and shall include the following (digital display may be provided in place of analog instruments): 1) Indicating lights to signal: a) System ready indication b) Pre-warning for low oil pressure c) Pre-warning for high coolant temperature d) Low oil pressure shutdown e) High coolant temperature shutdown f) Over-crank shutdown g) Over-speed shutdown h) RUN-STOP-REMOTE switch in STOP position indication i) Low coolant temperature j) Low battery voltage k) Low fuel tank level Alarms shall latch-in on occurrence of an alarm until manually reset by an operator. A test button shall be provided for testing the operation ofall the lights listed above. A follower dry contact (normally open which closes on an abnormal condition) shall be provided and brought out to terminals for remote from the unit status indication of a common trouble alarm which is activated on the occurrence of any alarm 2) Audio alarm. A silencer switch shall be provided which allows/prevents the alarm from sounding 3) Volts,+/-2% full scale accuracy 4) Amps, +/-2% full scale accuracy 5) Means to indicate whether dual range meters are on high or low scales 6) VolUAmp phase selector switch 7) Direct reading frequency, +/-2% full scale accuracy, 45 to 65 Hz scale 8) Coolant temperature, +/-2% full scale accuracy 9) Oil pressure, +/-2% full scale accuracy 10) Battery voltage, +/-2% full scale accuracy 11) Engine running time meter 12) Voltage adjust rheostat, +/-5% range 13) Panel shall be illuminated and powered by the engine batteries and activated with a switch located on the control panel. 4. Generator Main Power Circuit Breaker: Main power circuit breaker shall be molded case, 3-pole, 480 V, ( for Batiquitos) and 3-pole 208V (for Knots Lane) manufacturer sized, 22,000 amp interrupting capacity. The breaker shall be housed in a NEMA 1 gasketed enclosure mounted on the generator set. Breaker shall be quick-make, quick-break type, with wiping contacts and arc chutes for each pole. Breaker shall be trip free and have trip indication independent of on-off positions. Breaker lugs Standby Diesel Engine-Generator Sets February 2018 16110-8 1544106*04 City of Carlsbad Generator Replacement Project shall be front accessible and shall be UL Listed for either copper or aluminum cables. Provide battery and charger for shunt trip circuit. F. Vibration isolation dampeners between the engine-generator and steel mounting skid. The engine-generator isolation shall be steel compression spring type, seismic rated with earthquake restraints in both lateral and vertical directions. In addition snubbers shall limit and cushion extreme excursions due to shocks encountered when the engine-generator is in transit. These snubbers may be in separate devices. G. Fuel System 1. The sub-base belly tank shall be supplied with the following components and shall be sized at each site to provide fuel for a minimum run time of forty-eight (48) hours at full load with a minimum capacity of gallons. a. 1/2 HP (minimum), 24VDC, thermally protected motor with a 2 gpm (minimum) self-priming, sized to accommodate engine fuel flow positive displacement rotary gear pump to supply fuel for a diesel engine. b. Electric analog float gauge displaying fuel level. c. Alarm indications on electronic control module (ECM): 1) High Fuel Level 2) Low Fuel Level 3) Critical Low Fuel 4) Fuel in Rupture Basin 5) ECM functional. d. Relay for Low Fuel Alarm Signal for PLC. e. Fuel flow and return meters between generator and sub base fuel tank to determine fuel consumption. Provide two fuel flowmeters rated for engine fuel consumption at 100% load and fuel monitoring system shall display engine hour meter, gallon per hour consumption and total gallons consumed. f. Fuel Return line to main fuel tank g. Minimum 5 gallon spill bucket h. 110% (minimum) rupture basin i. UL Listed 2. Exterior mounted Day Tank System: 1544106*04 City of Carlsbad a. Provide a factory packaged assembly with fuel transfer pump if required and sized by manufacturer, 400 gallon storage tank and rupture basin, pump and level controls mounted and pre-wired specifically for use with diesel fuel. Include low level alarm switch, float switch, "On-Off-Auto" selector switch, fuel in rupture basin monitor, pump intake check valve, interconnecting piping and auxiliary hand pump. Day tank assembly shall be for use with 120 volt, 1-phase, 60 Hz electric service. b. Fuel tank shall be made of heavy gauge steel construction and have double wall secondary containment area. Tanks shall include removable, welded steel weatherproof cover for outdoor applications. Tank shall be coated with rust inhibitor within inner tank, primed, and finished painted on external tank for salt air conditions. The installing contractor shall provide schedule 40, ASTM A 53, black iron pipe connections to the day tank fittings. All connections to be made with pipe unions to facilitate tank service/removal. The tank shall include at minimum the following fittings: 1) 1" NPT engine supply 2) 1" NPT engine return 3) NPT fitting for emergency vent, sized per requirements of NFPA 30 and UL- 142/LC-S601 4) 1" NPT overflow 16205 - 9 Standby Diesel Engine-Generator Sets February 2018 Generator Replacement Project 5) 2" NPT normal vent 6) 4.5" square inspection port below electrical controls. c. The tank shall be provided with atmospheric (normal) vent cap with screen and emergency pressure relief vent. d. Unit shall be Kohler, Simplex, Tramont, Pryco or approved equal H. Engine-generator and accessories manufacturers and sizing data: 1. Knots Lane Generator a. Engine Manufacturer (or approved equal): 1) Cummins 2) Kohler: 3) Caterpillar b. Minimum standby rating: 25kW(at 0.8 power factor) c. Voltage dip characteristics: 1) Initial load: §_kVA, 08. pf. (no more than 30% each step) 2) Additional electric motor load to be started: a) Motor size: (2) 7.5hp b) Phase: 3 c) See contract drawings for additional motor loads d. Generator output: 1) Voltage: 120/208V 2) Phase: 3 3) Wires: 4 e. Maximum engine speed: 1,800. 2. North Batiquitos Generator a. Engine Manufacturer (or approved equal): 1) Cummins 2) Kohler: 3) Caterpillar b. Minimum standby rating: 200kW (at 0.8 power factor) c. Voltage dip characteristics: 1) Initial load: 1QkVA, 08. pf. (no more than 25% each step) 2) Additional electric motor load to be started: a) Largest Motor size: (2) 1 00hp b) Phase: 3 c) Special features: Reduced Voltage starting. d) See contract drawings for additional motor loads d. Generator output: 1) Voltage: 480Y/277 2) Phase: 3 3) Wires: 4 e. Maximum engine speed: 1,800 I. ACCESSORIES 1. The following engine generator accessories shall be provided and installed: a. Exhaust Silencers: Critical type silencers including flexible stainless steel exhaust piping and fittings properly sized and installed according to the manufacturer ( or manufacturer's representative )'s recommendation. The silencer shall be coated with a high temperature aluminum carbo-zinc #11 coating system for temperature and rust resistance. Gasproof, seamless, stainless steel, flexible exhaust connector(s) ending in pipe thread or SAE flange shall be used. Silencers shall be Maxim M41-10, or approved equal. Support for exhaust silencer is not to be carried by the exhaust manifold. Standby Diesel Engine-Generator Sets February 2018 16110-10 1544106*04 City of Carlsbad Generator Replacement Project b. Exhaust Stack Pipe 1) Description: The system will be comprised of a flexible coupling at turbocharger, piping to connect flexible coupling to silencers, piping to carry gases through a rain cap. The silencer, stack, and exhaust piping shall be sized to insure that measured exhaust back pressure does not exceed the manufacturer (or manufacturer's representative)'s minimum or maximum limitation. 2) Materials: a) Manufacturer (or manufacturer's representative) to furnish black steel extra strong weight discharge pipe conforming to ASTM A53 grade A or ASTM A 120 for engine exhaust system. b) Flexible metal connections for junctions between turbocharger, piping and silencer. Spring loaded galvanized rain cap at end of exhaust pipe. 3) Rain cap shall be all ASTM 304L Stainless steel or higher grade with adjustable counter weights. 4) The exhaust shall have a manual ball valve condensation drain. 2.02 GENERATOR-SET ENCLOSURE FOR KNOTS LANE LIFT STATION A. Description: Sound Attenuated housing. Multiple panels shall be lockable and provide adequate access to components requiring maintenance. Instruments, control, and battery system shall be mounted within enclosure. 1. This enclosure shall house the engine and generator. Enclosure shall be mounted in an existing building at Knots Lane Lift Station. 2. The enclosure shall have galvanized steel or aluminum construction, painted inside and out with rust inhibiting primer and 2 coats of exterior rated acrylic aliphatic polyurethane coating. B. Construction: 1. Hinged Doors: With padlocking provisions. RestrainUHold back hardware to prevent door to keep door open at 180 degrees during maintenance. 2. Exhaust System shall vent outside the enclosure as well as outside the building. 3. Mounting Base: Suitable for mounting on sub-base fuel tank or housekeeping pad. 4. A sound attenuated enclosure shall be provided which allows the generator set to operate at full rated load with a static pressure drop equal to or less than 0.5 inches of water. 5. Inlet ducts shall include rain hoods C. Engine Cooling Airflow through Enclosure: Housing shall provide ample airflow for engine generator operation at rated load in an ambient temperature of 40 deg C. D. Sound Performance: Reduce the sound level of the engine generator while operating at full rated load to a maximum of 68 dBA measured at any location 25 ft from the engine generator in a free field environment. PART 3 -EXECUTION 3.01 ENGINE-GENERATOR INSTALLATION A. General: Mount and anchor the engine-generator set and the day tank assemblies to an existing concrete base pad. Mount the engine-generator set on concrete inertia base using seismically-restrained spring isolators. Design the engine-generator set and the day tank assembly anchorage and support systems to resist seismic Zone 4 earthquake forces, using a "C" value of 0.50 (essential equipment) in the formula "F = C 1544106*04 16205 -11 Standby Diesel Engine-Generator Sets City of Carlsbad February 2018 Generator Replacement Project x W", where "F" is the horizontal seismic force to be resisted and "W" is the equipment dead weight. In the shop drawing submittals, include calculations to demonstrate the adequacy of the anchorage and support systems. B. Foundations, Installation and Grouting: Furnish the necessary materials and construct suitable concrete foundations. C. Skilled mechanics shall install all such equipment in accordance with the instructions of the manufacturer. D. In setting equipment, make an allowance of at least 1 inch for grout under the equipment bases. Shims used to level and adjust the bases shall be steel. Shims may be left embedded in the grout, in which case they shall be installed neatly and so as to be as inconspicuous as possible in the completed work. E. Grout shall be non-shrink, non-metallic dimensionally stable, inorganic, premixed grout resistant to acids, alkalis and salt water, and shall be unaffected by water and oil. It shall have high strength even when used as a pourable mixture, and shall bond well with steel and cured concrete or be compatible with a suitable bonding agent which shall then be used to affect the bond. It shall be used in strict accordance with the manufacturer's recommendations. It shall be similar, equivalent, and equal to "Five Star Grout" as manufactured by U.S. Grout Corporation; Bonsal Construction Grout, as manufactured by Bonsal Company; or approved equal. F. Fuel and Lubricants: During testing and prior to acceptance, furnish all fuel and lubricants necessary for the proper operation of this equipment. G. In the vicinity of terminations, lace all power conductors to resist short-circuit forces. H. Knots Lane: Generator shall match existing footprint or meet clearances in California Fire Code. 3.02 TESTING AND RUN-IN A. General: Tests are to determine proper operation and capacity of the equipment and to demonstrate compliance with the Drawings and Specifications. All equipment that fails any test will be rejected, and complete re-testing will be required after the Contractor makes corrections or modifications to equipment which has previously failed any test. All field tests shall be witnessed by the Engineer. B. Factory Tests: Factory test the engine-generator to assure compliance with the Drawings, Specifications, NEMA MG-1, and the manufacturer's quality control provisions. Provide three copies of all factory test reports. C. Field Tests: 1. General: Fully field test the engine-generator to demonstrate that all components are in compliance with the Specifications and are ready for service. 2. Installation of the engine-generator shall be complete and the unit shall be serviced, tested, adjusted, and ready for use before the field tests are scheduled. 3. Provide written notice to the Engineer of the scheduled dates for the field test at least ten (10) working days prior to the field test date. The notice shall include a written test schedule listing the tests, the test procedure, the criteria for a satisfactory test, and description of special measurement equipment to be employed. 4. Make repairs and adjustments as required to achieve satisfactory performance of the engine-generator unit. If repairs or adjustments are made during the tests, additional testing shall be performed as required by the Engineer, at no additional cost. Standby Diesel Engine-Generator Sets February 2018 16110-12 1544106*04 City of Carlsbad Generator Replacement Project 5. Make written records of the tests, and within ten (10) days after completion of the field test, submit three (3) copies of the test records to the Engineer. The test record shall indicate the test criteria and arrangement, the time of the test, the results, and pertinent data such as voltage, frequency, kilowatts, power factor, load current, oil pressure, water temperature, and ambient temperature. Pertinent data shall be recorded for each test, and at least every thirty (30) minutes when the test requires more than thirty (30) minutes. 3.03 ALARM, CONTROL, AND EQUIPMENT TESTS: A. General: 1 . Demonstrate each alarm and safety shutdown provision as being caused by the abnormal condition unless an alternative test condition has been favorably reviewed by the Engineer prior to the scheduling of the tests. 2. Operate each control circuit and device to demonstrate its proper operation. 3. Demonstrate the battery charger and jacket water heater operation successfully. B. Operational Tests: 1. Simulate a power failure in order to demonstrate the proper operation of the transfer switch and engine-generator. 2. Demonstrate motor starting capability by applying the specified initial load and then the equivalent of starting and running the specified motor loads. Voltage dip shall be measured and recorded to demonstrate conformity to the Specifications. 3. Show that phase rotation of the engine-generator and the utility power are compatible at the site. C. Endurance Tests: 1. Operate the engine-generator for 1/2 hour at one-half its kW rating. 2. Operate the engine-generator for two (2) hours continuously at 100% of its kW and kVA ratings. D. Provide fuel, test equipment, labor, materials, and all other equipment and services required for all tests. 1544106*04 City of Carlsbad Generator Replacement Project END OF SECTION 16205 -13 Standby Diesel Engine-Generator Sets February 2018 THIS PAGE INTENTIONALLY BLANK Standby Diesel Generator-Engine Set September 2017 16205-14 1544106*04 City of Carlsbad Generator Replacement PART 1 -GENERAL 1.01 SECTION INCLUDES SECTION 16250 AUTOMATIC TRANSFER SWITCH A. Provisions: Applicable provisions of Section 16010 become a part of this Section as if repeated herein. B. Work Included. Provide transfer switches complete with controls and accessories, as shown on the Drawings at each location shown on the Drawings. 1 .02 REFERENCES A. This Section contains references to the following documents. They are a part of this Section as specified and modified. Where a referenced document contains references to other standards, those documents are included as references under this Section as if referenced directly. In the event of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. B. American National Standards Institute (ANSI) Publication: 1. Z55.1 Gray Finishes for Industrial Apparatus and Equipment C. National Electrical Manufacturers Association (NEMA) Publications: 1. ICS1 Industrial Control and Systems: General Requirements 2. ICS6 Enclosures D. Underwriters Laboratories (UL) Publication: 1. 1008 Automatic Transfer Switches (revised 2012). E. International Electrical Testing Association (NETA): 1. TS Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the submittal requirements of Sections 01300 and 16010. B. Submit shop drawings that include: 1. Dimensioned drawings. 2. Elementary diagrams. 3. Wiring diagrams. 4. Nameplate list. 5. Evidence that the equipment will be provided with all specified accessories, options, features, and characteristics. 6. Certifications that the equipment is designed and manufactured in conformance with applicable codes and standards. 1544106*04 City of Carlsbad Generator Replacement Project 16250 - 1 Automatic Transfer Switch February 2018 C. Manual. Provide manufacturer's installation and maintenance instruction manuals in conformance with Sections 16010. D. Seismic Anchorage Design in accordance with Section 01190, including layout and calculations, signed and sealed by a Professional Civil or Structural Engineer registered in the State of California. E. Provide results of tests performed as required by Section 3.02. PART 2 -PRODUCTS 2.01 AUTOMATIC TRANSFER SWITCH A. General. The automatic transfer switch shall transfer from the normal service to a standby engine generator in the event of power failure. The switch shall transfer the system back to normal power after normal power has been restored. The switch shall include all controls and accessories. The switch shall be UL labeled, shall meet the requirements of UL Standard 1008 and shall be suitable for total system transfer including motor and lighting loads. B. Construction: 1. The automatic transfer switch shall be of the mechanically held double throw type, actuated by two electrical operators momentarily energized and connected to the transfer mechanism by a simple over-center linkage. All main power contacts and auxiliary contacts shall be mechanically attached to a common shaft, shall be double-break silver alloy with wiping action, and shall be protected by arcing contacts. Arcing contacts shall close before and open after the main contacts and shall be readily replaceable. Contact design and arrangement shall permit repeated making and breaking of full-load current, in a combination of motor and other loads, without damage to the main contacts. Provide a main transfer mechanism utilizing rugged metal parts throughout. Molded circuit breaker type designs are not acceptable. 2. The switch transfer shall be produced in such a way that a time delay of at least 0.4 second exists between the opening of the closed contacts and the closing of the open contacts. The transfer switch shall be capable of transferring in either direction with 70% of rated voltage applied at the switch terminals. 3. All switch and relay contacts, coils, springs, and control elements shall be serviceable or removable from the front of the mounted switch and accessory assembly without the removal of either assembly from its compartment and without disconnection of drive linkages, power conductors, or control conductors. 4. Automatic transfer switch shall be wall mounted. The enclosure shall be NEMA 1 gasketed construction with hinged doors on the front for access to the interior controls. Secure doors by a locking type latch. Provide two keys for the lock. 5. Cable connections shall be accessible from the front without removing internal components. 6. Safety Requirements. a. Arrange the electrical supply to each control panel to be disconnected by a single switch or circuit breaker, except for necessary foreign circuits. Cover any live parts within the control panel fed from foreign control or signal circuits or arrange for them to be disconnected by one of the following methods: Automatic Transfer Switch February 2018 1) Enclosed relays which are automatically de-energized when the main disconnecting switch is opened; or 2) Door-operated enclosed disconnect switches; or 16250-4 1544106*04 City of Carlsbad Generator Replacement 3) Clearly identified enclosed manually operated disconnect switches, which may be located inside the control panel door, provided the operating handles are isolated or barriered from all open live parts. b. Arrange the controls so manipulation of control switches, adjustments to timing relays, or replacement of fuses can be done without exposure to live parts. 7. The transfer switch shall have the following features: a. Continuous rating; 1) Knots Lane Lift Station 100 A, 208/120 volts, 3-phase, with 3-poles. 2) North Batiquitos Lift Station 600 A, 480 volts, 3-phase, with 3-poles. b. Adequate line and load lugs for terminating the power conductors shown on the Drawings. c. A terminal strip with terminals for terminating all external control circuits. Number all terminals using the wire number for the wire terminated. d. Cable wiring with cable ties, secured in place and guarded where subject to mechanical injury. e. Permanently identify each wire at each point of connection using permanently numbered heat shrink wiring markers. Electrically common wires shall have the same number. Uniquely number electrically different wires. This shall include all factory assembled electrical equipment. C. Controls. Include the following controls and accessories: 1. Three-Phase Relay Protection. Three adjustable close differential relays, connected phase-to-phase, all set to drop out at 80% and to pick up at 90% of nominal voltage. 2. Test Switch. A test control switch which shall cause the automatic transfer switch to start the engine, transfer, retransfer, and the like, simulating a power outage. Mount this switch on the door of the transfer switch compartment. 3. Indicating Lights. One each to indicate "ATS in Normal" or "ATS in Standby" position. One each indicating "Normal Source Available" and "Standby Source Available". Provide LED indicators as required, in oil-tight units with clear lenses. Label each light with plastic nameplates engraved per descriptions, respectively. Mount lights on the door of the transfer switch compartment. 4. Engine Starting Delay. A timer which, following loss or deterioration of "normal" power, will delay closure of engine starting contact for an adjustable period up to 2 minutes, to eliminate starts during brief or momentary outages of "normal" power. Set delay at 5 seconds. 5. Transfer Relay. A relay to prevent the transfer to standby until the standby power voltage and frequency are 90% of rated values. 6. Retransfer Delay. A timer to provide an adjustable delay from 2 up to 25 minutes (minimum range) before retransfer to "normal" power. If "standby" power fails before preset delay period elapses, and if "normal" power is within set limits of voltage, override the delay and retransfer immediately. 7. Nameplates. An engraved plastic nameplate for every lamp, switch, and other control device or indicator. Identify all switch and control positions. Nameplate wording shall be subject to review by the Owner. 8. Unloaded Generator Operation. A timer which, following retransfer to "normal" power, will maintain engine in unloaded operation for a fixed period of 5 minutes before signaling it to shut down. 1544106*04 City of Carlsbad Generator Replacement Project 16250 - 3 Automatic Transfer Switch February 2018 9. Auxiliary Contacts. Two sets of Form C contacts, which change state after the engine starting delay. One of these sets is for starting the engine; the other is spare. One Form A contact each to indicate "ATS in Normal" or "ATS in Standby" position. One each indicating "Normal Source Available" and "Standby Source Available". 10. Transfer Delay. A timer to provide an adjustable delay of 1 to 5 seconds in the closing of the open contacts after the closed contacts have opened. Provide this delay for both transfer and retransfer switch operations. 11. Retransfer to normal power shall include "In-phase" transfer. 12. Mechanical Interlock: a mechanical interlock that will prevent the simultaneous closing of the normal and emergency contacts. 13. Electrical Interlock: An electrical interlock that will prevent the simultaneous closing signals to normal and emergency contacts and the interconnection of normal and emergency sources through the control wiring. 14. Manual Transfer Handle: A manual transfer switch is permanently attached and has quick-break and quick-make contact mechanisms that are suitable for manual operation under load. This function shall not require electricity for operation. 15. Pump interlock: Provide control wiring interlock that will not allow the transfer switch to actuate during the time that one of the pumps are running. The motor auxiliary contacts from each pump shall be wired in series with the transfer command so that the transfer cannot take place while one of the pumps are running. This operating function shall be indicated on the transfer switch drawings. D. UL Label. The transfer switch shall have a UL label on the unit when it arrives at the site. Absence of the UL label shall be sufficient cause for the unit to be rejected. Provide all of the specified features, options, and accessories. If the manufacturer's standard UL unit does not have the specified features, options, or accessories, then provide alternative features, options, or accessories to accomplish the same purpose in a manner similar to that specified, while still providing a unit with a UL label. E. Current Ratings. The transfer switch shall have continuous ampere rating as shown on the Drawings and minimum short-circuit withstand rating for 3 cycles at 480 volts as follows: WITHSTAND RMS AMPERES, Continuous Ampere Rating SYMMETRICAL 100 A 35,000 600A 50,000 F. Factory Tests. Assemble, wire and test the automatic transfer switch at the factory. Conduct tests to assure that every component functions properly. Submit prototype test reports on bus bracing for the Engineer's review. G. Manufacturer: ASCO 7000 series, or approved equal from Kohler, Eaton, or Schneider. PART 3 -EXECUTION 3.01 INSTALLATION A. Lace all power conductors to resist short circuit forces. Automatic Transfer Switch February 2018 16250 - 4 1544106*04 City of Carlsbad Generator Replacement 3.02 TESTING A. Field Tests. Perform the tests for automatic transfer switches as outlined in NETA. Submit reports for review by the Owner. Demonstrate that the automatic transfer switch operates as specified. Test with the engine-generator and transfer the standby system load, as specified for the emergency generator system, at least three (3) times. Verify that all control functions and indications are operational. All field testing shall be done in the presence of the Owner's representative for approval. 3.03 SPARE PARTS PER SITE A. The Contractor shall provide the following spare parts for the automatic transfer switch. The spare parts shall be new and of the same type as furnished in the construction of the automatic transfer switch. B. One spare electronic control board and display for each type that is used in the construction of the automatic transfer switch. C. One spare control relay and time delay relay that is used in construction of the automatic transfer switch. D. One spare indicating light display that is used in the construction of the automatic transfer switch. E. One spare drive actuation motor that is used in the construction of the automatic transfer switch. 1544106*04 City of Carlsbad Generator Replacement Project END OF SECTION 16250-5 Automatic Transfer Switch February 2018 Automatic Transfer Switch February 2018 THIS PAGE INTENTIONALLY BLANK 16250-6 1544106*04 City of Carlsbad Generator Replacement PART 1 -GENERAL 1.01 SUMMARY SECTION 16450 ELECTRICAL GROUNDING A. Scope: This section specifies the system for grounding electrical distribution and utilization equipment, including but not limited to cabinets, motor frames, manholes, instrumentation, metal surfaces of process/mechanical equipment that contain energized electrical components, metal structures and buildings, outdoor metal enclosures, fences and gates. B. System Requirements: 1. Provide equipment grounding conductors in all electrical raceways. The conductors shall be sized in accordance with the National Electrical Code. 2. Underground, rebar, and building steel ground connections shall be via exothermic weld. 3. Bond building's rebar and building steel attributes to form a ground mat. Bond all site ground mats via exothermic welds. 4. Provide cable tray grounding and bonding in accordance with these project Specifications and the Drawings. C. Sizing: The minimum size of the Equipment Grounding Conductors installed with the circuit conductors shall be per the National Electrical Code Table 250.122. The circuit grounding conductor size routed with a feeder or branch circuit conductors is as shown on the Drawings. 1.02 QUALITY ASSURANCE: A. Reference Standards: 1. This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In the event of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect on the effective date of the Agreement. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. Reference Title Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface IEEE 81 Potentials of a Ground System IEEE Std 81.2-1991 Guide to Measurement of Impedance and Safety Characteristics of Large, Extended or Interconnected Grounding Systems NETA-ATS Inter-National Electrical Testing Association Inc. -Acceptance Testing Specifications NFPA 70 National Electric Code NEC Article 250 1544106*04 City of Carlsbad Generator Replacement Project 16450 - 1 Grounding February 2018 PART 2 -PRODUCTS 2.01 PROCESS EQUIPMENT GROUNDS A. The Contractor shall coordinate with the equipment supplier to provide an equipment ground lug and contractor provided ground cable and terminations to bond the equipment to the grounding electrode system. Ground cable shall be sized in accordance with this specification. Provide cables, exothermic welds, and equipment bolted connections as necessary. Use of conduit as a grounding connection is not acceptable. 2.02 GROUND CONDUCTORS A. The System Ground Conductor shall be soft-drawn, bare annealed copper, concentric stranded, as specified. The minimum sizes shall be as follows, where American Wire Gage (AWG) conductor sizes are not shown or specified: 1. Exposed metal cabinets -#2 AWG 2. Electrical & Process equipment -#2 AWG 3. Buildings and enclosure -#2 AWG 2.03 CONNECTORS A. Compression Connectors: Compression connections shall be irreversible, cast copper as manufactured by Thomas and Betts, or approved equal. B. Bolted Connectors: Bolted connectors shall be Burndy, O.Z. Gedney, Thomas and Betts, or approved equal. C. Welded Connectors: Exothermic welding products shall be Erica's Cadweld Plus system with a remotely operated battery powered electronic ignition device and moisture resistant weld metal cup for the required mold, or approved equal. PART 3 -EXECUTION 3.01 GENERAL A. Embedded and buried ground connections shall be made by exothermic weld connectors. Above grade ground connection shall be made by exothermic weld or by utilizing diamond or hexagon dies and a hand compression tool for wire sizes 2 AWG and smaller and a hydraulic pump and compression head for wire sizes 2/0 AWG and larger. Tools and dies shall be approved for this purpose; dimple compressions are not acceptable. Compression connections shall be prepared in accordance with the manufacturer's instructions. Exposed ground connections to equipment shall be made by bolted clamps unless otherwise specified. No solder shall be used in any part of the ground circuits. B. Embedded ground cables and fittings shall be exothermically bonded to concrete reinforcing steel. Ground wires shall also be securely attached to concrete reinforcing steel with tie wires and prevented from displacement during concrete placement. C. Grounding conductors, which are extended beyond concrete surfaces for equipment connection, shall be extended a sufficient length to reach the final connection point without splicing. Minimum extension shall be 3 feet. Grounding Grounding 16450 - 2 1544106*04 February 2018 City of Carlsbad Generator Replacement Project conductors, which project from a concrete surface, shall be located as close as possible to a corner of the equipment pad, protected by non-metallic conduit, or terminated in a flush grounding plate. Exposed grounding conductors shall be supported by noncorrosive metallic hardware at 4-foot intervals or less. Grounding conductors for future equipment shall be terminated using a two-hole copper flush mounted grounding plate. D. Ground conductors, except signal conductor shields, entering enclosures shall be bonded together to the enclosure if it is metallic and to metallic raceways within or terminating at the enclosure. Prior to making ground connections or bonds, the metal surface at the point of connection shall be cleaned. E. Compression-type lugs shall be used in accordance with manufacturer's recommendations. F. Grounding conductor shall not be used as a system neutral. G. Metallic sheaths or shields of shielded power cable shall be terminated by a copper grounding strip provided with cable connection for connection to the grounding system. Grounding strip shall be sized to withstand available fault current for specimen to be terminated. H. Grounding system shall be provided in compliance with the NEC. I. Bond building service piping systems to ground within three feet of entering the building. 3.02 RACEWAY GROUND A. All service, feeder and branch circuit raceways shall contain a green insulated ground conductor sized per applicable NFPA 70 National Electrical Code (NEC) tables: 1. Table 250.66 -Grounding Electrode Conductor for Alternating-Current Systems or 2. Table 250.122 -Minimum Size Equipment Grounding Conductors for Grounding Raceways and Equipment. B. Metallic conduits terminating at concentric knock-outs or reducing washers shall be bonded using insulated grounding bushings. Grounding bushings shall be connected to the grounding system using conductors sized in compliance with NEC. C. Provide equipment grounding conductors in all power and control circuit raceways. 3.03 EQUIPMENT AND ENCLOSURE BONDING A. Electrical distribution and utilization equipment enclosure ground bus, motor frames, manholes, metal structures and buildings, outdoor metal enclosures, fences and gates shall be bonded to the grounding system with conductor sizes as specified. B. Connect the conductor to the metal enclosure using a UL listed connector, where the enclosure does not contain an internal ground bus 1544106*04 City of Carlsbad Generator Replacement Project 16450 - 3 Grounding February 2018 C. Non-electrical equipment with metallic enclosures, that are located outdoor and Grounding February 2018 without a cover or a shade, shall be connected to the grounding system. END OF SECTION 16450 - 4 1544106*04 City of Carlsbad Generator Replacement Project PART 1 -GENERAL 1.01 SECTION INCLUDES SECTION 16500 LIGHTING A. Provisions: Applicable provisions of Section 16010 become a part of this Section as if repeated herein. B. Work Included: Provide a lighting system complete, including fixtures, lamps, drivers, standards, bases, hangers, reflectors, glassware, lenses, auxiliary equipment, ballasts, sockets, and photoelectric cells. 1.02 REFERENCE STANDARDS A. Federal Regulations 1. Title 21 Performance Standards for Light Emitting Products CFR 1040 B. Underwriters Laboratories (UL) Standards 1. 57 Electric Lighting Fixtures 2. 844 Electric Lighting Fixtures for Use in Hazardous (Classified) Locations 1.03 SUBMITTALS A. Submit material or equipment data in accordance with the Product Review category of the General Conditions and the submittal requirements of Section 16010. B. Submit photometric curves for each fixture configuration proposed. Substitutions will not be considered unless the photometric distribution curve indicates the proposed fixture is equal to or exceeds the specified luminaire. C. Submit shop drawings showing proposed methods for mounting interior lighting fixtures which are not attached directly to the ceiling or wall. D. Regarding the seismic anchorage requirements refer to Section 01190 for equipment certification and anchorage design 1.04 GUARANTEE A. Lamps which fail within 90 days after acceptance by the Owner shall be replaced at no cost to the Owner. 1.05 WARRANTY A. Provide a Warranty for LED luminaires. The Warranty shall include as a minimum the following: 1544106*04 City of Carlsbad Generator Replacement Project 16500 - 1 Lighting February 2018 1. A written 5-year warrant on lamp replacement material, fixture finish and workmanship. Finish warranty shall include warranty against failure or substantial deterioration such as blistering, cracking, peeling, chalking or fading. 2. A written 5-year replacement material warranty for defective or non-starting LED source assemblies. 3. A written 5-year replacement material warranty on all power supply units (PSU). 4. The warranty period shall begin on the date of Substantial Completion. The Contractor shall provide the Owner with appropriate signed warranty certificates. The Owner shall have received these certificates prior to final payment. PART 2 -PRODUCTS 2.01 FIXTURES A. Fixtures shall be of the types, wattages and voltages shown on the Drawings, comply with UL 57, and be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. B. Luminaire wire, and the current carrying capacity thereof, shall be in accordance with the NEC. C. Luminaires and lighting equipment shall be delivered to the project site complete, with suspension accessories, aircraft cable, stems, canopies, hickeys, castings, sockets, holders, ballasts, diffusers, louvers, frames, recessing boxes and related items, including supports and braces. 2.02 LED LUMINAIRES (LED) A. LED luminaires shall be a complete functioning unit with all components including light source, lamps, power supply, control interface and any additional components needed for operation shall be assembled by the luminaire manufacturer. B. Luminaires shall comply with ANSI chromaticity standard for classifications of color temperature. Luminaire shall be UL or ETL listed and labeled. C. Luminaire testing shall be per IESNA LM-79 AND LM-80 procedures. D. Useful Life Requirements: The useful life of the luminaire in terms of lumen output must be specified by one of the following two methods: 1. Simplified L70 threshold: A minimum of 50,000 operating hours before reaching the L 70 lumen output degradation point, accounting for individual LED lumen depreciation and catastrophic failures. Fifty percent of the sample population must reach the 50,000 hour point -this is known as 850. Only 10 percent of the LED lamps can have failed in a conventional sense - this is known as F10. E. Provide shop drawings showing illumination levels with LED systems based on lumen output at 70 percent lumen depreciation for white LEDs and 50 percent for colored LEDs. Initial lumen output for all LEDs shall be listed individually. F. LED drivers Lighting February 2018 1. Drivers shall have reversed polarity protection, open circuit protection and require no minimum load. 2. Drivers shall operate at a minimum 85 percent efficiency and have a class A noise rating. 16500 -2 1544106*04 City of Carlsbad Generator Replacement Project 3. LED driver shall be solid state unit mounted within fixture and shall be adequately ventilated and match the LED fixture rating in watts and voltage. G. Where LED systems are required to be dimmable, the LED system shall be capable of full and continuous dimming. 2.03 BALLASTS A. Ballasts: Provide energy efficient solid state electronic ballasts. Input watts shall not exceed 72 with "E" rated 3,700 lumen lamps operated at 25,000 Hertz. Sound rating shall be "A". Crest Factor shall be 1.6 .. Unit shall be FCC Certified and UL listed. Minimum lamp starting temperature shall be 50°F. Solid state ballast shall be suitable for dimming of T-8 and T-5 lamps. An internal MOV shall provide transient protection and a 3 year extended warranty shall be provided. Ballast shall be General Electric, Phillips or approved equal. B. High pressure sodium lamp ballasts shall be the auto-regulator type providing 3% voltage variation to the lamp with 10% line voltage variation. Ballast power factor shall be at least 90%. Ballasts shall bear the UL label. C. Ballasts in luminaires for exterior use shall provide reliable starting of lamps at 0°F at 90% of the nominal line voltage. All locations, other than totally enclosed rooms, shall be considered exterior. D. Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be replaced at no expense to the Owner. E. LED Driver shall be solid state unit mounted within fixture and shall be adequately ventilated and match the LED fixture rating in watts and voltage. Driver shall have a power factor of at least 85% and shall be suitable for dimming from 25% to full rated watts. 2.04 LAMPS A. General: Lamps shall be new at the time of acceptance and shall be General Electric, Sylvania, or approved equal. B. Fluorescent lamps shall be the rapid start type, high efficiency, 3,500 Kelvin in color. [T-8] [T 5] lamps shall be General Electric; Sylvania Super; or approved equal. C. High pressure sodium lamps shall have an outer bulb with a diffuse finish and shall be suitable for burning in any position. D. Metal halide lamps shall conform to 21CFR1040.30. E. LED units shall have the minimum rating of watts and output lumens as indicated on the Drawings and shall be provided by the same manufacturer as the LED driver 1544106*04 City of Carlsbad Generator Replacement Project 16500 - 3 Lighting February 2018 2.05 PHOTOELECTRIC CELL A. Photoelectric cell shall have adjustable turn on range from 2-to 50-foot candles. Cell shall operate from 120 Vac, 60 Hertz. Switched contacts shall be single pole, single throw and tungsten rated 1,800 watts minimum at 120 Vac. Housing shall be weatherproof with threaded conduit fitting suitable for mounting to a junction box. Cell shall be Tork ; lntermatic ; or approved equal. 2.06 TIME SWITCH A. Time switch shall be electronic type, programmable, equipped with astronomical (24-hour, seasonally adjusting) dials and reserve power springs for a 10-hour minimum carry-over in the event of a power outage. Units shall be complete with a manual bypass switch. 2.08 LIGHT CONTROL RELAYS A. Units shall be mechanically held with contacts rated 30 Amperes to 600 Volts. Number of poles and operating coil voltage shall be as shown on the Drawings. PART 3 -EXECUTION 3.01 INSTALLATION A. General: 1. Where the Drawings indicate that light fixtures are to be "two level" switched, wire the two inner lamps to one ballast and the two outer lamps to the other ballast. B. Mounting and Supports: Lighting February 2018 1. Surface mounted fixtures shall be rigidly bracketed from mounting surfaces. Luminaires installed in rows shall have a non-cumulative dimensional alignment tolerance of 1/16-inch. Nipples carrying wiring between luminaires shall be watertight. END OF SECTION 16500 - 4 1544106*04 City of Carlsbad Generator Replacement Project 1544106*04 City of Carlsbad Generator Replacement Project THIS PAGE INTENTIONALLY BLANK 16500 - 5 Lighting February 2018