Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C-7876-2 - Corporation Yard Improvement Project
CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Before 2:00 PM on the 1St day of May 2025, at which time such bids shall be opened and read for Corporation Yard Improvement Proiect Contract No. 7876-2 $6,460,000 Engineer's Estimate Approved by James M. Houlihan iuty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 MANDATORY PRE -BID SITE WALK: A mandatory iob walk will be conducted for this project on April 10, 2025 at 9:00 a.m. at 592 Superior Avenue Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 1911 Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Tom Sandefur, Project Manager at (949) 644-3321 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://www.newportbeachca.gov/qovernment/data-hub/online-services/bids-rfps-vendor- reqistration City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................... 14 DESIGNATION OF SURETIES...................................................................... 15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 16 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIAL PROVISIONS............................................................................................ SP-1 2 City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope before the bid opening) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening. The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office before the Bid Opening. The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including; but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shalt be posted, by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4110'0' et seq. of the Public Contracts Codle, "Submitting and Subcontracting hair, Practices Act'. 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. 1061257 - A, B, C-15, C-36, C61/D12, C61/D34 44-- Amir Movafegh, President Contractor's License No. & Classification Authorized Signature/Title 1000543172 - 06/30/2027 DIR Registration Number & Expiration Date Legion Contractors, Inc. Bidder 5 May 1, 2025 Date Bond No.: LEGCO-197 City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent Of The Total Amount Bid Dollars ($ 10% Of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of PROJECT TITLE, Contract No. 7876-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 29th day of April , 2026. Legion Contractors, Inc. Name of Contractor (Principal) orize Si ature/Title Great Midwest Insurance Company GCGGfi� Name of Surety Authorized Agent Signature 800 Gessner Road, Suite 600 Houston, TX 77024 Matthew R. Dobyns, Attorney -in -Fact Address of Surety Print Name and Title (720) 912-0640 Telephone (Notary acknowledgment of Principal & Surety, must be attached) M. 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 )SS. On 1 Y"1i t 20 Z'S_ before me, Notary Publi , personally appearedwho proved to me on the basis of satisfactory evidence to be the person(g) whose name(t) 91are 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 signatures(9) on the instrument the person(s), or the entity upon behalf of which the person(') 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. JENNY ER J, CLARK WITNESS my hand and official seal. Notary public. California lky LosAnge,e5CountyCommission Y 2477571 f{ '`\' f^ {� Comm. Expves Dec 26, 2027 Sighature f —�T (seal) Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language ',�I;iTIL�]P/_' 1 �1►`I 7�7:7irT'i1�GP► i y 1 zn I z�- 1 ct_Ae r 'S 13aY,j Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO / CFO / COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer 7 Check here if no thumbprint or fingerprint is available. 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 } ss. On 20 before me, Notary Public, 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 signatures(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. Signature (seal) 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 } ss. On 20 before me, Notary Public, 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 signatures(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. Signature R (seal) POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS, that GREAT MIDWEST INSURANCE COMPANY, a Texas Corporation, with its principal office in Houston, TX, does hereby constitute and appoint: Randy Spohn, Matthew R. Dobyns, Hamilton Kenney, Ashley M, Spohn its true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST NCE COMPANY, on the 1It day of April, 2025 as follows: Resolved, that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company her person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies contracts of indemnity or oth ritings obligatory in nature of a bond not to exceed One -Hundred Million dollars ($100,000,000.00), which the Company might execute throul duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be nding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney -I act, so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power Resolved, that the signature of the President and the seal of the Company may be affixed by electronic mail on any power of attorr ed, and the signature of the Secretary, and the seal of the Company may be affixed by electronic mail to any certificate of any such po, any such power or certificate bearing such electronic signature and seal shall be valid and binding on the Company. Any such power uted and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and its l Corporate Seal to be affixed this 8th day of April, 2025. WSU °o CORPORATE SEAL ASS CORPOA��\o� ACKNOWLEDGEMENT GREAT MIDWEST INSURANCE COMPANY BY/ Mark W. Haushill President On this 8th day of April 2025, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and say t he is the President of GREAT MIDWEST INSURANCE COMPANY, the corporation described in and which executed the above instrument; that executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. CHRISTINA BISHOP My Notary ID # 131098Y 0468 ��fr�'' ExpvesApril 14, 2029 Christina Bishop Notary Public CERTIFICATE I, the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY tha' the original Power of Attorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions as set forth are now in force. igned and Sealed at Houston, TX this 29th Day of April 2025 1NSURq,y��� 1 CORPORATE SEAL BY 4106,(( Patricia an r�xgs 0ORPoRSecretary WARNING: Any person who knowingly and with intent to de -fraud any insurancP company or other person, files and application for insurance of clai containing any materially false information, or conceals tor the purnese of misleading, information concerning any fact material thereto, commits fraudulent Insurance act, which is a crime and subjects such person to criminal and civil penalties. CALIFORNIA ALL-PURPOSE 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 lCounty of ORANGE Ion April 29th, 2025 before me, ASHLEY MARIE SPOHN, NOTARY PUBLIC, personally appeared MATTHEW R. DOBYNS who proved to me on the basis of satisfactory evidence to be the person(s) whose name( is/a>=e subscribed to the within instrument and acknowledged to me that he/sue executed the same in his/ of authorized capacity (ies), and that by his/#�signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ASHLEY MARIE SPOHN COMGA.X2413413285 I certify under PENALTY OF PERJURY under the laws of the State of NOTARY PUBUC • CALIFONA O ORANGE COUNTY California that the foregoing paragraph is true and correct. Cantu. res ". 19, 2026 WITNESS my hand and official seal. / � VR(LA LVW� jk Sigh ture of Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER PARTNER(S) LIMITED `j ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Legion Contractors, Inc. Amir Movafegh, President Bidder 9 Authorized Signature/Title City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Legion Contractors, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $500,000, provide the following information: No. 1 Project Name/Number Vista Grande Park Improvements Project Description Constructing a new park on a 22 acres landfill. Approximate Construction Dates: From May 2024 Agency Name City of La Habra Contact Person Zack Faqih To: May 2025 Telephone (949)637-5040 Original Contract Amount I0,098,000Final Contract Amount $11,050,000 If final amount is different from original, please explain (change orders, extra work, etc.) Extra scope of work requested by the owner. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 10 No. 2 Project Name/Number Outdoor Library at Jerome Park Project Description Construct a New Park and Outdoor Library Approximate Construction Dates: From October 2024 Agency Name City of Santa Ana Contact Person Danny Mai To: June 2025 Telephone (714)719-9962 Original Contract Amount $3,500,000 Final Contract Amount $3,650,000 If final amount is different from original, please explain (change orders, extra work, etc.) Extra scope of work requested by the owner. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Standard McFadden Park Improvements Project Description Construct a new Park Approximate Construction Dates: From February 2024 To: October 2024 Agency Name City of Santa Ana Contact Person Alex Olmos Telephone (714) 824-1439 Original Contract Amount $3,460,000Final Contract Amount $ 3,600,000 If final amount is different from original, please explain (change orders, extra work, etc.) Extra scope of work requested by the owner. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 11 No. 4 Project Name/Number Bristol -Tolliver Street Urban Greening Project Description Construct a New Park Approximate Construction Dates: From May 2025 Agency Name City of Santa Ana Contact Person Craig Foster To: October 2025 Telephone (714) 397-0759 Original Contract Amount $3,808,800 Final Contract Amount $ 3,808,800 If final amount is different from original, please explain (change orders, extra work, etc.) Not Applicable. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. 5 Project Name/Number Parque Del Arroyo Verde Renovation Project Description Park Improvements Approximate Construction Dates: From July 2023 Agency Name City of Placentia Contact Person Raquel Garcia To: January 2024 Telephone (714) 993-8128 Original Contract Amount $2,280,000 Final Contract Amount $ 2,280,000 If final amount is different from original, please explain (change orders, extra work, etc.) Not Applicable. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 12 No. 6 Project Name/Number Deforest Park Discovery Trail Project Description Construct a new Park Approximate Construction Dates: From Nov. 2022 To: Jan.2023 Agency Name Camp Fire Angeles (City of Long Beach) Contact Person Danny Ka Telephone (310)351-0138 Original Contract Amount $ 750,000 Final Contract Amount $ 750,000 If final amount is different from original, please explain (change orders, extra work, etc.) Not Applicable. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Legion Contractors, Inc. Bidder 13 lk� Amir Movafegh, President Authorized Signature/Title City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 NON -COLLUSION AFFIDAVIT State of California ) ss. County of Los Angeles ) Amir Movafegh , being first duly sworn, deposes and says that he or she is President of Legion Contractors, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of theAtho6rized li q hat the foregoing is true and correct. Legion Contractors, Inc. Amir Movafe h, President Bidder Signature/Title Subscribed and sworn to (or affirmed) before me on this day of , 2025 by satisfactory evidence to be the I certify under PENALTY OFFFF paragraph is true and cgrrtrct. proved to me on the basis of appeared before me. URY under the laws of the State of California that the foregoing ��e-e-— Notary Public [SEAL] My Commission Expires: 14 CALIFORNIA JURAT GOVERNMENT CODE § 8202 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 VeS ENNIFER J. C= Notary Public - California Los Angeles County commission p 2477571 [ My Comm. Expires Dec 26, 2027 Subscribed and sworn to (or affirmed) before me on this C day of 2 Z S , by Date Month Year (and (2) Nome(t) of Signer(l) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature Place Notary Seal and/or Stamp Above I Signature of otary Public A r1T1/1�1 A 1 Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: N��'1 Col'uSid" '041 dF-v1 i- Document Date: Signer(s) Other Than Named Above: ©2019 National Notary Association Number of Pages: City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 DESIGNATION OF SURETIES Bidder's name Legion Contractors, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Suretv: Great Midwest Insurance Comnan Address: 800 Gessner Rd., Suite 600, Houston, TX 77024 Agent: R S Bonding & Insurance Agency, Inc. Address:1633 E. 4th St., Suite 228, Santa Ana, CA 92701 Contact: Randv Spohn - (714) 541-4700 Insurance: Palomar Specialty Insurance Company Address: 7979 Ivanhoe Avenue, Suite a jolla, CA 92031 Agent: Garrett/Mosier Insurance Services, Inc. - Contact: Paul Bland - (949) 559-3374 15 City of Newport Beach Corporation Yard Improvement Protect Contract No. 7876-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Legion Contractors, Inc. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2024 2023 2022 2021 2020 Total 2025 No. of contracts 1 2 2 5 6 3 19 Total dollar Amount of $3,800,000 $15,000,000 $6,000,000 $4,500,000 $3,500,000 $1,700,000 $34,500,000 Contracts (in Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost 0 0 0 0 0 0 0 Workday Cases No. of lost workday cases involving 0 0 0 0 0 0 0 permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. `I Legal Business Name of Bidder Legion Contractors, Inc. DBA Legion Builders Group Business Address: 445 S. Figueroa St., Ste 2580, Los Angeles, CA 90071 Business Tel. No.: 310-740-6640 State Contractor's License No. and Classification: 1061257 -Class: A, B, C-15, C-36, C61/D12, C61/D34 Entity Type: Corporation The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date May 1. 2025 - President 1, 2025 Title Secreta Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. (NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 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 Los Angeles On t ( Z before me, Jennifer J. Clark, Notary Public (Here insert name and title of the officer) personally appeared Ami r �q who proved to me on the basis of satisfactory evidence to be the personN whose nameK is are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(i3*1, and that by his/her/their signature(v) on the instrument the person(*, or the entity upon behalf of which the personK 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. JENNIFER J. CLARK Notary Public - California Oy Los Angeles County CQ° of Seal Commission # 2,177571VIN ari ) Comm. Expires Dec 26, 2027 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT r (Tide or description of attached document) iZe c 6Yt4 -f -z go -s. (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Calfornia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that elocumeni. The only exception is tf a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document care, fitly for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) 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/they, is /aw ) 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 tite 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 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.,com City of Newport Beach Corporation Yard Improvement Protect Contract No. 7876-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Legion Contractors, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received S' ure 1 April 10, 2025 in City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Legion Contractors, Inc. Business Address: 445 S. Figueroa St., Ste 2580, Los Angeles, CA 90071 Telephone and Fax Number: 310-740-6640 California State Contractor's License No. and Class: 1061257-A, B, C-15, C-36, C61012, C61/D34 (REQUIRED AT TIME OF AWARD) Original Date Issued: 12/11/2019 Expiration Date: 12/31/2025 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Elijah Quiazon The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Amir Movafegh, President, 445 S. Figueroa St., SUite 2580, Los Angeles, CA 90071 , (310) 740-6640 x102 Saba Khouban, Secretay, 445 S. Figueroa St., SUite 2580, Los Angeles, CA 90071 , (310) 740-6640 x101 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None. All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Legion Contractors, Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Not Applicable. Briefly summarize the parties' claims and defenses; Not Applicable. Have you ever had a contract terminated by the owner/agency? If so, explain. No. Have you ever failed to complete a project? If so, explain. No. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor co liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No 20 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. Legion Contractors, Inc. Bidder On before me, Amir Movafegh (Print name of Owner or President of Corporati n mpany) Au'fKgrifea Ki64atureffitle President Title May 1, 2025 Date satisfactory evidence to be the person(s) whose n acknowledged to me that he/she/they executed the by his/her/their signature(s) on the instrument thepE acted, executed the instrument. ; I certify under PENALTY OF PERJU paragraph is true and correct. WITNESS my hand and Notary Public in andf6r said State My Commission Expires: Notary Public, personally appeared who proved to me on the basis of is/are subscribed to the within instrument and in his/her/their authorized capacity(ies), and that s), or the entity upon behalf of which the person(s) under the laws of the State of California that the foregoing 21 (SEAL) f\Z t r-\Uw t-ed-1 YY\-9 yti.-i'- 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 Los Angeles On S I 2-S before me, Jennifer J. Clark, Notary Public , (Here insert name and title of the officer) personally appeared 6MI r Moyek-Aen V, r who proved to me on the basis of satisfactory evidence to be the person(to whose nameN(gafe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(io*), and that by his/her/their signature( on the instrument the person(s�, or the entity upon behalf of which the personM 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. JENNIFER J, ctaRl( Notary Public • California Los A gel sion 0 County Commissions 2477571 (Notary Seal) My Comm. Expires Dec 26, IDI7 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT V"�6YrYtC` �t'1 Aft Vi1 pi IgtG��el (Title or description of atrached document) t-1 - Ne L,> p v4— 8�_.t" (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certj5,ing the authorized capacity of the signer). Please check the document carefully,for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) 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 die 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 names) 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/they, is /are ) 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 2008 Version CAPA v12.10.07 800-873-986; wi�w.NotaryClasses.cogi City of Newport Beach Corporation Yard Improvement Project Contract No. 7876-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 CORPORATION YARD IMPROVEMENT PROJECT CONTRACT NO. 7876-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day of June, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and LEGION CONTRACTORS, INC, a California corporation ("Contractor"), whose address is 445 S. Figueroa St #2580, Los Angeles, CA 90071, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of, but is not limited to: (1) distributing notices to affected residents; (2) traffic control; (3) construction surveying; (4) removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks, curb and gutter, concrete valley gutters and driveways; (5) constructing new concrete streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6) adjusting and/or installing new City utility covers to grade; (7) replacing obliterated or damaged traffic striping; (8) coordinating with subcontractors to adjust utility facilities to grade; (9) removing existing hardscaping and pavement as needed for contract work; (10) installing new fueling equipment, piping, and infrastructure; (11) modifying the transfer station and constructing a new truck scale; (12) installing a prefabricated restroom and required utility piping and connections; and (13) other incidental items to be completed in work places required by the Contract Documents. All construction for the work shall reference these Special Provisions, the Standard Specifications, and all Contract related documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7876-2, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Seven Million One Hundred Eighty Eight Thousand Dollars ($7,188,000.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Eric Dorbely to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. Legion Contractors, Inc Page 2 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive Newport Beach, CA 92660 Legion Contractors, Inc Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Amir Movafegh Legion Contractors, Inc 445 S. Figueroa St. #2580 Los Angeles, CA 90071 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. Legion Contractors, Inc Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Legion Contractors, Inc Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless Legion Contractors, Inc Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. Legion Contractors, Inc Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. Legion Contractors, Inc Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Legion Contractors, Inc Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 64K/7 S CITY OF NEWPORT BEACH, a California Mu icipal corporation Date: �/ /(P�zS' _ By: LBy: C / A n C. Harp Joe aplet n City Attorney Mar $/ S AT' Dal 11 IL1 III I I VILy V I l I1\ CONTRACTOR: LEGION CONTRACTORS, INC, a California corporation Date: Signed in Counterpart By: Amir Movafegh Chief Executive Officer, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Legion Contractors, Inc Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 6/1817 5 _ By: 0 _j. �" �_r, A on C. Harp art Ci y Attorney ATTEST: Date: Molly Perry Interim City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Joe Stapleton Mayor CONTRACTOR: LEGION CONTRACTORS, Cal Dal By: i Chief Executive Officer, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements IN ';, a Legion Contractors, Inc Page 10 (One of Two Originals) EXHIBIT A CITY OF NEWPORT BEACH BOND NO. GM 215564 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to LEGION CONTRACTORS, INC. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of, but is not limited to, (1) distributing notices to affected residents; (2) traffic control; (3) construction surveying; (4) removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks, curb and gutter, concrete valley gutters and driveways; (5) constructing new concrete streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6) adjusting and/or installing new City utility covers to grade; (7) replacing obliterated or damaged traffic striping; (8) coordinating with subcontractors to adjust utility facilities to grade; (9) removing existing hardscaping and pavement as needed for contract work; (10) installing new fueling equipment, piping, and infrastructure; (11) modifying the transfer station and constructing a new truck scale; (12) installing a prefabricated restroom and required utility piping and connections; and (13) other incidental items to be completed in work places required by the Contract Documents. All construction for the work shall reference these Special Provisions, the Standard Specifications, and all Contract related documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, 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 the undersigned Principal, and, Great Midwest Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Seven Million One Hundred Eighty Eight Thousand Dollars ($7,188,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; 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 present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fall to pay for any materials, provisions, or other supplies, implements or machinery 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, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, Legion Contractors, Inc Page A-1 in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed. by the above named Principal and Surety, on the 25th day of June 20 :25 Legion Contractors, Inc. Name of Contractor (Principal) Great Midwest Insurance Company Name of Surety 800 Gessner Road, Suite 600 Houston, TX 77024 Address of Surety (720) 912-0640 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: Aar. n C. Harp City Attorney Amir Movafegh / Prosidert AuthoritorKS naturelTitle Authorized Agent Signatu Matthew R. Dobyns, Attorney-ir,- Faic_t_ Print Name and Title (Corporate Seal) NOTARY ACKNOWLEDGMENTS OF CONTRACTOR - AND SURETY MUST BE ATTACHED Legion Contractors, Inc Page A-2 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 L.�& ss. On 7".1r�� - , 7 , 20 before me, _ -Tenh r-F-e,-- Notary -Public, personally appeared Ainni,- i'Ylc,V14ff3 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(t) CS/raf-e- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(,i s), and that by his/her/their signatures(,&) on the instrument the person(ss), 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. Signature `l 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 JENNIFER J. 7:RK Notary Pulslic - California Los Angeles County Commission M 2477571 — My Comm. Expires Dec 26, 20I7 (seal) County of } ss. On , 20 before me, , Notary Public, personally appeared 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 signatures(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. Signature (seal) Legion Contractors, Inc Page A-3 POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS, that GREAT MIDWEST INSURANCE COMPANY, a Texas Corporation, with its principal office in Houston, TX, does hereby constitute and appoint: Randy Spohn, Matthew R. Dobyns, Hamilton Kenney, Ashley M. Spohn true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or tings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on the 15' day of April, 2025 as follows: Resolved, that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company o Cher person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other ,ritings obligatory in nature of a bond not to exceed One -Hundred Million dollars ($100,000,000.00), which the Company might execute through s duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be as inding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney -In act, so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power o Resolved, that the signature of the President and the seal of the Company may be affixed by electronic mail on any power of attorney ted, and the signature of the Secretary, and the seal of the Company may be affixed by electronic mail to any certificate of any such powe any such power or certificate bearing such electronic signature and seal shall be valid and binding on the Company. Any such power so uted and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to b and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and Corporate Seal to be affixed this 8th day of April, 2025. CORPORATE SEAL ACKNOWLEDGEMENT GREAT MIDWEST INSURANCE COMPANY BY / 4&11L Mark W. Haushill President On this 8th day of April 2025, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and that he is the President of GREAT MIDWEST INSURANCE COMPANY, the corporation described in and which executed the above instrument; he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. CHRISTINA BISHOP f _• w= My Notary ID # 13109BY---_�_ 04B8 Expires April ld,2t)29 Christina Bishop Notary Public CERTIFICATE I, the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY that original Power of Attorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions set forth are now in force. igned and Sealed at Houston, TX this 25th Day of June 2025 BY atricia MING: Any person who knowingly and with intent to defraud ;any insurance conipany or other person, files and application for insurance of cla' ining any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits ulent insurance act, which is a crime and subjects such person to criminal. and civil penalties. CALIFORNIA ALL-PURPOSE 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 ORANGE On June 25 th, 2025 before me, ERIKA G. MORGAN, NOTARY PUBLIC, personally appeared MATTHEW R. DOBYNS , ® who proved to me on the basis of satisfactory evidence to be the persona) whose name(a) is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/heqtheir authorized capacity ees}, and that by his/her signatures) 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 ERIKA G. MORGAN California that the foregoing paragraph is true and correct. COMM. #2516749 $ O NOTARY PUBLIC • CALIFORNIA O LE ORANGECouNTY WITN S my ind and official seal. CgI1fI1, 6 fires M9y 5, 2029 Si ature of tart' OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT PRICE (One of Two Originals) EXHIBIT B CITY OF NEWPORT BEACH BOND NO. GM 215564 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of Newport Beach, (hereinafter referred to as "City") has awarded to LEGION CONTRACTORS, INC., (hereinafter referred to as the "Contractor") an agreement for: The work necessary for the completion of this contract consists of, but is not limited to, (1) distributing notices to affected residents; (2) traffic control; (3) construction surveying; (4) removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks, curb and gutter, concrete valley gutters and driveways; (5) constructing new concrete streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6) adjusting and/or installing new City utility covers to grade; (7) replacing obliterated or damaged traffic striping; (8) coordinating with subcontractors to adjust utility facilities to grade; (9) removing existing hardscaping and pavement as needed for contract work; (10) installing new fueling equipment, piping, and infrastructure; (11) modifying the transfer station and constructing a new truck scale; (12) installing a prefabricated restroom and required utility piping and connections; and (13) other incidental items to be completed in work places required by the Contract Documents. All construction for the work shall reference these Special Provisions, the Standard Specifications, and all Contract related documents (hereinafter referred to as the "Project"). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated June 24th, 2025 , (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, the undersigned Contractor and Great Midwest Insurance Company as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of Seven Million One Hundred Eighty Eight Thousand Dollars ($7,188,000.00), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, their or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee of all materials and workmanship; and shall indemnify and save Legion Contractors, Inc Page B-1 harmless the City, their respective officials, officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and 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 City in enforcing such obligation. As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or H. Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. iii. Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Legion Contractors, Inc Page B-2 Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 25th day of .tune 025 . Legion Contractors, Inc. Amir Movafegh ! President Name of Contractor (Principal) uthoriz d Signature/Title Great Midwest Insurance Company Name of Surety 800 Gessner Road, Suite 600 Houston, TX 77024 Address of Surety (720) 912-0640 Telephone (Attach Attorney -in -Fact Certificate) Attomey-i n- Fact Matthew R. Dobyns , Attorney-i, i-F1ct Print Name and Title (Corporate Seal) See Attached The rate of premium on this bond is Invoice per thousand. The total amount of premium charges is $ See Attached Invoice (The above must be filled in by corporate attorney.) Any claims under this bond may be addressed to: (Name and Address of Surety or R S Bonding & Insurance Agency Agent for Service in California) 1633 E. Fourth Street, Suite 228 Santa Ana, CA 92701 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7 t ? i 7 5 By: \ Aa on C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Legion Contractors, Inc Page B-3 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 (x s, r i , �� } ss. On % c 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to IJ6 the person(s) whose name(s)Cl,/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 signatures() on the instrument the person(%), or the entity upon behalf of which the person(a) 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. Signlature 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 JENNIFER J. CLARK Notary Gublic - Calitornta Los Angeles County Commission # 2477571 — My Comm• Expires Dec 26, 2027 (seal) County of t ss. On , 20 before me, , Notary Public, personally appeared 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 signatures(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. Signature (seal) Legion Contractors, Inc Page B-4 POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS, that GREAT MIDWEST INSURANCE COMPANY, a Texas Corporation, with its principal in Houston, TX, does hereby constitute and appoint: Randy Spohn, Matthew R. Dobyns, Hamilton Kenney, Ashley M. Spohn true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or tings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on the 15' day of April, 2025 as follows: Resolved, that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company o Cher person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other 'ritings obligatory in nature of a bond not to exceed One -Hundred Million dollars ($100,000,000.00), which the Company might execute through s duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be as inding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney -In - act, so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power o Resolved, that the signature of the President and the seal of the Company may be affixed by electronic mail on any power of attorr nted, and the signature of the Secretary, and the seal of the Company may be affixed by electronic mail to any certificate of any such po) 1 any such power or certificate bearing such electronic signature and seal shall be valid and binding on the Company. Any such power ;cuted and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to id and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and Corporate Seal to be affixed this 8th day of April, 2025. CORPORATE SEAL ACKNOWLEDGEMENT GREAT MIDWEST INSURANCE COMPANY Mark W. Haushill President On this 8th day of April 2025, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and that he is the President of GREAT MIDWEST INSURANCE COMPANY, the corporation described in and which executed the above instrument; he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. •!�+" CHRISTINA BISHOP /1 /. My Notary ID # 13109M BY L�!/ �F ExpiresApril1d,2029 Christina Bishop Notary Public CERTIFICATE I, the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY thaf� the original Power of Attorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions as set forth are now in force. igned and Sealed at Houston, TX this 25th Day of June 2025 g"i Patricia RNING: Any person who knowingly and with intent to defraud any Insurance company or other person, files and application for insurance of claim ;aning any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a dulent insurance act, which is a crime and subjects such person to criminal and cavil penalties. CALIFORNIA ALL-PURPOSE 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 ORANGE On June 25th, 2025 before me, ERIKA G. MORGAN, NOTARY PUBLIC, personally appeared MATTHEW R. DOBYNS , ® who proved to me on the basis of satisfactory evidence to be the person{) whose name{) is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her authorized capacity 0*, and that by his/her signature{) on the instrument the personfs)), or the entity upon behalf of which the persons) 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. ERIKA G. MORGAN COMM. $2516749 ; WITNESS 4yy hanc I NOTARY PUBLIC •CALIFORNIA o and official seal. — ORANGE COUNTY Cam,. Fires Mey 5.2029 Signa re of N ta- OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary excess/umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate and four million dollars ($4,000,000) completed operations aggregate. The policy shall cover liability arising from bodily Legion Contractors, Inc Page C-1 injury, property damage, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than five million dollars ($5,000,000) per loss and five million dollars ($5,000,000) in the aggregate per policy period. Claims -made policies require a 10-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured underthe policy. E. Excess/Umbrella Liability Insurance_. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess/umbrella liability policies are exhausted. Legion Contractors, Inc Page C-2 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess/umbrella liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement shall be included as additional insureds under such policies. C. Primary and Non -Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its City Council, boards and commissions, officers, agents, volunteers and employees. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must Legion Contractors, Inc Page C-3 be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the Legion Contractors, Inc Page C-4 City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgement may be necessary for its proper protection and prosecution of the Work. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new Legion Contractors, Inc Page C-5 coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Legion Contractors, Inc Page C-6 C� CD a n a C) 0 cn 0 0 7 0 c Z3 u Cl CD as N o .. $ as CD 10 0 c is N d C m chi c n O I it I W > i$ E `-� m I cn. z U ro ' a _y � CD 47 C:3 U1 G�3 f i � 3� pp Ln o ro f D Utpo to p Utco �•" G1 n b 4'i CD i i I R I , i I i C7 $" Un CO --j r 4 C9� O :f � fj1 0 cn R'S O fn p Chi E3 n CD CD o � � m a a p a a 0 � I m City of Newport Beach Corporation Yard Improvement Proiect Contract No. 7876-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7876-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: May 1, 2025 Date 310-740-6640 Bidder's Telephone and Fax Numbers 1061257 - A, B, C-15, C-36, C61 /D12, C61 /D34 Bidder's License No(s). and Classification(s) 1000543172 DIR Registration Number Legion Contractors, Inc. Bidder A*-- Amir Movafegh, President Bidder's Authorized Signature and Title 445 S. Figueroa St., Ste 2580, Los Angeles, CA 90071 Bidder's Address Bidder's email address: Info@LegionContractors.com PR-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 Corporation Yard Improvements CONTRACT NO. 7876-2 DATE: 2-5 B �. eputy Public Works Director/City Engineer TO: ALL PLANHOLDERS AND BIDDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. A. MANDATORY PRE -BID SITE WALK SIGN -IN SHEET Please see attached mandatory pre -bid site walk sign -in sheet. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. A bid_ may be deemed unresponsive unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Legion Contractors, Inc. Bidder's Name (Please Print) May 1, 2025 Date A&- Amir Movafegh, President Authorized Signature & Title Attachments: 1. Mandatory Pre -Bid Meeting Sign -in Sheet i lusem\pbw\shnrod\conhacts\fy24.25 currontt100_fa0lilios\aorp yard cng fooling sys exp c-7876_20fWbid dots\ iddendum\nddendum no1\addondunl no. 1 c-7876-2.doax Attachment 1 — Mandatory Pre -Bid Meeting Sign -In Sheet i\ustirs\pbw\sharod\coitlritels\fy24-:5 currunM00_facilities\corp yard ong fueling sys exp c-7876_0fl4\bid docs\nddondum\nddendllm not\addendum no. 1 c-7676-2.docx City of Newport Beach Public Works Department Corporation Yard Improvements Contract C-7876-2 Pre -Construction Meeting April 10, 2025 9:00 a.m. SIGN -IN SHEET Please Print NAME REPRESENTING PHONE NO. Email i&A OY F"Iv" -e-Af L""64 L! 818-9-(J926) OIA �of\CoAin rs,�lafN A �< 'mil - <. a.. l ,irn n hioa7L t ;W, kon ! adi PLA13 of o i \ 1 Zq b ' 0 (a i .5k 4qx 41.2 � f sna I ,6 Vl i ia bw• u BS1' ;n . Co Se � S. BSc i z3S 6Z 7 � ��r 'ter i- cosu- W J�G tA1Ull P-CJ Y` " ,9 - 5p 2 6' oo 'J J CoA57fOr_T bn City of Newport Beach Public Works Department Corporation Yard Improvements Contract C-7876-2 Pre -Construction Meeting April 10, 2025 9:00 a.m. SIGN -IN SHEET Please Print NAME REPRESENTING PHONE NO. Email 51'.% 0ayX IP4v,n .•c 710-CSZ-661cA ti ( Rctj covs 9-7/3- 36 74 on Its, • �1OU «,Mbe. Mc4tira &.,;k ,& d - "VtYS Ud. a�q-SrS' �3�x21 es�r"o.�� ��.e�-,� tde c._-q IT To D /'i �1gn �� �ghh �ILl 1 �IdW) �WF��C\ o ✓G7ro�'l� i 2tJvt5 r r �t~CFu�A�Qron�nt 730 l y. - Hd7� P� r $-1175g 1✓" 7/ Gj Gi7 i/'oitl� . Nt< A a S G 1• cam es iwk4lrr,S ��c c • cotn� k' ulil r r rah 5�,;'•�,�r}�kn�s 122g�;1�. GLA�r �tH9-z.99-C�tzS G�0�-b3t�-yv ir+-f'a@_r,2-bH�i'd.c.�n LEGION CONTRACTORS, INC. CA License #1061257 CA DIR #1000543172 Key Personnel Qualifications: 1. LEAD PROJECT MANAGER Name: Amir Movafegh 445 S. Figueroa St., Ste 2580 Los Angeles, CA 90071 Ph & Fax: 415-655-3535 Education: Master of Science in Construction Project Management Bachelor of Science in Civil Engineering Years of Experience: 16 Years Relevant Projects: • City of La Habra Vista Grande Park (Current) • City of Santa Ana Bristol Greening Park (Current) • City of Santa Ana Outdoor Library at Jerome Park (Current) • City of Santa Ana Standard McFadden Park (2024) • City of Placentia Parque Del Arroyo Verde Renovation (2023) • Huntington Beach Rodgers Senior Center Redevelopment (2022) • City of Long Beach DeForest Park Discovery Trail (2022) • Buena Park School District Playground Modernization (2022) • City of Palo Alto Playground and Tennis Court Improvements (2022) • San Jose USD Playground Modernization (2021) • Temecula Valley USD Flooring Replacement (2021) • Terra Linda HS Breezeway Improvements (2021) • Glendale Community College Renovation (2020) • City of San Jose — TI for Community Energy Department Offices (2020) • San Jose USD Maintenance Project (2019) • San Jose — Evergreen Community College Renovation (2019) • Edwards Air Force Base Job Order Contracting (2017 — 2020) • Westlake High School — Conejo Valley Unified School District (2017) • Glendon & Selby Commercial Buildings — Ground up (2015 — 2017) License & Certification: CSLB License No. 1061257 (Class A, B, C-15, C-36, C-61) - PMP LEGION CONTRACTORS, INC. www.LegionContractors.com LEGION CONTRACTORS, INC. CA License #1061257 CA DIR #1000543172 2. SR. PROJECT MANAGER 445 S. Figueroa St., Ste 2580 Los Angeles, CA 90071 Ph & Fax: 415-655-3535 Name: Omeed Hosseini, P.E. Education: Master of Science in Structural Engineering Bachelor of Science in Civil Engineering Years of Experience: 17 Years Relevant Projects: • City of La Habra Vista Grande Park (Current) • City of Santa Ana Bristol Greening Park (Current) • City of Santa Ana Outdoor Library at Jerome Park (Current) • City of Santa Ana Standard McFadden Park (2024) • City of Placentia Parque Del Arroyo Verde Renovation (2023) • Huntington Beach Rodgers Senior Center Redevelopment (2022) • Buena Park School District Playground Modernization (2022) • City of Palo Alto Magical Bridge Playground and Tennis Court Improvements (2022) • Oxnard Union High School Districtwide Tennis Courts Resurfacing (2021) • Conejo Recreation and Park Teen and Adult Center Improvements (2021) • Glendale Community College Renovation (2020) • City of San Jose —TI for Community Energy Department Offices (2020) • San Jose USD Maintenance Project (2019) • San Jose — Evergreen Community College Renovation (2019) • Edwards Air Force Base Job Order Contracting (2017 — 2020) License & Certification: P.E., LEED Green Certificate, OSHA 60 LEGION CONTRACTORS, INC. www.LegionContractors.com LEGION CONTRACTORS, INC. CA License #1061257 CA DIR #1000543172 3. JR. PROJECT MANAGER Name: Years of Experience Relevant Projects: Eric Borbely 8 Years 445 S. Figueroa St., Ste 2580 Los Angeles, CA 90071 Ph & Fax: 415-655-3535 • City of La Habra Vista Grande Park (Current) • City of Santa Ana Bristol Greening Park (Current) • City of Santa Ana Outdoor Library at Jerome Park (Current) • City of Santa Ana Standard McFadden Park (2024) • City of Placentia Parque Del Arroyo Verde Renovation (2023) • Huntington Beach Rodgers Senior Center Redevelopment (2022) • City of Long Beach DeForest Park Discovery Trail (2022) • Buena Park School District Playground Modernization (2022) • City of Palo Alto Magical Bridge Playground and Tennis Court Improvements (2022) • San Jose USD Modernization (2021) • Terra Linda HS Breezeway Improvements (2021) • Glendale Community College Renovation (2020) • City of San Jose — TI for Community Energy Department Offices (2020) • San Jose USD Maintenance Project (2019) • Edwards Air Force Base (2019) License & Certification: RRP Certificate (Renovation, Repair, and Painting) EPA Renovator Certification DOSH Certificate: Mold & Asbestos Worker Certificate CDPH Certification OSHA Safety Training LEGION CONTRACTORS, INC. www.LegionContractors.com LEGION CONTRACTORS, INC. CA License #1061257 CA DIR #1000543172 4. SUPERINTENDENT Name: Years of Experience: Relevant Projects: Mason Cohen 6 Years 445 S. Figueroa St., Ste 2580 Los Angeles, CA 90071 Ph & Fax: 415-655-3535 • City of La Habra Vista Grande Park (Current) • City of Placentia Parque Del Arroyo Verde Renovation (2023) • Huntington Beach Rodgers Senior Center Redevelopment (2022) • City of Long Beach DeForest Park Discovery Trail (2022) • Buena Park School District Playground Modernization (2022) • City of Palo Alto Magical Bridge Playground and Tennis Court Improvements (2022) • San Jose USD Modernization (2021) • Terra Linda HS Breezeway Improvements (2021) • Glendale Community College Renovation (2020) • City of San Jose — TI for Community Energy Department Offices (2020) • San Jose USD Maintenance Project (2019) • Edwards Air Force Base (2019) License & Certification: DOSH Certificate: Mold & Asbestos Worker Certificate CDPH Certification OSHA Safety Training CPR Training LEGION CONTRACTORS, INC. www.LegionContractors.com CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CORPORATION YARD IMPROVEMENTS PROJECT NO. 20F14 CONTRACT NO. C-7876-2 PART 1 - GENERAL PROVISIONS 1 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 4 4 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6 6-9 LIQUIDATED DAMAGES 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENTAND FACILITIES 7 7 7-1.2 Temporary Utility Services 7 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 8 7-8.4 Storage of Equipment and Materials 9 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-10 SAFETY 10 7-10.3 Haul Routes 10 7-10.4 Safety 10 7-10.4.1 Work Site Safety 10 7-10.5 Security and Protective Devices 10 7-10.5.3 Steel Plate Covers 10 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-2 LUMP SUM WORK 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment. 13 PART 2 - CONSTRUCTION MATERIALS 14 SECTION 200 — ROCK MATERIALS 14 200-2 UNTREATED BASE MATERIALS 14 200-2.1 General 14 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 14 201-1 PORTLAND CEMENT CONCRETE (SITE WORK) 14 201-1.1 Requirements 14 201-1.1.2 Concrete Specified by Class and Alternate Class 14 201-2 REINFORCEMENT FOR CONCRETE 14 201-2.2 Steel Reinforcement 14 201-2.2.1 Reinforcing Steel 14 SECTION 203 — BITUMINOUS MATERIALS 14 203-6 ASPHALT CONCRETE 14 203-6.5 Type III Asphalt Concrete Mixtures 14 PART 3 - CONSTRUCTION METHODS 15 SECTION 300 - EARTHWORK 15 300-1 CLEARING AND GRUBBING 15 300-1.3 Removal and Disposal of Materials 15 300-1.3.1 General 15 SECTION 302 - ROADWAY SURFACING 15 302-5 ASPHALT CONCRETE PAVEMENT Error! Bookmark not defined. 302-5.1 General Error! Bookmark not defined. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 15 302-6.7 Traffic and Use Provisions 15 PART 4 - CSI SPECIFICATIONS 17 SECTION 07 2100 THERMAL INSULATION 17 SECTION 07 4200 METAL WALL PANELS 20 SECTION 07 5400 THERMOPLASTIC MEMEBRANE ROOFING 23 SECTION 07 6200 SHEET METAL FLASHING AND TRIM 26 SECTION 07 7100 ROOF SPECIALTIES 30 SECTION 09 9100 PAINTING 32 SECTION 09 9600 HIGH PERFORMANCE COATINGS 36 SECTION 23 1113 FACILITY FUEL SYSTEM 38 SECTION 26 0500 BASIC ELECTRICAL REQUIREMENTS 49 SECTION 26 0501 BASIC MATERIALS AND METHODS 54 SECTION 26 0520 GROUNDING 58 SECTION 26 0530 WIRE AND CABLE 62 SECTION 26 0533 BOXES 68 SECTION 26 0540 CONDUIT 71 SECTION 31 000 CONCRETE FORMING AND ACCESSORIES 77 SECTION 32 000 CONCRETE REINFORCING 84 SECTION 33 000 CAST IN PLACE CONCRETE 89 SECTION 40 1400 NATURAL GAS PIPING AND TUBING 106 SECTION 40 1410 MECHANICAL IDENTIFICATION 114 SECTION 43 1350 CNG VEHICLE FUELING EQUIPMENT 116 SECTION 51 200 STRUCTURAL STEEL FRAMING 127 SECTION 55 000 METAL FABRICATION 133 CONCRETE DECK TRUCK SCALE 141 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CORPORATION YARD IMPROVEMENTS PROJECT NO. 20F14 CONTRACT NO. C-7876-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans; (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS _SECTION 1 —TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page SP 1 of 147 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of, but is not limited to, (1) distributing notices to affected residents; (2) traffic control; (3) construction surveying; (4) removing existing asphalt or concrete streets/alleys, alley approaches, sidewalks, curb and gutter, concrete valley gutters and driveways; (5) constructing new concrete streets/alleys, alley approaches, sidewalks, curb and gutter and driveways; (6) adjusting and/or installing new City utility covers to grade; (7) replacing obliterated or damaged traffic striping; (8) coordinating with subcontractors to adjust utility facilities to grade; (9) removing existing hardscaping and pavement as needed for contract work; (10) installing new fueling equipment, piping, and infrastructure; (11) modifying the transfer station and constructing a new truck scale; (12) installing a prefabricated restroom and required utility piping and connections; and (13) other incidental items to be completed in work places required by the Contract Documents. All construction for the work shall reference these Special Provisions, the Standard Specifications, and all Contract related documents. 2-9 SURVEYING 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is TAIT & Associates. and can be contacted at (714) 560-8643. Page SP 2 of 147 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Page SP 3 of 147 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected Page SP 4 of 147 by the Work shall be replaced to finish grade with new utility boxes unless the existing box is reusable. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. 1. Contractor shall construct project so that the existing underground storage tank is removed by December 31, 2025 2. Oder and phasing of work shall be performed so that on -site fueling will only be disrupted for a maximum of 30 consecutive calendar days. This will be the transition between shut down of the existing gasoline, diesel, and CNG fueling facilities and full operation of the new fuel facilities. 3. Given the close proximity of the existing diesel island to the surrounding construction, "pull in" and "back out" movements will be allowed at this fuel island, while adjacent improvements are being demolished and constructed. 4. Completion of the remainder of the work shall adhere to Section 6-7 TIME OF COMPLETION. Page SP5of147 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 365 consecutive calendar days after the date on the Notice to Proceed. The existing underground fuel tank shall be removed by December 31, 2025. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall start within three (3) weeks from the contract award date. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $216 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Page SP 6 of 147 Prior to acceptance of work, the Contractor shall submit a full-size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. In accordance with Section 6-1.1, the Contractor shall complete each phase within ten (10) consecutive working days from the first day of demolition to the last day when the street or alley is open to vehicular traffic. If any phase is not completed within the allotted time, an additional liquidated damage of $1,000 will be assessed for each consecutive calendar day until completion of the phase. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the Page SP7of147 deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-5 PERMITS Replace this section with "The project is deemed `permit -ready' by the City's Building Department. The contractor shall obtain the necessary building permit(s) prior to the pre -construction meeting and fees will be waived. Project is not complete until all Building Permits are finaled. In addition, the City has obtained a permit for the abandonement of the underground storage tank through the County of Orange. The Contractor is responsible for adhering to the terms of all permits. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE Page SP 8 of 147 Add to this Section: "The Contractor shall: Make every effort to conduct the work in a manner that will not interfere with the ingress/egress and operation of the Yard. 2. Apply dust controls whenever airborne errant dust is observed. 3. Remove all construction debris from the work site at the end of each work day. 4. Provide restrooms and trash service for the construction personnel. 5. Provide parking lot sweeper service to mechanically and/or manually remove errant construction debris and dust as directed by the Engineer. 6. Provide reasonable cleaning service as directed by the Engineer to remove dust and other errant debris that were not controlled during construction." 7-8.4 Storage of Equipment and Materials The Contractor shall submit, for approval by the Engineer, a proposed storage and laydown area that will not impede the daily activities of the Corporation Yard. The Contractor shall obtain the Engineer's approval prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Storm Water Pollution Prevention Plan (SWPPP) or Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. Page SP 9 of 147 The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.1 Traffic and Access Add to this Section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specification and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Contractor will provide access to the existing transfer station at all times. Contractor will make every effort to maintain access to the equipment and buildings utilized by City personnel in the Yard. 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards and type that minimizes noise (NO Welded bead type) In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface when placed longer than one day. All trenching on travel way areas shall be base paved daily or utilize steel plates as defined here in. Page SP 10 of 147 SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. Contract will be awarded based on the lowest base bid amount. The following items of work pertain to the bid items included within the Proposal: BASE END IT EMS Item No. 1 Mobilization, Demobilization and Cleanup: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Construction Surveying: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, preliminary grades, final grades, all horizontal alignment, as -built field notes, establishing centerline ties, and other survey items as required to complete the work in place. Item No. 3 Provide As -Built Plans (FIXED): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $10,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Page SP 11 of 147 Item No. 4 Storm Water Protection (SWPPP/NOI/NOT): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to prepare the project SWPPP document, submit to City for review and approval, upload to SMARTS system and coordinate with City for filing of the NOI and necessary certifications, implementation of the SWPPP, project close out and filing of the NOI upon construction completion and all other work items as required to complete the work in place. Item No. 5 Site Demolition: Work under this item shall include, but not be limited to, removing, and disposing of the existing improvements necessary for construction of the proposed improvements, including saw cutting, removal and property disposing of all excess material and requested potholing of existing sewer and abutting building foundations as noted on the plans. Item No. 6 Site Wet Utilities: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installation of the proposed sewer, water, storm drainage, and gas including trenching, compaction, and backfill. Item No. 7 Site Electrical: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installation of the proposed electrical systems, including low voltage, trenching, compaction, and backfill. Item No. 8 Fueling Improvements: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for construction of the proposed fueling facilities for gasoline, diesel, and CNG. Items include, but not limited to the Aboveground Storage Tank (AST) and slab, fuel island, finishes, canopy slabs and foundations, subgrade compaction, dispensers, CNG fill stations, diesel tank upgrades and all necessary appurtenances and piping from existing remaining facilities. Item No. 9 Washbay: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for construction of the washbay. Includes but not limited to the subgrade compaction, slab, structure, finishes and relocation of the existing washbay equipment for re -use. Contractor to be solely responsible for determining and providing the necessary equipment connections through salvage and/or replacement in kind, after viewing the existing improvements at the pre -bid site walk. Item No. 10 Restroom: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for installation of the City provided modular restroom. Includes but not limited to preparation of the pad, connection to the restroom utilities, and coordination with the modular restroom manufacturer. Item No. 11 Material Bunkers: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for construction of the material bunkers. Includes but not limited to the subgrade compaction, slab and walls. Page SP 12 of 147 Item No. 12 Truck Scale: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for construction of the truck scale Includes but not limited to the subgrade compaction, slab, structure, installation of the truck scale, and coordination with the truck scale manufacturer. Item No. 13 Site Hardscape: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the site hardscape, including asphalt concrete and portland cement concrete. Areas of work under this item are those surrounding and/or abutting the fuel island slab, AST slab, washbay, restroom, truck scale, tipping floor and material bunkers. Includes but not limited to necessary grading, subgrade compaction, aggregate base, and steel reinforcing, and low retaining wall. Item No. 14 Tipping Floor Expansion: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the tipping floor expansion and loud out area. Includes but not limited to necessary grading, subgrade compaction, slabs, structural walls, and appurtenances, identified on the plans. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. Page SP 13 of 147 PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE (SITE WORK) 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland Cement Concrete shall be Class 660-C-4000P, Grade C pump mix per Table 201-1.3.2(A) of the Standard Specifications for Public Works Construction. Contractor shall use minimum 4-inch hard rock pump. Contractor shall provide the concrete mix, and submittal required for pump capable of pumping required distances with 1 inch rock concrete for the Engineer's approval. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III-C3-PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III-B2-PG 64-10 (20% max RAP). Page SP 14 of 147 PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material, including proper disposal of the underground storage tank and surrounding soil, as necessary, and shall include all fees for such disposal in the bid item for demolition. SECTION 302 - ROADWAY SURFACING 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Page SP 15 of 147 Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. Page SP 16 of 147 PART 4 - CSI SPECIFICATIONS SECTION 07 2100 THERMAL INSULATION PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Terms and Conditions of the Contract for Construction and other Division 01 Specification Sections apply. 1.2 SUMMARY A. This Section includes the following: 1. Thermal Insulation 1.3 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Submit for approval test reports. 1.4 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products from acceptable manufacturers, which have been in satisfactory use in similar service for three years. B. Fire Test Response Characteristics: Provide insulation and related materials with the fire -test -response characteristics indicated, as determined by testing identical products per the test method indicated by UL or another testing and inspecting agency acceptable to authorities having jurisdiction and complying with: 1. Surface -Burning Characteristics per ASTM E 84 Fire -Resistance Ratings: ASTM E 119. C. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. 1.5 DELIVERY, STORAGE, AND HANDLING A. Protect insulation materials from physical damage and from deterioration by moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. B. Protect plastic insulation as follows: 1. Do not expose to sunlight, except to extent necessary for period of installation and concealment. 2. Protect against ignition at all times. Do not deliver plastic insulating materials to Project site before installation time. Page SP 17 of 147 3. Complete installation and concealment of plastic materials as rapidly as possible in each are of construction. PART 2 PRODUCTS 2.1 MATERIALS A. Roof and Deck Insulation: 1. Foil -faced, Polyisocyanu rate Board Insulation: ASTM C 1289, Type I, Class 1, with maximum flame spread index of 25 and smoke developed indexes of 450, based on tests performed on unfaced core on thicknesses up to 4 inches. a. Basis of design Rmax, TSX-8510. Other manufacturers that may be used are: 1) Atlas Roofing Coproration. 2) Versico (Carlisle) Roofing Systems 3) GAF 4) Johns Manville Building Insulations 2. Application: Roof insulation above structural deck. B. Bonding Adhesive for Insulation Material: 1. Product with demonstrated capability to bond insulation securely to substrates indicated without damaging insulation and substrates. C. Tapered Cricket Insulation: Provide factory -tapered insulation boards fabricated to slope of 1/4 inch per 12 inches (1:48) for crickets as shown on drawings. D. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated. PART 3 EXECUTION 3.1 INSTALLATION A. Examine substrates and conditions, with Installer present, for compliance with requirements of Sections in which substrates and related work are specified and for other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. B. Install materials and systems in accordance with manufacturer's installation instructions and per approved submittals. Install materials and systems in proper relation with adjacent construction. Coordinate with work of other sections. C. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed at any time to ice, rain, and snow. D. Provide full thickness of insulation in one layer over entire area, tightly fitting around any penetrations. Page SP 18 of 147 1. On horizontal surfaces, loosely lay insulation units according to manufacturer's written instructions. Stagger end joints and tightly abut insulation units. E. Seal joints between foam -plastic insulation units by applying adhesive, mastic, or sealant to edges of each unit to form a tight seal as units are shoved into place. Fill voids in completed installation with adhesive, mastic, or sealant as recommended by insulation manufacturer. F. Install two layers of polyisocyanurate insulation under area of roofing to achieve required total thickness of four (4) inches. Install two or more layers as required of Insulation at crickets under area of roofing to achieve required slope. Install two or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches (150 mm) in each direction. Page SP 19 of 147 SECTION 07 4200 METAL WALL PANELS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Terms and Conditions of the Contract for Construction and other Division 01 Specification Sections apply. 1.2 SUMMARY A. Provide manufactured metal wall panels. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Samples: Submit two representative samples of each material specified indicating visual characteristics and finish. Include range samples if variation of finish is anticipated. D. Warranty: Submit manufacturers standard warranty. Include labor and materials to repair or replace defective materials. 1. Warranty Period: 10 years. 1.4 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers, which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.1 METAL WALL SYSTEM A. Exterior Metal Wall System: Butler ManufacturingTM "Butlerib® II" wall system. B. Wall System Design: Design wall panels in accordance with AISI North American Specification for the Design of Cold -Formed Steel Structural Members. C. Wall Panels: 1. Roll -formed panels, 3 feet wide with 4 major corrugations, 1-1/2 inches high, 12 inches on center, with 2 minor corrugations between each of the major corrugations entire length of panel. 2. One piece from base to building eave. Page SP 20 of 147 3. Upper End of Panels: Fabricate with mitered cut to match corrugations of "Butlerib® II" roof panels of 1/2 inch to 12 inches and square cut for all other roof panels and slopes. 4. Factory punch or field drill wall panels at panel ends and match factory - punched or field -drilled holes in structural members for proper alignment. 5. Panel Material and Finish: a. 26-gauge or 24-gauge painted Galvalume aluminum -zinc alloy (approximately 55 percent aluminum, 45 percent zinc), ASTM A 792. b. Paint with exterior colors of "Butler-CoteTM" finish system, full- strength, 70 percent "Kynar 500" or "Hylar 5000" fluoropolymer (PVDF) coating. C. PVDF Coating Warranty: Metal building system manufacturer shall warrant coating for 25 years for the following: 1) Not to peel, crack, or chip. 2) Chalking: Not to exceed ASTM D 4214, #8 rating. 3) Fading: Not more than 5 color -difference units, ASTM D 2244. 6. Panel Material and Finish: Special materials, gauges, or colors as applicable for custom designs. D. Fasteners: 1. Wall Panel -to -Structural Connections: Torx-head "ScruboltTM" fasteners. 2. Wall Panel -to -Panel Connections: Torx-head self -drilling screws. 3. Fastener Locations: Indicated on erection drawings furnished by metal building system manufacturer. 4. Exposed Fasteners: Factory painted to match wall color. E. Accessories: 1. Accessories (i.e., doors, windows, louvers): Standard with metal building system manufacturer, unless otherwise noted and furnished as specified. 2. Location of Standard Accessories: Indicated on erection drawings furnished by metal building system manufacturer. 2.2 METAL COATING SYSTEM A. Metal Coating System: Butler ManufacturingTM "Butler-CoteTM" finish system a factory -applied, exterior metal coating system. B. Substrate Preparation: 1. G90 Hot -Dipped Galvanized Steel or AZ50 Galvalume: Factory -controlled chemical -conversion treatment. C. Coating: 1. Material: Full-strength, 70 percent, "Kynar 500" or "Hylar 5000" fluoropolymer (PVDF) color coating. 2. After steel preparation, coat exterior exposed surface with primer and PVDF a. Nominal Total Dry Film Thickness: 1.0 mil. 3. Interior Exposed Surfaces: Coat with polyester color coat. 4. Apply coatings to entire material dimensions of steel sheets before forming of panels. Page SP 21 of 147 D. Physical Characteristics of Exterior Coating: 1. Resistance to failure through cracking, checking, peeling, and loss of adhesion. 2. Measure by the following laboratory weather -simulating tests to obtain test results justifying metal building system manufacturer's 25-year warranty: a. Humidity resistance at 100 degrees F and 100 percent relative humidity, ASTM D 2247. b. Salt -spray resistance at 5 percent salt fog, ASTM B 117. C. Reverse impact resistance, ASTM D 2794. d. Resistance to accelerated weathering, Atlas Model XW-R Dew Cycle Weather-O-Meter, ASTM D 3361. e. Resistance to dry heat. f. Abrasion resistance, ASTM D 968. g. Chemical/acid/pollution resistance, ASTM D 1308 and G 87. h. Maintain gloss of finish evenly over entire surface, ASTM D 523 PART 3 EXECUTION 3.1 EXAMINATION A. Examine area to receive metal building system. B. Notify Architect of conditions that would adversely affect installation or subsequent use. C. Do not begin installation until unacceptable conditions are corrected. 3.2 INSTALLATION — METAL WALL SYSTEM A. Metal Wall System Installation: Butler ManufacturingTM "Butlerib® II" wall system. 1. Install wall system in accordance with metal building system manufacturer's instructions at locations indicated on the Drawings. 2. Install wall system weathertight. 3. Verify structural system is plumb before wall panels are attached. 4. Align and attach wall panels in accordance with erection drawings furnished by metal building system manufacturer. 5. Install side laps with minimum of 1 full corrugation. 6. Exterior Trim: Apply same finish as exterior color of wall panels, except t he following: a. Gutters, Downspouts, Eave Trim - Paint with exterior colors of "Butler-CoteTM" finish system, full-strength, 70 percent "Kynar 500" or "Hylar 5000" fluoropolymer (PVDF) coating in standard color of metal building system manufacturer. Page SP 22 of 147 SECTION 07 5400 THERMOPLASTIC MEMEBRANE ROOFING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Terms and Conditions of the Contract for Construction and other Division 01 Specification Sections apply. 1.2 SUMMARY A. Provide thermoplastic membrane roofing. See Section 07 2100 for roof and deck insulation. 1.3 PERFORMANCE REQUIREMENTS A. General Performance: Installed roofing system and flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Roof system and flashings shall remain watertight. 1. Accelerated Weathering: Roof membrane shall withstand 2000 hours of exposure when tested according to ASTM G 152, ASTM G 154, or ASTM G 155. 2. Impact Resistance: Roof membrane shall resist impact damage when tested according to ASTM D 3746, ASTM D 4272. 1.4 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. 1. Base flashings and membrane terminations. 2. Tapered insulation, including slopes. 3. Roof plan showing orientation of steel roof deck and orientation of membrane roofing and fastening spacings and patterns for mechanically fastened membrane roofing. 4. Insulation fastening patterns for corner, perimeter, and field -of -roof locations. C. Warranty: Submit manufacturers standard warranty. Include labor and materials to repair or replace defective materials. 1. Warranty Period: 20 years. D. Qualification Data: For qualified Installer and manufacturer. 1.5 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers, which have been in satisfactory use in similar Page SP 23 of 147 service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Manufacturer Qualifications: A qualified manufacturer that is UL listed for membrane roofing system identical to that used for this Project. C. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by membrane roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty. D. Listing: UL Class A external fire exposure: E. Listing: FM Class I construction. PART 2 PRODUCTS 2.1 MATERIALS A. Thermoplastic Polyolefin Sheet (TPO) Roofing: 1. Manufacturers: a. Firestone Building Products Company. b. GAF Materials Corporation. C. GenFlex Roofing Systems. d. Johns Manville. 2. Type: Fully adhered. 3. Membrane: TPO, 60 mils, fabric reinforced. 4. Exposed Face Color: White 5. Insulation: Polyisocyan u rate board. 6. Insulation Profile: Tapered. 7. Insulation Profile: Flat. 2.2 AUXILIARY MEMBRANE ROOFING MATERIALS A. General: Auxiliary membrane roofing materials recommended by roofing system manufacturer for intended use, and compatible with membrane roofing. 1. Liquid -type auxiliary materials shall comply with VOC limits of authorities having jurisdiction. B. Sheet Flashing: Manufacturer's standard unreinforced thermoplastic polyolefin sheet flashing, 55 mils (1.4 mm) thick, minimum, of same color as sheet membrane. C. Bonding Adhesive: Manufacturer's Standard. D. Metal Termination Bars: Manufacturer's standard, predrilled stainless - steel or aluminum bars, approximately 1 by 1/8 inch (25 by 3 mm) thick; with anchors. E. Metal Battens: Manufacturer's standard, aluminum -zinc -alloy -coated or zinc -coated steel sheet, approximately 1 inch wide by 0.05 inch thick (25 mm wide by 1.3 mm thick), prepunched. F. Fasteners: Factory -coated steel fasteners and metal or plastic plates complying with corrosion -resistance provisions in FM Approvals 4470, Page SP 24 of 147 designed for fastening membrane to substrate, and acceptable to membrane roofing system manufacturer G. Miscellaneous Accessories: Provide pourable sealers, preformed cone and vent sheet flashings, preformed inside and outside corner sheet flashings, T-joint covers, lap sealants, termination reglets, and other accessories. PART 3 EXECUTION 3.1 INSTALLATION A. Inspect substrate and report unsatisfactory conditions in writing. Beginning work means acceptance of substrate. B. Comply with roof system manufacturer's instructions and recommendations; clean, prime and prepare substrate. C. Install insulation with tightly butted joints and neatly fitted around penetrations. D. Restore or replace damaged components. Protect work from damage. Page SP 25 of 147 SECTION 07 6200 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Terms and Conditions of the Contract for Construction and other Division 01 Specification Sections apply. 1.2 SUMMARY A. Section includes: 1. Formed Products: a. Metal Coping/Cap b. Miscellaneous Sheet Metal Accessories 2. Manufactured Products: a. Manufactured reglets and counterflashing. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Samples: Submit two representative samples of each material specified indicating visual characteristics and finish. Include range samples if variation of finish is anticipated. 1.4 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies as indicated shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C) , material surfaces. 1.5 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers, which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Page SP 26 of 147 Store sheet metal flashing and trim materials away from uncured concrete and masonry. PART 2 PRODUCTS 2.1 FORMED PRODUCTS A. Flashing and Sheet Metal: 1. Application: Metal counterflashing and base flashing. 2. Application: Exterior wall flashing and expansion joints. 3. Application: Exposed metal trim and fascia units. 4. Application: Laminated composition flashing. 5. Metal: Zinc -coated steel. a. Standard: ASTM A 653, G90 hot -dip galvanized, 2-Coat 70% Fluoropolymer, 20-gauge (.0359 inch). 6. Metal: Stainless steel. a. Standard: AISI Type 302/304, ASTM A 666, 2D annealed finish, 28 gauge (.0156 inch). 7. Metal: Copper. a. Standard: ASTM B 370, 16 ounces per square foot. 8. Metal: Lead -coated copper. a. Standard: ASTM B 370, copper, 16 ounces per square foot, and 0.06 pounds per square foot lead coating both sides. 9. Metal: Sheet aluminum. a. Standard: ASTM B 209, alloy 3003, prefinished 2-coat 70% fluoropolymer, 20 gauge (.0359 inch). 10. Metal: Extruded aluminum. a. Standard: 6063-T52, prefinished 2-coat 70% Fluoropolymer, 0.080 inches for primary legs of extrusion. 11. Flexible Sheet Membrane Flashing: Nonreinforced flexible black elastic sheet, 50 to 65 mils thick, synthetic rubber. 12. Auxiliary Materials: a. Solder compatible with metal. b. Bituminous isolation coating. C. Mastic and elastomeric sealants. d. Epoxy seam sealer. e. Rosin -sized building paper slip sheet. f. Polyethylene underlayment. g. Reglets and metal accessories. h. Asphaltic roofing cement. 2.2 MANUFACTURED SHEET METAL FLASHING AND TRIM A. Reglets: Units of type, material, and profile indicated, formed to provide secure interlocking of separate reglet and counterflashing pieces, and compatible with flashing indicated with interlocking counterflashing on exterior face, of same metal as reglet. Page SP 27 of 147 1. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Fry Reglet Corporation. b. Heckmann Building Products Inc. C. National Sheet Metal Systems, Inc. d. Hickman, W. P. Company. 2. Material: Galvanized steel, 0.022 inch (0.56 mm) thick. 3. Surface -Mounted Type: Provide with slotted holes for fastening to substrate, with neoprene or other suitable weatherproofing washers, and with channel for sealant at top edge. 4. Stucco Type: Provide with upturned fastening flange and extension leg of length to match thickness of applied finish materials. 5. Concrete Type: Provide temporary closure tape to keep reglet free of concrete materials, special fasteners for attaching reglet to concrete forms, and guides to ensure alignment of reglet section ends. 6. Masonry Type: Provide with offset top flange for embedment in masonry sawcut joint. Provide sawcut width to accommodate reglet. 7. Accessories: a. Flexible -Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where Drawings show reglet without metal counterflashing. b. Counterflashing Wind -Restraint Clips: Provide clips to be installed before counterflashing to prevent wind uplift of counterflashing lower edge. 8. Finish: Mill. 2.3 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, geometry, metal thickness, and other characteristics of item indicated. Fabricate items at the shop to greatest extent possible. B. Fabricate cleats and attachment devices of sizes as recommended by SMACNA's "Architectural Sheet Metal Manual" for application, but not less than thickness of metal being secured. PART 3 EXECUTION 3.1 INSTALLATION A. Follow recommendations of SMACNA Sheet Metal Manual. Allow for expansion. Isolate dissimilar materials. B. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials and systems in Page SP 28 of 147 proper relation with adjacent construction Coordinate with work of other sections. C. Restore damaged components and finishes damage. Page SP 29 of 147 and with uniform appearance. Clean and protect work from SECTION 07 7100 ROOF SPECIALTIES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Terms and Conditions of the Contract for Construction and other Division 01 Specification Sections apply. 1.2 SUMMARY A. Provide manufactured roof specialties as identified in paragraph 2.1. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. 1.4 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers, which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Insurance Requirements: FM approval or acceptance. 1.5 COORDINATION A. Coordinate size and location of roof penetrations. PART 2 PRODUCTS 2.1 MATERIALS A. Flexible Flashings: 1. Manufacturers: a. Dupont b. Carlisle C. Wind -Lock 2. Material: Aluminum with EPDM cap seals or similar. B. Cast -Iron Roof Drains: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Josam Company; Josam Div. b. Marathon Roofing Products. C. MIFAB, Inc. d. Portals Plus, Inc. e. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. f. Tyler Pipe; Wade Div. Page SP 30 of 147 g. Watts Drainage Products Inc. h. Zurn Plumbing Products Group; Light Commercial Operation. i. Zurn Plumbing Products Group; Specification Drainage Operation. 2. Standard: ASME Al 12.21.2M. 3. Pattern: Roof drain. 4. Body Material: Cast iron. 5. Outlet: Bottom. 6. Dome Material: Cast iron. C. Downspout Systems: 1. Material: Galvanized steel, painted. See drawings for size and routing. D. Fascia Batten and Metal Panel Systems; see Section 13 3419. E. Metal Parapet Cap: 1. 24 gauge (.0239 inch) zinc -coated steel anchor plate 2. Finish: Mill finish. 3. Color: To be selected by Owner. PART 3 EXECUTION 3.1 INSTALLATION A. Comply with accessory manufacturers' instructions and recommendations. Coordinate installation with roofing system to ensure weathertight performance. Anchor securely to structure to withstand inward and outward loads. B. Isolate dissimilar metals to prevent galvanic corrosion. C. Test and operate units; clean, lubricate and adjust moving parts. Page SP 31 of 147 SECTION 09 9100 PAINTING PART 1 —GENERAL 1.01 DESCRIPTION A. These specifications include painting bare metal surfaces (except stainless steel) such as piping, supports, and vents. 1.02 COLORS AND SAMPLES SUBMITTAL A. Samples: Before beginning work, prepare for Owner's approval a sample of each color and finish required. Such approved samples shall constitute standards for color and finish for acceptance or rejection of completed work. All work shall match the approved colors and samples. PART 2 — PRODUCTS 2.01 MATERIALS A. Manufacturers: Materials are specified by brand names to establish a standard of quality, or by performance requirements, appearance, and general description of product. Materials shall be Fuller -O'Brien, Kelley - Moore, Glidden, or equal. The term "paint" as used herein includes enamels, paints, stains, varnishes, emulsions, lacquers and sealers. The term "painting" as used herein means the application of such materials. B. List of Materials: Submit a complete list of all materials proposed for use, together with manufacturer's specifications. C. Unsuitability of Specified Products: No claim by the Contractor concerning the unsuitability of any material specified or inability to produce first class work with same will be entertained unless such claim is made in writing to the Owner's Representative before the work is started. D. Color and Life of Film: Colors of all surfaces finished under this section shall, at the end of one (1) year, have remained free from serious fading, and variations, if any, shall be uniform. All materials shall have their original adherence at the end of one (1) year and there shall be no evidence of blisters, running, peeling, scaling, chalking, streaks or stains at the end of this period. Washing with alkali -free soap and water shall remove surface dirt without producing any deteriorating effects. E. All paint and priming products, whether shop or field applied, shall be lead, chromium, and cadmium free. In addition, these products and all other material used shall comply with local, regional, state, and Federal air quality rules and regulations, especially those of the local air quality management district. PART 3 — EXECUTION 3.01 DELIVERY AND STORAGE Page SP 32 of 147 A. All painting materials shall be delivered to the site in the manufacturer's original containers with labels intact and seals unbroken. They shall be kept in a locked, well -ventilated storage place assigned for this purpose. Receiving, opening, and mixing of all paint materials shall be done in this room. Storage space shall be kept clean and neat. Oily rags shall be removed and disposed of each day and all other necessary precautions shall be taken to avoid danger of fires. 3.02 WEATHER AND TEMPERATURE A. Surfaces shall be painted only when they are free from moisture. No painting on exterior surfaces shall be done less than 72 hours of actual drying weather after a rain, nor during periods of dew or fog. Receiving surfaces shall be properly dried out before proceeding with the work. No painting shall be done when temperature is below 50°F, except when specifically directed otherwise in writing by the Owner's Representative. Clear sealer shall not be applied when air temperature is less than 70°F. 3.03 SCAFFOLDING, DROP CLOTHS AND PROTECTION OF WORK A. Furnish, maintain and remove all scaffolding, ladders and planks required for this work and all drop cloths for the protection of concrete walks, floors, prefinished materials, fixtures, etc. Painted and finished surfaces subject to damage or defacement due to other work shall be properly protected and covered. Contractor shall be responsible for any and all damage to painted work and to that of other work caused by operations under this section. 3.04 PREPARATION OF SURFACES A. No painting or finishing shall be started until the surfaces to be painted or finished are in proper condition in every respect. Surfaces that cannot be properly prepared for finishing shall not be painted or finished until they are rectified, unless otherwise instructed by the Owner's Representative. B. Surfaces to be painted shall be clean and free of dirt, dust and any other substances, which might interfere with the functioning of the painting system. All surfaces to be painted shall be in proper condition to accept and assure the proper adhesion and functioning of the particular painting system or coating specified. Concrete surface shall be hydroblasted prior to painting. C. All steel and ferrous metal surfaces to be painted shall be primed before installation. Bolts, welds and places prime coat has been damaged shall be wire -brushed to remove all loose paint, rust and scale and then given one (1) coat of Ferrous Metal Primer. D. Prime coats and finish coats for any one -paint system shall be the products of the same manufacturer. E. All surface defects and all cracks more than 1/16-inch wide shall be filled to match adjacent areas. Page SP 33 of 147 3.05 WORKMANSHIP AND APPLICATION A. All painting shall be done by skilled and experienced personnel. All workmanship shall be of the highest quality and to the complete satisfaction of the Owner's Representative. B. All materials shall be applied in accordance with the manufacturer's directions, and materials shall be thinned only for proper workability and in compliance with the manufacturer's specifications. All material shall be evenly brushed or smoothly flowed on without runs or sagging and free from drips, ridges, laps and brush marks. Ensure that all coats are thoroughly dry before applying succeeding coats. Sand surfaces between coats as necessary to produce a smooth finish. C. Painting shall include all exposed surfaces of every member. Parts to paint, which are inaccessible after installation, shall be painted before installation. Priming shall include all sides, edges and cut ends. D. Completed painted surfaces shall be free of .blistering, running, peeling, scaling, streaks and stains and the colors of all surfaces shall remain free from fading. E. Spray painting is not permitted unless prior written approval by the Owner's Representative is obtained. 3.06 EXTERIOR PAINTING A. Bare Metal Surface Prime Coat: Metal primer (1 coat) Finish Coat: Alkyd Enamel, Semi -Gloss (2 coats) B. Concrete Masonry Units — As shown on the drawings. Gloss: Flat System: 1 coat latex block filler 1 coat latex finish C. Concrete Walls: Gloss: Flat System: 1 coat latex primer 1 coat latex finish D. Ferrous Metals: Gloss: Flat System: 1 coat rust -inhibiting primer 1 coat latex enamel 2 coats latex enamel E. Galvanized Metal: Gloss: Flat System: Page SP 34 of 147 1 coat galvanized metal primer 1 coat alkyd enamel 2 coats alkyd enamel 3.07 APPROVAL OF FINAL COLORS AND FINISHES A. Final coat of paint shall not be applied until the colors and finishes have been approved by the Owner's Representative. 3.08 CLEANING AND TOUCH-UP A. Upon completion of the painting work, Contractor shall remove from the premises and dispose of all scaffolding and equipment, surplus material, empty containers, and other debris resulting from these operations. The station and surrounding areas shall be left clean and neat in all respects. B. Contractor shall clean and retouch this work as necessary for a first-class job acceptable to the Owner's Representative. C. Contractor shall leave all floors and walks, hardware, and any other surface clean and free from any paint, spattering, smears, or smudges which are the result of this operation. 3.09 WEATHERING OF EXTERIOR WORK A. The Contractor shall give special attention to the quality of exterior paints and their application, ensuring that weathering of such work shall not cause dripping, bleeding, running, leeching, or any other such undesirable effects which cause staining and defacement of adjacent surfaces. 3.10 MAINTENANCE SUPPLIES A. Furnish Owner with one (1) gallon of each kind and color of finish coats used in the project. Furnish such paint in fully labeled and identified one (1) gallon containers as necessary to make a thoroughly complete job in every respect. Page SP 35 of 147 SECTION 09 9600 HIGH PERFORMANCE COATINGS PART 1 GENERAL 1.1 SUMMARY A. Provide high performance coatings and surface preparation. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Samples: Submit two representative samples of each material specified indicating visual characteristics and finish. Include range samples if variation of finish is anticipated. C. Extra Stock: Provide 2 unopened gallons of each coating and color used in the project. 1.3 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers, which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Galvanizing shall comply with the following: 1. ASTM A123 -Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 2. ASTM A153 — Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. C. Regulations: Compliance with VOC and environmental regulations. PART 2 PRODUCTS 2.1 MATERIALS A. Hot Dip Galvanizing: 1. Manufacturers: a. AZZ b. National Galvanizing C. Valmont Coatings d. American Tinning & Galvanizing e. V&S Galvanizing B. Sealers for Concrete and Masonry as required: 1. Manufacturers: Refer towww.arcat.com/divs/sec/sec09960.html 2. High -Performance Coatings: As scheduled at the end of this Section. 3. Type: High -gloss sealer. 4. Type: Non -visible penetrating sealer. C. Coatings for Concrete and Masonry as required: 1. Manufacturers:Key Resin Co.. 2. Type: Alkali -resistant primers/sealers. Page SP 36 of 147 3. Type: Acrylic coatings. 4. Type: Elastomeric coatings. 5. Type: Acrylic textured coatings. 6. Type: Hi -build paint systems. 7. Type: Elastomeric paint systems. 8. Type: Acrylic texture paint systems. 9. Type: Acrylic concrete stain systems. PART 3 EXECUTION 3.1 INSTALLATION A. Inspect surfaces, report unsatisfactory conditions in writing; beginning work means acceptance of substrate. B. Comply with manufacturer's instructions and recommendations for preparation, priming and coating work. Coordinate with work of other sections. C. Refer to drawings for structural steel components to receive the hot -dip galvanized coatings. Page SP 37 of 147 SECTION 23 1113 FACILITY FUEL SYSTEM GENERAL 1.01 SECTION INCLUDES: A. Piping and fittings. B. Flanges and piping components. C. Pipe hangers and supports. D. Valves. E. Flexible connectors. F. Aboveground fuel storage tanks. G. Dispensers H. Automated Fuel Management — Operating System I. Fire Extinguisher Cabinet 1.02 RELATED REQUIREMENTS A. Section 26 0583 - Wiring Connections: Electrical characteristics and wiring connections. B. Section 31 2316 - Excavation. C. Section 31 2316.13 - Trenching. 1.03 REFERENCE STANDARDS A. API Spec 5L - Line Pipe; 2018. B. API Std 2000 - Venting Atmospheric and Low -Pressure Storage Tanks; 2014. C. ASME B1.1 - Unified Inch Screw Threads; 2003 (Reaffirmed 2018). D. ASME B16.3 - Malleable Iron Threaded Fittings: Classes 150 and 300; 2016. E. ASME B16.5 - Pipe Flanges and Flanged Fittings NPS 1/2 Through NIPS 24 Metric/Inch Standard; 2017. F. ASME B16.11 - Forged Fittings, Socket -welding and Threaded; 2016 (Errata 2017). G. ASME B16.12 - Cast Iron Threaded Drainage Fittings; 2009 (Reaffirmed 2014). H. ASME B18.2.1 - Square, Hex, Heavy Hex, and Askew Head Bolts and Hex, Hex Flange, Lobed Head, and Lag Screws (Inch Series); 2012, Including July 2013 Errata. I. ASME B18.2.2 - Nuts for General Applications: Machine Screw Nuts, Hex, Square, Hex Flange, and Coupling Nuts (Inch Series); 2015. J. ASME B31.3 - Process Piping; 2018. K. ASTM A182/A182M - Standard Specification for Forged or Rolled Alloy and Stainless Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High - Temperature Service; 2018a. L. ASTM D229 - Standard Test Methods for Rigid Sheet and Plate Materials Used for Electrical Insulation; 2013. Page SP 38 of 147 M. ASTM D2310 - Standard Classification for Machine -Made "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe; 2006 (Reapproved 2012). N. ASTM D2996 - Standard Specification for Filament -Wound "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe; 2017. O. ASTM D5677 - Standard Specification for Fiberglass (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe and Pipe Fittings, Adhesive Bonded Joint Type, for Aviation Jet Turbine Fuel Lines; 2017. P. MSS SP-58 - Pipe Hangers and Supports - Materials, Design, Manufacture, Selection, Application, and Installation; 2018. Q. MSS SP-110 - Ball Valves Threaded, Socket -Welding, Solder Joint, Grooved and Flared Ends; 2010. R. NFPA 30 - Flammable and Combustible Liquids Code; 2022. S. NFPA 30A — Code for Motor Fuel Dispensing Facilities And Repair Garages; 2022 T. STI STI-P3 - Specification and Manual for External Corrosion Protection of Underground Steel Storage Tanks; 2015. U. UL 567 - Emergency Breakaway Fittings, Swivel Connectors and Pipe Connection Fittings for Petroleum Products and LP -Gas; Current Edition, Including All Revisions. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on pipe materials, pipe fittings, valves and accessories. Provide manufacturers catalog information. Indicate valve data and ratings. C. Shop Drawings: Indicate tanks, system layout, pipe sizes, location, and elevations. For fuel oil tanks, indicate dimensions and accessories including manholes and hold down straps. D. Certificates: Certify that products meet or exceed specified requirements. E. Project Record Documents: Record actual locations of piping system, storage tanks, and system components. F. Maintenance Data: Include installation instructions, spare parts lists, exploded assembly views. G. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect piping and fittings from soil and debris with temporary end caps and closures. Maintain in place until installation. 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. Page SP 39 of 147 PART 2 -PRODUCTS 2.01 PIPING AND FITTINGS A. Regulatory Requirements: 1. Comply with the material, fabrication, and operating requirements of ASME B31.3, except as modified herein. 2. Provide certificate of compliance from Authority Having Jurisdiction indicating approval of installation of fuel oil system. 3. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. a. Comply with the material, fabrication, and operating requirements of ASME B31.3, except as modified herein. b. Carbon Steel Pipe: 1. Comply with One of the Following: 2. End Connections: a. Forged, socket weld type, complying with ASTM A182/A182M and ASME B16.11 for pipe or fittings less than 2-1/2 inch (65 mm). b. Threaded type complying with ASME B16.3, Class 150 or ASME B16.11. B. Reinforced Thermosetting Resin Plastic (RTRP) Pipe: ASTM D2310 and ASTM D2996, UL listed filament wound fiberglass reinforced epoxy pipe with integral epoxy liner and exterior coating. 1. Fittings: Compression molded, filament wound fiberglass reinforced epoxy. 2. Joints: Tapered bell and spigot adhesive bonded. C. Exterior Containment Piping System: Factory fabricated, double -wall complying with ASME B31.3 and NFPA 30. Physical Characteristics: a. Fiberglass reinforced plastic (FRP) complying with ASTM D5677. b. Chemically compatible with type of fuel handled. C. Non -corrosive. d. Dielectric. e. Non -biodegradable. f. Microbial resistant. g. Pressure Limitation: Capable of withstanding 5 psig (35 kPa) minimum air pressure. 2. Design Characteristics: Page SP 40 of 147 a. Piping and support allow for drainage. b. Allows for complete inspection of the product piping prior to sealing of containment piping. C. Pipe Supports: i. Design based on pipe size, pipe weight, fuel weight, and operating condition to evenly separate containment piping from product piping. ii. Construct of same material as product piping. iii. Design supports so no point loading occurs on the primary or exterior pipe. iv. Permanently attach supports to product pipe by tack welding or adhesive. V. Design to allow for pipe movement of both product piping and exterior containment piping without causing damage to either. 3. Product Pipe: Provide product pipe as indicated on drawings and specified in this Section. 2.02 FLANGES, COUPLINGS, AND PIPING COMPONENTS A. Flanges: 1. Provide flanged end connections on equipment, fittings, piping, piping components, adapters, couplings, and valves complying with ASME B16.5, Class 150. 2. Stainless Steel: Comply with ASTM Al82/A182M, Grade F304 or F304L, forged type. 3. Gaskets, Non -Isolating: a. 1/8 inch (3.2 mm) thick. b. Comply with ASME 1316.12, raised -faced type. C. Material: Buna-N. 4. Gaskets, Electrically Isolating: a. Comply with ASTM D229. b. Electrical Insulating Material: 1000 ohms resistance. C. Chemically compatible with fuel handled. d. Full face type. e. Provide full surface, spiral -wound, mylar, insulating sleeves between bolts and holes of flanges. f. Furnish bolt shank diameter not less than diameter at root of threads. g. Provide high -strength 1/8 inch (3.2 mm) thick, phenolic, insulating washers next to flanges with flat, circular, stainless steel washers over the insulating and under bolt heads and nuts. h. Supply adequate bolt length to accommodate insulating gaskets and stainless steel washers. Page SP 41 of 147 5. Bolts, Nuts, and Washers: a. Comply with ASME B18.2.1 and ASME B18.2.2. b. Bolts: i. Regular hexagonal type. ii. Threaded in accordance with ASME B1.1, Class 2A fit, Coarse Thread Series, for sizes 1 inch (25 mm) and smaller and Eight -Pitch Thread Series for sizes larger than 1 inch (25 mm). iii. Provide sufficient length to obtain full bearing on nuts, projecting no more than two full threads beyond nuts with bolts tightened to required torque. C. Nuts: i. Hexagonal, heavy series type. ii. Threaded in accordance with ASME B1.1, Class 2B fit, Coarse Thread Series for sizes 1 inch (25 mm) and smaller and Eight -Pitch Thread Series for sizes larger than 1 inch (25 mm). B. Piping Components: 1. Provide components that meet the material, fabrication, and operating r equirements of ASME B31.3, except as modified herein. 2. Pressure Design Class: Class 150 as defined in ASME B16.5. 2.03 PIPE HANGERS AND SUPPORTS A. Provide hangers and supports that comply with MSS SP-58. 1. If type of hanger or support for a particular situation is not indicated, select appropriate type using MSS SP-58 recommendations. B. Hangers for Pipe Sizes 1/2 to 1-1/2 Inch (15 to 40 mm): Malleable iron, adjustable swivel, split ring. C. Hangers for Pipe Sizes 2 Inches (50 mm) and Over: Carbon steel, adjustable, clevis. 2.04 BALL VALVES A. Manufacturers: 1. Morrison Bros: www.morbros.com. 2. Substitutions: See Section 01 6000 - Product Requirements. Page SP 42 of 147 B. MSS SP-110, Class 150, 400 psi CWP (Class 150, 2760 kPa CWP), bronze, two piece body, chrome plated brass ball, regular port, teflon seats and stuffing box ring, blow-out proof stem, lever handle with balancing stops, solder. 2.05 FLEXIBLE CONNECTORS A. Manufacturers: 1. Flex-ing - Franklin Fuleing System: www.franklinfueling.com. 2. Substitutions: See Section 01 6000 - Product Requirements. 2.06 ABOVEGROUND FUEL STORAGE TANKS A. Manufacturers: Containment Solutions, Inc., HOOVERVAULT Tank. B. The tank is constructed and listed in accordance with Underwriters Laboratories Inc. Standard 2085 for Insulated Secondary Containment Aboveground Tanks for Flammable and Combustible Liquids, Protected Type. This 2 Hour fire rating shall exceed all requirements of The National Fire Protection Association Sections 30 and 30A for "fire resistant" tanks and meet the requirements of The Uniform Fire Code Articles 52 and 79, Appendix II-F and Appendix Standard A-II- F-1 for "protected" aboveground tanks. 1. The tanks shall have Certification from CARB for Phase I and II Vapor Recovery. 2. Note: If tank is required to have CARB certification in accordance with Executive Order VR-302-B, "Standing Loss Control Vapor Recovery System for New Installations of Aboveground Storage Tanks, then all tanks less than 1,000 gallons in capacity will be fabricated with 6" of insulating material and will be painted white. 3. The anchoring tie downs shall be welded to the bottom of the secondary tank and meet Zone 4 Seismic requirements. 4. The tanks must be off-loaded on site with a crane. 5. All openings shall be from the top, with threaded NPT risers. 6. The tank to include a Warranty for 30 years, see warranty documents. 7. The tank manufacturer shall provide proof of a minimum 10 years of manufacturing vault tanks. PRIMARY STORAGE TANKS: 1. The standard primary storage tank shall be rectangular in design. It shall be constructed of UL 142 specified steel thickness, with continuous welds. 2. The primary storage tank shall be constructed of optional ASTM A-569 or A-36 carbon steel, or ASTM A-240 type 304 or 316 stainless steel, as required for compatibility of product being stored. Page SP 43 of 147 3. The primary storage tank shall be constructed and listed in accordance with UL 142 Standards. 4. The primary tank shall be fitted with: a 4" or 6" Fill Port, a 2" Normal Vent Port, either a 4", 6", 8", or 10" Emergency Vent Port, a 2" Liquid Gauging Port, a 2" Port for Dispensing Pump, a 4" Phase I Vapor Recovery Port, and a 18" manway (for tanks with capacities 5,000 gallons and greater). Tank to be factory equipped with a tank - side mounted Spill Containment fill box with Lockable Lid and Drain Port to the primary tank. 5. The primary tank shall be pressure tested to UL 142 Standard (minimum 3 to maximum 5 psi) at the factory and shall be field tested by the contractor to a maximum 3 psi. 6. The primary steel tank shall be designed to store M85 (methanol), alcohol and petroleum blends. 7. FIRE PROTECTION: 8. The standard fire protection material shall be lightweight concrete and surround the primary tank. The tank design shall provide a minimum two (2) hour fire rating per UFC Appendix Standard A-II-F (formerly UFC 79-7), and UL 2085 Protected Secondary Containment Tanks. 9. The fire protective material shall allow liquid leaking from the primary tank to penetrate the material and communicate with the leak detection tube according to UL 2085 Protected Secondary Containment Tanks. 10.The fire protective material shall be of a monolithic pour, poured at the factory. 11.The fire protective material shall provide a minimum of an R-10 insulating factor. 12. BULLET RESISTANCE: 13. The fire protected primary tank shall be tested by a qualified engineering firm to be resistant to penetration of the primary tank by a 150 grain, M 2 Bullet, traveling at a velocity of at least 2700 feet per second, when fired from a .30 caliber rifle, located a maximum of 100 feet from the target. 14.The fire protected tank must be able to be repaired in the field by a factory representative, when impacted by a bullet. 15. The factory representative must be able to certify that the primary and secondary containment do not leak, and that the fire protective material regains its minimum two (2) hour protection. 16. SECONDARY LEAK CONTAINMENT TANK: 17.The secondary leak containment tank shall be rectangular in design and listed according to UL 2085 insulated secondary aboveground tanks for flammable and combustible liquids, protected type. 18.The secondary tank shall be tested liquid tight at the factory (minimum 3 to maximum 5 psi) and shall also be field tested by the contractor to a maximum 3 psi. 19.The secondary tank shall provide reinforcement for the lightweight concrete to remain in place around the primary tank. 20. The secondary tank shall provide true 3600 Radius "pressure testable" containment for the primary tank. Page SP 44 of 147 21.25.The secondary tank shall be fitted with a 2" Annular Space Monitoring Tube, a 2- inch Normal Vent Port and either a 4", 6", 8" or 10" Emergency Vent Port, in addition to openings for all ports in the primary tank. 22.The port openings in the top of the secondary tank shall be constructed with full welds to prevent moisture from seeping between the fire proofing material and secondarand i. primary tanks. 23.The top of the secondary tank shall be sloped so that water will not accumulate on top of the tank. 24.The secondary tank shall have a two (2) inch monitoring port including a tube which provides a means to detect product leakage from the primary tank into fire protection material that directly surrounds the primary tank. This design shall be listed under U L 2085. 25. COATINGS: 26.The exterior surface of the secondary tank shall be cleansed of foreign material and coated with a corrosion resistant industrial paint (3 to 5 mils dry film thickness). 27.The standard color shall be white and comply with CARB Standing Loss regulations. 28. Note: Per section 1.5, if the tank is less than 1,000 gallons and needs to have CARB certification, the tank will be painted white. This requirement is only applicable to tanks storing gasoline in the state of California. a. The total dry thickness shall be a minimum of 1/8 inch. b. All threaded openings and flanges shall be protected during the coating process. C. The coating shall be applied only when the work area and the secondary steel tank are between the temperatures of 32' and 103' F. d. The standard color shall be desert sand. e. The coating shall provide a 10-year warranty. C. Filler Cap: 3 inch (75 mm) watertight brass with lock, recessed box and cover. D. Gauge: Remote reading, electronic, for two -wire, 24 volt power, with wall mounted direct reading gauge. E. Capacity: Volume: 6,000 gallons. F. Tank Fittings: (mm). Connections: UL 567, dielectric bushings. G. Manway: 18 inch (1220 mm) diameter, with cover and gasket, and extension sleeve; located at top of tank. Page SP 45 of 147 H. Leak Detector System: Manufacturers: a. Veeder-Root TLS_450 Plus tank monitor console with printer and application software. b. Veeder-Root Magnostrictive Level Probe with float and cap and ring kit. C. Veeder-Root Annular Sensor for steel tanks. d. Veeder-Root Sump Sensor e. Veeder-Root Overfill Acknowledgement Switch f. Veeder-Root Overfill Alarm g. Substitutions: See Section 01 6000 - Product Requirements. 2.08 DISPENSER A. Manufacturers: 1. Dresser Wayne Reliance G6200: www.wayne.com 2. Gilbarco GasBoy Atlas 9853K: www.gasboy.com 3. Substitutions: See Section 01 6000 - Product Requirements. B. Accessories: 6ft Product Hose with Factory MNPT swivel fittings, hose break- away, shear valve, nozzle. C. Containment Box: Double wall with hydrostatic monitoring. Bravo B8000 series to match dispenser. 2.09 AUTOMATED FUEL MANAGEMENT — OPERATING SYSTEM 1.0 SUBMITTALS 1. Product Data: For each type of product indicated, and the following: A. Manufacturer's current catalog, installation manual, user's guide and warranty for each supplied item. Include installation instructions and details of component materials and construction details. B. Field Reports: Manufacturer's Certification of Installation. C. Qualification Data: For qualified Installer. 2.9 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer licensed or certified by the system manufacturer. Installer shall have a minimum of 3 years of experience successfully completing installation of systems of the same scope and the same size, or larger. 2.10 SYSTEM DESCRIPTION A. Basis -of -Design Product: Subject to compliance with requirements, provide: Page SP 46 of 147 Syn-Tech Systems, Inc. Fuel Master 3505 Plus with AIM2.4 series to control and record the dispensing of fuel. Provide a stand-alone system, capable of unattended operation for 7 days a week, 24 hours a day. Fuel products shall be limited to equipment and operators with authorized WEX Fleet Cards. Connection of fuel management unit(s) to the Central Controller shall be through a minimum Network Category 6 shielded cable with user-friendly software loaded on a remotely located controller. Each fuel management unit shall have a network interface card (NIC) installed. The fuel management system (automated data collection system) shall reliably read WEX Fleet Cards, and have the ability to lock out any WEX Fleet Card. 2.11 SYSTEM COMPONENTS A. General: Fuel management system (automated data collection) consists of equipment designed to automate control of fuel and, at a minimum, shall consist of the items listed in the following paragraphs. B. Access Device: WEX Fleet Card, used to activate the system by insertion into a receptacle on the fuel management unit. C. Fuel Management Unit (Reader Device): WEX Fleet Card reader device, located on the fuel island or as indicated on the Drawings, used to turn fuel dispensers on and off, monitor fuel dispensed, recognize authorized card, and interface with existing dispensers and tank level monitoring systems. Fuel management unit (FMU) shall have a 32-bit processor operating at 25MHz or faster, installed in the weatherproof enclosure. Receptacles for reading cards shall be covered to prevent sand, water, and snow from causing system problems. Unit shall have flash memory, at least 4 MB of non-volatile SRAM, so that firmware can be updated without having to replace chips. 2.12 FIRE EXTINGUISHER AND CABINET A. Manufacturers: 1. FireTech Poly cabinet — 201b: fireextinguisherdepot.com 2. Brooks M2m Outdoor — 25: fireextinguisherdepot.com 3. Amerex B461 — 61b: A 4. Substitutions: See Section 01 6000 - Product Requirements. B. Standard Components: High impact Red ABS or polystyrene plastic construction with UV inhibitors, scored break front acrylic panel, lockable access, break front striker, C. Extinguisher: Amerex 61b 3A:40B:C or equivalent, chrome plated brass valve, 6 year minimum warranty, drawn steel cylinder, polyester powder coat finish, pressure gauge, rechargeable, replaceable rubber hse and nozzle. PART 3 -EXECUTION Page SP 47 of 147 3.01 EXAMINATION A. Verify that excavations are to required grade, are dry, and have not been over - excavated. 3.02 PREPARATION A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe. B. Remove scale and dirt, on inside and outside, before assembly. C. Prepare piping connections to equipment with flanges or unions. D. Excavate In Accordance With Section 31 2316. E. Backfill in Accordance With Section 31 2316. 3.03 PIPING INSTALLATION A. Install in accordance with manufacturer's instructions and API RP 1615. B. Provide non -conducting dielectric connections wherever jointing dissimilar metals. Install to NACE SP0286. C. Route piping in orderly manner and maintain gradient. D. Group piping whenever practical at common elevations. E. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment. F. Provide clearance for installation of, and access to, valves and fittings. 3.04 FUEL TANK INSTALLATION A. Install tanks in accordance with manufacturer's instructions, API RP 1615 and PEI RP200. Contractor to provide installation documentation as required by AST manufacturer. B. Provide piping connections to tanks with unions and swing joints. Provide venting to API Std 2000. C. Perform tank tests and obtain inspections as required by Orange County Fire Authority and Orange County Health Care Agency (CUPA) permit conditions. Contractor is responsible for scheduling inspections and being on site for all required inspections. D. Installer shall possess current ICC, International Code Council certifications for the work to be performed. Installer shall also possess manufacturer's certification for tank and monitor components. Contractor shall provide ICC certifications for the employees involved in the field installation. Page SP 48 of 147 SECTION 26 0500 BASIC ELECTRICAL REQUIREMENTS PART 1 — GENERAL 1.01 WORK INCLUDED A. Extent: The Contractor shall furnish all services, skilled and common labor, and apparatus and materials required for the complete installation as shown and within the intent of the Drawings and these Specifications B. Work includes, but is not limited to, the following: Furnish and Install: a. Power, controls and communications connections including pull boxes, conduit, and wire for the new CNG fueling equipment, b. Emergency shutdown pushbuttons at the CNG station, C. Grounding system extension for the CNG station, d. All necessary cutting, patching, trenching and backfilling, e. Test the completed work. Correct any deficiencies to the satisfaction of the Owner's Representative. 1.02 EXAMINATION OF SITE A. The Contractor shall examine the site and become familiar with all conditions that may affect the work covered by the design drawings and this Specification of the Specifications to assure a conclusive bid is submitted. Failure of the Contractor to assess the requirements shall not lessen the Contractor's responsibility or entitle them to additional compensation for work omitted from the initial bid. 1.03 RULES AND REGULATIONS A. Drawings: If any part of the Drawings or these Specifications are not clear or definite, the Contractor shall request the Owner's Representative to apply to the Engineer for an interpretation or clarification. The Contractor shall obtain all interpretations or clarifications prior to proceeding with the work. B. Manufacturer's Directions: The Contractor shall follow the manufacturer's directions covering points not shown on the drawings or specified in the specifications. Should the manufacturer's directions conflict with the drawings or specifications, the Contractor shall contact the Owner's Representative for clarification before proceeding. C. Protection of Equipment: Page SP 49 of 147 1. Due care shall be exercised during construction to avoid damage or disfigurement of any kind. All equipment shall be protected from dust and moisture prior to and during construction. 2. Where required or directed, construct temporary protection for equipment and installations so as to protect them from dust and debris caused by the construction 3. All protection shall be substantially constructed with the use of clean canvas, heavy plastic, visqueen or plywood as required, and made tight and dust proof as directed. 4. The Contractor shall repair by spray or brush painting, after properly preparing the surface, all scratches or defects in the finish of the equipment. Only identical paint furnished by the equipment manufacturer shall be used for this purpose. 5. Failure of the Contractor to protect the equipment as outlined herein shall be grounds for rejection of the equipment or its installation. 1.04 REVIEW OF MATERIALS A. Materials and Equipment: All materials and equipment shall be new. All materials and equipment, for which the Underwriters Laboratories, Inc. have established tests, shall be approved by that body and shall bear its label of approval. 1. In lieu of being listed by the Underwriters Laboratories, Inc., consideration will be given to certified test reports of an adequately equipped, recognized independent test laboratory, competent to perform the testing, attesting to the product's conformance with all the applicable requirements of the Underwriters Laboratories, Inc., standards. 2. Unless otherwise approved by the Owner, the materials to be furnished under this Specification shall be the standard products of manufacturers regularly engaged in the production of such equipment equal to or superior to the material specified, and shall be the manufacturer's latest standard design that complies with the Specification requirements. B. Approval of Materials: 1. A complete list of materials and equipment proposed shall be submitted to the Owner's Representative for approval. The list shall include for each item: the manufacturer's name, the manufacturer's catalog number, type or class, the rating, capacity, size, etc 2. The Contractor shall submit catalog cuts or Drawings and data. Page SP 50 of 147 3. Before installation of the equipment, the Contractor shall submit detailed construction Drawings of the electrical equipment to the Owner's Representative for approval. All Drawings shall be to scale, fully dimensioned, and shall provide sufficient detail to clearly indicate the arrangement of the equipment and its components. 4. Installation of any approved substituted equipment is the Contractor's responsibility, and any changes required to work included under other Specifications for installations of approved substituted equipment must be made to the satisfaction of the Owner and without change in the contract price. Approval by the Owner of substituted equipment or dimensioned Drawings does not waive these requirements. 1.05 QUALITY ASSURANCE A. All electrical work under this contract shall be performed by a qualified contractor holding a valid C-10 license and all other licenses and permits required by the authorities having legal jurisdiction over the work. PART 2 — PRODUCTS 2.01 GENERAL A. In addition to material and equipment specified, the Contractor shall also provide incidental materials required to ensure a complete installation. Such incidental materials include solders, tapes, caulkings, mastics, gaskets, equipment supports, brackets, anchors and similar items. B. Materials and equipment shall be uniform throughout the installation. Equipment of the same type shall be of the same manufacturer. All materials and equipment shall be new. Materials and equipment, for which the Underwriters Laboratories, Inc. have established tests, shall have been approved by that body, or an equivalent testing firm and shall bear its label of approval. PART 3 — EXECUTION 3.01 TESTS Upon completion of the electrical construction work the Contractor shall perform tests and provide test reports to the Owner's Representative as specified in this and other Sections of this Specification. A. The Contractor shall provide the Owner with a minimum of two (2) weeks advance notice of all field tests to be performed. Page SP 51 of 147 B. All tests shall be performed in the presence of the Owner's Representative. The request for interruption of power shall be scheduled and coordinated through the Owner's Representative. C. The Contractor shall submit to the Owner's Representative three (3) copies of all test results, certified in writing, witnessed, signed and dated, immediately upon completion of the test. Any unsatisfactory condition revealed by the test results, unsatisfactory methods of testing, or inadequate performance of the testing equipment, shall be corrected by the Contractor to the satisfaction of the Owner's Representative. D. The Owner's Representative reserves the right to require the Contractor to perform or repeat any tests that are deemed necessary to complete or verify the tests or the certified records of the Contractor at any time during the course of the project. The Contractor shall correct any unsatisfactory portion of the work revealed by the tests. 3.02 EQUIPMENT IDENTIFICATION A. Equipment: The Contractor shall properly identify all circuit breakers and other devices on switchboards, and other apparatus used for operation of, or control of the circuits, appliances or equipment by means of 3/32-inch thick white laminated phenolic nameplate with a black core. The engraved characters shall be a minimum of 3/16-inch in size for the device numbers, using Helvetica style font. The nameplates shall be attached using self - tapping stainless steel machine screws. B. Conductors: All wires installed shall be marked to clearly identify the phase and circuit identification. All conductors shall be color -coded and provided with plastic circuit identification labels. For directions regarding the color -coding of low voltage conductors, see Section 26 0530, Part 2.1. 2. Feeder circuit cables shall have permanently attached plastic labels with -inch characters for identification. Feeder circuits shall be identified with the circuit number as stipulated in the Drawings. 3. Branch circuit identification shall be by use of plastic sleeve labels such as those manufactured by Raychem, Panduit, or equal. Labels shall be placed on conductors at all outlets, panelboards, junction boxes, relays, and controls. Branch circuit conductors shall be identified with the circuit number. 3.03 NOISE AND VIBRATION A. The Contractor shall cooperate with the Owner's Representative in reducing objectionable noise or vibration. If the noise or vibration is the result of the material or improper installation, the condition(s) shall be corrected at no additional expense to the Owner. Page SP 52 of 147 3.04 GENERAL INSTALLATION METHODS A. Cutting, Patching, and Core Drilling: 1. Provide cutting, patching, and core drilling required for the installation of the material and equipment specified in this Specification. 2. Do not cut, core, or drill structural members without the prior consent of the Owner's Representative. B. Seismic Mounting: All electrical material and equipment, including the floor mounted equipment, shall be installed with the bracing or anchoring necessary to comply with the latest edition of the California Building Code. C. The contract drawings are based on preliminary information provided by equipment manufacturers and suppliers prior to completion of bidding documents. Contractor shall be responsible for coordinating final equipment installation requirements with the manufacturer, including making necessary adjustments to conduit stub -up locations, at no additional cost to the Owner. D. Waterproof Construction: 1. Maintain the waterproof integrity at the penetration points of materials intended to be waterproof. Membrane clamps shall be provided at penetrations points of waterproof membranes. 2. Provide waterproof NEMA 3R enclosures for all equipment or devices mounted outside or otherwise exposed to the weather. Page SP 53 of 147 SECTION 26 0501 BASIC MATERIALS AND METHODS PART 1 —GENERAL 1.01 WORK INCLUDED A. Conduit, conduit seals and fittings B. Wireways and fittings C. Pull and outlet boxes D. Cable and wire E. Pulling cable and wire F. Wiring devices and connections G. Supporting devices H. Acceptance tests 1.02 RELATED SECTIONS A. See the following Specification Sections for work related to the work in this Section: 1. Section 26 0500 Basic Electrical Requirements 2. Section 26 0540 Conduit 3. Section 26 0530 Wire and Cable 4. Section 26 0533 Boxes 5. Section 26 0520 Grounding 1.03 APPLICABLE STANDARDS A. Published specifications, standards, tests, or recommended methods of trade, industry, or governmental organizations apply to the work of this Section. 1.04 SUBMITTALS A. Manufacturer's literature, drawings and published data. PART 2 — PRODUCTS 2.01 CONDUIT, CONDUIT SEALS AND FITTINGS A. See Section 26 0540 Conduit 2.02 PULL AND OUTLET BOXES A. See Section 26 0533 Boxes Page SP 54 of 147 2.03 CABLE AND WIRE A. See Section 26 0530 Wire and Cable 2.04 PULLING CABLES A. When cable pulling lubrication is required it shall be a compound specifically prepared for cable pulling and shall not contain petroleum or other products which have a deteriorating effect on the cable jacket or insulation. Cable pulling lubricants shall be approved by the wire and cable manufacturer specifically for use with their products and shall be manufactured by: Y-Er-Eas, Mineralic, Ideal, or equal. 2.05 WIRING DEVICE AND CONNECTIONS A. 600 Volt or Less Wiring Connections Terminal Strip Connectors: a. All Sizes: Crimp type, solderless lugs and connectors as manufactured by Burndy, Thomas and Betts, or equal. b. Pressure connectors furnished as an integral part of equipment shall be used for conductors of any size. 2. Circuit wiring connectors to fixture wire shall be of the insulated spring connector type as manufactured by 3M, Ideal, or equal. 3. Splices: a. No. 6 and larger splices shall be made up with crimp type splice sleeves as manufactured by 3M, Ideal, or equal and taped. b. No. 8 and smaller splices shall be made up with insulated spring connectors as manufactured by 3M, Ideal or equal. 4. All connections requiring taping shall use the appropriate type as manufactured by 3M, Hysol, or equal. 2.06 RECEPTABLES FOR HAZARDOUS LOCATIONS A. Receptacles shall be Crouse -Hinds Feraloy type CPS (or equal), angle type, suitable for use in Class 1, Division 1 and 2, Group C and D hazardous locations and wet locations. Receptacles shall have a delayed action mechanism, ensuring arcs are extinguished in the contact chamber prior to allowing the plug to be withdrawn. The receptacles shall be rated for 20A, 125-250V AC, 2-wire, 3-pole, 60Hz. One (1) matching type CPP plug will be provided with each receptacle. Page SP 55 of 147 PART 3 — EXECUTION 3.01 CONDUIT AND WIREWAYS A. Conduit shall be installed for all conductors of all systems unless specifically noted otherwise on the drawings. Refer to Section 26 0540 - Conduit. 3.02 PULL AND OUTLET BOXES A. Mount with supporting means independent of conduits. Machine bolts shall be used for fastening to structural steel and machine screws and expansion anchors shall be used for fastening to concrete or solid masonry. B. Pull boxes shall be of the size and type to accommodate the electrical classification of the location, structural conditions, size and number of raceways, conductors or cables entering and leaving, and device or fixture for which required. C. Locations of outlets and pull boxes on drawings are diagrammatic unless dimensioned. When necessary and with the approval of the Engineer, outlets and pull boxes shall be relocated to avoid interference with other work. 3.03 SECONDARY WIRE AND CABLE A. All wiring shall be in conduit except as specifically noted. B. The entire wiring system shall be installed with identified neutrals and color -coded phase wires. All branch circuits shall have individual neutral conductors installed in the same raceway. Each branch circuit shall have a properly sized ground conductor. C. All conduits shall be swabbed until all moisture and dirt has been removed before any wire or cable is installed. D. All cables and wires shall have the same identification at all termination and splice points and at all pull boxes, outlet boxes, conduit bodies and wireways in which they are installed. Allow at least 6-inch of tails packed in the outlet boxes after splices or terminations are made. E. All cable and wire in equipment enclosures shall be grouped and laced with plastic bands. The cables and wires shall be systematically and symmetrically arranged and so formed to avoid strain at terminal points. F. No splices shall be made in conduits or conduit fittings (condulets). Splices shall be made in outlet, junction or pull boxes only. G. Cable splices and terminations shall be installed in accordance with the cable manufacturer's recommendations. Terminations shall be made with crimp -type solderless lugs and connectors or use pressure connectors furnished as an integral part of equipment. Splices for #6 and larger shall be made up with crimp type splice sleeved and taped. The splice shall be Page SP 56 of 147 wrapped with electrical tape in a manner and with material approved for the circuit voltage. Splices for #8 and smaller shall be made up with insulated spring connectors. H. Cable pulling methods and materials shall only be those recommended by the cable manufacturers. Cable shall not be pulled through more than one intermediate manhole or pull box on one pull. Cables shall be lubricated with approved pulling lubricant during pulling operations. All cable ends shall be sealed against moisture after pulling. 3.04 SUPPORTING DEVICES A. Refer to Section 26 0500, Basic Electrical Requirements, Part 3.04.13 - Seismic Mounting for equipment seismic restraint requirements. B. Do not cut or weld to any structural steel without written permission from the Engineer. Devices shall be securely and safely supported in accordance with the requirements of the latest edition of the CBC. C. Unistrut, Kindorf or equal type channel shall be used for the support of miscellaneous electrical devices, conduit, equipment, or fixtures as may be suitable for the conditions. D. Machine bolts shall be used for fastening to structural steel. Machine screws and expansion anchors shall be used for fastening to concrete or solid masonry. 3.05 ACCEPTANCE TESTS A. An insulation resistance test shall be performed on all cabling and wiring installed by the Contractor that is rated at 600V or less. All insulation tests shall be made with a direct reading megohmeter (megger) having a minimum voltage rating of 500V DC. Test readings shall be recorded, and results submitted as specified in Section 26 0500, Basic Electrical Requirements. B. The minimum acceptable resistance shall not be less than one megohm from conductor phase to phase and phase to ground using a potential of 500V DC applied for thirty (30) seconds. C. After insulation tests have shown the cable and wiring installation to be satisfactory the cable and wiring may be energized and tested for proper voltage and phase rotation. Test readings shall be recorded, and the results submitted as detailed in Section 26 0500, Basic Electrical Requirements. D. The Contractor shall furnish all instruments required for the tests. Page SP 57 of 147 SECTION 26 0520 GROUNDING PART 1 —GENERAL 1.01 WORK INCLUDED A. The work covered in this Section consists of furnishing all labor, supervision, tools, materials, equipment and performing all work necessary to furnish and install complete grounding systems required for electrical service equipment, system grounding, power distribution, lighting, and equipment grounding system systems. Work shall include: 1. Electrical equipment and raceway grounding and bonding. 2. CNG fueling equipment grounding and bonding. 1.02 RELATED SECTIONS A. See the following Specification Sections for work related to the work in this Section: 1. Section 26 0500 Basic Electrical Requirements 2. Section 26 0530 Wire and Cable 3. Section 26 0533 Boxes 1.03 APPLICABLE STANDARDS A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft B. BUILDING INDUSTRY CONSULTING SERVICES INTERNATIONAL (BICSI) BICSI TDMM Telecommunications Distribution Methods Manual C. INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE) 1. IEEE 81 Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System 2. IEEE 142 Recommended Practice for Grounding of Industrial and Commercial Power Systems D. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) Page SP 58 of 147 NFPA 70 National Electrical Code (NEC) as amended by Part 3, Title 24, California Code of Regulations, California Amendments (i.e., California Electrical Code) 1.04 SYSTEM DESCRIPTION A. Ground each separately -derived system neutral in accordance with the requirements of the California Electrical Code. B. Provide communications system grounding conductor in accordance with NFPA 70 at the point of service entrance and connect it to a separate grounding electrode that is bonded to the power system grounding electrodes. C. Bond together exposed non -current carrying metal parts of the electrical equipment, metal raceway systems, grounding conductor in the raceways and cables, and plumbing systems in accordance with the California Electrical Code. 1.05 SUBMITTALS A. All submittals shall be made in accordance with the General Conditions. Supplier shall furnish six (6) sets of submittals containing the following information for Owner's approval: 1. The Contractor shall submit manufacturer's product data for the materials and equipment proposed for use. 2. The results of the electrical resistance tests, performed on the installed grounded grid and its components, shall be submitted to the Owner for review. PART 2 — PRODUCTS 2.01 MATERIALS A. Products for which the Underwriters Laboratories, Inc., have established tests, shall be approved by that body, or an equivalent testing firm, acceptable to the Owner, and shall bear a label of approval. B. Ground conductors shall be bare or insulated, stranded, soft -drawn copper, securely connected and sized as shown on the drawings and as required by the California Electrical Code. C. System neutral conductors shall have 600-volt insulation. D. Ground System Devices: Ground Rods: Copper -clad steel rods, sectional, 3/4' diameter x 20'-0" long minimum size (unless otherwise noted), with pointed end. Page SP 59 of 147 2. Ground Rod Connectors: Accessible, Burndy, Copperweld, or equal. 3. Cable Connectors: Accessible, O.Z./Gedney, Burndy, or equal. 4. Ground Rod and Cable Connectors: Not Accessible, Cadweld, Thermoweld, or equal. 5. Grounding Bushings: O.Z. Type BL, Burndy, or equal. 6. Pipe Connectors: O.Z. Type ABG, Burndy, or equal. 7. Enclosure Connectors: O.Z. Type QG or KG, Burndy, or equal. 8. Feed -through Lug: Burndy Type Q213, O.Z./Gedney, or equal. 9. Copper Mechanical Grounding Connector for Copper Cable to Flat Bus Bar: Burndy Type KC Servit Post, or equal. 10. Ground Rod Boxes: Precast concrete, 13-inch interior diameter, with cast iron traffic lid, Christy Concrete Products, or equal. PART 3 — EXECUTION 3.01 INSTALLATION A. Grounding conductors shall be installed from each raceway system, current -consuming device, panelboard, cabinet, motor controller, switch, etc., to the station ground grid to form a continuous grounding system. B. Provide a separate, insulated, equipment -grounding conductor in all feeder and branch circuits. Terminate each end on a grounding lug, bus, or bushing. C. Equipment, not shown grounded on the drawings but for which a ground connection is required by the California Electrical Code, shall be grounded. D. System neutrals shall be grounded by connection to the ground bus at one point only. E. Lighting fixtures shall be grounded in accordance with the California Electrical Code. F. Metal enclosures for all electrical equipment (switches, switchgear, panels, etc.) shall be grounded at two places. 3.02 FIELD QUALITY CONTROL A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. 3.03 FIELD TESTING Inspections and field tests shall be performed in accordance NETA ATS, the manufacturer's recommendations, and with the following: A. Visual and mechanical inspections shall include: Page SP 60 of 147 1. Verify ground system is in compliance with the drawings, specifications, and the California Electrical Code. 2. Inspect ground system for physical and mechanical damage. B. Electrical Tests: Perform point-to-point tests to verify continuity and determine resistance between the main grounding system and all major electrical equipment frames, system neutral, and/or other derived points. C. Contractor shall secure the services of an independent, third -party testing organization to perform field tests specified herein that are not specified elsewhere to be performed by the manufacturer's authorized representative(s). The third -party testing organization shall function as an unbiased testing authority, professionally independent of the manufacturers, suppliers, and installers of the equipment and systems being evaluated. The testing organization shall have full membership classification issued by the NETA and shall submit appropriate documentation demonstrating compliance with these requirements. D. Technicians performing these electrical tests and inspections shall be trained and experienced concerning the apparatus and systems being evaluated. These individuals shall be capable of performing the tests in a safe manner and with complete knowledge of the hazards involved. They must evaluate the test data and make a judgment on the serviceability of the specific equipment. Technicians shall be certified in accordance with ANSI/NETA ETT-2000, Standard for Certification of Electrical Testing Personnel. E. At the completion of testing, the third -party testing organization shall submit written certification that all equipment and systems tested have been properly adjusted and set, are in satisfactory condition, and are suitable for placing in operation. Page SP 61 of 147 SECTION 26 0530 WIRE AND CABLE PART 1 — GENERAL 1.01 WORK INCLUDED A. The work covered in this Section consists of furnishing all labor, supervision, tools, materials, equipment and performing all work necessary to furnish and install complete wire and cable systems required for power distribution, lighting, equipment and system grounding, and station monitoring, controls and instrumentation. Work shall include: 1. Wire and cable — Power System 2. Wire and cable — Monitoring and Control Systems 3. Wiring and cable — Grounding Systems 4. Wiring connections and terminations 1.02 RELATED SECTIONS A. See the following Specification Sections for work related to the work in this Section: 1. Section 26 0500 2. Section 26 0540 3. Section 26 0533 4. Section 26 0520 1.03 APPLICABLE STANDARDS Basic Electrical Requirements Conduit Boxe Grounding Work and materials shall be in compliance with the latest applicable revision of the following standards and codes: A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM B3 Specification for Soft or Annealed Copper Wire 2. ASTM B8 Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard or Soft B. INTERNATIONAL ELECTRICAL TESTING ASSOCIATION (NETA 1. ATS Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems C. NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA 1. NEMA WC 5 Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy D. NATIONAL FIRE PROTECTION ASSOICATION (NFPA) Page SP 62 of 147 NFPA 70 National Electrical Code (NEC) as amended by Part 3, Title 24, California Code of Regulations, California Amendments (i.e., California Electrical Code) E. UNDERWRITERS LABORATORIES, INC. (UL) 1. UL 44 Thermoset -Insulated Wires and Cables 2. UL 83 Thermoplastic -Insulated Wires and Cables 3. UL 510 Polyvinyl Chloride, Polyethylene and Rubber Insulating Tape 1.04 SUBMITTALS A. Supplier shall furnish submittals containing the following information for Owner's approval: Shop drawings and product data. 1.05 QUALITY ASSURANCE A. Products for which the Underwriters Laboratories, Inc., have established tests, shall have been approved by that body, or an equivalent testing firm acceptable to the Owner, and shall bear its label of approval. 1.06 DELIVERY, STORAGE, AND HANDLING A. Materials shall be delivered to the site in unopened cartons, reels, or bundles as appropriate, clearly identified with the manufacturer's name, Underwriters Laboratories, Inc., or other approved label, grade and identifying number. PART 2 — PRODUCTS 2.01 WIRE AND CABLE — GENERAL A. Conductors: General Cable Corp., Okonite Co., Southwire, or equal, copper No. 12 AWG minimum for lighting and power circuits, and No. 14 AWG minimum for control circuits. Unless specifically noted otherwise herein, conductors shall be Class B stranded soft drawn copper, conforming to ASTM B8. B. Splices and Terminations in Copper Conductors: 1. Splices in No. 8 AWG and smaller: Where not otherwise specified, provide Scotchlok, Buchanan, or equal, spring type, insulated connectors unless otherwise specified. Page SP 63 of 147 2. Terminate No. 10 AWG and smaller conductors on screw terminals or pressure connectors furnished as part of the devices unless otherwise specified. 3. For splices and terminations in No. 6 AWG and larger stranded conductors use mechanically die -compressed connectors except where connectors of special form, such as on molded case circuit breakers, are furnished as an integral part of equipment. Compression die shall deform both connector and conductor to provide a homogeneous mass in compressed volume. Connectors and installation tools shall be products of the same manufacturer. Use Thomas and Betts, Burndy, Square D, or equal. 4. Where splices in underground power cable runs are specifically shown on the drawings or approved, provide either resin -filled in - line splice kit or sealant -coated, heatshrink, flame-retardant, heavy - wall tubing to provide a water -tight seal over in -line cable splices. Resin -filled splice kits shall be 3M Scotchcast, or equal. Heatshrink tubing shall be Raychem type FCSM or approved equal 5. Use Erico Products, Inc., Cadweld, Burndy Thermoweld, or equal, for splices, "T" and "X" connections in bare grounding conductors, for connections to building steel members, and where grounding conductor connections are required. 6. Tape: Scotch No. 33+, Okonite, or equal, vinyl plastic applied in not less than two half -lapped layers where other insulating methods are not specified. 7. Identify the conductors in the outlets, pull boxes, panelboards, and similar locations where conductors are accessible with Thomas and Betts, Brady, or equal, printed plastic adhesive tapes to show the circuit number. Wrap the tapes at least two turns around the conductor. Mark the panel identification number with a permanent felt tip pen on Patrick and Co., Size 1, Type 11-172, Dennison Co., or equal, cloth or plastic tag and attach it to the entering conductors with a nylon string. Use numbered adhesive tapes, tags or insulation color to permit identification of the individual wire or cable for communication, alarm, and control conductors. C. Color Codes 1. Color -code the power conductors of the wiring systems by means of colored insulation for sizes No. 8 AWG, and smaller. Color -code larger conductors with 1-inch wide cloth or plastic colored adhesive tape: 480Y/277 Svstem Phase A Brown Phase B Orange Phase C Yellow Neutral Gray Page SP 64 of 147 208Y/120V System Black Red Blue White 2. Equipment Grounding: Any conductor intended solely for equipment grounding purposes shall be bare or green in color. Conductors having white covering shall be used only for grounded neutral conductors. This requirement applies to all lighting, power, and control circuits. 3. Wrap the tape no less than two full turns around the conductor. D. Conductor Lubricant: Wireze, Minerallac No. 100, or equal, for installation of conductors in conduits, except that no lubricant will be permitted on conductors of ground isolated circuits. E. Conductors in Enclosures: Provide neat and professional installation with conductors trained and secured with T&B Ty -Rap, Virginia Plastics, or equal, nylon wire ties in panelboards, terminal cabinets, switchboards, gutters, equipment enclosures and similar locations. 2.02 WIRE AND CABLE— LIGHTING AND POWER SYSTEM A. Power and lighting conductors shall be 600-volt, Type THHN/THWN, having thermoplastic insulation with an overall outer nylon cover per UL 83. Conductors shall be rated 900 C for dry locations and 75' C for wet locations and shall be applied at their 75' C ampacity rating. B. Each branch circuit shall have its own neutral conductor, if applicable. Shared neutral conductors are not acceptable. 2.03 WIRE AND CABLE— MONITORING AND CONTROL SYSTEMS A. Conductors for Class 1 remote control and signal circuits and Class 2 power -limited circuits shall comply with NFPA 70. B. Twisted shielded pair (TSP) cable shall be #16 AWG stranded, tinned copper, twisted pairs, 2-inch or shorter lay, with 100% foil shielding. Conductors shall have PVC insulation with a nylon overcoat and an overall 90C PVC jacket and shall be suitable for use in wet locations. Insulation shall be 600-volt rated. C. Resistance Temperature Detector and gas sensor wiring shall be 3- conductor, #16 AWG, stranded tinned copper conductors, with 100% foil shielding and overall PVC jacket. Insulation shall be rated for 300-volts. 2.04 WIRE AND CABLE— GROUNDING SYSTEMS A. Equipment Grounding: Bonding and grounding conductors shall be ASTM B8 Class B stranded copper. Page SP 65 of 147 PART 3 — EXECUTION 3.01 INSTALLATION OF WIRE AND CABLE A. All wiring shall be installed in compliance with the California Electrical Code (CEC) and all other applicable codes and standards as indicated in these specifications and on the contract drawings. B. Unless otherwise indicated, all wiring shall be continuous, without splices, from terminal to terminal. C. Clean all raceways prior to the installation of wire and cable. D. All wiring shall be identified with permanent wire labels, using alphanumeric designations. All terminations shall be identically labeled for the same wire (i.e., common conductors terminated in multiple locations). Wire labels shall agree with the wire designations provided on the as -built termination diagrams and interconnection diagrams. E. All wiring, except wiring inside enclosures, shall be cabled with a thermoplastic insulation jacket, with a voltage rating exceeding the voltage of any power in proximity to the wiring. F. All signal and power wiring shall be fully enclosed in appropriate conduit, unless explicitly accepted by the Owner's Representative. Wiring within enclosures shall be neatly bundled and strapped or fastened to sub - panels or enclosure surfaces. Wiring connected to hinged doors shall be bundled and sleeved in a flexible plastic tubing to permit opening and closing of the door without straining wiring and without abrasion of the wire insulation. G. No wiring shall be installed, other than in conduit, except with specific written approval of the Owner's Representative. 3.02 INTERFACE WITH OTHER SYSTEMS A. Identify each conductor with its circuit number or other designation indicated on Drawings. 3.03 INSPECTION AND TESTS A. General: The electrical installation shall be inspected and tested to ensure safety to the operating personnel and compliance with Code requirements and with the Contract documents. Field tests shall be performed in conformance with the National Electrical Testing Association (NETA) Standards. B. Insulation resistance test all power and control wiring installed by, or altered by, the Contractor. Insulation resistance test all equipment installed under this Contract. Page SP 66 of 147 1. The insulation resistance of each circuit phase -to -phase and phase -to -ground shall be measured. For circuits rated less than 600-volts, a 1-megohm resistance will be the acceptable minimum. 2. Applied potential shall be 500 volts DC for 300 V rated cable and 1000 volts DC for 600 V rated cable. Test duration shall be one minute. C. Resistance of each ground rod to earth. This shall be made with a Biddle Null Earth Megger tester, and results reported to the Owner. D. Test readings shall be recorded and submitted as required by Section 26 0500. 3.04 SPARE CONDUCTORS A. The Contractor shall install at least two additional conductors, or an additional 10% beyond the number required, whichever is greater as spares in all control and instrumentation conduits. Spare conductors shall be the same size as the largest conductor in the conduit. Page SP 67 of 147 SECTION 26 0533 BOXES PART 1 — GENERAL 1.01 WORK INCLUDED A. The work covered under this Section consists of furnishing all labor, supervision, tools, materials, equipment and performing all work necessary to furnish and install above -grade pull and junction boxes. 1.02 RELATED SECTIONS A. See the following Specification Sections for work related to the work in this Section: 1. Section 26 0500 Basic Electrical Requirements 2. Section 26 0540 Conduit 3. Section 26 0530 Wire and Cable 4. Section 26 0520 Grounding 1.03 APPLICABLE STANDARDS Work and materials shall be in compliance with the latest applicable revision of the following standards and codes: A. NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA) 1. NEMA FB 1 Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies 2. NEMA OS 1 Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports 3. NEMA OS 2 Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports 4. NEMA 250 Enclosures for Electrical Equipment (1000 Volts Maximum) B. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1. NFPA 70 National Electrical Code (NEC) as amended by Part 3, Title 24, California Code of Regulations, California Amendments (i.e., California Electrical Code) C. UNDERWRITERS LABORATORIES, INC. (UL) 1. UL 50 Standard for Enclosures for Electrical Equipment 1.04 SUBMITTALS Page SP 68 of 147 A. Supplier shall furnish submittals containing the following information for Owner's approval: 1. Shop drawings and product data. 1.05 QUALITY ASSURANCE A. Products for which the Underwriters Laboratories, Inc., have established tests, shall have been approved by that body, or an equivalent testing firm acceptable to the Owner, and shall bear its label of approval. 1.06 DELIVERY, STORAGE, AND HANDLING A. Materials shall be delivered to the site in unopened cartons clearly identified with manufacturer's name, Underwriters Laboratories, Inc., or other approved label, grade, and identifying number. PART 2 — PRODUCTS 2.01 PULL AND JUNCTION BOXES A. Boxes: For unclassified areas, provide UL 50 listed, screw -cover type, Square D Co., Circle A-W Products, or equal, machine screw attached covers. Unless otherwise specified, provide an explosion -proof type for classified areas, Crouse -Hinds, Appleton, or equal. B. Surface Mounted Boxes: Equipped with covers of the same size as box. C. Pull Boxes: Provide boxes where shown. Provide additional boxes as required to comply with the California Electrical Code for the conduit routes selected by the Contractor to accommodate the conditions which influenced the routes. D. Hinged Access Doors: Provide where the boxes would otherwise be inaccessible. PART 3 — EXECUTION 3.01 COORDINATION OF BOX LOCATIONS A. Install the electrical boxes as required for splices, taps, wire pulling, and equipment connections in accordance with the regulatory requirements. B. Electrical box locations shown on the Drawings are approximate unless dimensioned. C. Locate and install boxes to avoid conflicts with other equipment and in a manner that results in a neat appearance. D. Provide knockout closures for the unused openings. 3.02 PULL AND JUNCTION BOX INSTALLATION Page SP 69 of 147 A. Support pull and junction boxes independent of the conduit. 3.03 GROUNDING A. Permanently and effectively ground all boxes in accordance with Section 260520. Page SR 70 of 147 SECTION 26 0540 CONDUIT PART 1 —GENERAL 1.01 WORK INCLUDED A. The work covered in this Section consists of furnishing all labor, supervision, tools, materials, equipment and performing all work necessary to furnish and install complete raceway systems suitable for receiving wire and cable. Systems shall be complete with all couplings, bushings, other fittings and support. Work shall include provision of 1. Rigid metal conduit and fittings 2. Flexible metal conduit and fittings B. Work associated with the installation of underground conduit systems shall be provided in accordance with the electrical specifications. 1.02 RELATED SECTIONS A. See the following Specification Sections for work related to the work in this Section: 1. Section 26 0500 Basic Electrical Requirements 2. Section 26 0530 Wire and Cable 3. Section 26 0533 Boxes 4. Section 26 0520 Grounding 1.03 APPLICABLE STANDARDS Raceway systems and all related components shall be designed, manufactured and tested in accordance with the latest applicable revision of the following standards and codes: A. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) 1. ANSI C80.1 Rigid Steel Conduit, Zinc Coated B. NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA) 1. NEMA FB 1 Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies 2. NEMA TC 2 Electrical Polyvinyl Chloride (PVC) Tubing and Conduit 3. NEMA TC 3 PVC Fittings for Use with Rigid PVC C. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 70 National Electrical Code (NEC) as amended by Part 3, Title 24, California Code of Regulations, California Amendments (i.e., California Electrical Code) D. FEDERAL SPECIFICATIONS (FS) 1. FS A-A-55810 Flexible Metal Conduit Page SP 71 of 147 E. UNDERWRITERS LABORATORIES, INC. (UL) 1. UL 6 Rigid Metal Electrical Conduit 2. UL 514B Conduit, Tubing and Cable Fittings 3. UL 651 Standard for Schedule 40 and 80 Rigid PVC Conduit and Fittings 1.04 SUBMITTALS A. All submittals shall be made in accordance with the General Conditions. Supplier shall furnish submittals containing the following information for Owner's approval: 1. The Contractor shall submit manufacturer's product data for the materials and equipment proposed for use. 1.05 QUALITY ASSURANCE A. Products for which the Underwriters Laboratories, Inc., have established tests, shall have been approved by that body, or an equivalent testing firm, acceptable to the Owner, and shall bear its label of approval. 1.06 DELIVERY, STORAGE, AND HANDLING A. Materials shall be delivered to the site in unopened cartons or bundles as appropriate, clearly identified with the manufacturer's name, Underwriters Laboratories, Inc. or other approved label, grade or identifying number. PART 2 — PRODUCTS 2.01 RIGID METAL CONDUIT AND FITTINGS A. Rigid Steel Conduit: Schedule 40 pipe, hot -dip galvanized or sherardized, conforming to ANSI C80.1 and UL 6, with threaded ends, protected both inside and out, "Sheraduct," "GE White," "Galvite," or equal. B. Fittings and Conduit Bodies: threaded type, material to match the conduit, and product listed for intended location. Fittings, couplings and connectors shall conform to the requirements of UL 514B. C. Watertight Expansion and Deflection Fittings: O-Z Electric Co. Type DX, Crouse -Hinds, or equal, capable of accommodating not less than a 3/4- inch displacement from the normal condition in any direction including the longitudinal (conduit centerline) direction. D. Conduit Seals: Crouse -Hinds Type EYS or equal, suitable for Class 1, Division 1 or 2 application, in vertical or horizontal mounting position as required. Provide fiber dam and sealing compound as recommended by the manufacturer for use with the conduit seals provided. E. Bonding Bushings: O-Z Electric Co. Type "BLG", Thomas and Betts Co., Inc., or equal. F. Insulating Bushings: O-Z Electric type "A", Thomas and Betts Co., Inc., or equal. Page SP 72 of 147 G. All rigid conduit threaded joints shall have thread lubricant applied, Crouse -Hinds STL or HTL, or equal. 2.02 FLEXIBLE METAL CONDUIT AND FITTINGS A. Conduit: For unclassified areas, use liquid -tight, interlocking single -strip type with overall molded jacket to exclude moisture, "Sealtite," Condu- Flex, or equal. Unless otherwise specified, use the following for classified areas, Crouse -Hinds, EC Couplings, Appleton EX Flexible Coupling, or equal B. Fittings and Conduit Bodies: NEMA FB 1, (steel), screw -in type. C. Flexible Conduit Connectors: Thomas and Betts, Appleton Electric Co. or equal, galvanized steel with integral insulating throat. 2.03 POLYVINYL CHLORIDE CONDUIT AND FITTINGS (PVC) A. Schedule 40 PVC conduit conforming to NEMA TC 2 and UL 651. Fittings, NEMA TC 3, and solvent cement as recommended by the manufacturer. 2.04 SUPPORTS AND ATTACHMENTS A. Conduit Clamps, Straps, and Supports: Steel or malleable iron. B. Concrete Drilled Anchors: USM Corp., "Parabolt", Langford Tool and Drill Co., "Kwik-Bolt", or equal. C. Self -Drilling and Self -Tapping Bolts: Atlas Corp., "Teks 2", or equal D. Sheet -metal Screws: Parker-Kalon, American, or equal, self -tapping, hardened steel, cadmium plated, binding head or countersunk flat head to suit application. E. Hanger Rods: 1/4-inch minimum, hot dip galvanized Unistrut Corp., Super Strut Corp., or equal, applied as shown. Use channel nuts, hex nuts, saddle type and flat washers and similar accessory items, each best suited to the specific application: 1. Channel section, 12-gage, 1-5/8 x 2-7/16-inches: P5500 2. Studs, nuts and similar items: of sizes and types noted and compatible with the channel section to which they are being applied. 3. Flat plate, angle, shaped and special fittings and beam clamps, of types noted and compatible with the channel section to which they are being applied. 4. Conduit straps: P2580-10 to P2553-40, two -hole 5. Conduit straps: Appleton, Steel City, or equal, one -hole, sheet steel, for 1/2-inch and 3/4-inch conduits only 6. "U" bolts: Schedule 40 pipe sizes with threaded legs and nuts 7. Universal pipe clamps, 1/2-inch to 2-inch conduits: P2911 to P2917 8. I.P.S. type pipe hangers, as shown PART 3 — EXECUTION 3.01 GENERAL INSTALLATION REQUIREMENTS Page SP 73 of 147 A. All wires shall be installed in conduit or wiring raceways. Size raceways in accordance with NEC requirements, unless specified on the drawings. B. Provide separate raceway systems for each of the following wiring categories: 1. 480Y/277-volt normal power. 2. 208Y/120-volt normal power. 3. Control Wiring 4. Instrument Wiring C. Unless otherwise indicated, conduits installed underground shall be PVC Schedule 40. Make all joints and connections using fittings designed for the purpose, bonded permanently and watertight using solvent cement. Comply with manufacturer's recommendations for bending and cutting. 3.02 CONDUIT SIZE, ARRANGEMENT, AND SUPPORT A. The minimum conduit size shall be 3/4-inch trade size unless noted otherwise on the plans. B. Conduit systems shall be worked into complete, integrated arrangements, with like elements to present an orderly, neat, and professional appearance as specified herein. C. Run all conduit, raceways, and junction boxes exposed, except as shown or noted otherwise. Exposed conduits or raceways shall be run parallel with walls or structural elements. D. Vertical runs shall be plumb and horizontal runs level and parallel with structure. Groups shall be racked together neatly with both straight runs and bends parallel and uniformly spaced E. All conduits shall be securely fastened in place at intervals not exceeding those specified in the NEC, with approved and suitable clamps or fastener types. All vertical conduits shall be properly supported to present a mechanically rigid and secure installation. F. Maintain, at a minimum, a 6-inch clearance between conduit and piping. G. No conduit shall be fastened to other conduits or pipes or installed so as to prevent the ready removal of other pipes for repairs. H. Space conduit, supported directly from the concrete structure, out at least 1/4-inch using one -hole malleable straps with pipe spacers or, if three (3) 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. I. Secure conduit racks to concrete walls by means of 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. Conduit shall be supported immediately on each side of a bend and not more that 3-feet from an enclosure where a straight run of conduit ends J. Welding, brazing, or other heating of the conduit is not permitted. K. Clearance: Do not obstruct spaces required by Code in front of electrical equipment, access doors, etc. Page SP 74 of 147 L. Conduit of 2-inch trade size or smaller O.D., but not larger than one-third the concrete thickness, may be installed in structural concrete between the steel and the bottom of the slab only where permitted by the Owner's Representative. Conduit may be in contact with reinforcing or other conduit where crossing at a right angle but maintaining a minimum spacing of three times the O.D. elsewhere. M. The interior of all raceways shall be thoroughly clean and free from cement, paint, grease, plaster, and dirt. N. Empty conduit, in which wire is to be installed by others, including telephone, communications, instrument, or data conduits, shall have pull lines installed. The pull line shall be 3/32-inch nylon or polyolefin having not less than a 200-pound tensile strength. No less than 24-inches of slack shall be left at each end of the pull line. Attach Patrick and Co. Size 2, Type 11-172, Dennison Co., or equal, cloth or plastic tags to the ends of the pull lines with nylon string. Tags shall be marked with indelible ink indicating the location of the other end of the pull line and the service for which the conduit is provided. 3.03 CONDUIT INSTALLATION A. Drawings do not necessarily indicate, generally, routes of all branch circuits. All runs to panels are indicated as starting from the nearest outlet. Provide conduits to panels as though routes were indicated in their entirety. B. The Contractor shall not commence installation of the conduits until all the conduit runs have been accounted for and properly planned. C. Pull boxes and splice boxes shall be installed where shown and where otherwise required to facilitate the installation of conductors and to comply with code requirements. Different types of conduits shall not be intermixed in any run. D. Conduits shall be installed to be free of traps where condensation water could accumulate wherever possible E. When required for ease of cable pulling and as necessary to meet Code, provide malleable conduit fittings or pull boxes even though not shown. Turns shall consist of malleable fittings or symmetrical bends. F. Install conduit seals in accordance with NEC requirements and as shown on the drawings. Conduit seals shall be provided within 18 inches of each conduit entry into explosion -proof enclosures and wherever conduits transition from a hazardous rated location to a non -hazardous location. Each conduit routed underground from, or through, a hazardous location to a non -hazardous location shall have conduit seals provided, above grade, at each end of the conduit run within 12 inches of the point the conduit enters/leaves the ground. All conduit seals shall be filled with sealing compound in accordance with the manufacturer's recommendations Page SP 75 of 147 G. Bends and offsets shall be avoided where possible, but where necessary, shall be made with approved hickey or a conduit -bending machine. Make bends and offsets of as large a radius as construction will permit so as not to injure the conduit in any way. Conduit bends shall not be kinked and shall not be flattened more than 5% of the outside diameter of the conduit. Where exposed conduits are run in groups, all bends shall have a common center, with a minimum inner radius of eight times the inside diameter of the conduit. H. Use flexible metal conduit for final connection to vibrating equipment. The length of any size or type of flexible conduit shall not exceed 6-feet. An equipment -grounding conductor shall be installed in all conduit runs having a length of flexible metallic conduit, flexible liquid -tight conduit, non-metallic conduit or duct as any part of the run. Flexible liquid -tight conduit shall be used in damp or wet locations requiring flexible conduit. Provide explosion -proof flexible couplings for final connection to vibrating equipment within classified areas. Use of flexible couplings and flexible metal conduit for other than connections to vibrating equipment shall be subject to prior approval by the Engineer. I. Plug or cap all unused conduit openings with a suitable device designed for the purpose. Caulking compound shall not be used for plugging conduit openings. J. Rigid Metal Conduit: Connect with threaded ends, threaded couplings, thread into integrally cast hubs or use double locknuts and insulating bushings. K. Keep conduits closed and moisture -tight during construction. L. Where rigid steel conduit and fittings are installed in contact with earth and/or concrete, they shall be wrapped with 20-mil PVC tape, 50% overlap. 3.04 GROUNDING A. Permanently and effectively ground all conduit systems in accordance with Section 26 0520. B. A separate ground conductor shall be run in each conduit and shall be connected to each junction box using a grounding screw in each box. An equipment -bonding jumper shall be used to connect all grounding type receptacles to the grounded box. The use of looped wires under grounding screws shall not be permitted. Page SP 76 of 147 SECTION 31 000 CONCRETE FORMING AND ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Form -facing materials. 2. Form liners. 1.2 DEFINITIONS A. Form -Facing Material: The temporary form materials that come in direct contact with the concrete as part of the formwork components in supporting the concrete while the concrete is setting and gaining sufficient strength to be self- supporting. The most common materials are steel, aluminum, and wood. B. Form Lining: Materials used to line the concreting face of formwork to impart a smooth or patterned finish to the concrete surface, to absorb moisture from the concrete, or to apply a set -retarding chemical to the formed surface of the concrete. C. Formwork: The total system of support of freshly placed concrete, including the mold or sheathing that contacts the concrete, as well as supporting members, hardware, and necessary bracing. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: 1. Review the following: a. Special inspection and testing and inspecting agency procedures for field quality control. b. Construction, movement, contraction, and isolation joints C. Forms and form -removal limitations. d. Shoring and reshoring procedures. e. Anchor rod and anchorage device installation tolerances. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Prepared by, and signed and sealed by, a qualified professional engineer responsible for their preparation, detailing fabrication, assembly, and support of forms. 1. For exposed vertical concrete walls, indicate dimensions and form tie locations. 2. Indicate dimension and locations of construction and movement joints required to construct the structure in accordance with ACI 301. a. Location of construction joints is subject to approval of Architect. 3. Indicate form liner layout and form line termination details. 4. Indicate proposed schedule and sequence of stripping of forms, shoring removal, and reshoring installation and removal. 5. Indicate layout of insulating concrete forms, dimensions, course heights, form types, and details. Page SP 77 of 147 C. Samples: 1. For Form Liners: 12- by 12-inch sample, indicating texture. 1.5 QUALITY ASSURANCE A. Testing and Inspection Agency Qualifications: An independent agency,[ acceptable to authorities having jurisdiction,] qualified in accordance with ASTM C1077 and ASTM E329 for testing indicated. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Concrete Formwork: Design, engineer, erect, shore, brace, and maintain formwork, shores, and reshores in accordance with ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads, so that resulting concrete conforms to the required shapes, lines, and dimensions. 1. Design wood panel forms in accordance with APA's "Concrete Forming Design/Construction Guide." 2. Design formwork to limit deflection of form -facing material to 1/240 of center -to -center spacing of supports. a. For architectural concrete specified in Section 033300 "Architectural Concrete," limit deflection of form -facing material, studs, and waters to 0.0025 times their respective clear spans (L/400). B. Design, engineer, erect, shore, brace, and maintain concrete forms in accordance with ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads, so that resulting concrete conforms to the required shapes, lines, and dimensions. 1. Design cross ties to transfer the effects of the following loads to the cast - in -place concrete core: a. Wind Loads: As indicated on Drawings. 1) Horizontal Deflection Limit: Not more than 1 /240 of the wall height. 2.2 FORM -FACING MATERIALS A. As -Cast Surface Form -Facing Material: 1. Provide continuous, true, and smooth concrete surfaces. 2. Furnish in largest practicable sizes to minimize number of joints. 3. Acceptable Materials: As required to comply with Surface Finish designations specified in Section 033000 "Cast -in -Place Concrete," and as follows: a. Plywood, metal, or other approved panel materials. b. Exterior -grade plywood panels, suitable for concrete forms, complying with DOC PS 1, and as follows: 1) APA HDO (high -density overlay). Page SP 78 of 147 2) APA MDO (medium -density overlay); mill -release agent treated and edge sealed. 3) APA Structural 1 Plyform, B-B or better; mill oiled and edge sealed. 4) APA Plyform Class I, B-B or better; mill oiled and edge sealed. B. Concealed Surface Form -Facing Material: Lumber, plywood, metal, plastic, or another approved material. 1. Provide lumber dressed on at least two edges and one side for tight fit. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass - fiber -reinforced plastic, paper, or fiber tubes that produce surfaces [with gradual or abrupt irregularities][without spiral or vertical seams] not exceeding specified formwork surface class. 1. Provide forms with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. D. Pan -Type Forms: Glass -fiber -reinforced plastic or formed steel, stiffened to resist plastic concrete loads without detrimental deformation, with [straight][or][tapered] end forms. E. Void Forms: Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads. 2.3 FORM LINERS A. Form Liners: Architectural finish pattern on the concrete surface can be achieved by attaching form liners to the inside faces of form -facing materials. 1. Manufacturers: Subject to compliance with requirements, provide products by the following: a. Architectural Polymers, Inc. b. Fitzgerald Formliners C. Spec Formliners, Inc. d. Approved equal 2.4 RELATED MATERIALS A. Reglets: Fabricate reglets of not less than 0.022-inch- thick, galvanized - steel sheet. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. B. Dovetail Anchor Slots: Hot -dip galvanized -steel sheet, not less than 0.034 inch thick, with bent tab anchors. Temporarily fill or cover face opening of slots to prevent intrusion of concrete or debris. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. D. Rustication Strips: Wood, metal, PVC, or rubber strips, kerfed for ease of form removal. E. Form -Release Agent: Commercially formulated form -release agent that does not bond with, stain, or adversely affect concrete surfaces and does not impair subsequent treatments of concrete surfaces. Page SP 79 of 147 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. 2. Form release agent for form liners to be acceptable to form liner manufacturer. F. Form Ties: Factory -fabricated, removable or snap -off, glass -fiber - reinforced plastic or metal form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. 2. Furnish ties that, when removed, leave holes no larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. G. Sealant: One -part moisture cure silicone sealant used with form liners. PART 3 - EXECUTION 3.1 INSTALLATION OF FORMWORK A. Comply with ACI 301. B. Construct formwork, so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117 and to comply with the Surface Finish designations specified in Section 033000 "Cast -in -Place Concrete" for as -cast finishes[.][ and Section 033300 "Architectural Concrete."] C. Limit concrete surface irregularities as follows: 1. Surface Finish-1.0: ACI 117 Class D, 1 inch. 2. Surface Finish-2.0: ACI 117 Class B, 1/4 inch. 3. Surface Finish-3.0: ACI 117 Class A, 1/8 inch. D. Construct forms tight enough to prevent loss of concrete mortar. 1. Minimize joints. 2. Exposed Concrete: Symmetrically align joints in forms. E. Construct removable forms for easy removal without hammering or prying against concrete surfaces. 1. Provide crush or wrecking plates where stripping may damage cast - concrete surfaces. 2. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 3. Install keyways, reglets, recesses, and other accessories, for easy removal. F. Do not use rust -stained, steel, form -facing material. G. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. 1. Provide and secure units to support screed strips 2. Use strike -off templates or compacting -type screeds. H. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Page SP 80 of 147 1. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. 2. Locate temporary openings in forms at inconspicuous locations. I. Chamfer exterior corners and edges of permanently exposed concrete. J. At construction joints, overlap forms onto previously placed concrete not less than 12 inches. K. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. 1. Determine sizes and locations from trades providing such items. 2. Obtain written approval of Architect prior to forming openings not indicated on Drawings. L. Form Liners: Install per manufacturer's written installation instructions and recommended tolerances. M. Construction and Movement Joints: 1. Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 3. Place joints perpendicular to main reinforcement. 4. Locate joints for beams, slabs, joists, and girders in the middle third of spans. a. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. 5. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 6. Space vertical joints in walls [as indicated on Drawings]<Insert spacing>. a. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. N. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. 1. Locate ports and openings in bottom of vertical forms, in inconspicuous location, to allow flushing water to drain. 2. Close temporary ports and openings with tight -fitting panels, flush with inside face of form, and neatly fitted, so joints will not be apparent in exposed concrete surfaces. O. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. P. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. Q. Coat contact surfaces of forms with form -release agent, in accordance with manufacturer's written instructions, before placing reinforcement. 3.2 INSTALLATION OF EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Page SP 81 of 147 1. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC 303. 3. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 4. Install dovetail anchor slots in concrete structures, as indicated on Drawings. 5. Clean embedded items immediately prior to concrete placement. 3.3 REMOVING AND REUSING FORMS A. Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete. Concrete has to be hard enough to not be damaged by form - removal operations, and curing and protection operations need to be maintained. 1. Leave formwork for beam soffits, joists, slabs, and other structural elements that support weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. 1. Split, frayed, delaminated, or otherwise damaged form -facing material are unacceptable for exposed surfaces. 2. Apply new form -release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. 1. Align and secure joints to avoid offsets. 2. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 INSTALLATION OF SHORING AND RESHORING A. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. 1. Do not remove shoring or reshoring until measurement of slab tolerances is complete. B. In multistory construction, extend shoring or reshoring over a sufficient number of stories to distribute loads in such a manner that no floor or member will be excessively loaded or will induce tensile stress in concrete members without sufficient steel reinforcement. C. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. Page SP 82 of 147 3.5 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a special inspector and qualified testing and inspecting agency] to perform field tests and inspections and prepare test reports. B. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. C. Inspections: 1. Inspect formwork for shape, location, and dimensions of the concrete member being formed. 2. Inspect insulating concrete forms for shape, location, and dimensions of the concrete member being formed. D. Prepare test and inspection reports. Page SP 83 of 147 SECTION 32 000 CONCRETE REINFORCING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Steel reinforcement bars. 2. Welded -wire reinforcement. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review the following: a. Special inspection and testing and inspecting agency procedures for field quality control. b. Construction contraction and isolation joints. C. Steel -reinforcement installation. 1.3 ACTION SUBMITTALS A. Product Data: For the following: 1. Each type of steel reinforcement. 2. Zinc repair material. 3. Bar supports. B. Shop Drawings: Comply with ACI SP-066: 1. Include placing drawings that detail fabrication, bending, and placement. 2. Include bar sizes, lengths, materials, grades, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, location of splices, lengths of lap splices, details of mechanical splice couplers, details of welding splices, tie spacing, hoop spacing, and supports for concrete reinforcement. 3. For structural thermal break insulated connection system, indicate general configuration, insulation dimensions, tension bars, compression pads, shear bars, and dimensions. C. Construction Joint Layout: Indicate proposed construction joints required to build the structure. 1. Location of construction joints is subject to approval of Engineer and Architect. D. Delegated Design Submittal: Any delegated designs, where indicated on the Drawings, shall be sealed by the qualified professional engineer licensed in the State of California responsible for their preparation. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Statements: For testing and inspection agency. B. Delegated Design Engineer Qualifications: Include the following: 1. Documentation that delegated design engineer is licensed in the state of California. C. Welding certificates. Page SP 84 of 147 1. Reinforcement To Be Welded: Welding procedure specification in accordance with AWS D1.4/D1.4M. D. Material Certificates: For each of the following, signed by manufacturers: 1. Reinforcement mill certificates E. Material Test Reports: For the following, from a qualified testing agency: 1. Steel Reinforcement: a. For reinforcement to be welded, mill test analysis for chemical composition and carbon equivalent of the steel in accordance with ASTM A706/A706M. 2. Mechanical splice couplers. F. Field quality -control reports. G. Minutes of preinstallation conference. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency,[ acceptable to authorities having jurisdiction,] qualified in accordance with ASTM C1077 and ASTM E329 for testing indicated. B. Welding Qualifications: Qualify procedures and personnel in accordance with AWS DII A/D 1.4M. C. Mockups: Reinforcing for cast -concrete formed surfaces, to demonstrate tolerances and standard of workmanship. 1. Build panel approximately [100 sq. ft. for formed surface]<Insert area> in the location indicated on Drawings or, if not indicated, as directed by Architect. 2. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage[ and to avoid damaging coatings on steel reinforcement]. 1. Store reinforcement to avoid contact with earth. 2. Do not allow epoxy -coated reinforcement to be stored outdoors for more than 60 days without being stored under an opaque covering. 3. Do not allow dual -coated reinforcement to be stored outdoors for more than 60 days without being stored under an opaque covering. 4. Do not allow stainless steel reinforcement to come into contact with uncoated reinforcement. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Loads as indicated on Drawings 2.2 STEEL REINFORCEMENT Page SP 85 of 147 A. Reinforcing Bars: ASTM A615/A615M, Grade 60, deformed. B. Low -Alloy Steel Reinforcing Bars: ASTM A706/A706M, deformed. C. Headed -Steel Reinforcing Bars: ASTM A970/A970M. D. Galvanized Reinforcing Bars: 1. Steel Bars: ASTM A615, Grade 60, deformed bars. 2. Zinc Coating: ASTM A767/A767M, Class II zinc coated after fabrication and bending. E. Epoxy -Coated Reinforcing Bars: 1. Steel Bars: ASTM A615, Grade 60, deformed bars. 2. Epoxy Coating: ASTM A775/A775MorASTM A934/A934M with less than 2 percent damaged coating in each 12-inch bar length. F. Plain -Steel Welded -Wire Reinforcement: ASTM Al064/A1064M, plain, fabricated from as -drawn steel wire into flat sheets. G. Deformed -Steel Welded -Wire Reinforcement: ASTM Al064/A1064M, flat sheet. H. Galvanized -Steel Welded -Wire Reinforcement: ASTM Al064/A1064M, plain, fabricated from galvanized -steel wire into flat sheets. 2.3 REINFORCEMENT ACCESSORIES A. Joint Dowel Bars: ASTM A615/A615M, Grade 60, plain -steel bars, cut true to length with ends square and free of burrs. B. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded -wire reinforcement in place. 1. Manufacture bar supports from steel wire, plastic, or precast concrete in accordance with CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: a. For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire, all -plastic bar supports, or CRSI Class 2 stainless steel bar supports. b. For epoxy -coated reinforcement, use CRSI Class 1A epoxy -coated or other dielectric -polymer -coated wire bar supports. C. For zinc -coated reinforcement, use galvanized wire or dielectric - polymer -coated wire bar supports. C. Steel Tie Wire: ASTM Al064/A1064M, annealed steel, not less than 0.0508 inch in diameter. 1. Finish: Plain D. Stainless Steel Tie Wire: ASTM Al022/A1022M, not less than 0.0508 inch in diameter. E. Epoxy Repair Coating: Liquid, two-part, epoxy repair coating; compatible with epoxy coating on reinforcement and complying with ASTM A775/A775M. F. Zinc Repair Material: ASTM A780/A780M. Page SP 86 of 147 2.4 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." PART 3 - EXECUTION 3.1 PREPARATION A. Protection of In -Place Conditions: 1. Do not cut or puncture vapor retarder. 2. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that reduce bond to concrete. 3.2 INSTALLATION OF STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice" for placing and supporting reinforcement. B. Accurately position, support, and secure reinforcement against displacement. 1. Locate and support reinforcement with bar supports to maintain minimum concrete cover. 2. Do not tack weld crossing reinforcing bars. C. Preserve clearance between bars of not less than 1 inch, not less than one bar diameter, or not less than 1-1/3 times size of large aggregate, whichever is greater. D. Provide concrete coverage in accordance with ACI 318. E. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. F. Splices: Lap splices as indicated on Drawings. 1. Bars indicated to be continuous, and all vertical bars to be lapped not less than 36 bar diameters at splices, or 24 inches, whichever is greater. 2. Stagger splices in accordance with ACI 318. 3. Mechanical Splice Couplers: Install in accordance with manufacturer's instructions. 4. Weld reinforcing bars in accordance with AWS D1.4/D 1 AM, where indicated on Drawings. G. Install structural thermal break insulated connection system in accordance with manufacturer's instructions. H. Install welded -wire reinforcement in longest practicable lengths. 1. Support welded -wire reinforcement in accordance with CRSI "Manual of Standard Practice." a. For reinforcement less than W4.0 or D4.0, continuous support spacing to not exceed 12 inches. 2. Lap edges and ends of adjoining sheets at least one wire spacing plus 2 inches for plain wire and 8 inches for deformed wire. 3. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Page SP 87 of 147 4. Lace overlaps with wire. I. Zinc -Coated Reinforcement: Repair cut and damaged zinc coatings with zinc repair material in accordance with ASTM A780/A780M. 3.3 JOINTS A. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated on Plans and as approved by Engineer. 1. Place joints perpendicular to main reinforcement. 2. Continue reinforcement across construction joints unless otherwise indicated. 3. Do not continue reinforcement through sides of strip placements of floors and slabs. B. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat one-half of dowel length, to prevent concrete bonding to one side of joint. 3.4 INSTALLATION TOLERANCES A. Comply with ACI 117. 3.5 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Testing Agency: Engage a qualified testing and inspecting agency to perform tests and inspections and to submit reports. C. Inspections: 1. Steel -reinforcement placement. 2. Steel -reinforcement mechanical splice couplers. 3. Steel -reinforcement welding. D. Manufacturer's Inspections: Engage manufacturer of structural thermal break insulated connection system to inspect completed installations prior to placement of concrete, and to provide written report that installation complies with manufacturer's written instructions. Page SP 88 of 147 SECTION 33 000 CAST IN PLACE CONCRETE PART 1 —GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast -in -place concrete, including concrete materials, mixture design, placement procedures, and finishes. 2. Section 031000 "Concrete Forming and Accessories" for form -facing materials, form liners. 3. Section 032000 "Concrete Reinforcing" for steel reinforcing bars and welded -wire reinforcement. 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash, slag cement, and other pozzolans materials subject to compliance with requirements. B. Water/Cement Ratio (w/cm): The ratio by weight of water to cementitious materials. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For each of the following. 1. Portland cement. 2. Fly ash. 3. Slag cement. 4. Blended hydraulic cement. 5. Aggregates. 6. Admixtures: a. Include limitations of use, including restrictions on cementitious materials, supplementary cementitious materials, air entrainment, aggregates, temperature at time of concrete placement, relative humidity at time of concrete placement, curing conditions, and use of other admixtures. 7. Vapor retarders. 8. Liquid floor treatments. 9. Curing materials. 10. Joint fillers. B. Design Mixtures: For each concrete mixture, include the following: 1. Mixture identification. 2. Minimum 28-day compressive strength. 3. Shrinkage test results per ASTM C157 at 28-day drying age 4. Durability exposure class. 5. Maximum w/cm. Page SP 89 of 147 6. Calculated equilibrium unit weight, for lightweight concrete. 7. Air content. 8. Nominal maximum aggregate size. 9. Brand, type, ASTM designation, and quantity of each admixture proposed for use. 10. Intended placement method. 11. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. C. Shop Drawings: 1. Construction Joint Layout: Indicate proposed construction joints required to construct the structure. a. Location of construction joints is subject to approval of the Engineer of Record D. Concrete Schedule: For each location of each Class of concrete indicated in "Concrete Mixtures" Article, including the following: 1. Concrete Class designation. 2. Location within Project. 3. Exposure Class designation. 4. Formed Surface Finish designation and final finish. 5. Final finish for floors. 6. Curing process. 7. Floor treatment if any. 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Curing compounds. 4. Vapor retarders. 5. Joint -filler strips. B. Material Test Reports: For the following, from a qualified testing agency: 1. Portland cement. 2. Fly ash. 3. Slag cement. 4. Blended hydraulic cement. 5. Aggregates. 6. Admixtures: C. Research Reports: For concrete admixtures in accordance with ICC's Acceptance Criteria AC198. D. Preconstruction Test Reports: For each mix design. E. Field quality -control reports. F. Minutes of preinstallation conference. Page SP 90 of 147 1.6 QUALITY ASSURANCE A. Ready -Mixed Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C94/C94M requirements for production facilities and equipment. 1. Manufacturer certified in accordance with NRMCA's "Certification of Ready Mixed Concrete Production Facilities." 1.7 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: In the absence of valid concrete mixture test data engage a qualified testing agency to perform preconstruction testing on each concrete mixture. 1. Include the following information in each test report: a. Mixture identification. b. 7-day compressive strength C. 28-day compressive strength. d. Shrinkage test results per ASTM C157 at 28-day drying age e. Maximum w/cm. f. Air content. g. Nominal maximum aggregate size. h. Brand, type, ASTM designation, and quantity of each admixture proposed for use. 1.8 DELIVERY, STORAGE, AND HANDLING A. Comply with ASTM C94/C94M and ACI 301. 1.9 FIELD CONDITIONS A. Cold -Weather Placement: Comply with ACI 301 and ACI 306.1. B. Hot -Weather Placement: Comply with ACI 301 and ACI 305.1. PART 2 — PRODUCTS 2.1 CONCRETE, GENERAL A. ACI Publications: Comply with ACI 301 unless modified by requirements in the Contract Documents. 2.2 CONCRETE MATERIALS A. Cementitious Materials: 1. Portland Cement: ASTM C150/C150M, Type II/V 2. Fly Ash: ASTM C618, Class C or F. 3. Slag Cement: ASTM C989/C989M, Grade 100 or 120. 4. Blended Hydraulic Cement: ASTM C595/C595M, Type IS, portland blast - furnace slagType IL, portland-limestonecement. B. Normal -Weight Aggregates: ASTM C33/C33M, Class 3S > coarse aggregate or better, graded. Provide aggregates from a single source. 1. Alkali -Silica Reaction: Comply with one of the following: Page SP 91 of 147 a. Expansion Result of Aggregate: Not more than 0.04 percent at one- year when tested in accordance with ASTM C1293. b. Expansion Results of Aggregate and Cementitious Materials in Combination: Not more than 0.10 percent at an age of 16 days when tested in accordance with ASTM C1567. C. Alkali Content in Concrete: Not more than 4 lb./cu. yd. for moderately reactive aggregate or 3 lb./cu. yd. for highly reactive aggregate, when tested in accordance with ASTM C1293 and categorized in accordance with ASTM C1778, based on alkali content being calculated in accordance with ACI 301. 2. Maximum Coarse -Aggregate Size: 1-1/2 inches for slabs, 3/4 inch for walls, nominal. 3. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Lightweight Aggregate: ASTM C330/C330M, 1/2-inch nominal maximum aggregate size. D. Air -Entraining Admixture: ASTM C260/C260M. E. Chemical Admixtures: Certified by manufacturer to be compatible with other admixtures that do not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride in steel -reinforced concrete. 1. Water -Reducing Admixture: ASTM C494/C494M, Type A. 2. Retarding Admixture: ASTM C494/C494M, Type B. 3. Water -Reducing and -Retarding Admixture: ASTM C494/C494M, Type D. 4. High -Range, Water -Reducing Admixture: ASTM C494/C494M, Type F. 5. High -Range, Water -Reducing and -Retarding Admixture: ASTM C494/C494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C1017/C1017M, Type li. F. Water and Water Used to Make Ice: ASTM C94/C94M, potable 2.3 VAPOR RETARDERS A. Sheet Vapor Retarder, Class A: ASTM E1745, Class A; not less than 10 mils thick. Include manufacturer's recommended adhesive or pressure - sensitive tape. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Fortifiber Building Systems Group. b. Raven Industries, Inc. C. Stego Industries, LLC. d. W. R. Meadows, Inc. 2.4 CURING MATERIALS A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry. Page SP 92 of 147 B. Moisture -Retaining Cover: ASTM C171, polyethylene film burlap - polyethylene sheet. 1. Color: a. Ambient Temperature Below 50 deg F: Black. b. Ambient Temperature between 50 deg F and 85 deg F: Any color. C. Ambient Temperature Above 85 deg F: White. C. Water: Potable. D. Clear, Waterborne, Membrane -Forming, Dissipating Curing Compound: ASTM C309, Type 1, Class B. 1. Not applicable for tipping floor concrete curing. E. Clear, Waterborne, Membrane -Forming, Nondissipating Curing Compound: ASTM C309, Type 1, Class B. 1. Not applicable for tipping floor concrete curing. F. Clear, Waterborne, Membrane -Forming, Curing and Sealing Compound: ASTM C1315, Type 1, Class A. 1. Not applicable for tipping floor concrete curing. 2.5 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D1751, asphalt - saturated cellulosic fiber or ASTM D1752, cork or self -expanding cork. 2.6 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, in accordance with ACI 301. 1. Use a qualified testing agency for preparing and reporting proposed mixture designs, based on laboratory trial mixtures. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash or Other Pozzolans: 15 to 25 percent by mass. 2. Slag Cement: 50 percent by mass. 3. Total of Fly Ash or Other Pozzolans, Slag Cement: 50 percent by mass, with fly ash or pozzolans not exceeding 25 percent by mass. 4. Total of Fly Ash or Other Pozzolans: 35 percent by mass with fly ash or pozzolans not exceeding 25 percent by mass. C. Admixtures: Use admixtures in accordance with manufacturer's written instructions. 1. Use water -reducing, high -range water -reducing, or plasticizing admixture in concrete, as required, for placement and workability. 2. Use water -reducing and -retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy - use industrial slabs, and concrete with a w/cm below 0.50. Page SP 93 of 147 2.7 CONCRETE MIXTURES A. General: 1. All concrete to be ready mixed concrete conforming to ASTM C94. 2. Provide concrete of specified quality capable of being placed without segregation and, when cured, of developing all properties required. 3. All concrete to be normal weight concrete, U.N.O. a. Lightweight concrete where indicated on Drawings at concrete filled metal deck floor systems B. Strength: 1. Provide specified minimum 28-day strength and type of concrete for each use in structures as indicated on Drawings. C. Shrinkage: 1. Maximum allowable shrinkage (35 days, 28 days drying) as indicated on Drawings per ASTM C157 D. Maximum w/cm: As indicated on Drawings. 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete in accordance with ASTM C94/C94M and ASTM C1116/C1116M, and furnish batch ticket information. B. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete in accordance with ASTM C94/C94M. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixer capacity of 1 cu. yd. or smaller, continue mixing at least 1-1/2 minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixer capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd.. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. PART 3 — EXECUTION 3.1 INSTALLATION OF EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining Work that is attached to or supported by cast -in -place concrete. 1. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of ANSI/AISC 303. 3. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. Page SP 94 of 147 3.2 INSTALLATION OF VAPOR RETARDER A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder in accordance with ASTM E1643 and manufacturer's written instructions. 1. Install vapor retarder with longest dimension parallel with direction of concrete pour. 2. Face laps away from exposed direction of concrete pour. 3. Lap vapor retarder over footings and grade beams not less than 6 inches, sealing vapor retarder to concrete. 4. Lap joints 6 inches and seal with manufacturer's recommended tape. 5. Terminate vapor retarder at the top of floor slabs, grade beams, and pile caps, sealing entire perimeter to floor slabs, grade beams, foundation walls, or pile caps. 6. Seal penetrations in accordance with vapor retarder manufacturer's instructions. 7. Protect vapor retarder during placement of reinforcement and concrete. a. Repair damaged areas by patching with vapor retarder material, overlapping damages area by 6 inches on all sides, and sealing to vapor retarder. 3.3 JOINTS A. Construct joints true to line, with faces perpendicular to surface plane of concrete. B. Construction Joints: Coordinate with floor slab pattern and concrete placement sequence. 1. Install so strength and appearance of concrete are not impaired, at locations indicated on Drawings or as approved by Engineer and Architect. 2. Place joints perpendicular to main reinforcement. a. Continue reinforcement across construction joints unless otherwise indicated. b. Do not continue reinforcement through sides of strip placements of floors and slabs. 3. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 4. Locate joints for beams, slabs, joists, and girders at third points of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. 5. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 6. Space vertical joints in walls as indicated on Drawings . Unless otherwise indicated on Drawings, locate vertical joints beside piers integral with walls, near corners, and in concealed locations where possible. C. Control Joints in Slabs -on -Ground: as indicated on Drawings: 1. Sawed Joints: as indicated on Drawings. D. Isolation Joints in Slabs -on -Ground: After removing formwork, install joint - filler strips at slab junctions with vertical surfaces, such as column Page SP 95 of 147 pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface unless otherwise indicated on Drawings. 2. Terminate full -width joint -filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface, where joint sealants, specified in Section 079200 "Joint Sealants," are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. E. Doweled Joints: 1. Install dowel bars and support assemblies at joints where indicated on Drawings. 2. Lubricate or asphalt coat one-half of dowel bar length to prevent concrete bonding to one side of joint. F. Dowel Plates: Install dowel plates at joints where indicated on Drawings 3.4 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, embedded items, and vapor retarder is complete and that required inspections are completed. 1. Immediately prior to concrete placement, inspect vapor retarder for damage and deficient installation, and repair defective areas. 2. Provide continuous inspection of vapor retarder during concrete placement and make necessary repairs to damaged areas as Work progresses. B. Notify Architect and testing and inspection agencies 24 hours prior to commencement of concrete placement. C. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect in writing, but not to exceed the amount indicated on the concrete delivery ticket. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. D. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301, but not to exceed the amount indicated on the concrete delivery ticket. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. E. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete is placed on concrete that has hardened enough to cause seams or planes of weakness. 1. If a section cannot be placed continuously, provide construction joints as indicated. 2. Deposit concrete to avoid segregation. 3. Deposit concrete in horizontal layers of depth not to exceed formwork design pressures and in a manner to avoid inclined construction joints. Page SP 96 of 147 4. Consolidate placed concrete with mechanical vibrating equipment in accordance with ACI 301. a. Do not use vibrators to transport concrete inside forms. b. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. C. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. d. At each insertion, limit duration of vibration to time necessary to consolidate concrete, and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Do not place concrete floors and slabs in a checkerboard sequence. 2. Consolidate concrete during placement operations, so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 3. Maintain reinforcement in position on chairs during concrete placement. 4. Screed slab surfaces with a straightedge and strike off to correct elevations. 5. Level concrete, cut high areas, and fill low areas. 6. Slope surfaces uniformly to drains where required. 7. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, before excess bleedwater appears on the surface. 8. Do not further disturb slab surfaces before starting finishing operations. 3.5 FINISHING FORMED SURFACES A. As -Cast Surface Finishes: 1. ACI 301 Surface Finish SF-1.0: As -cast concrete texture imparted by form -facing material. a. Patch voids larger than 1-1/2 inches wide or 1/2 inch deep. b. Remove projections larger than 1 inch. C. Tie holes do not require patching. d. Surface Tolerance: ACI 117 Class D. e. Apply to concrete surfaces not exposed to public view. 2. ACI 301 Surface Finish SF-2.0: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. a. Patch voids larger than 3/4 inch wide or 1/2 inch deep. b. Remove projections larger than 1/4 inch. C. Patch tie holes. d. Surface Tolerance: ACI 117 Class B. Page SP 97 of 147 e. Locations: Apply to concrete surfaces exposed to public view, to receive a rubbed finish, or to be covered with a coating or covering material applied directly to concrete. 3. ACI 301 Surface Finish SF-3.0: a. Patch voids larger than 3/4 inch wide or 1 /2 inch deep. b. Remove projections larger than 1/8 inch. C. Patch tie holes. d. Surface Tolerance: ACI 117 Class A. e. Locations: Apply to concrete surfaces exposed to public view, to receive a rubbed finish, or to be covered with a coating or covering material applied directly to concrete. B. Related Unformed Surfaces: 1. At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a color and texture matching adjacent formed surfaces. 2. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.6 FINISHING FLOORS AND SLABS A. Comply with ACI 302.1 R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: 1. While still plastic, texture concrete surface that has been screeded and bull -floated or darbied. 2. Use stiff brushes, brooms, or rakes to produce a profile depth of 1/4 inch in one direction. 3. Apply scratch finish to surfaces to receive mortar setting beds for bonded cementitious floor finishes. C. Float Finish: 1. When bleedwater sheen has disappeared and concrete surface has stiffened sufficiently to permit operation of specific float apparatus, consolidate concrete surface with power -driven floats or by hand floating if area is small or inaccessible to power -driven floats. 2. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture and complies with ACI 117 tolerances for conventional concrete. 3. Apply float finish to surfaces to be covered with fluid -applied or sheet waterproofing, built-up or membrane roofing . D. Trowel Finish: 1. After applying float finish, apply first troweling and consolidate concrete by hand or power -driven trowel. 2. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. 3. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. Page SP 98 of 147 4. Do not add water to concrete surface. 5. Do not apply hard -troweled finish to concrete, which has a total air content greater than 3 percent. 6. Apply a trowel finish to surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry the set over a cleavage membrane, paint, or another thin -film -finish coating system 7. Finish and measure surface, so gap at any point between concrete surface and an unleveled, freestanding, 10-ft.- long straightedge resting on two high spots and placed anywhere on the surface does not exceed 3/16 inch. E. Trowel and Fine -Broom Finish: Apply a first trowel finish to surfaces indicated on Drawings. While concrete is still plastic, slightly scarify surface with a fine broom perpendicular to main traffic route. 1. Coordinate required final finish with Architect before application. 2. Comply with flatness and levelness tolerances for trowel -finished floor surfaces. F. Broom Finish: Apply a broom finish to exterior concrete slabs, steps, ramps, tipping floors, and locations indicated on Drawings. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. 2. Coordinate required final finish with Architect before application. G. Slip -Resistive Finish: Before final floating, apply slip -resistive aggregate finish to concrete stair treads, platforms, ramps as indicated on Drawings 1. Apply in accordance with manufacturer's written instructions and as follows: a. Uniformly spread 25 Ib/100 sq. ft. of dampened slip -resistive aggregate over surface in one or two applications. b. Tamp aggregate flush with surface, but do not force below surface. C. After broadcasting and tamping, apply float finish. d. After curing, lightly work surface with a steel wire brush or an abrasive stone and water to expose slip -resistive aggregate. 3.7 INSTALLATION OF MISCELLANEOUS CONCRETE ITEMS A. Filling In: 1. Fill in holes and openings left in concrete structures after Work of other trades is in place unless otherwise indicated. 2. Mix, place, and cure concrete, as specified, to blend with in -place construction. 3. Provide other miscellaneous concrete filling indicated or required to complete the Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: 1. Coordinate sizes and locations of concrete bases with actual equipment provided and as shown on Drawings. Page SP 99 of 147 2. For supported equipment, install epoxy -coated anchor bolts that extend through concrete base and anchor into structural concrete substrate. 3. Prior to pouring concrete, place and secure anchorage devices. a. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. b. Cast anchor -bolt insert into bases. C. Install anchor bolts to elevations required for proper attachment to supported equipment. D. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. 1. Cast -in inserts and accessories, as shown on Drawings. 2. Screed, tamp, and trowel finish concrete surfaces. 3.8 CONCRETE CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. 1. Comply with ACI 301 and ACI 306.1 for cold weather protection during curing. 2. Comply with ACI 301 and ACI 305.1 for hot -weather protection during curing. B. Curing Formed Surfaces: Comply with ACI 308.1 as follows: 1. Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. 2. Cure concrete containing color pigments in accordance with color pigment manufacturer's instructions. 3. If forms remain during curing period, moist cure after loosening forms. 4. If removing forms before end of curing period, continue curing for remainder of curing period, as follows: a. Continuous Fogging: Maintain standing water on concrete surface until final setting of concrete. b. Continuous Sprinkling: Maintain concrete surface continuously wet. C. Absorptive Cover: Pre -dampen absorptive material before application; apply additional water to absorptive material to maintain concrete surface continuously wet. d. Water -Retention Sheeting Materials: Cover exposed concrete surfaces with sheeting material, taping, or lapping seams. e. Membrane -Forming Curing Compound: Apply uniformly in continuous operation by power spray or roller in accordance with manufacturer's written instructions. 1) Recoat areas subject to heavy rainfall within three hours after initial application. 2) Maintain continuity of coating and repair damage during curing period. C. Curing Unformed Surfaces: Comply with ACI 308.1 as follows: 1. Begin curing immediately after finishing concrete. 2. Interior Concrete Floors: Page SIP 100 of 147 a. 1) a) b) 2) a) b) 3) a) b) b. 1) a) b) 2) a) b) 3) a) b) C. 1) a) Floors to Receive Floor Coverings Specified in Other Sections: Contractor has option of the following: Absorptive Cover: As soon as concrete has sufficient set to permit application without marring concrete surface, install prewetted absorptive cover over entire area of floor. Lap edges and ends of absorptive cover not less than 12 inches. Maintain absorptive cover water saturated, and in place, for duration of curing period, but not less than seven days. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period, using cover material and waterproof tape. Cure for not less than seven days. Ponding or Continuous Sprinkling of Water: Maintain concrete surfaces continuously wet for not less than seven days, utilizing one, or a combination of, the following: Water. Continuous water -fog spray. Floors to Receive Penetrating Liquid Floor Treatments: Contractor has option of the following: Absorptive Cover: As soon as concrete has sufficient set to permit application without marring concrete surface, install prewetted absorptive cover over entire area of floor. Lap edges and ends of absorptive cover not less than 12 inches. Maintain absorptive cover water saturated, and in place, for duration of curing period, but not less than seven days. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period, using cover material and waterproof tape. Cure for not less than seven days. Ponding or Continuous Sprinkling of Water: Maintain concrete surfaces continuously wet for not less than seven days, utilizing one, or a combination of, the following: Water. Continuous water -fog spray. Floors to Receive Polished Finish: Contractor has option of the following: Absorptive Cover: As soon as concrete has sufficient set to permit application without marring concrete surface, install prewetted absorptive cover over entire area of floor. Lap edges and ends of absorptive cover not less than 12 inches. Page SP 101 of 147 b) Maintain absorptive cover water saturated, and in place, for duration of curing period, but not less than seven days. 2) Ponding or Continuous Sprinkling of Water: Maintain concrete surfaces continuously wet for not less than seven days, utilizing one, or a combination of, the following: a) Water. b) Continuous water -fog spray. d. Floors to Receive Urethane Flooring: 1) As soon as concrete has sufficient set to permit application without marring concrete surface, install prewetted absorptive cover over entire area of floor. 2) Rewet absorptive cover, and cover immediately with polyethylene moisture -retaining cover with edges lapped 6 inches and sealed in place. 3) Secure polyethylene moisture -retaining cover in place to prohibit air from circulating under polyethylene moisture -retaining cover. 4) Leave absorptive cover and polyethylene moisture -retaining cover in place for duration of curing period, but not less than 28 days. 3.9 TOLERANCES A. Conform to ACI 117. 3.10 APPLICATION OF LIQUID FLOOR TREATMENTS A. Penetrating Liquid Floor Treatment: Prepare, apply, and finish penetrating liquid floor treatment in accordance with manufacturer's written instructions. 1. Remove curing compounds, sealers, oil, dirt, laitance, and other contaminants and complete surface repairs. 2. Do not apply to concrete that is less than 28 days old. 3. Apply liquid until surface is saturated, scrubbing into surface until a gel forms; rewet; and repeat brooming or scrubbing. 4. Rinse with water; remove excess material until surface is dry. 5. Apply a second coat in a similar manner if surface is rough or porous. 3.11 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a special inspector to perform field tests and inspections and prepare testing and inspection reports. B. Testing Agency: Owner will engage a qualified testing and inspecting agency to perform tests and inspections and to submit reports. 1. Testing agency to be responsible for providing curing container for composite samples on Site and verifying that field -cured composite samples are cured in accordance with ASTM C31/C31 M. 2. Testing agency to immediately report to Architect, Contractor, and concrete manufacturer any failure of Work to comply with Contract Documents. Page SP 102 of 147 3 C 7 2 3 4 5 Testing agency shall report results of tests and inspections, in writing, to Owner, Architect, Contractor, and concrete manufacturer within 48 hours of inspections and tests. a. Test reports to include reporting requirements of ASTM C31/C31 M, ASTM C39/C39M, and ACI 301, including the following as applicable to each test and inspection: 1) Project name. 2) Name of testing agency. 3) Names and certification numbers of field and laboratory technicians performing inspections and testing. 4) Name of concrete manufacturer. 5) Date and time of inspection, sampling, and field testing. 6) Date and time of concrete placement. 7) Location in Work of concrete represented by samples. 8) Date and time sample was obtained. 9) Truck and batch ticket numbers. 10) Design compressive strength at 28 days. 11) Concrete mixture designation, proportions, and materials. 12) Field test results. 13) Information on storage and curing of samples before testing, including curing method and maximum and minimum temperatures during initial curing period. 14) Type of fracture and compressive break strengths at seven days and 28 days. Batch Tickets: For each load delivered, submit three copies of batch delivery ticket to testing agency, indicating quantity, mix identification, admixtures, design strength, aggregate size, design air content, design slump at time of batching, and amount of water that can be added at Project site. Inspections: Headed bolts and studs. Verification of use of required design mixture. Concrete placement, including conveying and depositing. Curing procedures and maintenance of curing temperature. Verification of concrete strength before removal of shores and forms from beams and slabs. Batch Plant Inspections: On a random basis, as determined by Architect. Concrete Tests: Testing of composite samples of fresh concrete obtained in accordance with ASTM C 172/C 172M shall be performed in accordance with the following requirements: Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. a. When frequency of testing provides fewer than five compressive - strength tests for each concrete mixture, testing to be conducted Page SP 103 of 147 from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump Flow: ASTM C1611/C1611M: a. One test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. b. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231/C231M pressure method, for normal -weight concrete a. One test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064/C1064M: a. One test hourly when air temperature is 40 deg F and below or 80 deg F and above, and one test for each composite sample. 5. Unit Weight: ASTM C567/C567M fresh unit weight of structural lightweight concrete. a. One test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 6. Compression Test Specimens: ASTM C31/C31 M: a. Cast and laboratory cure two sets of three 6-inch by 12-inch or 4- inch by 8-inch cylinder specimens for each composite sample. b. Cast, initial cure, and field cure two sets of two standard cylinder specimens for each composite sample. 7. Compressive -Strength Tests: ASTM C39/C39M. a. Test one set of three laboratory -cured specimens at seven days and one set of two specimens at 28 days. b. Test one set of three field -cured specimens at seven days and one set of two specimens at 28 days. C. A compressive -strength test to be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 8. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, Contractor to evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 9. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength, and no compressive -strength test value falls below specified compressive strength by more than 500 psi if specified compressive strength is 5000 psi, or no compressive strength test value is less than 10 percent of specified compressive strength if specified compressive strength is greater than 5000 psi. 10. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 11. Additional Tests: Page SP 104 of 147 a. Testing and inspecting agency to make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. b. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42/C42M or by other methods as directed by Architect. 1) Acceptance criteria for concrete strength to be in accordance with ACI 301, Section 1.6.6.3. 12. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 13. Correct deficiencies in the Work that test reports and inspections indicate do not comply with the Contract Documents. F. Measure floor and slab flatness and levelness in accordance with ASTM E1155 within 72hours of completion of floor finishing and promptly report test results to Architect. 3.12 PROTECTION A. Protect concrete surfaces as follows: 1. Protect from petroleum stains. 2. Diaper hydraulic equipment used over concrete surfaces. 3. Prohibit vehicles from interior concrete slabs. 4. Prohibit use of pipe -cutting machinery over concrete surfaces. 5. Prohibit placement of steel items on concrete surfaces. 6. Prohibit use of acids or acidic detergents over concrete surfaces. 7. Protect liquid floor treatment from damage and wear during the remainder of construction period. Use protective methods and materials, including temporary covering, recommended in writing by liquid floor treatments installer. 8. Protect concrete surfaces scheduled to receive surface hardener or polished concrete finish using Floor Slab Protective Covering. Page SP 105 of 147 SECTION 40 1400 NATURAL GAS PIPING AND TUBING PART 1 —GENERAL 1.01 WORK INCLUDED A. The work covered in this Section consists of furnishing all labor, supervision, tools, materials, equipment and performing all work necessary to furnish and install complete natural gas piping and tubing systems for interconnection of onsite utilities, equipment, and systems. 1.02 CODES AND STANDARDS A. Work and materials shall comply with the latest revisions of applicable codes and standards. All materials shall be new (i.e., not previously used and manufactured within six months of equipment delivery). As a minimum, the work and materials shall comply with the following codes and standards: 1. American National Standards Institute (ANSI) a. ANSI/NGV 1 Standard for Compressed Natural Gas Vehicle Fueling Connection Devices b. ANSI/NGV 4. 1 NGV Dispensing Systems C. ANSI/NGV 4.2 Hoses for Natural Gas Vehicles and Dispensing Systems d. ANSI/NGV 4.4 Breakaway Devices for Natural Gas Dispensing Hoses and Systems e. ANSI/NGV 4.6 Manuallv Operated Valves for Natural Gas Dispensing Systems f. AN 4.7 Automatic Pressure Operated Valves for Natural Gas Dispensing Systems g. ANSI/NGV 4.8 NGV Fueling Station Reciprocating Compressor Guidelines h. ANSI Z535.2 Environmental and Facility Signs 2. American Petroleum Institute (API) a. API Recommended Practice 520 — Sizing, Selection, and Installation of Pressure Relieving Devices in Refinerie 3. American Society of Mechanical Engineers (ASME) a. Boiler and Pressure Vessel (B&PV) Code i. Section V — Nondestructive Examination ii. Section VIII, Division I — Pressure Vessels iii. Section IX —Welding and Brazing Qualifications b. ASME A13.1 Scheme for the Identification of Piping a Systems C. ASME B 16.5 Valves, fittings, flanges d. ASME B31.3 Process Piping 4. American Society for Nondestructive Testing (ASNT) Page SP 106 of 147 a. SNT-TC-1A Recommended Practice 5. American Welding Society (AWS) a. A5.1 Covered Carbon Steel Arc Welding Electrodes b. A5.5 Low Alloy Steel Covered Arc Welding Electrodes 6. California Code of Regulations (CCR) a. Title 8 Industrial Relations (CalOSHA) b. Title 24, Part 2 California Building Code (CBC) C. Title 24, Part 3 California Electrical Code (CEC) d. Title 24, Part 4 California Mechanical Code (CMC) e. Title 24, Part 5 California Plumbing Code (CPC) f. Title 24, Part 9 California Fire Code (CFC) 7. National Fire Protection Association (NFPA) a. NFPA 52 Vehicular Fuel Systems Code b. NFPA 54 National Fuel Gas Code C. NFPA 704 Identification of the Hazards of Materials for Emergency Response 8. Society of Automotive Engineers (SAE) a. J1616 Recommended Practice for CNG Vehicle Fuel 9. Underwriters Laboratories Inc. (UL) a. UL 508 Industrial Control Equipment b. UL 508A Industrial Control Panel C. UL 1604 Electrical Equipment for Use in Class I and ll, Division 2, and Class III Hazardous (Classified) Locations 10. U.S. Department of Labor (OSHA) a. Title 29 CFR Part 1910 — Occupational Health and Safety Standards 11. U. S. Department of Transportation (DOT) a. Title 49 CFR Part 192 — Transportation of Natural and Other Gas by Pipeline: Minimum Federal Safety Standards 1.03 QUALITY ASSURANCE A. All material, equipment, and systems shall be permanently affixed and accessible for maintenance and operation in accordance with all code requirements and manufacturer's instructions. Supports for all material, equipment, and systems shall conform to California Building Code seismic requirements. All equipment and structures shall be designed, fabricated, and supported to comply with the latest edition of the California Building Code and seismic requirements. B. The Contractor shall notify the Owner's Representative no later than 10 working days prior to factory testing of the compressor systems to allow the Owner's Representative the option to witness the test prior to shipment. Witnessing of the testing does not relieve the Contractor of the responsibility to comply with the specifications. C. All paint and priming products, whether shop or field applied shall be lead, chromium, and cadmium free. In addition, these products and all other materials used shall comply with local, regional, state and federal air Page SP 107 of 147 quality rules and regulations, especially those of the local air quality management district. D. All materials and surfaces exposed to the exterior, unless otherwise pre - finished or otherwise treated with a corrosion -resistant finish, shall receive a three -coat shop -applied paint system. 1.04 SUBMITTALS A. Within four (4) weeks of receipt of the Notice to Proceed, submit drawings and data for review for each piping and tubing system. Submittal drawings and data shall be certified by the respective equipment manufacturer that the drawing(s) and data accurately represent the final product/system in all respects. B. No fabrication or material purchase shall start until submittals are reviewed and accepted by the Owner's Representative. Individual piping and tubing systems may be released for fabrication upon Owner's Representative's acceptance of their corresponding, certified shop drawings. C. Submit equipment record drawings as described in Article 3.05. PART 2 — PRODUCTS 2.01 GENERAL A. All gas containing components shall be protected by pressure relief valves set at or below each component's maximum allowable working pressure. B. All drain connections shall be piped to the skid edge and allow draining into a container placed on the ground next to the skid. All drain valves shall be plugged. C. All vent outlets shall be a minimum of ten (10) feet above grade. D. All non -stainless steel and non -galvanized steel components shall be primed and painted. 2.02 INSTRUMENTATION AND CONTROLS A. All pressure gauges shall conform to the following requirements: 1. All gauges shall read at least 1.2 times the system design pressure (NFPA 52). 2. Accuracy, including hysteresis, shall ± 0.5% of full scale or better. 3. Rear blowout protection shall be provided. 4. All gauges shall be waterproof and oil -filled. 5. The dial shall have a minimum diameter of 4-1/2 inches. B. All temperature gauges shall conform to the following requirements: 1. Accuracy shall be within ± 1 % of the full scale or better. 2. The dial shall have a minimum diameter of 2-1/2 inches. C. All instrument components interfacing with natural gas shall be made of material compatible with odorized natural gas. No copper metal or alloys containing more than 70% copper shall be used in natural gas service. Page SP 108 of 147 D. All gauges and manually -operated valves shall be located no higher than five (5) feet above grade except gas dryer regeneration inlet valve. 2.03 PIPING / TUBING MATERIAL FOR ONSITE INTERCONNECTIO A. Piping design, inspection, and testing shall be in accordance with ANSI/ASME B31.3. Piping shall be seamless and conforming to ASTM A106, Gr.B. Cast iron or semi -steel piping shall not be used. Testing shall be pneumatic. B. Tubing and tube fittings shall be 316 stainless steel. All tubing and tube fittings shall be rated for at least 6,000 psig working pressure. All tubing fittings used throughout the station system shall be Swagelok 316 stainless steel. Different mixed brands of tubing and fitting shall not be used with equipment. C. Stainless steel tubing shall be seamless and bright annealed, ASTM SA- 269, type 316. The maximum hardness of the stainless -steel tubing shall be no more than Rockwell hardness of 80. Where the following nominal OD tubing is used, the corresponding minimum wall thickness shall be: Nominal OD 3/8" 1/2" 3/4" PART 3 — EXECUTION Minimum Wall Thickness 0.065" 0.083" 0.1091, 3.01 EQUIPMENT INSTALLATION — GENERAL REQUIREMENTS A. CNG equipment shall be installed in accordance with the Contract Documents and the manufacturer's installation instructions. In the event of a conflict, the Contractor shall notify the Owner of the conflict and the most stringent requirement shall prevail. The Contractor shall refer to the other building design packages (structural, plumbing, electrical, etc.) in addition to the CNG fueling station plans and specifications to install the CNG equipment. B. CNG equipment shall be installed in compliance with the codes and standards listed in Article 1.02 and all applicable state and local codes and requirements from the authorities having jurisdiction. C. The Contractor, prior to bidding, shall visit the job site to become acquainted with the existing conditions related to his work and shall include in the bid proposal all labor and materials required for the installation to be complete and operative. D. Not all underground utilities and substructures are shown. Those shown are for reference only. Prior to any trenching, the Contractor shall verify the location of all existing underground utilities. Any damage to the existing underground utilities shall be repaired or replaced at the Contractor's expense. Page SP 109 of 147 E. Contractor shall provide all equipment, structures, and materials unless noted otherwise. F. The Contractor shall be responsible for securing all required permits and inspections. Contractor shall make arrangements for all required parties to be present at inspections and tests. G. All changes shall be reviewed and approved by the Owner prior to any changes being made. A stamped revised set of drawings approved by the Owner shall be kept on site at all times. H. Install equipment on concrete foundations or pads in accordance with the equipment manufacturer's installation instructions and Contract Documents including but not limited to the concrete specifications and structural sheets. The surface finish and slope (if any) of the concrete foundation shall be as specified by the equipment manufacturer's instructions. All post -installed anchors shall be ICC evaluated and approved. Installation of post -installed anchors shall be inspected and approved in accordance with Chapter 17 of the CBC. I. The Contractor shall complete all equipment connections and provide a fully operational system. Flexible connectors rated for the intended service shall be provided for all piping and conduit connections to vibrating equipment. J. Bare carbon steel surfaces (piping, vents, etc.) shall be primed and painted in accordance with the Contract Documents. Color shall comply with AS ME A13.1. 3.02 INTERCONNECTING (OFF -SKID) PIPING/TUBING INSTALLATION A. Piping and tubing systems for interconnection of CNG equipment shall be rated for the maximum pressure and temperature to which they will be subjected under normal operating conditions and be properly supported and protected to prevent damage from vibration during operation and maintenance. Piping and tubing systems shall be installed in a neat and orderly arrangement, adapting to the contours of the skid package. Piping and tubing systems shall not obstruct access openings. Supports shall not be welded directly to piping or tubing. B. Unless noted otherwise, piping installation, inspection, and testing shall be in accordance with ANSI/ASME B31.3. Non-destructive examination shall be as specified in the Piping Plan. Testing shall be pneumatic. C. Unless noted otherwise, a) threaded gas pipe connections may be used on 1-1/2 inch nominal pipe size and smaller for piping systems with a design pressure no greater than 200 psig (otherwise, such piping shall be socket- or butt -welded) and b) piping larger than 1-1/2 inch nominal pipe size shall be butt -welded. D. Tubing and tube fittings shall be stainless steel. All tubing and tube fittings shall be rated for at least 6,000 psig working pressure. All tubing fittings used throughout the station system (dispensers, storage, and inter -skid connections) shall be Swagelok 316 stainless steel or approved equal. Different mixed brands of tubing and fitting shall not be used with Page SP 110 of 147 equipment. Contractor may use stainless steel pipe and socket -welded stainless steel fittings in lieu of stainless steel tubing and compression - type fittings except where disassembly is required for maintenance E. Piping shall be primed and painted in accordance with the Contract Documents. F. Personnel installing tubing and tube fittings shall be trained and certified by the tube -fitting manufacturer. All tubing shall be installed neatly and in a workmanlike manner. All tubing shall be properly anchored, supported, and/or pitched. All tubing shall run true to the vertical and horizontal axes of the skid. All valves shall be accessible for easy operation and maintenance. Teflon paste and Teflon tape impregnated with nickel shall be used to seal tube fitting pipe thread connections. G. All piping, tubing, fittings, and other piping components between the ASME storage vessel and the first shutoff valve shall be designed for the full range of pressures, temperatures, and loadings to which they may be subjected with a factor of safety of at least eight (8) based on the specified minimum tensile strength (SMTS) at room temperature. All other pipe, tubing, fittings, and other piping components shall be suitable for the full range of pressures, temperatures, and loadings to which they may be subjected with a factor of safety of at least four (4) based on SMTS. H. All drain lines shall be brought to skid edge and allow draining into a container placed on the ground next to the skid. All drain valves shall be plugged. I. Spacing for piping, tubing, and conduit supports shall be as follows: 1. Piping: Every 5-feet maximum. 2. Tubing: Every 5-feet maximum and within 8-inches of a tube bend. 3. Conduit: Every 5-feet maximum. 3.03 ONSITE FACILITY PRESSURE TEST A. The Contractor shall be responsible for arranging and performing all tests of the CNG fueling system as required by the applicable codes, regulatory agencies and this specification. All testing shall be done in the presence of the Contractor, Owner's Representative, and regulatory agencies (if necessary). B. A pressure test in accordance with ASME B31.3 Paragraph 345.5.5 shall be performed on the completed interconnecting piping and tubing system prior to tying to the gas meter. A minimum test pressure as shown on the drawings shall be maintained for at least twenty-four hours. Nitrogen shall be used as the pressure test fluid. C. Pressure tests of the piping system shall be recorded on a pressure recording device (e.g., chart recorder) in the presence of the Owner's Representative. Proof of pressure recording device calibration within six (6) months prior to the test is required. The Owner's Representative must initial all Pressure Test records and witness all Pressure Tests. Page SP 111 of 147 D. The testing, to the extent the schedule permits, shall be organized to minimize the number of separate tests. If possible, the entire system shall be tested as a single testing segment. E. Upon completion of any test, all test records shall become the property of the Owner. The Contractor shall forward to the Owner's Representative copies of test records indicating that all piping has been strength- or pressure -tested. Test records shall be signed and dated by the Owner's Representative upon witnessing and verifying said test. It is the responsibility of the Contractor to ensure that all representatives of the permitting agencies that may be required to witness testing are given at least one (1) week written notice prior to any testing of the CNG Fueling Station. F. If a tested section fails to maintain the specified test pressure, the Contractor shall determine the location of the leakage or failure. The contractor shall remove the defective section and install, with new material, a replacement section prior to reinitiating the test. The section shall be retested in its entirety for at least four (4) hours or as specified in the drawings if more stringent. The defective section shall remain the property of the Owner. G. The system, after completion of the required leak or strength test, shall remain pressurized until the Owner's Representative is on site. Depressurization of the system shall only commence after authorization from the Owner's Representative. If the system fails to maintain pressure during the period subsequent to the test, damage to the system must be suspected and the system must be retested. H. The Owner shall not be held liable for any additional costs associated with damages, repair, retesting, investigation, etc., arising from failures due to inferior workmanship, and/or materials furnished by the Contractor, which prove to be defective until testing. I. Once the facilities are successfully pressure -tested, the Contractor shall not perform any maintenance or further work on the facilities without the express written permission of the Owner's Representative. 3.04 ONSITE SYSTEM STARTUP, TESTING, AND TRAINING A. Contractor shall provide support as needed to the Owner during onsite system startup. The following describes the scope of the support provided by Contractor. The installed fueling equipment shall undergo a witnessed system test. During the testing of the mechanical, instrumentation and electrical equipment the Owner shall make available representatives of the manufacturers of all of the major equipment or other qualified persons who shall instruct the Owner's personnel in the operation and maintenance thereof. Natural gas shall be used for the system test. Piping and tubing shall be purged with nitrogen prior to introducing natural gas. The tests shall include, but not be limited to, the items listed below: 1. Run test fueling station for proper operation. This includes calibrating all instrumentation. Page SP 112 of 147 2. Test the ESD system. 3. Test compressor system and shutdowns. 4. Test fast -fill system. 5. Test time -fill system. 6. Any discrepancies in the piping and tubing interconnection system found as a result of these inspections and tests shall be corrected by the Contractor at no cost to the Owner (including the cost for making all the corrections and repeating the tests.) B. Acceptance by the Owner's Representative of the fueling stations and associated items furnished by Contractor under this specification shall occur only after the following requirements have been met: 1. It has been demonstrated to the satisfaction of the Owner Representative that the fueling station as a whole, meets and conforms to the requirements of the Contract Documents. 2. All testing required by the Contract Documents have been successfully completed and have been accepted by the Owner's Representative 3. The date of acceptance of the fueling station shall be the date of the written notice of its acceptance by the Owner's Representative to Contractor. All warranties and/or guarantees referred to or implied in the Contract Documents shall commence on that acceptance date. 4. Acceptance by the Owner's Representative of the witnessed test shall not release Contractor from any of its warranty obligations, or any other obligation, under the Contract Documents. 3.05 RECORD DOCUMENTS A. The Contractor shall update the installation drawings to reflect all field modifications. B. The Contractor shall submit to Owner red -line markups of the station installation drawings that reflect all field modifications. 3.6 WARRANTY SERVICE A. Contractor shall provide a one-year warranty covering parts and labor. The warranty period shall begin upon acceptance of the station by the Owner. Page SP 113 of 147 SECTION 40 1410 MECHANICAL IDENTIFICATION PART 1 —GENERAL 1.01 WORK INCLUDED A. Identification of mechanical piping and all mechanical equipment and components installed under the work of the project. 1.02 RELATED SECTIONS A. Section 09 9100 — Painting 1.03 REFERENCE A. The following documents form a part of these specifications to the extent stated herein. Unless otherwise indicated, use the issue in effect on the date of request for quotation. Bring any conflicts between specifications, drawings, and the referenced documents to the attention of the Owner in writing, for resolution before taking any related action. Where differences exist between codes and standards, the one affording the greatest protection shall apply. 1. American Society of Mechanical Engineers (ASME a. ASME A13.1 Scheme for the Identification of Piping Systems 1.04 SUBMITTALS A. Submit product data and manufacturer's installation instructions under. provisions of the General Conditions. B. Submit list of wording, symbols, letter size, and color -coding for mechanical identification. C. Submit valve chart and schedule, including valve tag number, location, function, and valve manufacturer's name and model number. PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Seton B. Or approved equal 2.02 MATERIALS A. Color Coding: ASME — A13.1 unless specified otherwise. B. Stainless Steel Tags: Tag size at least 1-1/2 inch diameter. Page SP 114 of 147 C. Stencils: With clean-cut symbols and letters of following size: OUTSIDE DIAMETER COLOR FIELD LETTER INSULATION OR LENGTH HEIGHT PIPE 3/4" - 1-1/4 8" 1 /2" 1-1/2"- 2" 8" 3/4" over 2-1 /2" 12" 1-1 /4" Equipment --- 2-1/2" D. Stencil Paint: Semi -gloss enamel; in accordance with Section 09 9100. PART 3 — EXECUTION 3.01 PREPARATION A. Degrease and clean surfaces to receive adhesive of identification materials. B. Prepare surfaces in accordance with Section 09 9100 for stencil painting. 3.02 INSTALLATION A. Stainless Steel Tags: Install with corrosion -resistant chain. B. Stencil Painting: Apply in accordance with Section 09 9100. 3.03 IDENTIFICATION SCHEDULE A. Equipment: Identify with metal nameplates. Small devices, such as in -line pumps, may be identified with stainless steel tags. B. Controls: Identify control panels and major control components outside of panels with metal nameplates. C. Valves: Identify valves in main and branch piping with stainless steel tags. D. Identify piping with stenciled painting. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping. Locate identification not more than ten (10) feet apart on straight runs including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction. Page SP 115 of 147 SECTION 43 1350 CNG VEHICLE FUELING EQUIPMENT PART 1 — GENERAL 1.03 WORK INCLUDED A. This specification covers design, manufacture, and delivery of compressed natural gas (CNG) vehicle fueling equipment. Refer to the Scope of Work specifications for CNG fueling station performance requirements. The fueling equipment shall be packaged in a small footprint and use reliable components to reduce possible downtime. The CNG fueling equipment shall consist of, but not be limited to, the following: 1. One (1) priority control valve panel with time -fill controls and totalizing meter. 2. Fourteen (14) time -fill posts (10 dual -hose posts and 4 single -hose posts). B. Contractor shall provide all labor and materials including but not limited to programming, software, firmware, and hardware required to update the existing CNG station and compressor control systems for integration with the new priority panel including time -fill system. 1.04 CODES AND STANDARDS A. All equipment and the entire packaged fueling system shall comply with the latest revisions of applicable codes and standards in effect at the time of bid. All materials shall be new (i.e., not previously used and manufactured within six months of equipment delivery). As a minimum, the equipment shall comply with the following codes and standards: 1. American National Standards Institute (ANSI) a. ANSI/NGV 1 Standard for Compressed Natural Gas Vehicle Fueling Connection Devices b. ANSI/NGV 4.1 NGV Dispensing Systems C. ANSI/NGV 4.2 Hoses for Natural Gas Vehicles and Dispensing Systems d. ANSI/NGV 4.4 Breakaway Devices for Natural Gas Dispensing Hoses and Systems e. ANSI/NGV 4.6 Manually Operated Valves for Natural Gas Dispensing Systems f. ANSI/NGV 4.7 Automatic Pressure Operated Valves for Natural Gas Dispensing Systems g. ANSI/NGV 4.8 NGV Fueling Station Reciprocating Compressor Guidelines h. ANSI Z535.2 Environmental and Facility Signs 2. American Petroleum Institute (API) a. API Recommended Practice 520 — Sizing, Selection, and Installation of Pressure Relieving Devices in Refineries Page SIP 116 of 147 3. American Society of Mechanical Engineers (ASME) a. Boiler and Pressure Vessel (B&PV) Code iv. Section V — Nondestructive Examination V. Section VIII, Division I — Pressure Vessels vi. Section IX —Welding and Brazing Qualifications b. ASME A13.1 Scheme for the Identification of Piping Systems C. ASME 1316 Codes Standards for Valves, Flanges, Fittings, Gaskets, and Valve Actuators d. ASME B31.3 Process Piping Code 4. American Society for Nondestructive Testing (ASNT) a. SNT-TC-1A Recommended Practice 5. American Welding Society (AWS) a. A5.1 Covered Carbon Steel Arc Welding Electrodes b. A5.5 Low Alloy Steel Covered Arc Welding Electrodes 6. California Code of Regulations (CCR) a. Title 8 Industrial Relations (CaIOSHA) b. Title 24, Part 2 California Building Code (CBC) C. Title 24, Part 3 California Electrical Code (CEC) d. Title 24, Part 4 California Mechanical Code (CMC) e. Title 24, Part 5 California Plumbing Code (CPC) f. Title 24, Part 9 California Fire Code (CFC) 7. National Fire Protection Association (NFPA) a. NFPA 52 Vehicular Fuel Systems Code b. NFPA 54 National Fuel Gas Code C. NFPA 704 Identification of the Hazards of Materials for Emergency Response 8. Society of Automotive Engineers (SAE) a. J1616 Recommended Practice for CNG Vehicle Fuel 9. Underwriters Laboratories Inc. (UL) a. UL 508 Industrial Control Equipment b. UL 508A Industrial Control Panel C. UL 1604 Electrical Equipment for Use in Class I and II, Division 2, and Class III Hazardous (Classified) Locations 10. U.S. Department of Labor (OSHA) a. Title 29 CFR Part 1910 — Occupational Health and Safety Standards 11. U. S. Department of Transportation (DOT) a. Title 49 CFR Part 192 — Transportation of Natural and Other Gas by Pipeline: Minimum Federal Safety Standards 1.04 QUALITY ASSURANCE A. All equipment shall be permanently affixed and accessible for maintenance and operation in accordance with all code requirements. Supports for all equipment shall conform to California Building Code seismic requirements. Page SP 117 of 147 B. All paint and priming products, whether shop or field applied shall be lead, chromium, and cadmium free. In addition, these products and all other materials used shall comply with local, regional, state and federal air quality rules and regulations, especially those of the local air quality management district. C. All materials and surfaces exposed to the exterior, unless otherwise pre - finished or otherwise treated with a corrosion -resistant finish, shall receive a three -coat shop -applied paint system. 1.5 SUBMITTALS A. Within six (6) weeks of receipt of the Notice to Proceed, submit the following drawings and data for review. Submittal drawings and data shall be certified by the respective equipment manufacturer that the drawing(s) and data accurately represent the final product/system in all respects. 1. For each equipment system or assembly: general arrangement drawing, process and instrumentation diagram, mechanical fabrication/assembly drawing, electrical elementary diagram, wiring diagram, electrical control assembly drawing, and installation instructions. Equipment arrangement drawings shall clearly identify the precise location, number, and size of customer connections, weight of equipment, and anchor bolt size and pattern for attachment of equipment to foundation. 2. Complete mechanical and electrical bills of material. B. No fabrication or material purchase shall start until drawings are reviewed and accepted by the Owner's Representative. Individual equipment systems may be released for fabrication upon Owner's Representative's acceptance of their corresponding, certified shop drawings. C. Submit equipment record drawings as described in Article 3.4. D. Submit operating and maintenance manuals as described in Article 3.5. 1.6 PROJECT CONDITIONS A. Natural Gas 1. Specific Gravity : 0.6 2. Temperature : 40-60OF 3. Heating Value :950 — 1,100 BTU/SCF 4. Moisture Content :7 Ib/MMSCF max. 5. Typical Gas Composition : 93% C1 A% C2 :1 %C3+ :1 % N2 :1 % CO2 (Note: Actual gas composition may vary) Page SP 118 of 147 B. Design Conditions 1. Site Conditions: a. Elevation : 25 ft amsl b. Ambient Temperatures : 30-105°F 2. All equipment and structures shall be designed, fabricated, and supported to comply with the latest edition of the California Building Code and seismic requirements. PART 2 — PRODUCTS 2.04 GENERAL A. The fueling equipment shall be designed for continuous operation and shall meet vehicle fueling needs upon user demand around the clock. The operation of the fueling system shall be automatic (shall start-up and stop automatically) with provisions for manual operation/intervention. In the event of an alarm or emergency shutdown, on -site manual intervention shall be required to reset the compressor. B. Natural gas shall be used for pneumatic controls for the CNG fueling equipment. C. All materials shall be non-combustible or fire -rated. D. All equipment mounting shall comply with design requirements of appropriate sections of CBC. Equipment skids and mounts shall be of welded steel construction and shall have lifting lugs. Skids and equipment mounts shall accommodate anchoring to a concrete foundation using an adhesive -filled, drilled in -place anchor system. E. All gas containing components shall be protected by pressure relief valves set at or below each component's maximum allowable working pressure. F. All electrical controls shall be pre -wired to a single terminal strip in a junction box. The terminal strip shall be clearly labeled, ready for field termination. The junction box shall have skid edge conduit connections. G. All drain connections shall be piped to the skid edge and plugged H. Gas inlet and outlet lines shall be terminated at the skid edge. I. All non -stainless steel components shall be primed and painted. 2.05 PRIORITY/SEQUENTIAL PANEL A. Acceptable Manufacturers: 1. ANGI 2. Kraus Global 3. Or approved equal C. Panel shall be controlled by a PLC and designed to direct the gas flow to the fast -fill dispenser, storage, or time -fill posts. Panel shall be located adjacent to the gas dryer and compressor. The storage shall be in cascade configuration. NFPA 52 required emergency shut-off valves on process lines feeding the dispenser shall be provided in this panel. Page SP 119 of 147 D. Manually operated ball valves shall be located outside the panel on incoming and outgoing lines. All panel connections shall be manufacturer's standard connection. E. Panel shall be a NEMA 4 rated enclosure with support legs suitable for anchoring the panel to a concrete foundation using a post -installed anchor system. F. Provide pressure transducers (24 VDC) to be installed onsite on process lines adjacent to the storage vessels. G. All electrical components shall be suitable for Class 1, Division 2, Group D locations. H. Time -fill Control & Metering: 1. An electronic fill control system shall be provided for time -fill control. 2. One MicroMotion CNG050 or approved equal mass flow meter shall be provided to meter the natural gas fuel dispensed to the City's vehicles. Daily and totalized meter readings shall be automatically transmitted to the Owner via the CNG station control system. Contractor shall provide programming, software, firmware, hardware, and any other labor and materials required to update the existing CNG station and compressor control systems and integrate with the new priority panel including time -fill system. 2.06 TIME -FILL POSTS A. Acceptable Manufacturers: 1. ANG 2. Or approved equal B. Provide a total of fourteen (14) time -fill posts (10 dual -hose posts and 4 single - hose posts). Each posts shall be suitable for embedment in a concrete pedestal. 2.07 INSTRUMENTATION AND CONTROLS A. All pressure gauges shall conform to the following requirements: 1. All gauges shall read at least 1.2 times the system design pressure (NFPA 52). 2. Accuracy, including hysteresis, shall ± 0.5% of full scale or better. 3. Rear blowout protection shall be provided. 4. All gauges shall be waterproof and oil -filled. 5. The dial shall have a minimum diameter of 2-1/2 inches. B. All temperature gauges shall conform to the following requirements: 1. Accuracy shall be within ± 1 % of the full scale or better 2. The dial shall have a minimum diameter of 2-1/2 inches. C. All instrument components interfacing with natural gas shall be made of material compatible with odorized natural gas. No copper metal or alloys containing more than 70% copper shall be used in natural gas service. Page SP 120 of 147 D. All gauges and manually -operated valves shall be located no higher than five (5) feet above grade except gas dryer regeneration inlet valve. 2.08 PIPING / TUBING FOR EQUIPMENT SYSTEMS A. Piping and tubing systems shall be rated for the maximum pressure and temperature to which they will be subjected under normal operating conditions and be properly supported and protected to prevent damage from vibration during shipment, operation, and maintenance. Piping and tubing systems shall be installed in a neat and orderly arrangement, adapting to the contours of the skid package. Piping and tubing systems shall not obstruct access openings. Where practical, piping and tubing shall be installed beneath the skid deck. Supports shall not be welded directly to piping or tubing. B. Piping design, inspection, and testing shall be in accordance with ANSI/ASME B31.3. Piping shall be seamless and conforming to ASTM A106, Gr.B. Cast iron or semi -steel piping shall not be used. Testing shall be pneumatic. C. Spacing for piping, tubing, and conduit supports shall be as follows: 1. Piping: Every 5-feet maximum 2. Tubing: Every 5-feet maximum and within 8-inches of a tube direction change of 30 degrees or more 3. Conduit: Every 5-feet maximum. D. Tubing and tube fittings shall be stainless steel. All tubing fittings shall be rated for at least 6,000 psig working pressure. All tubing fittings used throughout the station system shall be Swagelok 316 stainless steel or approved equal. Different mixed brands of tubing and fitting shall not be used with equipment. E. Stainless steel tubing shall be seamless and bright annealed, ASTM SA- 269, type 316. The maximum hardness of the stainless -steel tubing shall be no more than Rockwell hardness of 80. Where the following nominal OD tubing is used, the corresponding minimum wall thickness shall be: Nominal OD Minimum Wall Thickness 3/8" 0.065" 1 /2" 0.083" 3/4" 0.1091, F. Carbon steel piping shall be primed and painted in accordance with manufacturer's standards. G. Personnel installing tubing and tube fittings shall be trained and certified by the tube -fitting manufacturer. All tubing shall be installed neatly and in a workmanlike manner. All tubing shall be properly anchored, supported, and/or pitched. All tubing shall run true to the vertical and horizontal axes Page SP 121 of 147 of the skid. All valves shall be accessible for easy operation and maintenance. Teflon paste and Teflon tape impregnated with nickel shall be used to seal tube fitting pipe thread connections. H. All piping, tubing, fittings, and other piping components between the ASME storage vessel and the first shutoff valve shall be designed for the full range of pressures, temperatures, and loadings to which they may be subjected with a factor of safety of at least eight (8) based on the specified minimum tensile strength (SMTS) at room temperature. All other pipe, tubing, fittings, and other piping components shall be suitable for the full range of pressures, temperatures, and loadings to which they may be subjected with a factor of safety of at least four (4) based on SMTS. I. All drain lines shall be brought to skid edge and allow draining into a container placed on the ground next to the skid. PART 3 — EXECUTION 3.01 EQUIPMENT INSTALLATION — GENERAL REQUIREMENTS A. CNG equipment shall be installed in accordance with the Design Documents and the manufacturer's installation instructions. In the event of a conflict, the Contractor shall notify the Owner of the conflict and the most stringent requirement shall prevail. The Contractor shall refer to the other Bid Document specifications in addition to the CNG fueling station plans and specifications to install the CNG equipment. B. CNG equipment shall be installed in compliance with the codes and standards listed in Article 1.2 and all applicable state and local codes and requirements from the authorities having jurisdiction. C. The Contractor, prior to bidding, shall visit the job site to become acquainted with the existing conditions related to his work and shall include in the bid proposal all labor and materials required for the installation to be complete and operative. D. Not all underground utilities and substructures are shown. Those shown are for reference only. Prior to any trenching, the Contractor shall verify the location of all existing underground utilities. Any damage to the existing underground utilities shall be repaired or replaced at the Contractor's expense. E. Contractor shall provide all equipment, structures, and materials unless noted otherwise. F. The Contractor shall be responsible for securing all required permits and inspections. Contractor shall make arrangements for all required parties to be present at inspections and tests. G. All changes shall be reviewed and approved by the Owner prior to any changes being made. A stamped revised set of drawings approved by the Owner shall be kept on site at all times. H. Install equipment on concrete foundations or pads in accordance with the equipment manufacturer's installation instructions and Design Documents Page SP 122 of 147 including but not limited to the concrete specifications and structural sheets. The surface finish, flatness, and slope (if any) of the concrete foundation shall be as specified by the equipment manufacturer's instructions. All post -installed anchors shall be ICC evaluated and approved. Installation of post -installed anchors shall be inspected and approved in accordance with Chapter 17 of the CBC. The Contractor shall complete all equipment connections and provide a fully operational system. Flexible connectors rated for the intended service shall be provided for all piping and conduit connections to vibrating equipment. Bare carbon steel surfaces (piping, vents, etc.) shall be primed and painted in accordance with the Design Documents. Color shall comply with ASME A13.1. 3.02 ELECTRICAL INSTALLATION A. The complete electrical installation shall be in accordance with the California Electrical Code, all applicable state and local codes issued by authorities having jurisdiction, and Design Documents B. Drawings are diagrammatic, field design of conduit and wiring systems is required. C. Galvanized rigid steel conduit shall be used for all conduit installed above grade. Conduit installed below grade shall be PVC schedule 40. Underground PVC conduit runs intended to stub -up and terminate at above -grade equipment, boxes and cabinets shall be transitioned to galvanized rigid steel conduit or PVC coated rigid steel conduit below grade, in the horizontal conduit run. Conduit seal fittings shall be installed in accordance with the CEC. Drawing details are diagrammatic and do not necessarily show all required seals. Contractor shall be required to provide all seals in accordance with the CEC. D. Connections to motors and other devices or equipment that may be subject to vibration shall be made with flexible conduit in accordance with CEC requirements for the area classification. Drawing details are diagrammatic and do not necessarily show all required flexible conduit. E. Unless otherwise indicated, the minimum size of conduit shall be 3/4" diameter for above grade installations and 1" diameter for below grade installations. All conduit ends shall have bushings. Galvanized rigid steel (GRS) conduits shall have grounding bushings. Conduits shall meet CEC requirements for Class 1, Division 1 and Class 1, Division 2 in classified areas. F. Unless otherwise indicated, the minimum size of conductors shall be #12 AWG THWN copper only. G. Green insulated ground conductors shall be installed in all feeder and branch circuit wiring. H. All ground connectors shall be manufactured by Erico, OZ Gedney, Burndy, or approved equal. Use thermal weld ground connections below Page SP 123 of 147 grade. Above grade ground connections may be thermal weld or mechanical type. I. Provide equipment/circuit identification nameplate and labels on all equipment and devices. Labels shall be self-adhesive phenolic type with white letters on black background. J. The Contractor shall provide typewritten directories for all electrical panels involved in this project. The panel directories shall reflect the as built circuits. One copy of the schedule shall be secured to the inside of the panel door, and one copy shall be submitted to the engineer as an "as - built" drawing. K. Electrical equipment and feeders shall be supported and/or anchored in accordance with CBC seismic requirements. L. Remote mounted emergency shutdown (ESD) pushbuttons shall be Crouse Hinds EDS2184S769 or approved equal. 3.03 ONSITE SYSTEM STARTUP, TESTING, AND TRAINING A. The new fueling equipment shall undergo a witnessed system test. At least two (2) weeks prior to the system test, the Contractor shall submit to the Owner's Representative draft Maintenance and Operating Manuals. During the testing of the mechanical, instrumentation and electrical equipment by the Contractor, the Contractor shall make available representatives of the manufacturers of all of the major equipment or other qualified persons who shall instruct the Owner's personnel in the operation and maintenance thereof. Natural gas shall be used for the system test. Piping and tubing shall be purged with nitrogen prior to introducing natural gas. The tests shall include, but not be limited to, the items listed below 1. Run test fueling station for proper operation. 2. Test the ESD system. 3. Test fast -fill dispenser. 4. Test time -fill system. 5. Any discrepancies found as a result of these inspections and tests shall be corrected by the Contractor at no cost to the Owner (including the cost for making all the corrections and repeating the tests within two (2) weeks. B. Acceptance by the Owner's Representative of the fueling stations and associated items furnished by Contractor under this specification shall occur only after the following requirements have been met: 1. It has been demonstrated to the satisfaction of the Owner Representative that the fueling station as a whole, meets and conforms to the requirements of the Contract Documents. 2. All testing required by the Contract Documents have been successfully completed and have been accepted by the Owner's Representative. 3. The date of acceptance of the fueling station shall be the date of the written notice of its acceptance by the Owner's Representative Page SP 124 of 147 to Contractor. All warranties and/or guarantees referred to or implied in the Contract Documents shall commence on that acceptance date 4. Acceptance by the Owner's Representative of the witnessed test shall not release Contractor from any of its warranty obligations, or any other obligation, under the Contract Documents. C. Contractor shall provide two (2) formal training classes in station operation, service, and maintenance. Factory service representatives shall instruct the Owner's designated operating and maintenance personnel in the operation, adjustment, and maintenance of all equipment and systems. Training shall include classroom and "hands-on" activities. The basis of instruction shall be the station operating and maintenance manual. 3.04 RECORD DRAWINGS A. The Contractor shall update the equipment shop fabrication drawings to reflect all field modifications subsequent to delivery from the factory. The latest revision of the shop fabrication drawings shall be incorporated into the station operating and maintenance manuals. Drawings shall be provided in both hard copy and electronic PDF file formats. B. The Contractor shall submit red -line markups of the station installation drawings that reflect all field modifications. 3.05 OPERATING AND MAINTENANCE MANUALS A. All product data and related information appropriate for Owner's maintenance and operation of all products and systems provided under this Contract shall be compiled into an integrated CNG fueling station operating and maintenance manual. The manual shall include written test reports documenting performance and operational data. Submit the draft manual for review by the Owner's Representative. Four copies will be returned after review. Submit four (4) hardcopies and an electronic copy of the final manual after acceptance by the Owner's Representative. 3.06 WARRANTY SERVICE A. Contractor shall provide a one-year warranty covering parts and labor. The warranty period shall begin upon acceptance of the station by the Owner. Owner prefers CNG station technical support sourced from the western region of the United States. B. WARRANTY SERVICE LEVELS Warranty service at the Owner's site will be provided by the Contractor in two (2) levels. Level 1 will be of an emergency nature requiring an expedited resolution. Page SP 125 of 147 Level 2 will be of a nature that is not significant operationally and does not require immediate dispatch of Contractor to the Owner's site. The Owner's Representative will be solely responsible for the determination of the warranty service level. a. Level 1 warranty service conditions - Contractor will initiate problem resolution via telephone contact with the Owner within one (1) hour and a site visit (if appropriate) within four (4) hours of notification by the Owner's Representative. Notification by the Owner's Representative can be made seven (7) days a week, twenty-four (24) hours a day without exception throughout the warranty period. b. Level 2 warranty service conditions - Contractor will make contact with the owner within twenty-four (24) hours of notification by the Owner's Representative. Notification by the Owner's representative will be made between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, excluding holidays. The initial service contact (site visit or telephone call) to resolve the problem will be at a mutually agreed upon time and date not to exceed one (1) week after notification. Exceptions to this two (2) week requirement may be made by the Owner's Representative due to operational, construction or labor constraints. Page SP 126 of 147 SECTION 51 200 STRUCTURAL STEEL FRAMING PART 1 —GENERAL 1.1 SUMMARY A. Section Includes: 1. Structural steel. 2. Shear stud connectors, shop welded. 3. Shrinkage -resistant grout. B. Related Requirements: 1. Section 053100 "Steel Decking" for field installation of shear stud connectors through deck. 1.2 DEFINITIONS A. Structural Steel: Elements of the structural frame indicated on Drawings and as described in ANSI/AISC 303. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: 1. Structural -steel materials. 2. High -strength, bolt -nut -washer assemblies. 3. Shear stud connectors. 4. Anchor rods. 5. Threaded rods. 6. Forged -steel hardware. 7. Shop primer. 8. Galvanized -steel primer. 9. Etching cleaner. 10. Galvanized repair paint. 11. Shrinkage -resistant grout. B. Shop Drawings: Show fabrication of structural -steel components. 1.5 INFORMATIONAL SUBMITTALS A. Welding certificates. B. Mill test reports for structural -steel materials, including chemical and physical properties. C. Source quality -control reports. D. Field quality -control reports. 1.6 QUALITY ASSURANCE A. Fabricator Qualifications: A qualified fabricator that participates in the AISC Quality Certification Program and is designated an AISC-Certified Page SP 127 of 147 Plant, Category BU or is accredited by the IAS Fabricator Inspection Program for Structural Steel (Acceptance Criteria 172). B. Installer Qualifications: A qualified Installer who participates in the AISC Quality Certification Program and is designated an AISC-Certified Erector. C. Welding Qualifications: Qualify procedures and personnel in accordance with AWS D1.1 /D1.1 M. PART 2 — PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Comply with applicable provisions of the following specifications and documents: 1. ANSI/AISC 303. 2. ANSI/AISC 360. 3. RCSC's "Specification for Structural Joints Using High -Strength Bolts." B. Connection Design Information: 1. Option 1: Connection designs have been completed and connections indicated on the Drawings. C. Moment Connections: Type FIR, fully restrained. D. Construction: Moment frame, Braced frame, and Shear wall systems as indicated on Drawings 2.2 STRUCTURAL -STEEL MATERIALS A. W-Shapes: ASTM A992, Grade 50. B. Channels, Angles: ASTM A36. C. Plate and Bar: ASTM A36/A36M D. Cold -Formed Hollow Structural Sections: ASTM A500/A500M, Grade B structural tubing. E. Steel Pipe: ASTM A53/A53M, Type E or Type S, Grade B. F. Welding Electrodes: Comply with AWS requirements. 2.3 BOLTS AND CONNECTORS A. High -Strength A325 Bolts, Nuts, and Washers: ASTM F3125/F3125M, Grade A325, Type 1, heavy -hex steel structural bolts; ASTM A563, Grade DH, heavy -hex carbon -steel nuts; and ASTM F436/F436M, Type 1, hardened carbon -steel washers; all with plain finish. 1. Direct -Tension Indicators: ASTM F959/F959M, Type 325-1, compressible - washer type with plain finish. B. High -Strength A490 Bolts, Nuts, and Washers: ASTM F3125/F3125M, Grade A490, Type 1, heavy -hex steel structural bolts ASTM A563, Grade DH, heavy -hex carbon -steel nuts; and ASTM F436/F436M, Type 1, hardened carbon -steel washers; all with plain finish. 1. Direct -Tension Indicators: ASTM F959/F959M, Type 490-1, compressible - washer type with plain finish. C. Zinc -Coated High -Strength A325 Bolts, Nuts, and Washers: ASTM F3125/F3125M, Grade A325, Type 1, heavy -hex steel structural bolts; Page SP 128 of 147 ASTM A563, Grade DH, heavy -hex carbon -steel nuts; and ASTM F436/F436M, Type 1, hardened carbon -steel washers. 1. Finish: Hot -dip zinc coating 2. Direct -Tension Indicators: ASTM F959/F959M, Type 325-1, compressible - washer type with mechanically deposited zinc coating finish. D. Tension -Control, High -Strength Bolt -Nut -Washer Assemblies: ASTM F3125/F3125M, Grade F1852, Type 1,heavy-hexhead assemblies, consisting of steel structural bolts with splined ends; ASTM A563, Grade DH, heavy -hex carbon -steel nuts; and ASTM F436/F436M, Type 1, hardened carbon -steel washers. 1. Finish: Mechanically deposited zinc coating. E. Shear Stud Connectors: ASTM A108, AISI C-1015 through C-1020, headed -stud type, cold -finished carbon steel; AWS D1.1/D1.1 M, Type B. 2.4 RODS A. Unheaded Anchor Rods: ASTM F1554, Grade as indicated on Drawings. 1. Configuration: Straight. 2. Finish: Hot -dip zinc coating, ASTM Al53/A153M, Class C. B. Headed Anchor Rods: ASTM F1554, Grade as indicated on Drawings, straight. 1. Finish: Hot -dip zinc coating, ASTM Al53/A153M, Class C C. Threaded Rods: ASTM A36/A36M and ASTM Al93/A193M, Grade B7 as indicated on Drawings. 1. Finish: Plain and Hot -dip zinc coating, ASTM Al53/A153M, Class C as indicated on Drawings. 2.5 FORGED -STEEL STRUCTURAL HARDWARE A. Clevises and Turnbuckles: Made from cold -finished carbon -steel bars, ASTM A108, AISI C-1035. 2.6 PRIMER A. Steel Primer: 1. Comply with Section 099113 "Exterior Painting" and Section 099123 "Interior Painting.". 2. SSPC-Paint 23, latex primer. B. Galvanized -Steel Primer: Where indicated on Drawings, MPI#80. 1. Etching Cleaner: MPI#25, for galvanized steel. 2. Galvanizing Repair Paint: MPI#18, MPI#19, or SSPC-Paint 20 2.7 SHRINKAGE -RESISTANT GROUT A. Metallic, Shrinkage -Resistant Grout: ASTM C1107/C1107M, factory - packaged, metallic aggregate grout, mixed with water to consistency suitable for application and a 30-minute working time. Page SP 129 of 147 A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate in accordance with ANSI/AISC 303 and to ANSI/AISC 360. B. Shear Stud Connectors: Prepare steel surfaces as recommended by manufacturer of shear connectors. Weld using automatic end welding of headed -stud shear connectors in accordance with AWS D1.1/D1.1 M and manufacturer's written instructions. 2.9 SHOP CONNECTIONS A. High -Strength Bolts: Shop install high -strength bolts in accordance with RCSC's "Specification for Structural Joints Using High -Strength Bolts" for type of bolt and type of joint specified. 1. Joint Type:as indicated on Drawings. B. Weld Connections: Comply with AWS D1.1/D1.1 M for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding work. 2.10 GALVANIZING A. Hot -Dip Galvanized Finish: Apply zinc coating by the hot -dip process to structural steel in accordance with ASTM All 23/A123M. 1. Fill vent and drain holes that are exposed in the finished Work unless they function as weep holes, by plugging with zinc solder and filing off smooth. 2.11 SHOP PRIMING A. Shop prime steel surfaces, except the following: 1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded members to a depth of 2 inches (50 mm). 2. Surfaces to be field welded. 3. Surfaces of high -strength bolted, slip -critical connections. 4. Surfaces to receive sprayed fire -resistive materials (applied fireproofing). 5. Galvanized surfaces unless indicated to be painted. 6. Surfaces enclosed in interior construction. B. Surface Preparation of Steel: Clean surfaces to be painted. Remove loose rust and mill scale and spatter, slag, or flux deposits. Prepare surfaces in accordance with the following specifications and standards: 1. SSPC-SP 2. 2. SSPC-SP 3. C. Surface Preparation of Galvanized Steel: Prepare galvanized -steel surfaces for shop priming by thoroughly cleaning steel of grease, dirt, oil, flux, and other foreign matter, and treating with etching cleaner or in accordance with SSPC-SP 16. D. Priming: Immediately after surface preparation, apply primer in accordance with manufacturer's written instructions and at rate recommended by SSPC to provide a minimum dry film thickness of 1.5 mils (0.038 mm). Use priming methods that result in full coverage of joints, corners, edges, and exposed surfaces. Page SIP 130 of 147 2.12 SOURCE QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform shop tests and inspections. 1. Allow testing agency access to places where structural -steel work is being fabricated or produced to perform tests and inspections. 2. Bolted Connections: Inspect shop -bolted connections in accordance with RCSC's "Specification for Structural Joints Using High -Strength Bolts." 3. Welded Connections: Visually inspect shop -welded connections in accordance with AWS D1.1/D1.1 M and the following inspection procedures, at testing agency's option: a. Magnetic Particle Inspection: ASTM E709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration are not accepted. b. Ultrasonic Inspection: ASTM E164. C. Radiographic Inspection: ASTM E94/E94M. 4. In addition to visual inspection, test and inspect shop -welded shear stud connectors in accordance with requirements in AWS D1.1/D1.1M. 5. Prepare test and inspection reports. PART 3 — EXECUTION 3.1 EXAMINATION A. Verify, with certified steel erector present, elevations of concrete- and masonry -bearing surfaces and locations of anchor rods, bearing plates, and other embedments for compliance with requirements. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 ERECTION A. Set structural steel accurately in locations and to elevations indicated and in accordance with ANSI/AISC 303 and ANSI/AISC 360. B. Baseplates Bearing Plates and Leveling Plates: Clean concrete- and masonry -bearing surfaces of bond -reducing materials, and roughen surfaces prior to setting plates. Clean bottom surface of plates. 1. Set plates for structural members on wedges, shims, or setting nuts as required. 2. Weld plate washers to top of baseplate. 3. Snug -tighten anchor rods after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of plate before packing with grout. 4. Promptly pack shrinkage -resistant grout solidly between bearing surfaces and plates, so no voids remain. Neatly finish exposed surfaces; protect grout and allow to cure. C. Maintain erection tolerances of structural steel within ANSI/AISC 303. Page SP 131 of 147 3.3 FIELD CONNECTIONS A. High -Strength Bolts: Install high -strength bolts in accordance with RCSC's "Specification for Structural Joints Using High -Strength Bolts" for bolt and joint type specified. 1. Joint Type:as indicated on Drawings. B. Weld Connections: Comply with AWS D1.1/D1.1 M for tolerances, appearances, welding procedure specifications, weld quality, and methods used in correcting welding work. 1. Comply with ANSI/AISC 303 and ANSI/AISC 360 for bearing, alignment, adequacy of temporary connections, and removal of paint on surfaces adjacent to field welds. 3.4 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a special inspector to perform the following special inspections: 1. Verify structural -steel materials and inspect steel frame joint details. 2. Verify weld materials and inspect welds. 3. Verify connection materials and inspect high -strength bolted connections. B. Testing Agency: Engage a qualified testing agency to perform tests and inspections. 1. Bolted Connections: Inspect bolted connections in accordance with RCSC's "Specification for Structural Joints Using High -Strength Bolts." 2. Welded Connections: Visually inspect field welds in accordance with AWS D1.1/D1.1M. a. In addition to visual inspection, test and inspect field welds in accordance with AWS D1.1/D1.1 M and the following inspection procedures, at testing agency's option: 1) Liquid Penetrant Inspection: ASTM E165/E165M. 2) Magnetic Particle Inspection: ASTM E709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration are not accepted. 3) Ultrasonic Inspection: ASTM E164. 4) Radiographic Inspection: ASTM E94/E94M. Page SP 132 of 147 SECTION 55 000 METAL FABRICATION PART 1 — GENERAL 1.1 SUMMARY A. Section Includes: 1. Miscellaneous framing and supports. 3. Metal ladders. 4. Structural -steel door frames. 5. Miscellaneous steel trim. 6. Metal bollards. 7. Abrasive metal nosings, treads, and thresholds. B. Products furnished, but not installed, under this Section include the following: 1. Loose steel lintels. 2. Anchor bolts, steel pipe sleeves, slotted -channel inserts, and wedge -type inserts indicated to be cast into concrete or built into unit masonry. 3. Steel weld plates and angles for casting into concrete. 1.2 ACTION SUBMITTALS A. Product Data: For the following: 1. Nonslip aggregates and nonslip -aggregate surface finishes. 2. Fasteners. 3. Shop primers. 4. Shrinkage -resisting grout. 5. Manufactured metal ladders. 6. Metal bollards. B. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Samples: For each type and finish of extruded nosing and tread. D. Delegated Design Submittals: For ladders including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. E. Sustainable Design Submittals: 1. Comply with the California Green Building Standards Code for paints and coatings. PART 2 — PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design ladders. B. Structural Performance of Aluminum Ladders: Ladders, including landings, are to withstand the effects of loads and stresses within limits and under conditions specified in ANSI A14.3. Page SP 133 of 147 2.2 METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Steel Plates, Shapes, and Bars: ASTM A36/A36M. C. Stainless Steel Bars and Shapes: ASTM A276/A276M, Type 304. D. Rolled -Steel Floor Plate: ASTM A786/A786M, rolled from plate complying with ASTM A36/A36M or ASTM A283/A283M, Grade C or D. E. Steel Tubing: ASTM A500/A500M, cold -formed steel tubing. F. Steel Pipe: ASTM A53/A53M, Standard Weight (Schedule 40) unless otherwise indicated. G. Cast Iron: Either gray iron, ASTM A48/A48M, or malleable iron, ASTM A47/A47M, unless otherwise indicated. H. Aluminum Extrusions: ASTM B221, Alloy 6063-T6. I. Aluminum -Alloy Rolled Tread Plate: ASTM B632/B632M, Alloy 6061-T6. J. Aluminum Castings: ASTM 1326/1326M, Alloy 443.0-F. K. Nickel Silver Castings: ASTM B584, Alloy UNS No. C97600 (20 percent leaded nickel bronze). 2.3 FASTENERS A. General: Unless otherwise indicated, provide Type 304 stainless steel fasteners for exterior use and zinc -plated fasteners with coating complying with ASTM B633 or ASTM F1941 /F1941 M, Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required. 1. Provide stainless steel fasteners for fastening aluminum stainless steel or nickel silver. 2. Provide bronze fasteners for fastening bronze. B. Cast -in -Place Anchors in Concrete: Either threaded or wedge type unless otherwise indicated; galvanized ferrous castings, either ASTM A47/A47M malleable iron or ASTM A27/A27M cast steel. Provide bolts, washers, and shims as needed, all hot -dip galvanized per ASTM F2329/F2329M. C. Post -Installed Anchors: Torque -controlled expansion anchors or chemical anchors. 1. Material for Interior Locations: Carbon -steel components zinc plated to comply with ASTM B633 or ASTM F1941/F1941 M, Class Fe/Zn 5, unless otherwise indicated. 2. Material for Exterior Locations and Where Stainless Steel Is Indicated: Alloy Group 1 stainless steel bolts, ASTM F593, and nuts, ASTM F594. 2.4 MISCELLANEOUS MATERIALS A. Epoxy Zinc -Rich Primer: Complying with MPI#20 and compatible with topcoat. B. Shop Primer for Galvanized Steel: Primer formulated for exterior use over zinc -coated metal and compatible with finish paint systems indicated. Page SP 134 of 147 C. Galvanizing Repair Paint: High -zinc -dust -content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. D. Bituminous Paint: Cold -applied asphalt emulsion complying with ASTM D1 187/D1 187M. E. Shrinkage -Resistant Grout: Factory -packaged, nonmetallic, nonstaining, noncorrosive, nongaseous grout complying with ASTM C1107/C1107M. Provide grout specifically recommended by manufacturer for interior and exterior applications. F. Concrete: Comply with requirements in Section 033000 "Cast -in -Place Concrete" for normal -weight concrete. 2.5 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat -head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, not less than 8 inchesfrom ends and corners of units and 24 inches o.c. 2.6 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. Page SP 135 of 147 B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 2.7 SHELF ANGLES A. Fabricate shelf angles from steel angles of sizes indicated and for attachment to concrete framing. Provide horizontally slotted holes to receive 3/4-inch bolts, spaced not more than 6 inches from ends and 24 inches o.c., unless otherwise indicated. 1. Provide mitered and welded units at corners. 2. Provide open joints in shelf angles at expansion and control joints. Make open joint approximately 2 inches larger than expansion or control joint. B. For cavity walls, provide vertical channel brackets to support angles from backup masonry and concrete. C. Furnish wedge -type concrete inserts, complete with fasteners, to attach shelf angles to cast -in -place concrete. 2.8 METAL LADDERS A. General: 1. Comply with ANSI A14.3, except for elevator pit ladders. 2. For elevator pit ladders, comply with ASME A17.1/CSA B44. B. Steel Ladders: 1. Space siderails 18 inches apart unless otherwise indicated. 2. Siderails: Continuous, 1/2-by-2-1/2-inch steel flat bars, with eased edges. 3. Rungs: 3/4-inch- diameter, steel bars. 4. Fit rungs in centerline of siderails; plug -weld and grind smooth on outer rail faces. 5. Provide nonslip surfaces on top of each rung. 6. Galvanize and prime ladders, including brackets. 2.9 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. 1. Provide with integrally welded steel strap anchors for embedding in concrete or masonry construction. C. Galvanize miscellaneous steel trim. D. Prime miscellaneous steel trim with primer specified in Section 099600 "High -Performance Coatings." 2.10 METAL BOLLARDS A. Fabricate metal bollards from steel shapes, as indicated on the drawings. B. Prime steel bollards with zinc -rich primer. Page SP 136 of 147 2.11 ABRASIVE METAL NOSINGS, TREADS, AND THRESHOLDS A. Cast -Metal Units: Cast aluminum, with an integral -abrasive, as -cast finish consisting of aluminum oxide, silicon carbide, or a combination of both. Fabricate units in lengths necessary to accurately fit openings or conditions. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. American Safety Tread Co., Inc. b. Balco; a CSW Industrials Company. C. Grating Pacific B. Provide anchors for embedding units in concrete, either integral or applied to units, as standard with manufacturer. C. Drill for mechanical anchors and countersink. Locate holes not more than 4 inches from ends and not more than 12 inches o.c., evenly spaced between ends, unless otherwise indicated. Provide closer spacing if recommended by manufacturer. D. Apply bituminous paint to concealed surfaces of cast -metal units. E. Apply clear lacquer to concealed surfaces of extruded units. 2.12 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from concrete construction as needed to complete the Work. Provide each unit with no fewer than two integrally welded steel strap anchors for embedding in concrete. 2.13 GENERAL FINISH REQUIREMENTS A. Finish metal fabrications after assembly. 2.14 STEEL ANDIRON FINISHES A. Galvanizing: Hot -dip galvanize items as indicated to comply with ASTM All 53/A153M for steel and iron hardware and with ASTM Al23/A123M for other steel and iron products. 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed -on fireproofing, or masonry, or unless otherwise indicated. 1. Shop prime with unless primers specified in Section 099600 "High - Performance Coatings" are indicated. C. Preparation for Shop Priming: Prepare surfaces to comply with SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 1. Exterior Items: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. Items Indicated to Receive Zinc -Rich Primer: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." Page SP 137 of 147 3. Items Indicated to Receive Primers Specified in Section 099600 "High - Performance Coatings": SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 4. Other Steel Items: SSPC-SP 3, "Power Tool Cleaning." 5. Galvanized -Steel Items: SSPC-SP 16, "Brush-off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non -Ferrous Metals." D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. PART 3 — EXECUTION 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In -Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in -place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. 3.2 INSTALLATION OF MISCELLANEOUS FRAMING AND SUPPORTS A. Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. Page SP 138 of 147 B. Anchor supports for ceiling hung toilet partitions operable partitions overhead doors and overhead grilles securely to, and rigidly brace from, building structure. 3.3 INSTALLATION OF METAL LADDERS A. Secure ladders to adjacent construction with the clip angles attached to the stringer. B. Install brackets as required for securing of ladders welded or bolted to structural steel or built into masonry or concrete. 3.4 INSTALLATION OF METAL FLOOR PLATE A. Install metal floor plates flush with finished surface. Adjust as required to avoid lippage that could present a tripping hazard. 3.5 INSTALLATION OF ELEVATOR PIT SUMP COVERS A. Install tops of elevator sump pit cover plates and frames flush with finished surface. Adjust as required to avoid lippage that could present a tripping hazard. 3.6 INSTALLATION OF MISCELLANEOUS STEEL TRIM A. Anchor to concrete construction to comply with manufacturer's written instructions. 3.7 INSTALLATION OF METAL BOLLARDS A. Fill metal -capped bollards solidly with concrete and allow concrete to cure seven days before installing. B. Anchor bollards in place with concrete footings. Center and align bollards in holes 3 inches above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and brace bollards in position until concrete has cured. C. Fill bollards solidly with concrete, mounding top surface to shed water. 3.8 INSTALLATION OF ABRASIVE METAL NOSINGS, TREADS, AND THRESHOLDS A. Center nosings on tread widths unless otherwise indicated. B. For nosings embedded in concrete steps or curbs, align nosings flush with riser faces and level with tread surfaces. C. Seal thresholds exposed to exterior with elastomeric sealant complying with Section 079200 "Joint Sealants" to provide a watertight installation. 3.9 INSTALLATION OF LOOSE BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond -reducing materials and roughen to improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing Page SP 139 of 147 plate before packing with shrinkage -resistant grout. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.10 REPAIRS A. Touchup Painting: 1. Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with same material as used for shop painting to comply with SSPC-PA 1 for touching up shop - painted surfaces. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A780/A780M. Page SP 140 of 147 CONCRETE DECK TRUCK SCALE GENERAL PROVISIONS 1.1 Furnish and install one concrete deck truck scale and associated electronic controls. 1.2 The scale shall have a clear and unobstructed weighing surface of not less than 70 feet long and 11 feet wide. 1.3 The scale shall have a profile of 14-1/2 inches, which is measured from the top of the scale to the top of the foundation slab or pier at the load cell bearing points. 1.4 The scale shall be fully electronic in design and shall not incorporate any mechanical weighing elements, check rods, or check stays. 1.5 The scale shall be designed to perform as a single weighing platform and shall be of flat -top design. 1.6 The scale shall have a gross weighing capacity of 100 tons. 1.7 The scale shall have a Concentrated Load Capacity (CLC) of 120,000 pounds. 1.8 The scale shall be designed to accept vehicles that generate up to 80,000 pounds per tandem axle. 1.9 The scale shall be designed to accept an average daily traffic volume of up to 250 vehicles per day, 365 days per year, for 20 years, assuming that 100% of the vehicles are fully loaded with the equivalent of 80,000 pounds on their dual tandem axle. 1.10 In order for the bid to be considered, the supplier must provide written confirmation of empirical testing data to validate the design of the weighbridge through actual life -cycle testing. During the testing process the weighbridge must see a minimum of 2 million cycles, with at least 80,000 pounds of test load, applied on the 8 contact points of a standard truck's dual tandem axle tires. This documentation must be provided with the proposal submittal. Failure to provide this information will result in the bid being considered non -responsive. 1.11 Calibration (select one): 1.11.1 The scale shall be calibrated to a minimum of 120,000 pounds by 20- pound increments and not to exceed 200,000 pounds. System configurations with increments greater than 20-pound increments will not be accepted; therefore scales with gross capacities in excess of 200,000 pounds will not be acceptable in order for the scale to meet NTEP Legal -for -Trade regulatory requirements. 1.11.2 The scale shall be calibrated for dual -range weighing to a minimum of 100,000 pounds by 10-pound increments and 100,000 pounds to 200,000 pounds by 20-pound increments. System configurations with increments greater than 20-pound increments will not be accepted; therefore scales with gross capacities in excess of 200,000 pounds will not be acceptable in order for the scale to meet NTEP Legal -for -Trade regulatory requirements. 1.12 The scale's weighing -related electronics shall consist solely of load cells, load cell cables, and digital weight display. No other devices shall be permitted between the load cell and the digital weight display. Junction boxes, summing boards, gathering boards, gathering boxes, totalizers, external analog -to -digital Page SP 141 of 147 converter boxes, and sectional controller boxes will not be accepted because of their significant and inherent maintenance issues. 1.13 The load cells and load cell mounting hardware shall be constructed of stainless steel. The cables shall be stainless steel sheathed. Load cells which are not stainless steel and hermetically sealed shall not be acceptable because of their inability to prevent moisture from entering the load cell and causing a premature failure. 1.14 The scale shall meet the requirements set forth by the current edition of the National Institute of Standards and Technology Handbook 44 (NIST H-44). The scale manufacturer shall provide a Certificate of Conformance (NTEP Certification) to these standards upon request. 1.15 The design and manufacture of the scale weighbridge, load cells, and digital instrument shall all be of one manufacturer to maximize compatibility and availability of components and to insure maximum benefit from the system's lightning protection capability. Also, the manufacturer shall have a quality system that has been registered to the standards of ISO 9001. 1.16 The manufacturer or bidder shall provide with the bid proposal a listing of the total cost (labor, parts, travel time, and mileage) for two service technicians to travel to the scale site with a heavy-duty test truck, stay on site for four (4) hours to troubleshoot and replace one load cell in the scale and the main printed circuit board in the weight display. This listing shall be provided for service in the following three timeframes: 6 months after installation, 42 months after installation, and 118 months after installation. Listings of the same costs at these three time periods must also be provided assuming the failure is the result of a lightning strike. The cost of recalibration must be included in each service cost summary. Failure to provide the information required in this section will cause your bid submittal to be considered non -responsive and disqualified from consideration. 1.17 The scale shall be a METTLER TOLEDO Model VTC251 or approved equal. 2 SCALE FOUNDATION REQUIREMENTS 2.1 The foundation shall meet all local requirements and the minimum specifications as stated in this section. 2.2 The minimum soil bearing required shall be 2,500 pounds per square foot (psf) for a variable footer, 1,500 psf for a beam slab, and 2,000 psf for a pit foundation. The buyer shall be responsible for determining whether or not the soil conditions are adequate. 2.3 The foundation shall extend the full length and width of the scale platform. 2.4 The foundation shall provide a minimum of 3 inches of clearance to the weighbridge along the length of the scale. 2.5 The foundation shall be constructed to provide positive drainage away from its center. 2.7 The foundation shall be poured and constructed of concrete with a minimum strength of 3,000 psi at a 28-day cure with 5 to 7% air entrainment. Page SP 142 of 147 2.8 The foundation shall be reinforced in all load -bearing areas. 2.9 The foundation shall be designed to include an approach on each end of the scale in accordance with local regulations and the guidelines of NIST HB-44. 3 WEIGHBRIDGE SPECIFICATIONS 3.1 The prefabricated scale modules shall be so designed to enable field pouring of the concrete without additional field forming. Field reinforcement shall be accomplished through the use of polypropylene fibers such as Fiber-Lok or equivalent. 3.2 The scale deck shall have rebar preinstalled at the factory to ensure proper placement. Field installation of rebar is prohibited. 3.3 The scale deck shall have integrated conduit inside the module for protection and easy cable routing. Cable routing outside of the weighbridge shall be prohibited to prevent damage. 3.4 The scale weighbridge shall be capable of weighing trucks that have dual - tandem axle weights (4 feet minimum between dual axles and at least 10 feet from next axle) of up to 80,000 pounds, and shall have a Concentrated Load Capacity (CLC) of 120,000 pounds. 3.5 Concrete scale deck 3.5.1 The scale deck shall be poured and constructed of concrete with a minimum strength of 4,000 psi at a 28-day cure with 5 to 7% air entrainment. 3.6 The concrete deck shall be a minimum of 10 inches thick and reinforced with rebar. 3.7 The concrete deck shall be supported by an integral steel structure of sufficient design and construction to meet the loading and life expectancy as specified in Section 1 of this specification. 3.8 The scale deck shall have safety steering guide beams integrated in the deck to help the driver maintain a straight path on and off the scale. 3.9 All welding shall be completed in accordance with the American Welding Society (AWS) D1.1 Structural Welding Code. 3.10 All welding shall be performed by welding operators who have been certified to the AWS D1.1 Structural Welding Code. 3.11 The scale modules must be able to be configured for a single scale application or independent scales by module within the scale. This allows for getting gross weights or individual axle group weights. 3.12 The weighbridge shall be designed to allow access to load cell cables, base plates, and all foundation anchor bolts from the top of the scale platform. 3.13 The weighbridge and load cell mounting assemblies shall be designed to allow installation or replacement of a load cell with only one additional inch of clearance or less required between the top of the foundation and the bottom of the weighbridge on pitless installations. 3.14 There shall be no bolted connections between the load cell and weighbridge assemblies. Page SP 143 of 147 3.15 The load cell assembly shall be designed so that when you are at the scale weighbridge with a lifting jack, the load cell can be replaced in less than 5 minutes. 3.16 There shall be no field welding or field fabrication required for the installation of the scale. 4 SURFACE PREPARATION AND FINISH 4.1 The weighbridge shall be shot blasted to a minimum SSPC-SP6 specification prior to painting. 4.2 All exterior surfaces of the scale shall have a two -component, high -build epoxy finish, flake filled for increased corrosion resistance and UV protection, providing total Dry Film Thickness of 8-10 mils (Sherwin Williams MACROPDXY 646 or equivalent). 4.3 The finish shall be force cured in order to reduce risk of contamination and ensure durability of the surface. 5 LOAD CELL SPECIFICATIONS 5.1 Load cell capacity (select one): 5.1.1 Each load cell shall have a minimum capacity of 50 metric tons (110,000 pounds) with 300% ultimate overload rating. 5.1.2 Each load cell shall have a minimum capacity of 30 metric tons (66,000 pounds) for calibration of 100,000 pounds by 10-pound increments with 300% ultimate overload rating. 5.2 All load cells shall be certified by NTEP and meet the specifications as set forth by NIST HB-44 for Class IIIL devices. The manufacturer shall provide a Certificate of Conformance to these standards upon request. 5.3 All load cells shall be certified to meet the specifications set forth by the International Organization of Legal Metrology (OIML) in document R60 for C3 load cells, which requires 60% tighter accuracy tolerances than NIST HB-44 for Class IIIL devices. The manufacturer shall provide a Certificate of Conformance to these standards upon request. 5.4 Load cells shall be digital with an integral microprocessor and analog -to -digital conversion function located within the load cell housing. 5.5 Load cells shall output only converted digital information without load correction for load position to the scale instrument. Analog output of signals from the load cell is not acceptable due to susceptibility of signal interference. 5.6 The load cell assembly shall be constructed so as to perform as a rocker pin and shall have no positive fixed mechanical connectors, such as bolts or links that are required in mounting the load cell to the weighbridge or foundation base plates. 5.7 The load cell shall not require check rods, flexures, or chain links for stabilization, as these items are sources of ongoing maintenance requirements. 5.8 The load cell shall not require a junction box to communicate between the load cell and scale instrument. No other devices shall be permitted between the load cell and the digital weight display. Junction boxes, summing boards, gathering Page SP 144 of 147 boards, gathering boxes, totalizers, external analog -to -digital converter boxes, and sectional controller boxes will not be accepted because of their significant and inherent maintenance issues. 5.9 The load cell shall be of stainless steel construction and hermetically sealed with a minimum NEMA 6P / IP68 (submersible) and IP69K rating. 5.10 The load cell shall contain integral Transient Voltage Surge Suppressors (TVSS) for all input and communication lines. Each TVSS shall contain self -resetting thermal breakers to protect the load cell components from voltage and current surges. 5.11 The load cell shall come equipped with a neoprene rubber boot to keep debris from contaminating the lower bearing surface. 5.12 The load cell shall have a positive -lock quick connector integral to its housing for connecting and disconnecting the load cell interface cable at the load cell. The connector shall be of glass -to -metal, pin -type construction to maintain a hermetic seal. 5.13 The system shall be so designed as to permit a load cell cable to be replaced without either splicing the load cell cable or replacing the load cell, either of which will contribute to eventual system failure and unnecessary service costs. The system shall be so designed as to permit replacing the load cell cable without requiring the scale to be recalibrated, further reducing service and maintenance costs. 5.14 The load cell shall have the following specifications: 5.14.1 Vmin: 5.0 pounds maximum 5.14.2 Hysteresis: ± 0.025% of full scale 5.14.3 Non -Linearity: ± 0.015% of full scale 5.14.4 Creep (30 minutes): ± 0.017% of applied load 5.14.5 Temperature range: -10°C + 40°C 5.15 The load cell interface cable shall be stainless steel sheathed for environmental and rodent protection. Neoprene covered load cell cable shall not be permitted. 5.15.1 Load cell cables which are hard wired directly to the load cell are not acceptable due to the failure rates associated with moisture wicking into the load cell from aged cables or damaged cables, and due to the unnecessary expense associated with replacing entire load cells when only a cable has been damaged. 5.16 The load cell shall have a minimum 10-year warranty against defects in materials and workmanship and failure resulting from lightning or surge voltages. The warranty shall cover all costs associated with replacement parts, travel, mileage, on -site labor, and recalibration after repair, the full cost of which shall be supported solely by the manufacturer and not in part by any other third party. 5.17 Load cells shall be METTLER TOLEDO POWERCELLO PDXO load cell or equivalent. 6 JUNCTION BOXES AND CABLES 6.1 Junction boxes shall not be permitted in the scale, attached to the exterior of the scale, or remotely mounted from the scale. Sectional controllers with encapsulated PCBs shall not be permitted due to the failure rates associated with Page SP 145 of 147 PCBs that have wired connections made within enclosures which are not hermetically sealed. 6.2 Load cell cables and scale instrument cables shall be stainless steel sheathed for environmental and rodent protection. 6.3 In order to minimize maintenance issues, only a single cable shall be used to transmit data or weight signals between the weighbridge and the digital weight display. 7 LIGHTNING PROTECTION SPECIFICATIONS 7.1 A comprehensive lightning protection system shall be provided with the scale. 7.2 The system shall not require complicated wiring or devices to provide this protection. 7.3 Major scale components including load cells and scale instrument (terminal) shall be included in the lightning protection system. 7.4 Grounding of all scale components including load cells, scale instrument, and accessories shall be to one common point. Systems with multiple ground points are not acceptable. 7.5 An AC line surge protector shall conveniently plug into a common electrical outlet and have a receptacle. 7.6 Each AC line surge protector required shall have one isolated, grounding, hospital -grade duplex receptacle, and an internal 15-amp circuit breaker. 7.7 Verification of the lightning protection system's performance shall be available in writing from a third -party verification laboratory upon request. Proposals submitted without confirming the availability of third -party verification that the load cells, cables, and instrument as a system have been able to withstand the equivalent of a lightning strike with 80,000 amperes will be rejected. 7.8 The lightning protection system shall be a METTLER TOLEDO StrikeShield❑ Lightning Protection System or equivalent. 8 WARRANTY REQUIREMENTS 8.1 The scale manufacturer shall warrant the scale assembly including weighbridge structure, scale instrument, and associated cables from failures due to a defect in manufacturing, workmanship, lightning, or surge voltages. 8.2 The warranty will warrant the product for a period of 10 years from date of installation or 122 months from date of shipment to the Buyer, whichever occurs first. Bidder shall promptly correct any such defect appearing within the warranty period. 8.3 The warranty shall support 100% coverage of repair parts, labor, travel time, and mileage from the closest service location, or at the manufacturer's sole discretion, replacement of the product under warranty. The full cost of warranty as specified herein shall be supported solely by the manufacturer and not in part by any other third party or service provider. Page SP 146 of 147 9 HARDWARE SPECIFICATIONS Hardware Specifications for DataBridge Recommended Attended PC Requirements System Requirements (updated June 2021) • Intel processor i5 or i7 - 8th Generation (minimum): 2.4 GHz or higher. • MicrosoftO Windows(V 10/11, version 1909 64-bit system (minimum) • Minimum 8 GB of RAM (minimum). • Minimum 20 GB free on Hard Disk Drive (minimum). • Video driver support for true 32-bit color; (minimum) 1366 x 768 screen resolution (minimum). • Operating user ID — Standard User Permission (required). • Installation — Administrator (required). • Keyboard (optional). • Mouse (optional). Recommended Unattended PC Requirements minimum Processor: 4thGeneration Intel®CoreT'I i5processor or higher (Dual Core, 3.30GHz 3MB) Clock Speed: 2.0 GHz or higher Memory: 8 GB RAM or higher Hard Drive: 500 GB or higher w/10 GB of empty hard drive space Network Card: 10/100/1GB Ethernet Card Recommended Dedicated SQL Server PC Requirements minimum We no longer support Windows 7 or SQL 2012 or lower We Require SQL Express or SQL Standard version 2014 or higher Processor: 4thGeneration Intel®Corelm i5processor or higher (Dual Core, 3.30GHz 3MB) Clock Speed: 2.0 GHz or higher Memory: 8 GB RAM or higher Hard Drive: 500 GB or higher w/10 GB of empty hard drive space Network Card: 10/100/1 GB Ethernet Card When it comes to the SQL Server that is up to the Customer IT group Page SP 147 of 147 n gg a NOV �r m 5 g� gi$65���6��6 of w a. 01 HssSAapRxHAAFA,45,1 z X � �a�,A �aaaadddJ,dddd11dddddd �%1:F3Ws"BWWE?4 is � rca w zyH O fix x P g�0 §9Qw .114.. .— EAARA8.. a.EHH e e B R�RR xRRRRRBS BBEe Bs ¢,tee~ W 3 m W lag G Ko LLo s i x 6t o - " 1,1 o � 6 ° y e n �4 1191111 1 18 � 1 1 8 sill ti N . assasS.. .E sea���sHa � 66G6GM GG� GGG \ ��_nn.ro�os__�_______A&p�Ya FgAq RAA �RRT AAR ARS:`Y73 �gu 1V M � Y en go S 4b a � w > c�0 z ly z CH �1 w Z� N W �MaNN s I k5 �i I w U O € a O Z pQ ma _ c O Z �. 0 < I— Z o a z m zd e O � �m�,•s* o �rJ� d a o S W: _ 4E E gill IL ¢ 00 Mal 01911h c ag z b a cn oil � } �§4s�H���;b�3®aa9d�a��aWeLia6���2�rmae,.aea�4� � � 3nN3nV 2EOM3dnS 9 e X d a a 1 $ I' �e i;� a s I. M. a 142 1 sa g 1 .6 n IN NIX, ~ ,.SIR - �: 7 $ Ra a� g g� gee �� � spa z �� a� d spa <<IRA $E LU s i Ira C� $c toepapm��z�e r g ma 51 _ 0- - -- m N F p N (b W w w o.r O- = 9<_ �N 10N mr >a Z"~ ON o.w 0 z O 02 if U U a 10 9 OE 5� 77 �__ Wwo�3 Gw C � k�m o5� ins fN a ` `� Win , — -- pig �N� W'"6 � 5oa3���w -FC<i Woes IR Fo= O O o o I 9 I � _ vas I I s •sx — I Q o r� J- II Z a II � Na w - sr _ LL Z3 - z n = I CO --———————— — — — — —— as 9 m ---- � z z w L a W J m Ux =a - D.ZO m I; it z�¢ Oo z0 wo o. of N Z3 O 0 Ou O :c O � a () Y Y N 3 3 3 N m s 5 6 g $ m Z W 2 W m N x YJ A o m m wzZ �¢ng. 2 �w 9 te s W Y 5 5 5 �O} Ill w4 W o+ g 0S 3� 4 � F vO tt �� r_ e 3 m= a tt c a3 > y y y y y a a z a G s p Ir py J 3 3 z a F a Q Q V V i� �s SG w / U) / wN �' % 8133H 33 _ � m 0 ME 0- p o n �r ✓Z O LL � , � I I,� ad Ep Tni I / 4 to �i 1 �P\/ _ n❑ ,", _dIT 12 Y0l $ F b 8 f n! j y.6 bed Jim . I` `s I I 1 3 � 1 0 a -- — — —— — It ,.,_x_ Q 1 � im'27 I jIj _ k LL 8 as _ s s J I � 1• .. ry� I LL -P xwe If It tt CD v EI ,.5 s` �O®Goo ®®®®®O®®9® - s N c 6 z Y o r c\a ARg ff I ao ~ A m i i d; m g CJ .. m >Wd iwo � x zoo d Z= a 'e p s a a o x : u c~i �' ^ z yw o 0 w z 0 o �5 68 § 6 61 . . is = 3zs= a ��3 a a o 3 If�a kl� esfs coi o W o� rx a� �a We a- U? w zIII Z 0 iT No o 8 a W a ? W " ❑ awZ Via— Ui 0� 5 o '" o 6 a p s o _ IY Doi 'Sm 3 as y ` u .9 YaC.9 K Zos : s F„V w� c9R _ . .e ¢ EE} RW E�H Q W p d' zQ LL� M: r'E£ Z� €a""€a""€£a a€ gaga a�az m ° °� _ U n U 56 7 rn m R mb M U O W g eg O�J a ¢E zaz Oo ^ 6G o O x LLu rc so E` GY a W O � ~ be U Ua o y o - rc C� - - is all 0 I I -- ;% l o- f s� �� I I I Pl,s I I o m (y FF ��a;z� j v i Ii I it j - RAN' 'LIMAS' 10 -g g0s 1 n N Clio u I /z 11 U jyW��ok �3?35�� mad I rl U _Shm m= o I ---- cc"e ��fe(w I, ' 4 �I\ I i i' % rr I / /i I•+- _-� �W s �r �x-f/ S'-�__ � fn� _ I I e/ II b a 4A, \ �` _ \ I ' J _ d - G - „ -9ny r �, YY m - 3 1 iF r I I.' it I r � I _ •.. 1 I € J w E � Gidw N""d1111Nil ~$u'uara--"3`3 I f „ . E \:e m j ull HI 'RN d — I I m:=3`is=saa8`�d�.k5�'3 w Now6t� m "'G �m Hw • u - -••/ 8,'mpl LL o$„SSow��ss>"oil d:eYaaoaa9P�w _ $w���°�� awww�wm�3T ° ° uo8odd�d1,LL1 ° a 4 : 1 °mom =GwI z 0000I I m oz' 5 ll �� 1I_ V €a RS i B�=a 84a log oPuy' UN-=a� 11� �� u w �<o ="sE Z c"i3 211. SH all is 10 � sod F°a „ ,cs'aal ma r VJ I aLL1; 'ZIH¢m"3AHiE0Rf3dnSaM.zl- =s #a � o �a umM,LI G.0 Fw W O O Oe Or Q .. I s m G S z 3 Di N i N o a xa z z W } > m d °o Fw— O $ a z gamZ. = -0 8 oLL F a S2 o~o O U 6? H�d� 0 00 00 00000o a ~ I n w — wza. a ° a ° O- -- L ............................. _ I a . ❑ w ° ° I I I 4B a� Im Q Z a_ Ir O O sL 0 z w a O O n. w I - N m W O W ¢Z¢ CO O tJ/_1 F F W � U 0 Z 2 a goo: a z a Y$ -E N m o 3 �� O 9 a�4 'OE. Ut' uJ u9 i of'J yU' ui 0 0 U a _ooi� g 00 c�i v�i m LL ti�u� 0 00 00000 0 46 a® z L J W LL z a_ m O O LL O W a I 6 \ ) o\ E u * § )§ )§ § � § i (�§ , m LLJ / k \P, §| \ ;:§« § k§ 6 !®; §[K ; 2§)! § !§! !|! *0 } ) ) §(| E§ § ( :§» 2w; 6EEEseee E !} & » ■ ') \ \ � } § _ i / ci I—rr� \g\ §m]� HE — �! 4 3 � w ° a o�w �a O m a > g w o mw g �a a. x LLJp is �3� 5w W O¢¢ O Z y� ga ¢ win E4i� $DNS 3pw2 y Z Ka } �i i L w 4 aN �z� Z g °y a ° w� z Wi LL�s opF O zi O Oj U U H�u�o &0 ooa o00 0 0 9 �o z� s J 2 W LL Z g n- o Q w� 0 O SLOB I IL E z T 9� H� 3o Sc I I I i� SLOPE SLOPE 12PER FfFf. LLJJ 12 PER Ff. pw N� I I I I SLOPE SLOPE 12P m ('-IIIIII 12 PER R. I I $ � I y� I I 1 I I Q a� Oil § §) | ) \)§ ch & ) e « lilz /§ N ! G §y 2 ;§ \ ( \ ■ ) ) :�� 2 » E ; 6 ) 2Z.1 `w o§ 3 ; :!§ § » N� � B z� /&\se @e E TM TN z § / I><- \ \ \ 0 m \ � z\ \\� % �-- -- —— § � < A A � § $ (/a A )%# ill �. ) § ;I Ii y § §§§ > \ \ ; ,§§ m z z \ r y� m §r§ ( o i!) ■ f -'. K 6 ( } / ` .E, !`m § . _ § ! §B= /j§ 2 e u! (]§ § »� o! ) a 4 ;�I : r § ■ ;m! § § &, §� �\ i!| k § \) z� §t ).o~ I ° o �) ��^ B !i2 § :,: § �w eeeEE Ee E m �| § § '§ / LU w \ \ z | . . | \ �-- -- -- § �--- # � a� ] § ,2# A Bm§ A � - !) /\ t §/ !]: ` §2;| e R E ! ! § |�§\ E§ § § _ / (/k) § ) \ ( /\§§ z \\ ) § k (§ 5 | §§r B� ):§70 ( )� k| 3 §�� ;.m �§ ; ;, B§zE4 ! ) k j 4 k |§( . (§ () § �§ ® §§§)§ § j § 3 §; o\ [:! «B§ 7! ° ° K Be•�, |) | ;u ,EGN1 § !� - /§ - ;| § /�§ )) ° §(§ -K K§) (}§(| }� /Bees EE E m TV, \ ' § § \ j S G \ § / .r | § q , !/ _ |� )\ § q \�\\ w m # � � i § (/t amJ q Gm§ W! _ q 8� .| .Ci Z. I\ |\ #) F i s= = xail cn jN(5-1 z E Vie= F 3 m F Z O w 8 a fi O F S a : a W fn j w A H a �o� J m i 'o O ¢ i a �u $z� z O K �w mrc W o ff¢ W �pz � aw as Z W 0- Zn� i�wg S�z�� z �� -_ ..a g �j uz0 m 0 o 6 W 3 Z3 N oam N� oUao 39 w -„a Ra 0: 0. oW o00 U OE m H'd cOio3 .TO uo -o r4 W _ o00 El El a0 0 0 N a Z Z� a < = >O W >O W W W _ F- U) W O Z "a ❑ s o` e � a n Hz- ell a ❑ 30 Fil 0 0 - o qd Wd 0 0 0 3 0 Sd :�0 4i W f w co o �� o 3 5 o o� SW W a= ¢ S x V¢¢ i ILL,, O o z z $ '�LL Y y g' a o o m_ 0 0 0 0 0 0 0 0 0 0 0 0 0 N d z 0 U z 0 U U) U) 3 - S ••III•-111-1 I I=1I 1=1 1= � I I-1 �• I I � fjLTi— III=111= a� nI11011 -I— _ I �� �a L_Il �• IT=n 1- 11:1=� IIIIIIT � 0 a o 16 = I1 III =lit I1=111=1 III=1 I �I IIEIII- III=11 r 11=1 L III I I1=11 GI Ill-n I - III-111=1 1-III= o, o g " -. 11=11I IIIIIIIIITI� N _ I .III —III III —III= �lt a4�� III IIII� II-III=1 111 HI I III=11�1 II�III- 111=111=1 111-111- Ea g ie g; p ,. ;� ag � i8 au III—IIC III=III=1 III —III- e§ ei@;i — — — — o 11-111=1 — — =11I=11 r III —III I1=1I1=1 III-111- •' III 111-� F � 5 =g ;r d �q 'al; . I 11=11_ III —IT= 111MI-E 11=111=III= I FA I EI `. I I=III=� 111-1I- III —I I I k I =1 I 6161. „11I_II 11=1 —I I IE 11= I1=111=1 „ II 11III 11�1 11=� I=III= 0zao rc 4o Wo m� ou 18sRo eu � r 3 "� m W K N � i 30. MI z W 8W9y— �¢� �� u 3` $ S� K > Z CO�a Z rc ay w xo ��� - �S w 0 0 U h w� Za E i u °� o O Du �a 6v�i obi} ti'a�o 03 u [col U U 000 00 00 00 N a� Z g Z � og cn W W ILL L=L �— O O 17TIII=III—III—II W w L _ . J I1=III=III=III= I111-1II111--II =1 I I= rn U) - o • 11=III=III—II •: III—III=111= II=1I1=1I1=1I � _ I _ ❑ — MI I1=1I 1=111= 11=I 1 M 11=11 ` III —III —III= rng �— 4011 s 1 I I I-1 I El 11= 11=III=III=11 _i —i �_� III I I I=1 11= .. 11=II1=III—I I I I I-11 I=I I I= II-1II—III—II L _ J 11=III=111-11 11-1 I Ed 11=1 I I— 1 M I I i11�1I11 I I1=1I1=1II=1I a m E III1=1 1=III= 11=III=III—II =1 11=1 I l I III=II1IElI 01 • : III —III —III— I —III —III —I 11=III=111III I I II z m E :. III —III —III— I —I 1=1—I 11 �_�_�_ 4 I I=1 I I —I 1 H 1 9 III=III=III= \ III III III a°• wit- I=I I I=I I I— 11=III—I I —II III-11=1_III� s� �1e III —I II I I——III—III—I 11=1110I—II III —I I r=I I I— 111�III—III= —III—III=1 —I I I-111—I I I— ;° 3g a; 3 III—III=111= 11=11rr I ii s III=I III— 11=1I1=1I1=1I III=III=111— " W. 1 I 1=11 F—I I I— 11=111=111=1_I =1I1=1II 11 11=1 1=1 1= iss III—III-1 I I— I1 I III I II II —III—III—I 11=1 I I� 11=1 11= I I� I=1 IJ ❑ 11=III=III=11 III —III —III— ;: IIIIIIIIII�IIIII II III III II �� III—III=III= —III-11 - _ Nil11WI111 q o w m e - :. Ii=11i=1Ii= III—III-11 TI IIIII1111I11�II� IL=1IL=IIL=11L= 0 4� bo Qi N dD d f w° -§ 8 8 5gm G°v. w A w w IL �3 d O U \ Q E $s Q o O O o ❑� 9 a 0 , 0 0j U u g 5` Q LL 8= I- LD I —I 1-11 I T � � Ys °g g m&w 1uI Q Ir LU III=III= 00 0 L _ '! 8 $ a Gm a LL o= j� I —III —I o �= m m III—� �— s W > 33 = $ III III co gHE�2 1121 II-1 11 6 S�- F$i =5 DE E ES Z d§ Hi � �3 Nut b° m � Z S ❑ W 6 a`eyma' W gg 3 O d _ W O m O u a = 3 `z C7 Z <a oaF $ J W 3t2. O a W $asses oaa' Yq a`s YLL Z y W ° o Z a am yx`a O ga 3� �� °—° m ❑ W 3sms� ga U () W� Z i6 g ztz ~� 0 og v�r aossvwiw� ❑ J 3 � aw eimsu� Q W W C9 �rvro na Z LU Q � Qpi OIL CD Z c a so � ft m nl Sa tn' ,- �LpT Rag am �= gQ¢ oaz - a w�a W a � Q N b w F- Y O 'a a g z e 'g m` r§5 93g 0 W F- 2..�,a Z W O a _Nx� w } J o.g 3 �d33 g�a J W a ZLLI /x x 1' 7771, I _ vi \ _ is 3. a = $ N r ml n I I z0 n U li to I w [Y 4 N O � W O Z a ¢ 3 ro�U❑ Iq I I �8 1I I\ o • " II a� m ~ C w w O.Z w :5 = 9z(L �z o.w o _ < u) � ¢a ZO wZ ao �uO V wrc zo O o m O� o �a U V �a LU O zFo9 gG _ m W co > g we zae a o w ��" HI --pig w O � a.> w U!, N ip a3� ?m a U e Z F- m 4 Ys E Y.i� W %' c n O UJ m K Q �s og a e Y } w o a ELI w e€e z a� � 3 d 3 O a y O H S N W gin NO $_3 S=—— a b a g z o �iY 2aSo a 5 0 U W p o U w� o� k Y g g b g �a LU g � k ZCO CL 3 0 w / ❑se ~ W 1. � �a . g y.90 s � . ry 3 w -� a Q t� ry� 7 a o' L . ° ' < 's 5j JI w a e Z e a 9 S 3 Q Z W 4€� x = w i O M.. v 8 b� w ~. U) _ z . ¢ t ; co a Je F.:s _ =) w LL 5 a6� � F t SX4 - - x F z a j LI C �¢ r m i 0 0 o a �a �d a 7 � Y Yg omdp S 'a K r ��LU Y $! Z £w 5= S � INN i �� q�Y 7=�F- Y W S d 3 3 g9Ag� m 7 Z (n 2 =o s u' ia3 �g.x ' W W cn �� a � �a gg "�` 0 LLI Y '6 04� e�yN� 3 W U LL W Pw» rv3 W o= a - =_s �=a sw op nay j�� UL LLI CL as ay+ 6y cgsl s am s �g Ew �5. `g sea €d�.3g�' gym = (D (D LLo3w� WCD @"d ao z z r- da LL2G; Go oo�> Z) QM.- LUZLu Nzz sw. LL- H_ gum R-_ N �u LL ¢¢ W W} N W Z Z N O Q ^� _Z. Z LL U O W Q W p W U QLLuuJ% z Z K T W J p LL' 2 LL U N W cr Q W 2 O W W 0 W W O U a -Ow" Q Q Q� N W m K W o m m¢¢ = O N= ¢ K F- W N o Z QQ�Q a Z LLa. z N QU' jj W Q Z~[Li K P? Q = W W F" Z Z LL' W Q<= N ~ N F O Z a N y Q Y a U z cn E Z O Z Q LL o f w O Y o � m � Co€ � c w � a ^ C p Q V ) L LL_ U) c' "� � �n Lu o � L—L. (D LL Z u 0 E: m Lu Q 'UZ z CnU Q ci) U LLI o Zp = 53 W x9 c oa U L_L 1 = r Z 0 m w z > 0 LLJ V 9W° o Z.o.- - Z �S .Zm z,Ko...... «�� -zo�suz�om U LLwu�• 'ae,.zg Z °000z"w$o: m so�so<y=off awz<�d� og o� H m C W b >O j W 0. z Ui o prc_ m� 0 >aF rca z W a y UNLL m W 3 Z LL a 01, 0 � �a w�°Q MB h s e a ggI" d �& Ma i� i1 H � pe 1-1 IN ggCO I LU w d "� g41 a e_ W CO J 00 WLL LU = k k k k k k k k k k k C k k O F a G N � e + as 6 m L J 't d LL &i 6a J LJ \ � f v z g a w L U) 0 W CD J z W w Q J J LL W I — CD z O Ili a w aws� p� � �2y5 3�daw�Eo a� Z= F' € 3m s In .ajm�gJ � Lu a., W .§��� ❑ 2 n O �'.or5 na<�� y LLJ C7 3 S iz } 3amw'� 5tMgjR.' LLJ r -j Q LLJ WLLJ J W ❑ Q 2 U � J J LL - G Q !- a I I I I I I rl YI YI YI WI �I 'I �I �I zl zl zl GL- �I_ GL GI �I ql I I I I I I LSS=- .1 (LBS) XYd IIP9I [BBLB Y.a 'N]VBB IIGYBN tOBL-Sfib (L9S)i31 n «•�l, �n� �Ipl I NOI1Y15 ONI"13NJ'JA"J OBLp6 V] 'HJV3p Nd5 / 3 G /� �� - OL ]iB15 b 1 IpY39 1617dit3N M A113 AVMNNtld II�tIVti O10 OZfiS BLsrtb�, cwld d3!!-n� i gg gg :-t L tla Bg � e 55 ¢pk UE,38t .. 8= qan? z 4- 0 0 WU �¢z i w € qgW � �kW bps W O � j g 's6 Pi m^ �s: yuWz a 3 W"� 4E Lu !2 o� ``o G"€=n�' aQba w g i �$alg Y gI�'g3•I a � 2nai uY3s Sd�go�e Bb� S"SNb = 7 •d lZ �` 15� som =c cda gc ggo apaa s Y 0' ON€�a. �aysag =�a =aa Hoy spa I, dose as d ■ z J � 8Y5�Q =a� Q _<a � iL Z --Fill W LLI Of I a L N 0O k m Lu i Z w 0Wa ¢ z 2 �zK EL oom� �dw �a z a w zy5 �rv� QvO wrc K g LL3 O Z O u W OJ U a b 3 E b � 3uo Y o Z a� 3� zLU • 09 i ° • iJ €cpp �� a be w W F Fpe Q - W e LL '^SI'�3tl C f �s 8Yg $off �� U p£'S G N Q 0 7 ru m z o a W p Z Z C/) a w a 2in aaa � 2� so3N in g � y�6 W G Z _,� � =£ ae=a' ��=y� aLLI J s� lase 6 z'� etl Y€0�3 GA: <m3� W g W ja Q rc F rc Z y =§we aa: � � asp 3s acPia, � � R Z LU W a„ " a� ss" aks a" saw�ga=Sga _ " _ _S Up z 3 C7 sa= 5 So iSs Se LL s" sW"- s= 5 =aa <<� =q _aaa�gye" O O a o, ER a H. o saR a f z ova §Hw§i H", o g U U Z W Di o� k Y g -- ----- --- —�T re—ri---�----- z �l 1 � 1 ag � Q gi � 1 s I a a' Z LLI CD / Q' g �r LU In w --- -- O 1 ¢ O = 1 u' AYE k 1 0 1 z O 1 1 _ Ia i k I 3N� k 8 — —� ------ --- --- -- -- —------------_ fff000 --� - - -- - -- - - ^y$ Ow 3yG Sc b 0 �g J LLI Z O Fw �o, Q s a m m IL Z n c a w a IL1o� = a z` sLa w a a o5 a � aSq U i 0 m ot} M Q W6s s F€fig �tld :la R11 W J O oZ 2 < KW f Q uj aN, =oa HA ��t6 x 65 a � CD z y W Z p o W as a a's a ag' ib a m �' S K a:J }p} bo SS 3., a Fd�3 a p U- Fn � Q U _ c„ = i L) a O Z O o U Y pQ� g a 7 y sFa„a o'�a � � �� 0 U w Z O U w z a cr 0 a o=z. SHM-.04 N W OUP C ... 7 s 4 `�? w '? � a " § aaa a =ok Z LU x 2 aye y §sg a= Cw7 a� J 0W3Fgeg cz��a w =� w of Wpaa— w g.sa � z€. =J m a ° o wa Z x Y3S Ygg ZsSg Yo $ 3 i 3 �fn F w xgos a„ ��� a�' ��_ 0 ~ z 3 C7 $d o59 as aka H HE o a � a U V W� �W Y Y 6a b'" 8 mS o as te r is- � 'so - 8j a ' V 5$� _m s o as 21U go a �o spa �. a = ��' a ag W O 3i JG�v O a€� c s IV:Ir la a _ ?gy r � Z � Yry w o� Y z g d � z5 4 yN it! O t o P d d �2 636 5 was d a sa: £fig F .« o g8 �aS i S�8 v'- Q i N w 0 (i N O b W 's€G` v m a s O _ m w cn Z G J w Q F -1 a W w > K ;Ri z _ Uiii J e a W p m a dsa r a J ZNJ a Z� o N m ay 3 x W �! e ¢ K Z wo Z a a 3 O o U U tl 3� o�le to CO a a Q k W IC' C ME LL K 0 ex b M� W Z i a, a„ 315o dj O I�5 z a a t4 r r w >2 O � � m� m LL m w 0 a h rmn � y � o � � w � w U LL w 7 � � w 0 0 0 0 LL. 0 3 s" e Z Es n m N m w € e i ? c� p$ a?o amp Q " m w w a $ m ZWa w g Iz =a aO m 3 o LL m a 48 Y qog; F FwE a w w x m z wQ O O o w $i4e� k O 300 0 os S H i6 aC a NU J Y Zrwae a �� a 3 �,� �LL 7° w m� rc w Ws g "has s 0 O was ?�� �> _§ �2 ,ry Z 3 a% a. w W� 2� �II Y 5 4 E O e W " gY k �o (� F . o-,az F s b a w m g w wsL� El g �g No3 a 3�� Jd gg Z IIg a a N — Q W z�\ss w CD W _ WW ° Z..X ss9 i E 0 a ¢ 3 o 0 3 ¢ 0 ¢ oa of a¢ 0 m a E a � a in� a s EF ¢ H R a¢ � r a d d � o 0 o a d a d d � o 0 0 0 o a o z S 5 Q Q z o d a d z o z z - z z z z -- � z - z z E� z z � f z 2 E o 0 --- � s n � z z n n z n n z z n n z z oz 0 m � o N m z y� a� z � o z z 0 0 z z 0 0 z z 0 o rc rc¢ w m 0 o 2 S w¢ d U a a a a a a o 000 U U U 0� U m a o U U 0 0�� U U m o o�� a U Z K N d N U U U 1/1 I/1 U U U1 Y Y w D a Y o w a O a w i � j Q ¢ t o U S W O a r K [c [c m m O 0 U fUil a w o w o 0 pa OZ a o a� �w' �? a_ a? W. a?� z o a S. � o G - a u k>> - � 0 4 rc ow t> a K o 4> 0 0 0 0� o w n a n i$ s saw m o k Ne Fw 119� z w 6 CL W a s g� ;- W geeo� k ac p 9 ,3 W Z F _ ag° � � 5a z �@fi n 7 O �v R. 0s s ❑ ¢ ug w m dF@o= ga a W €fib �y ib8 -� �� d "s n J T w W ky.r� a� a 0 a "sixil s '� ��� W s F N w Z eq � m , �, >< s e : g S -- q gym° w Z 3 go R 00 0 00 (Fie 0 0 0 g; ®I 0 a W� �+C � ° ee 8 - _ >i 3 r p z O G 11C>y a O zP UU OF - t= w d � `\ aoN Jam W s. W 5 7 I. G6o _ r Q Waoi c°2 °W € a LLI 0 W ms sY 8 7 W _ $$a g= A3 b� 8 Z HE LU W Wb d r z d @ �? 6YC. 3� 3 `�•� a�H� `gb O B ., (7 S9 aaa M _C:yl I$ k ' Q s a W } 6 0 a oo G Y J o$ 1 0 8 z zp mp l Z a Z s Z 0 J w 0 h N � can � n m z L6 ao Z �. WWa ' U-. Saow og� m� O za(9 C) O:3J a 41 J 2 Y O . W rj, V a > Off. 0 0 �a O () s 8 I �a a'- i zn� a Ea # 5 tl m to m W Pd g m J til u. s Z W W�a w m = ma - hI,!,n s§ Z W o m c€ a W J i w w W pis gal cxm . a s O o m¢ 3 ggy mU z0 y 6 z�� d Q 02 V H. ���W gg a F >> 3Y AS O W F a U W U k� b �c tm 1t o op u pen rc> r u m o z � k o�a H W z -o - m z f=p OZ2 w a a of w N m 09 �i N � z U. �3) 1u 84 <i F_ r � 4T ?o o? oil, l, w m w z yp Z u O � U w z w IL O � Z U J �! Z O W ab W Z M a L Cn i o .fig 4 �a� 5 Z W : O O m wmg 3m A3 Y J ¢ a vi o w W �6�s ��� a y av 4 i as ge >SiyK'. d a Q o x gg H6a O w a w U W U m cs o� d #q N� Y i b k i AW NIW sod i! '`s 845 wNg J '^ p �€C a9� zl o Y III, r a z = _I U o W af Z a $ IN ya Rd Z jig mtU d w Y o S OZ Z p �No w �� p� m W i�; Z gN ERA j � J o 0 o. 2 any �a 40 s a gal g 0 8 p� 3 Y zFLZ 0'.Z �<+ � c�¢ CgS y9 o�Q3 e O O N o W o 11, a 7,. � U W� Z.Z U3 cai pp3 w OF w o b LL @ .�1.1ma HIM 0 33 O 0 anso C7 f Z U W J z Oz x o a FUm IIIEE i7 C. III W J W — W cn O � co xm a g si w ?N o _ F w o p oLL p� N K Z - { wN u� orp p z o - po - UEH! Z Rb of g, who w u)8 U ~Z ~ zp zo 7m u — WK `rt 61 J F CD Pin J 12S< loll F u) o z 0 yy 1 W TS E o z p g 333gZ p No i o p U s W Y Z o w co Z �aN 2 w o $ia E F 3 z m W O Z U z p O w U UK N > OXpgpgy 0 z u p U Q O E7 (7 Mill s ow o` U f Z 2 2 �o 'a t7 u Y Q � o J r of'Z�L { F z Q 6e E o Z o � r I��III 91■@R 101001100�000910101910190�9701 ;_�> �D0000000 �91111899991911111191@@I0B91111 /' 9010011�C0100091010091019�09101 ®0190019699911991I I I I I I I I ----------------- I 1 I I Z ao F U W tl_JJ �J5 W W fn o g z 0 l a � Z g d �¢U } Y C7 ? p�La11Z wE � >- uj V% mo d 0 o O �nLi' LL 3 � a � o21 0 = a U z Z U W� �s /A ' Ha K� § N, a 1 / I I / I GUa - rWjN I I I - I _ o 0 // CD 's gojn Ad 2 �wb E k / 7 a � § $ 6om own / .. % 6 �§ \ | �) \ ) | § LU a n m Z W e Z 4:G BoNCg j W ga WAS ��_W OZW 'uY 3 d W j U = 2 sa _ a 3me a s U W 2UP �� O J m r a H9 "s�'a N zaU as 0� Z��3 a7, 3 3 O m~ w W + s ~ N W Z wsga eon, i o 3 s �Sa a 's 'y >} J l O U F �a t a o Q 3 w J W� W m go A�a� U ;3 o �a3 U e sng3$ es oi13's 3 ` , S �S EJ ®E w � W o 0 3'0 ds fW®wwws 3 5�� �g �s3ss� t 0 absa��d N 0 `3z ELLz�LLN�LLN�LL�ELLN o o � o � � o � � o � o9 3=Q3 z3cz��z3=a - - w os os ss f � Sizi s t o � �W a f ;so8� o S o r o � - € - € �€za5 € of V F 5 � oa s Is g 3 u � o !n W W �i� 5 n M W 3 g " a � m �— � C i R'ee 7 S m Z 2 W G aq^8 w C.)5 Z "'M M U'�" w a m w W g ag n 'aa o Z Z _ ��� ism`" La O O Q O W H LL 8 3 P 5s�m �3 = _: o } w Z 0 w W ��We "a a am @w mt = g m w 3 goo; _ a to pu 33 �Y a+7 y Q a W2 �q =see cello Ef oQ N b W J w 0 W o U N o' o� 3� .a f, Fps �_ Q� F 11 e c� v �^ p E 3g�Sa3 1 J � W � I z _ N Fmu8�� a G oc©©oo©©©ao©© m©000000il m000000ccoc00000000000��� ©©0000©eeoo©aeoo®00000000 ©o©©coe©©aoe©©©o®®©eoeeea m00000000©0000©©© ;. m0000000000000000 0 - 0 - - 0 0 -��� , , z L rn MMI� i NHumIH i �Ml E w.Mhl., W u - > 0 hl As. I --------------- 0 Z ___g-_____________________________________________________ Wm__________ '� - D3 Hm t-E 0 a. H HIM Zci 0 (1) 35a23;3 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - N In. Mal I minh-Mi 56- t I ru fls t oz M MR R, P2m lgi , ou M2, HM -z iz HH Wffi I 1 .0 I a 0 gtj LLI ta -H. w 9 0 2H s MIXz Ht H nl� ME! S H iji HM -o U) -9 sl S t OZ po l! n 6w 't 10 SIE2 Y. w F R, 31� �rai S.-w—1 w R u os 5Al iSgeu Mp 0 0 0 z k g A H-g fl'. 5 qj� . -w z < , ME . NN n�2 z g .2wy 2 EEw' z H g g--m Ang v 0 2i !2 3: IS 8 i xg Hl gal I-zE jHHg�w 2��,-5P . nzaft 20 T 18-M 2 09 g R. H-Hp 9-T 9 H. 00 �2- z -2H 'R Ha 1. 9 NN H2 all 6, Sg' P lwi - I �- U -a = I -, �,�d H-Na n t, i 4 = 29 - t Im - 0, - i 5 88H q s 'S R .. fi..' - n. 5 -- , w 1� . 'i I zaFsw w zf pp " -- z. g1l 0 U-i a �z- ru N W e�mo. 6 z a 0. -z 1. � ng n - . g. H 0 m s mi oil Ry lug R a a g� o owl Qui � L z _ = a r 3 a 3 ¢ n w s s a 01 Nil cj $111 sitaz as u w I- ' >' 0LLz ? w i rT$w w N psi w Z a ; s"°g< rs i�Y¢yi a cOi 3 48_ `5 `= k €�„ a w z 8° s3 # °�_ =am. ilg°s Lai 3 o auu _ < a to W 3 > g S `U Q �4 gig. y.w 101 2 12lot! lip! lam J.w 116§ 10. _, 015 Ham o W. u� ° LLaS ���oCWE 01 H�UN 2HUM �° � a ws8w 6 1 1 Nil s=«1 10 11 ° ww U -1 MHz ° �s s ° _illa a2 En sm aW°_ o: al °�w 2 W s� w< it 8 1 £ gag 1 Hs 1 e i lit " s=` y1_N Ms o< w HH 1"i Qe=- Huw¢15�J RYE :a F3His qwaj lot a o� 388 q8s w 3" €�aY W�ary Z °d _- �Bysbe o w ° >88; & =3 G3aw5 �" O g;€_.� =3 �w'Vgaow �s -ME INSi His §sj ssm< « aea aasza scats aj� ass Hi a A0 '$vi R w� " °n s_ 4 ° WN E m gV 8 s'Ys AiF°w wi _ 53€ � " w al : aay9g�;s�F €w o F � o i 3 3 �s H: o= a=� e � LLg � 1��j€ uw - V2 a z3< �yg" °g g Novo € mog�s € 30 3mc ` s H s Hui10, NMI— a8ago 02 5 " °5€s 52 �Gd - - - 8 a 08 g 8 a� p �esr 3aVMS sela `8 24 i?go ¢ �lIN U Z W N & �— �i 8_ yYW� o p� a �a �� °s � � gSLL xa ��p o$ �o � O a �Wg w ��� m = ¢g s$ '� ' w�w LLy� oiR o 15 h W Z $�$� u � 8 � os ou ?a ", go � �;a �a£� zm `oi � g �am's_'"a p otf °" "$Wa HIM f4 S z =_ OF�¢ ZQF 0 8uago 15 O mas -in `a H U � � 01 z 9A 9 wm jR—H `Gn< 3 �y$8LL u Z a =Na $$ �i_ `m°yab° < of .a as 1^ g1 �$ im" wm �o � - °� w= 4; =a mg= �- moo g. �W w o =YS $ ¢;zg a°�s gF „S�= 9 b so w Sa w$wa G.. =H� &� ygw c z ga_ �=' m wax �s �3Fm N w§w y w Q. aw��a_ a gr �yo oaw �w= o aw `°- _ o x$m mwo °5w �� 0=3 ��a �o$ go §egg° U) vI kk o Q g� Z 3a g� all yg�F w cW .^• ERRS; �m aw w Uhl w w ¢ Y W� U °g non ¢�$ 1 w w n w N Ulu lu 1a a all Run 'o 1w�a W W -_-wzo° o� u x a a Z 0 ° UU J saI w [� �;1 m 6�,' Sf �s ;lkss s 0 0^ S 6i w cnw "0 SO _e a3 :� ag gy6 oil s �� n�J e� :� s- oko ff� gk x _ sus_ a aka w� a' aoo N O 8 ee€€ N U) 4 PR U w Z to Zg > 06 q8 W Q i J ul � Rn m a F w z Z o0. ° Pte O O x F;' e F F- o y¢ z i° Oa w O yf a IpP O i jpppp�f� U � a i :f€� o a° Z J J '°m SWm w2 a i r JQ ui �c € ° S W - 3LL w u Y s D € O wF m w� 2 arkr.. w ¢°w, u z° � 3 ` W J # 00 E Q F— if fl 8 5R R O { ec {pp ES { j S% $6 qXE iE F Fi �E X RS U w F Iag gig L !r Zt if gyb r u 4 o � � u G m 3 h 3 8 F �C ap gi 0 -z if N ma F N ° 4 � g qFq kk<dqq N N �� w � � 3 M.- � sad gAam�:� $s°: ax y Z ^m ° W ° alb j _ i$ 2 2 ~ 6 g� �� 3 �>a U g�? y $ ° o x ° 0 o � a zh3 z ° g � m za a a'¢ a ° � ol x o � w ?� " w i w �^FSa��=° 9 ate 3or`d ���� $ .a'- � ° s� a �w ~y � z °`� ?o a� 4 w €�'g�www8 x ° x z a � a �m � a; �0 3€ .�g x ado a G N � 5cw�� LL� S a x a i --I z \ 3 a ~ p N z W w 0 J �—� fl l l 9Ff I I n----- 0 = I�I' t a . 4 az a II I I II I I II I I II I I II I I II I I II I I II I a z �° 3x LJ LJ ii LJii L J L J ii II �oW Wo L-1 II z OQ II iu II II II II II II II — O H m n' --- I �ayGy K4 k o N you / 40 ¢ o w o °---------------- w a„Sc a II 0z ff � ----------------9 r O II-`--------_{_ ----------- W I ---------------------------------------- LU w @ $ a 3m n 0 Q — z I III �� U I I i I 1 I � I I I I I I g I I _ I - I I ^ - II III LU I I F m III 0 zm3 III z _ a3 W t A N w— O w w W 5 WC W tl $ � pay y�s �=sa t7 w IL F rn bobsy w L Z °wn O a oag 0 0 x x—/ O i.�� °y , r IoQo w Z 3 a. U O U' — — — — — — — — — Qa -Ns O g' a $a 'F i y 1: al I 7 ----� a II I I LJ LJ LJ L 1 I �� � I QI I I ui_= F _� lg o w se. Ste¢ b ap — — `,.3 a OLL$w LL _ x e O �I 1 s I ❑ I�'s1 LU / J 40 �i I LE A 40 ---------------�,--}--- 0 N 0� J N m�o�Ca U Fps w W > Z 4 W W I O °2o,n F a O J'3 a ffm; 2 F p aZ g mf H= s= a O a W > ��oQ_ - p 0 W r=Q U' a rc W =_ K aa: J a J �� F K Z V W a U Oa Z ' 28_ p aw a' n MF . wokHUR Zo 2w e` gaos gsd� > H LL _ s N �s - wS a Z a w 's. > W oaaw W 1pl, J W a ri i l�i eF _9 Q Y m"s_a oo ' Z�Y LU �S 3 5 ^^ 7 w w w w w � 0¢_ Z 0 s % �m f O w E;m Z $= a 'o LL -! aag LLg m� a a s i t I II o3giLt� a z p O Wp i I I O iZ$ p UJ 1 I I § w (7 3 x ii i t I II II O a.o'i_ I J KKK Z LL It g a I I I II w !I ------------------- ----------------- W� g_ � I I e ow �i stead Z s =o Hwy Hd ME Z _ J a y s 3i ifga LL Yes F O IL co O a O Q £ 4 0 m; wa WU w s n w w w W 50 w 5- t J pa` LU �° off` W3Y N a WH J o= o o az Z<3 Qso g a 00 O g o 8< 8§ a w a w ;ALL W W F aZa a 96 W 3 3 S W e- a s H LL J Z 3 sa 5�i a3 _ -j -- U ❑ CL gw 2'6 H®R DES �a a3o a mo"4'uj N O O IX v u' 'u U _________ H I ❑ I c z a u a a ' z O I LL I Z I Z j ❑ o I Q U. I 0 ____ L ________, z ___ ___ ____4_________ I I a I I -a• I N I z I ❑ a - ------ I I J J I 7 I I I I I I ❑ I LL I J W : . I I I I I I D I I I LL I I I I I I 1 ❑� nz� i I I 1 I IN I ❑ I I I I I — + _________ F — I I I y I E ®a I I is l �a4 sT� I I op S9� I I I I I I f M I I I I w - Z I I O W I I Z I s I a 40 o LL�II a you < 3 ____ -_7 =___ W N W Q Q.' H — — z Q J N J W 7 LL 17 W s r Z to o U L O F. m M 0 a w z = Z. IL > Oi g w F s o f 3a O g az�a Z g LU J a Z wwWE O Z Q o y w w w 34 Z gsW F- O N 3x W S Y? O a� 36 - W ~ Y z K W O� O w �a two Z N §s W o i s Z u s g s a W- 'bra 3 U u W yew W O $�wz s > Y a y LL 8€€a �$e to Z eg caw IL y =rl o Z o ° I 9 I I j Z o I I I I a _ J w„s 30 2! Ai �H :e =_ .s LU I --- I w I - `II w — � �I — j — ----- -- — — — — -- rr I II I I .ft Es xs}sd I II II I e F w �o u `I II II o LL� I I - I K m z Z Z 0 0 0 z z $ z w IL LL I-- LU w M tu N-1 x5 z z z C) z gill 2 R 21 - LU 8 ?3 g .1 a. uj z 0 LL ohsgg as 9 M p 2 a s a LL, 0 0 0 Ir 0 z LU z z I--- --------- ------------------------- z 0 LL .......... al L —1 ----------- ---------- f Si de z ------- --- z 0 0 z ---- --- LU LU w w of i_ i' _ � � z Q. � ca —r U) 0 cn U) z w 0 3E z w o D w >- f (D4-- ---I wn -sW s N n cn v t o m W - w Y Ll gw 3 "` 6 �W' e z QZ U W ,_ 4 6 a Y 4LLI O§ SpaW wW _ <a w a w s 0 w O m F- s a' $�c €Q s a Yes„._ O a Z J > a a rc a G q- ME03 S 3 = j geQw a z 3 eL N-1 y z� z ;a c go3 ``off' a' o€ S W e a X i' tr � F W 70 CD LL ZMHO o O e HY s=P "aa LL4a ffl ffine O s s a a O w W O a a o a U W U ui lr __________ F --------� a g I � I �x I' I I` I �+ jI — — — — — — — — — ,t I fa 9 s3 oi3�g I I _ I I I i - U as I LL C7 I a 3 Z n 3 I � m I w I M ~ Q to z O 7 W mR W 4 g z W Z V z m O O Z rc z a 5R ><g ?� � � (/� u o as 3 x a€�R� h �W/ 3 �� s W £a & LL 3 �€ ��� li w o� a g s g g 0, _as w O 4 rc � J Z 4,0 �� t; ---------------- W Z� s � --- I J I I I - � 1 I � I I - -- - z I J a I � n .Qb I I I a I I I I I I'� d I I i I I I I I I I I I I I 1 I I I I I I I I I I I I I I I 1 I I I I I ^ 1 I a a I it eg as �!yy3 I I I - I I I - I I I I I I I I I <; F 3 � i I I I I I I I I I I I J y rz I I I I I I I I I I I I _ n u F I I 1 I < O O LL q Y N i I I I . 3 - j I I I I I I - I I _ - I I I I �_J Y S � yWs s Y m 3 p U) W V z W N W d s _ a� m$ o �� O w� aIw Z`- a m g Z � Z a W d U Z 8 w��� ow " �� U) W w y y aaa W o wp �f 0 a 8w mtl gs„gy & '� § C9 n W m C H H 38 ``€a a Z Pw c 's_w N ' to O O Z O °' y Y g Fa€ ; H Bed gLL' s..oB�A W x s =<� °__ ?� a] tu $wN i6 a� ..� �� �° X W O O z 3 O W °34 ¢�` 7a Sg `��m$e W 3 O_ s_ s O- a g 03 " O a V � V W u Tit ti�65 w a W a Z �Q y m W C W IL w w z � m U) = � a N Q a W z � Q a — — — —-r---------------------------------- I I " I' I L,. I' ' ' I a= z z a�E s- z 0 0 cn LLI a-< o 0 0) LZ Ll - A < L) m z w a u .1 - — - - — - — - — - — z L) a z z z 0 >< z 0 0. LL k LLJ W 0 m U) o LL U ;? o '10 (FY—e \ � � � z � / IL Z, a. 0 LL z a. 0 z cn z U- 2� LLI U- — - — - — - — t--- z 2 04 w U) w cn LU u rn z d CL § ) 0 z L) cl z w U- � § /§( 4 uj>3 2!|)|} !, !) §gam= #A2 §|!)•;} U) E o )|| ] z.l,!!|: °] LU L` . 2�■ s 2! » zr_ Rib e� !E 722 {2 LL « • / ,��( 4 § $ z | ' . - ■ .. .. LL _ LL o _ � E . § - si _ 2 « , k �- — ---! ; A ! \ - \/# \¢§ R|| =- ! �! ------ ------ - z — � --- -- ------ - E E § k ` ) / \ ® ` § m m §\ \ § ! ■ ■ �§) �� & ------ ------ - � - , # § F=2, § § ! �� - ------ ------ - �! ---- — -- -- - loan H z 1 110010110011111 coca N. 031101110011111 l000 - - - - - - - w LL, al LU I ol000loolloolml lion > Lu o I loollooloolooll call a. sloolooloolool U) Bimdnm� census < o 031110 LU ww LU z 0 0. 2 z ..... z•o o U)•• [L (1) on Ir o 0 loll 0000 u 2 *I'kt 6 Hz IMMUMMOMM 11 U L z SNOOH dnUgU 5z gig u) 2 1,12 U) CraWyn . z o r u) LL z II II 0 z Ll Elf cn k LLI z 01 CL INK ag; 0 TI 0 a LU S ff 0 (n 19 1 LLI 6j LL _j LU IL IL 90 LL LLJ a. LF a. LLJ IZ LU �f S Lij 0 1z m LU -t LLI o z (n LU 4 o > Taw LU Ft g d z b LLI 0 CD z w < IL x U LLI Ini 2 T B w ,S 4 IN- (n 70 3ntl N J b� SS ZQ f F ma w5u O Q J ul W > Ow - --- - ------ d W ° Z K m g a Z Z0 o§§4k g� s O W¢'> as a U Zo OLLI gv 8= z h m d "LL - �gz,aaa a 3YItl31C5335 Z - m a U a, t{ . s W W J W ¢6 39N M, J d, v tl w aw LU si 4 n 4 5 s� Sx a< sz is M Mg z�z s'ar 0 z . wu3a� -- G 3 c � € f , < v o � � u 3 i---.- vi� z N N .o-a wd W ZO b sa 0 0 > F a LL � J J ¢¢ z W Z - w °aa a O > �w z as W� F LU F Q z3 vaa 3xnas n a�nasan Q 0a U Z LLO .JI u 0 3 LU 0 0 vil I F $ sees R a ya 3ww rn - as �nax an I. � �Si =� g� oegg g N � ti J ns v� m ans i� sun ' vas ��asan L- 5 I I ------- x 3 ogqAw g 0 J A LL J H Aa7 a � � °2��8 samvn CD E — a 55g Q H W ^ �' van aaus an xaa aonasan Way $ U Q a O �jQ 6f r rc a � 3 = Z Z — ZZ •� 4 F Qi Ib ICOIK�I F Q MH d 03 d ) (. §� ` � @ e ■§ »§ ; 2) -1 k k ( E , ! ( §29 \ \ LLI \ IT ]` § ( § , } / | { U E j §| ig I i �!| \ ` / }•\ ■! ;! !; \}\ Tit !} %» _ _ § . WE � i / §)/ ( R \ / b ) 17 N O � _ y' U W Z J J w O � F Q o U QF mi n. LU w W a _ — aFa C K Z3 uaaa�rvn an n san _ a U ZO LLO 7 O rc °� �a LL �aaxa — 0- "' _ — * °' s s? To_ 'g z Z HA Y w N LU a3 N-99" C rWH9 e mws nTn y O � Hu U`z sea - IF 0 r s - w - &10 a.+,as an _ Is V I — - J R Fr 0IL �4o -Fl �LL m J 2 9 � c )mLU § om )\w_ 2g§§E «om| (§<0. § §kz( 0 o !, ( LL ( (� § , §< « ± --------------- - ------ _ , _ ) rr7 ---:--:--:------------- ( -- § o \ | . u ^ � | ' . ----------------------- �o -- - LL •; 2--2--}----------------- (| IL §| - z ` w § j ! L # ¢ . \ $ m- , �\ a § � F \a « 2 - - It o U -) �§ w \ �)§ @ ` - Nd:w sgE�o� bF"g o N �o m -8w Qm g w o e 38zg 5"g:�Y�O- :g U Z ? LLg �W- nna 5r W J lL WH � m Z p d- gig W x c W 0.i=aLL�� 7 j U aas ii 9 x Z 0 x �w Z O �' 3 x m 34 0. F�wps .vn¢s xvn�y -io: b� _ 2 Z 3 &i='¢6 :_� K - 0LLI 7 FM �pq Wl -111 - , I =S c-mu Um g _ LU g 3 3 gzT Q'� a OJ Y W g: J o I >o Q U of } Z S �^ �s am p p (' mx 3 8 Z # 5 II II II II J 0 m � J ` U a it • 43 o d� = a g Ilj mF - III=III' z � j 3 x. III- o1 �5' III —I Z s3a II Z f I I —III. F e w IIIII. y IIIII l I� I: II IIIII I '�I II_ an I €w l Ece H wy "ot ` II- �i3 m3 tic "' ho Ox LL S �F3 v 3 n ; 9u n o Lu Lu a a a — O w M1 i m V 0 o f m^ a G J b6 . 4a J O Z Y 100000 �000000 �n W � LLo a. m� 01. 0 �H a oIL 3x i s i i Z I O "gg"§ O W N w4 uJ Q� W z3 -}-- —} �r Z m O W u. X F r m�-�� Z a N h a I- 00 g w 0 O Z 0 0 O e J U z Z # 0 w = U r ----- ------- M # � � � J d r. M1 M1 III o III i s wa o c _— ' _— "s a w } w wow --- t�, I c �.� j=itjti 3 s o ago w�. o O F� m Z 3 3will. 0 n 5 121 I21 # ; 3 w j j j2j _ Islslsl z- LL O M1 O O — cut M1 o n m mJ z O Z e LL z '.'fie lid n z g 5 J I J � Q W€ ^f W ku Z 8_ F li W a� G o a W Z G �g a m= o 3 C L p gS pp t H W F s W g a ,o, UU Q w 8 0 _ W O b J s - _ - oo Z u W 0 ---z N O I� Z W N o c_ W 4 g W m CL W W¢ T n Q illIlt a O a j s T J 5 ° 3 00000 W m :1 � re Y� S `e [ / wm %os 53 5 F 1 n II s Z n II I z C Wp•��x - e§ s ---- G ---- Z a y g 5 O e °u W J J �A�jjs� m rw sI s FI a 0 a rn FI rI sI U - I G I I O m i a€Ww mad l »a � W N s14o Y F° * W W o bIIa$ .$�b�. 3 L =_`S4 3$4 V O ? Ewn� & ww C m W IL K Z ua, Wm rc we g n sY e� Z W Z O LL FQ- O O w z i s ttt H 3 a °�z 3's'm E" CS W J 3 Q LL $wg i9 = J O W 0 N LL 0. Q¢o / Y Wa g; LL O n i$ a LU G od 8 @ 3i gggs g � '�-• k 3 a3 4r a' v �'a y WE a"5 - s gwo CD Zco s Y;° Z a O -g° a o K Q bg a w €_ - - - ------ - - __ - - O Q, m> p O o LL WW ______--J J 2- � • -- b.- ---- — - - _____ ? ad d w W ---- _ -- -_-- ---- __ T� s Z W ----- - ---- ---- 2 $ Z W d k LL 0 O - - ------ __---------- J er LU --- N w w o w a :y C LAYS "i V 5 i a a C B W W i O W E 3 W LL y 1 N LL " a j n d O O J w j O O �i O O a m a m li s, 9s .s a jl F� a r E � = U LL 3 e n ; $ n 1 r I U5 J w w a I� Q Q isW > W LU LL II I a Q Z o 0 a y I 0 o LL o� a Q 0 0 �a IT IF _ 11: W naa aanasan naa awm � . � n C? a a a k i ;� GN�3�'jLL 3 $ O Rio 3p ggp d pp o eamvn a Y6 x.62 - am Q8 it zw p 99 Of naa e I F-5 k 11 �zz IC 1 r- 11-111 111-111� 11 — — — € a o Lm4 e�i l goo It` ~$ g s=ate xx A 3 ); !` ©§ , \ § � §� 2§ [--------- —� ! § LLI _ 0 ( ■,| z - LU � (� y | \Tj |) iT1 , \ § } } § \. — --- -- - � [ ] z o 9 —- - - - - - - - — 10 I I } � � � - Ir IT \ ` T - c 2 d, Trr } k )| �------ -� ! \ C � - \ \ \\) } \ - ---- - ----- « o l q 0 § on z s ; » ■; ) r �| ■ . | | § � |{ § |� || § - \ )g/ §gm §|; \4\ U (n IW 0 O Q Q0 m i— W 6j Q C� > n ?< 0 ry U W J n W zQ� �°' a_ � N~ L rnfy O U Lnn �zW w � > z C� �E' a °aw� gad m~ o Q�Ww w wt � MmLU E N d p 3w 3-� J�m� s°a". zyy�m� Leg Q ¢¢� s um 240 Z Q w v� w gwm° w� a =mwg z �� �5m Arcs L4�- am �. 7 z § ° L a� sssR G RH a7 aom a w a lto �� LL �o$ LL ❑maw H. �� G 9 I I I I I I I I I I I I I _ I I I I. d� I � I I I � I I z I I 9NINatld ON ny of ns o id 0 0 N 96 M N m ❑ A Ch Z W W Z 00 5 Ewa C'¢w oo�m m >. m a z 00 03x ��w Wo 0 W6 1, O 0a U U tl WL a / / 3 � %/ I° °�� �I / 0 0 0 ,. ro gug y—I / I � 1 , iS I - a n a � < `S off" I I I �o� I I s \s I I I I I o IIl ' oo� a °- a I I ae�� ca — — — — — — — — — — — — C3 0 < 711 ws 10 g z 0 mh I Z 0 alI I 0 0 H 31-) ' I a �m� ir z i zLU Y uw LLI — - 9 — — — — — — — — — — — LL a) LD Q —A 'n LIL LIA ILI— — — — — — — — — — — — lila J j j AN HI P P g3 d! d, LU POA inil-V Imp w IM, tj cl U 9 i S F 1 4 1 -1 LL 4.1 t 860@ S $ m Z L LL LU > a a e WO;W c a ,�%A Nam° w � p M W, , o s z 00 w 3� LLLU p nsog t ° I I a I I I I 11II I I o N I I z = is =3 I LLtd Q ax p�Q uj Nz e' Rojo -]XQ w afi B e-1 mom i & n 9# �� owl _: �`• I� I ~_ 3 h UP d � % � m m � °k� •�I m G n oo®oOo® 60 0 a c gg R 00 000 00000000 v§s w W = w m Q Qk o�Gg g~x W > > °° a Z Z Lair vw 2. z W rc d4 z °3 .. U �� 0 0 0 \ o ° a in a o O z v v a J g / RF $9 53 n8� In o Q d,Q dd19 II���III �•y�_ � i O f� 0. U a a cn I _ < O gig w m u a Wa a o off= omam �LLmaFg9 y3 u. u - o -- - 3oz i a 9 , W w a$_ x o �e 0 o� o o LL o � S c a r z 3�. w- A _ gg o _ 61 ---o Va � do ^ � � v-Ij . o n ® n My ❑ ❑ G ❑ S o N �o❑ ❑ Ef m Y®o o� �<`ggj5 y s ia�3aagR: 8 ❑�8 orc m w u z W a❑' o to O �g9wo w�<� << �Ww a6 U 73 F� U. ca Qz�w z2 �g ggam €N om< �w W E Q o� <R < gq FF q- W�'6wu�'gF- Bp�< Bd �mW RJRO v1 30 z Z qyqg tt8g 6!? F�aF �FZ Vw a�mv~aiF� _�� Neu 16 l 5 3 B a d acr m w� wa 6bt J IWL m❑a��$u�aw W �5 a a1.2 W J W- r ., ,. m n m m W z � _\ 5 � b � � � `Ral a<s z' W - W pp W se � o .ao �m� �o �� w g� � � � � s - � 0 see �<� a �< _ <� o �� a x d m R 0 9 Z w�� w sod _ wa n F g P 1 z 9�6 a J « m�� o� � �o lea s w � V� e P a� _ �� ads �16 ad�is ag N ri a n m n m SR Ell3 $ g s 6n� m5 QN. eft ee $ @ it a s I �3 MP s gg �� 8, ma 11 p d « d sJ A n Ell 68 ¢ R sgge am 11 gig Nil a $s to $ a <s� A a a $ a g$ W �§ R gym ` $ k e � � �2 W � g Ail €�� a .s� . fi 3 n R `a �� His p e"IS nm g $�c a sm S a E $ 'aa �A Ise $ $ & lap 165H Mr, 9R Pi psi Q '��4 s�§ � gg� ��a as egg gill J E� g q 11 b� ° � S ❑ o m � o o LL`LZ ❑ 0 0 ogo s n s gpi€fig i iS 4 pop 00 ti �d55 e5z3I aI ❑�o 0 °off �3 k� ie�-Set-ee i4 r sitee��!S 'ij °000 �o ❑o❑❑ 00 ®�❑ ❑ W lY$$p -A� RdidAii ij ;§ RiaAid Ip 8 i �'��?'. : J$« •RA a aiuja � � •�aAaaiaaus 0.0 ❑❑ ® ❑ 0 0 _^,� ��� sa �� Qaa es@� ..'_ as 9iEr g Rog � � �I s i ' 3 § � €� aISl ie ' iml E �i a >ra ��� �_ � �� �� J i i 9 I i I • I �1di • � - Z � iI m' � �; i i � -s 8 �Tb.I m�ainl�M1vl= Fan "•n.•�A ?ja!F�A' t� Kul WAI l 's 9 HSI ...i. ARM No Hig a� I� nil n 2 A"a a Ra y �491-a 1aan a � a loll y gY � Hi jrr� —__ _ & __—_ & a lit - - - Y II 9aa I i 7 i J L ---- 7 T �J o II ' z J L __� w{ _ ___-__- ____-_____- x Z 6 j < m W <p im Sig QLU np m=F = z z� g' �n soy= t��azFo a <uo 0 <� oa o a a wy oo�F Wm_ m�� s„M.-' asas aemHN e <Rp � <� w s<so a�a <d< s�H Hmm BR8 % H s w 6 Id � m w okg _m } I I f' I I sass \ s \ I I � � I, I , ow w o- ais �� �k ag CW wo� 0 Elf? o ° G 900 00 8 0 0 qv 09 g- jq o wo o I/ OH OHe ° 0 U. 58_ ��a� €as-o� 0 a -�"o ffi . rsxN �mm< I I - OM �� o-3 Rpm 1.11 .,am M-9 s=i US sw H s I �8 e Gso I s o ! U \ I I Ne o � w I I a cn z w I z Z o I I I I I` � N u' m yes I I pill eli g nz 71 HE =am F PER 8! < Na e u .nm uv �h = ra odh �E228 3�S 0 I U� I I :1 I - — — — — — — -- — — — —1--A ® m � b � ❑ ❑ m g Lj @ Ap€ i �a s i 03 o°❑ ouu b p ❑ o d s s . tt § � S � ° � 5 �� 5 � s oa® o� ❑off 0o 10 0. Q s s IRE ° ��� 00 ise g3@i ss i E8 8 K O ❑® ° 8 !99 t$ gg2e�S gflyEi } 4a�� { _ BE gg. as %i c aF O ® ❑ o �$ pis' � F 3i � @ F IH €@ d giE €€ Q _ 6 Es 9 ggp@ i3 E jSy g#eg S g5Cg _ BgY gg tp � g C yg�dgg akigspp E g Ya �y s e d a�l�ai9' §9 ,4 $BjkY Vp �d!qj aaR I ad e a$s9 a�g• fl 5�ges I � € `i � �,� � i� �a� ' 3EC R ul4 E �;4 �a � � �.... e •.�' �a � pp55 555555 €FL 5 9 tltl i�In giy � Pa � � �' het? �; g❑ � &�� B �� a 3 5 p3 i 5`' S❑ j �s '-g. g3 a a' L-171 �S�Yi d �y i 68d� � 4pp �5 I� �i i _ §�� ❑iaJ � �� 38 Si 3 3s 34 I yas qg it ac I� �`E3gaa8� �� a aaay�d9R Bea EF ❑3 s Hb i��.�$ ® b ° s a g a �s` � # n o o a ❑ io � aF K � �6 ❑ 8 oo❑ �o 6 ❑ p O ❑ o g o6 u,❑ O� $3` K ❑ ❑ o a $� �g ❑ ❑ H o o ❑ @1M 5 r � c s 3dj 12 8Fi 5 s °9 8 E e ❑ S 10 b �� � eg �ii � a➢ � s 3 a � � � Es �� � f� ia •,9 vep § � ap{ g{ g 16 d Ef E E We ff } ¢ 55 � ggla"se$�� a cB`stFF F �eR }aa.H$t Rp$ g"p3 p£doee jly£F� E� d a S:a v 1 S e 5Wd J8P xF 6t� W£ iE R d's° 5 6 sp i i o a s a 3 ii � ES e a 11 0 'a r���a��gaF��a3 1'rs1 S ,N i 8f � as ([ 3 a8 w a �ti a has;����gf �� ��aji�s _- rP�t7a g �z €aErffei€�I€°c- p F e w�a�f.33 i �@t43 56i gg 3k_.'F�'it j1