Loading...
HomeMy WebLinkAboutCaltec Corp; 2024-05-07; PWS24-2264FAC 00 01 01 TITLE PAGE Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 CITY OF CARLSBAD CONTRACT DOCUMENTS FOR: Ruby G. Schulman Auditorium Audiovisual Update Project No. 4753 PWS24-2264FAC 1635 Faraday Ave, Carlsbad, CA 92008 Email: PWContractAdmin@carlsbadca.gov TABLE OF CONTENTS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Table of Contents SECTION 1 ....................................................................................................................................... 1 00 11 10 NOTICE INVITING BIDS ..................................................................................................... 1 1. RECEIPT OF BIDS. ............................................................................................................ 1 2. DESCRIPTION OF WORK. ................................................................................................. 1 3. COMPLETION OF WORK. ................................................................................................. 1 4. OPENING AND AWARD OF BIDS. .................................................................................... 1 5. PERIOD FOR AWARD. ...................................................................................................... 1 6. BIDDER QUALIFICATIONS. ............................................................................................... 2 7. PRE-BID CONFERENCE. .................................................................................................... 2 8. OBTAINING CONTRACT DOCUMENTS. ........................................................................... 2 9. BID GUARANTEE AND BONDS. ........................................................................................ 2 10. PREVAILING WAGE RATES AND LABOR COMPLIANCE. ................................................... 3 11. PROJECT ADMINISTRATION/QUESTIONS........................................................................ 3 00 21 10 INSTRUCTIONS TO BIDDERS ............................................................................................. 4 1. SECURING CONTRACT DOCUMENTS. ............................................................................. 4 2. EXAMINATION OF SITE AND CONTRACT DOCUMENTS. ................................................. 4 3. INTERPRETATION OF DRAWINGS AND DOCUMENTS. .................................................... 4 4. QUESTIONS. .................................................................................................................... 5 5. PRE-BID CONFERENCE. .................................................................................................... 5 6. ADDENDA. ....................................................................................................................... 6 7. ALTERNATE BIDS. ............................................................................................................ 6 TABLE OF CONTENTS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 8. COMPLETION OF BID FORMS. ......................................................................................... 6 9. GOVERNING GENERAL PROVISIONS. .............................................................................. 7 10. MODIFICATIONS OF BIDS. ............................................................................................... 7 11. BID GUARANTEE. ............................................................................................................. 7 12. LABOR & MATERIAL BOND AND PERFORMANCE & WARRANTY BOND REQUIREMENTS. ............................................................................................................................. 8 13. SUBSTITUTION OF SECURITY. .......................................................................................... 8 14. OPTIONAL ESCROW FOR SECURITY DEPOSIT. ................................................................. 9 15. INSURANCE REQUIREMENTS. ......................................................................................... 9 16. LICENSING REQUIREMENTS. ......................................................................................... 10 17. SUBCONTRACTORS. ...................................................................................................... 10 18. BIDDER INFORMATION AND EXPERIENCE FORM. ........................................................ 11 19. NON-COLLUSION AFFIDAVIT. ........................................................................................ 12 20. IRAN CONTRACTING ACT OF 2010. ............................................................................... 12 21. PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION. .................................. 12 22. PREVAILING WAGES. ..................................................................................................... 13 23. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS. ......................................... 13 24. SIGNING OF BIDS. .......................................................................................................... 13 25. SUBMISSION OF SEALED BIDS. ...................................................................................... 14 26. OPENING OF BIDS. ........................................................................................................ 14 27. WITHDRAWAL OF BID. .................................................................................................. 15 28. BIDDERS INTERESTED IN MORE THAN ONE BID. .......................................................... 15 29. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES, AND FEES. ..................... 15 TABLE OF CONTENTS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 30. PERMIT AND INSPECTION FEE ALLOWANCE. ................................................................ 15 31. BASIS OF AWARD; BALANCED BID. ............................................................................... 15 32. AWARD PROCESS. ......................................................................................................... 16 33. EXECUTION OF CONTRACT. .......................................................................................... 16 34. BUSINESS LICENSE ......................................................................................................... 16 35. PARTICIPATION OF MINORITY AND WOMEN-OWNED BUSINESSES. ........................... 16 36. USE OF RECYCLED MATERIALS ...................................................................................... 16 37. STATUTORY REFERENCES .............................................................................................. 16 00 41 00 BID FORM ....................................................................................................................... 17 1. BID SCHEDULE ............................................................................................................... 18 2. TOTAL BID PRICE ........................................................................................................... 18 3. RECITALS ....................................................................................................................... 20 00 43 10 BID BOND FORM ............................................................................................................ 25 00 43 20 BID SECURITY.................................................................................................................. 27 00 43 30 PROPOSED SUBCONTRACTORS FORM ........................................................................... 28 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM .......................................................... 30 1. INFORMATION ABOUT BIDDER ..................................................................................... 30 2. LIST OF CURRENT PROJECTS (BACKLOG) ...................................................................... 33 3. VERIFICATION AND EXECUTION .................................................................................... 37 00 45 10 NON-COLLUSION AFFIDAVIT .......................................................................................... 38 00 45 15 IRAN CONTRACTING ACT CERTIFICATION ...................................................................... 39 00 45 20 PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION ..................................... 40 TABLE OF CONTENTS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 00 45 25 CERTIFICATE OF INSURANCE .......................................................................................... 41 00 45 30 STATEMENT REGARDING DEBARMENT ......................................................................... 42 00 45 35 DISCLOSURE OF DISCIPLINE RECORD ............................................................................. 43 00 52 00 CONTRACT ...................................................................................................................... 45 00 61 10 LABOR AND MATERIALS BOND ...................................................................................... 49 00 61 20 FAITHFUL PERFORMANCE AND WARRANTY BOND ....................................................... 52 00 61 30 OPTIONAL ESCROW AGREEMENT .................................................................................. 56 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS .......................................................... 60 INTRODUCTION ............................................................................................................................. 60 01 41 26 PERMIT REQUIREMENTS .............................................................................................. 134 PART 1 GENERAL ......................................................................................................................... 134 01 50 00 TEMPORARY FACILITIES AND CONTROLS..................................................................... 135 PART 1 GENERAL ......................................................................................................................... 135 PART 2 PRODUCTS (NOT USED) .................................................................................................. 139 PART 3 EXECUTION (NOT USED) ................................................................................................. 139 AGENCY TECHNICAL SPECIFICATIONS / PROJECT MANUAL (see drawing set) ........................... 139 APPENDICES Appendix A CARB Fleet Compliance Certification 00 11 10 NOTICE INVITING BIDS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 1 SECTION 1 00 11 10 NOTICE INVITING BIDS 1. RECEIPT OF BIDS. The City of Carlsbad (“Agency”) will accept Bids via electronic format via the City of Carlsbad Electronic Bidding Site up to and no later than 11 a.m. (PST), on February 8, 2024 through the online bidding portal (Contracting & Purchasing | Carlsbad, CA (carlsbadca.gov)) for the construction of the Work entitled: RUBY G. SCHULMAN AUDITORIUM AUDIOVISUAL UPDATE CONTRACT NO. PWS24-2264FAC Project No. 4753 2. DESCRIPTION OF WORK. The Work includes the provision of all equipment, labor, materials, tools, services, transportation, permits, utilities, and all other items necessary to complete the construction of the following, as specified and shown in the Construction Documents: The Ruby G. Schulman Auditorium is located at the Carlsbad City Library, 1775 Dove Lane in Carlsbad, CA 92011. The City desires to upgrade the audiovisual and lighting systems as detailed in the contract documents. 3. COMPLETION OF WORK. The city anticipates awarding this project in April 2024 but waiting until the summer of 2024 to perform the work on site, thereby allowing some time for material submittals/approvals and procurement as work on site cannot start before June 17, 2024. With this plan, the Contract Time has been established as 150 working days to allow 70-80 working days for material submittals/approvals and procurement (April to June) and 60-70 days for work on site (June to September). The Contract Time shall begin as specified in the Notice to Proceed. The Engineers’ estimate for this Project is $1,328,000. 4. OPENING AND AWARD OF BIDS. Agency shall consider awarding the Contract for the Project to the lowest responsive, and responsible Bidder as determined by the Agency from the base Bid alone. The Agency has the right to reject any or all Bids or to waive any irregularities or informalities in any Bids or in the Bidding process. 5. PERIOD FOR AWARD. A period of ninety (90) Calendar Days from the time of Bid opening may be required to award the Contract. No Bidder may withdraw its Bid or Bid Guarantee during this period. Bidders shall assume full responsibility for their Bid Price during this period and shall make certain that such delay does not restrict the Bid Guarantee. 00 11 10 NOTICE INVITING BIDS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 2 6. BIDDER QUALIFICATIONS. Bidders shall be licensed contractors pursuant to Business and Professions Code Sections 7000 et seq. under the classification of Class B, General Building Contractor, as of the date of submittal of the Bid Documents and shall maintain such license until final acceptance of the Work. Additional qualifications are included in the Contract Documents. 7. PRE-BID CONFERENCE. The Agency will conduct a Mandatory Pre-Bid Conference at the Agency’s office (address listed below) on January 23, 2024, at 11 a.m. (PST). Bidders will have the opportunity to walk the project area. Address: 1775 Dove Lane in Carlsbad, CA 92011 Representatives of the Agency and consulting engineers and architects, if any, will be present. Relevant questions asked by Bidders at the Pre-Bid Conference about matters not specifically addressed within the Contract Documents shall be submitted in writing through the bidding portal. Such questions will be answered in writing and sent to all Bidders present at the Pre-Bid Conference and will be posted on the online bidding portal. Bids will not be accepted from any bidder who did not attend the Mandatory Pre-Bid Conference. 8. OBTAINING CONTRACT DOCUMENTS. Bidders may obtain a copy of the Contract Documents from Agency’s website (Contracting & Purchasing | Carlsbad, CA (carlsbadca.gov)). To the extent required by Public Contract Code Section 20103.7, upon request from a contractor plan room service, the Agency shall provide an electronic copy of the Contract Documents at no charge to the contractor plan room. It is the responsibility of each prospective Bidder to download and print all Bid Documents for review and to verify the completeness of Bid Documents before submitting a Bid. All Addenda will be posted on the online bidding portal. It is the responsibility of each prospective Bidder to check the online bidding portal on a daily basis through the close of the bidding period for any applicable Addenda. The Agency does not assume any liability or responsibility for any defective or incomplete copying, excerpting, scanning, faxing, downloading, or printing of the Bid Documents. Information on the online bidding portal may change without notice to prospective Bidders. The Contract Documents shall supersede any information posted or transmitted by the online bidding portal. No time extensions or other consideration will be given for non-receipt or other circumstance associated with the review or acquisition of Contract Documents. Bids must be submitted on the Agency’s Bid Forms in the Contract Documents. 9. BID GUARANTEE AND BONDS. Each Bid shall be accompanied by cash, a certified or cashier’s check or Bid Bond secured from a surety company satisfactory to the Agency, the amount of which shall not be less than 10% of the submitted Total Bid Price, made payable to the Agency as bid security. The bid security shall be provided as a guarantee that within 10 Working Days after the Agency provides the successful bidder the Notice of Award, the successful Bidder will enter into a contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the 00 11 10 NOTICE INVITING BIDS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 3 successful Bidder fails to comply within these 10 Working Days. No interest will be paid on funds deposited with the Agency. All Bidders must upload Bidder’s Bond to the online bidding portal. The original Bid Bond for the 3 apparent low Bidders must be submitted to the city within 2 Business Days of Bid opening. The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Bond each in an amount equal to 100% of the Contract Price. Each bond shall be in the forms set forth in the Contract Documents, shall be secured from a surety company that meets all State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer. Pursuant to Public Contract Code Section 22300, the successful Bidder may substitute certain securities for funds withheld by Agency to ensure its performance under the Contract. 10. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please see Appendix C and visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our- work/programs/advanced-clean-fleets. 11. PREVAILING WAGE RATES AND LABOR COMPLIANCE. This Project is subject to prevailing wages and labor compliance per the Labor Code. To this end, Bidder shall sign and submit with its Bid the California Department of Industrial Relations (DIR) Public Works Contractor Registration Certification on the form 00 45 00 provided. Failure to submit this form may render the bid non-responsive. In addition, each Bidder shall provide the registration number for each listed Subcontractor in the space provided in the Proposed Subcontractors form. In bidding this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this Contract and applicable law in its Bid. A copy of the prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. 12. PROJECT ADMINISTRATION/QUESTIONS. Requests for Information (RFI) or interpretations of Bid Documents during the bid period shall be submitted via Online Q&A in the online bidding portal. The cutoff date and time to submit questions or substitution request regarding this Project via Online Q&A in the online bidding portal is January 29, 2024, at 5 p.m. (PST). No questions will be entertained after that date. For further information, see the online bidding portal. END OF SECTION 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 4 00 21 10 INSTRUCTIONS TO BIDDERS 1. SECURING CONTRACT DOCUMENTS. Bids must be submitted to the Agency on the Bid Forms which are a part of the Contract Documents for the Project. The Contract Documents may be obtained from the Agency’s online bidding portal (Contracting & Purchasing | Carlsbad, CA (carlsbadca.gov)). Prospective bidders are encouraged to communicate with the Agency well in advance of the date and time bids are due to the Agency (“Bid Submission Deadline”) to determine the availability of Contract Documents. The Agency may also make the Contract Documents available for review at one or more plan rooms. Prospective Bidders who choose to review the Contract Documents at a plan room must contact the Agency to obtain the required Contract Documents if they decide to submit a Bid for the Project. Addenda will be posted on the online bidding portal. Failure to acknowledge all Addenda may make a Bid nonresponsive and ineligible for award of the Contract. Bidders are advised to verify the issuance of all Addenda and receipt of them 1 Working Day prior to bidding. Failure to acknowledge all Addenda may make a Bid nonresponsive and ineligible for award of the Contract. 2. EXAMINATION OF SITE AND CONTRACT DOCUMENTS. At its own expense and before submitting its Bid, each Bidder shall visit the Site of the proposed Work and fully acquaint itself with the conditions relating to the construction and labor required so that the Bidder may fully understand the Work, including but not limited to, difficulties and restrictions attending the execution of the Work under the Contract. Each Bidder shall carefully examine the Drawings, and shall read the Specifications, Contract Documents, and all other referenced documents. Each Bidder shall also determine the local conditions which may in any way affect the performance of the Work, including local tax structure, contractors’ licensing requirements, availability of required insurance, the prevailing wages and other relevant cost factors. Each Bidder shall also familiarize itself with all federal, state and local laws, ordinances, rules, regulations and codes affecting the performance of the Work, including the cost of permits and licenses required for the Work, and shall make such surveys and investigations, including investigations of subsurface or latent physical conditions at the Site or where Work is to be performed as may be required. Bidders are responsible for consulting the standards referenced in the Contract. The failure or omission of any Bidder to receive or examine any contract documents, forms, instruments, addenda, or other documents, or to visit the Site and acquaint itself with conditions there existing shall in no way relieve any Bidder from any obligation with respect to its Bid or to the Contract and no relief for error or omission will be given except as required under California law. The submission of a Bid shall be taken as conclusive evidence of compliance with this Section. 3. INTERPRETATION OF DRAWINGS AND DOCUMENTS. During the bidding period, prospective Bidders unclear as to the true meaning of any part of the Drawings, Specifications or other parts of the Contract Documents, or discrepancies in or 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 5 omissions from the Drawings and Specifications, may promptly submit a written request for information, interpretation, clarification, or correction (“RFI”) to the Bid Administrator (defined below). The Agency may not respond to RFIs submitted past the Q&A Submission Deadline. The Bidder submitting the RFI is responsible for prompt delivery to the Bid Administrator. Responses to RFIs will be made only by duly issued written Addenda. The Agency shall not provide verbal responses to RFIs. Copies of written Addenda will be posted on the online bidding portal for each prospective Bidder who has downloaded a set of Contract Documents. The Agency will not be responsible for any other explanation or interpretations of the Drawings, Specifications or other parts of the Contract Documents. If any Prospective Bidder becomes aware of any errors or omissions in any part of the Contract Documents, the Prospective Bidder must promptly notify the Agency of such error or omission. Before award of the Contract, no addition to, modification of, or interpretation of any provision in the Contract Documents will be given by any agent, employee or contractor of the Agency except as otherwise specified in these Instructions to Bidders. No bidder may rely on verbal directions given by any agent, employee or contractor of the Agency except as specified in these Instructions to Bidders. 4. QUESTIONS. Questions regarding this Project must be submitted through the online bidding portal. Questions shall be definite and certain, and shall reference applicable drawing sheets, notes, details or specification sections. The deadline to submit questions is identified in the Notice Inviting Bids. Questions received after the deadline may not be answered. Responses to questions submitted during the bidding period will be published in an Addendum and provided to those bidding on the Project no later than the date specified in the Notice Inviting Bids. Except for the Agency’s Bid Administrator, no other members of the Agency’s staff or Board should be contacted about this procurement during the bidding process. All inquiries and comments from Prospective Bidders regarding a proposed Bid must be communicated in writing, unless otherwise instructed by the Agency. The Agency may, in its sole discretion, disqualify any Prospective Bidder who engages in any prohibited communications. 5. PRE-BID CONFERENCE. The Notice Inviting Bids shall state whether a Pre-Bid Conference will be held and, if so, whether attendance is mandatory. Bids will not be accepted from any bidder who did not attend a Mandatory Pre-Bid Conference. The Conference will commence at the specified start time and the Site visit will begin at the conclusion of the Conference. Prospective Bidders who arrive late (ten or more minutes after the Conference has started) or who do not sign the “Sign-In” sheet, may be disqualified from the bidding process. Representatives of the Agency and its consultants, if any, will be present to the extent possible. Relevant questions asked by Bidders at the Pre-Bid Conference about matters not specifically addressed within the Contract Documents shall be submitted in writing through the bidding 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 6 portal and be answered in writing and shall be sent to all Bidders present at the Pre-Bid Conference. 6. ADDENDA. The Agency may revise the Contract Documents before the Bid Submission Deadline. Revisions, if any, shall be made by written Addenda. All Addenda will be posted on the online bidding portal. All Addenda issued by the Agency shall be acknowledged by the Bidder on the online bidding portal and made part of the Contract Documents. The Bidder shall acknowledge the Addenda before submitting its Bid. Bidders are responsible for the receipt of all Addenda. The Agency may reject a Bid if the Bidder fails to acknowledge all Addenda. Pursuant to Public Contract Code Section 4104.5, if the Agency issues an Addendum which includes material changes to the Project less than 72 hours before the Bid Submission Deadline, the Agency will extend the Bid Submission Deadline by no less than 72 hours. The Agency may determine, in its sole discretion, whether an Addendum warrants postponement of the Bid Submission Deadline. 7. ALTERNATE BIDS. If alternate Bid items are called for in the Notice Inviting Bids and the Contract Documents, the time required for completion of the Work for the alternate Bid items is factored into the Contract duration and no additional Contract time will be awarded. The Agency may elect to include one or more of the alternate Bid items, or to otherwise remove certain work from the Project scope of work. Accordingly, each Bidder must ensure that each Bid item contains a proportionate share of profit, overhead, and other costs or expenses which will be incurred by the Bidder. If the Agency utilizes alternate Bid items as described above, the Notice Inviting Bids will prescribe predetermined criteria for the Bid package selection or a selection process in which price information and Bidder identities are not revealed to the Agency before the Bid Submission Deadline. 8. COMPLETION OF BID FORMS. Bids shall only be prepared using the Bid Forms which are included in the Contract Documents. The use of substitute Bid Forms other than legible and correct photocopies of those provided by the Agency are prohibited. Bids shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting “N/A” where applicable), and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms nor make substitutions thereon. Use of black or blue ink, indelible pencil, or a typewriter is required. Deviations from these instructions may result in the Bid being deemed non-responsive. The following documents must be completed and properly executed including notarization, where indicated, and submitted as a part of the complete Bid Package: 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 7 1. Bid Form (00 41 00) 2. Bid Bond (00 43 10) or Bid Security (00 43 20) with check/cash 3. Proposed Subcontractors Form (00 43 30) 4. Bidder Information and Experience Form (00 43 40) 5. Non-Collusion Affidavit (00 45 10) 6. Iran Contracting Act Certification (00 45 15) 7. Public Works Contractor Registration Certification (00 45 20) 8. Certificate of Insurance (00 45 25) 9. Statement Regarding Debarment (00 45 30) 10. Disclosure of Discipline Record (00 45 35) 11. Acknowledgement of ALL Addenda on the online bidding portal 12. Optional Escrow Agreement, as applicable (00 61 30) 13. CARB Fleet Compliance Certification (Appendix A) When paper copies are submitted, all prices must be written in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. 9. GOVERNING GENERAL PROVISIONS. The Specifications contained in the Agency Supplemental General Provisions (00 73 00) take precedence over the specification language contained in the Standard Specifications for Public Works Construction, “the Greenbook” latest edition and all errata. The Supplemental General Provisions address the unique conditions in the City of Carlsbad that are not addressed in the Greenbook. Therefore, if there is a conflict between the two, the Supplemental Provisions shall control over the Greenbook. The Greenbook may be purchased at Bidder’s/Contractor’s local technical bookstore, online or directly from the publisher. The Supplemental Provisions are available only for download from the online bidding portal with Contract Documents. The Agency does not provide hard copies. 10. MODIFICATIONS OF BIDS. Each Bidder shall submit its Bid in strict conformity with the requirements of the Contract Documents. Unauthorized additions, modifications, revisions, conditions, limitations, exclusions, or provisions attached to a Bid may render it non-responsive and may cause its rejection. Bidders shall not delete, modify, or supplement the printed matter on the Bid Forms, or make substitutions thereon. Oral, telephonic, and electronic modifications will not be considered. 11. BID GUARANTEE. Each Bid shall be accompanied by: (a) a cashier’s check; or (b), a certified check made payable to Agency; or (c), a Bid Bond secured from a surety company satisfactory to the Board, the amount of which shall not be less than 10% of the total bid price, made payable to Agency as bid security. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be a California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. The bid security shall be provided as a guarantee that within 10 Working Days after the Agency 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 8 provides the successful Bidder the Notice of Award, the successful Bidder will enter into a contract and provide the necessary bonds and certificates of insurance. The bid security may be declared forfeited if the successful Bidder fails to enter into a contract and provide the necessary bonds and certificates of insurance. Any Bid received that does not comply with these Bid Guarantee instructions may be rejected as non-responsive, and Agency may enter into a contract with the next lowest, responsive, responsible Bidder, or may call for new Bids. No interest shall be paid on funds deposited with the Agency. Copies of Bid Bonds submitted to the Agency shall have the same force and effect as the original. The Bidder’s security of the second and third next lowest responsive Bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful Bidders shall be returned to them, or deemed void, within 10 Working Days after the Contract is awarded The proceeds of the Bidder’s security may also become property of the Agency if the Bidder withdraws its Bid within 15 Calendar Days after the Bid opening date, unless otherwise required by law, including Public Contract Code Section 5100 et. seq., and notwithstanding the award of the Contract to another Bidder. The Bidder shall submit Bid Bond (00 43 10) or Bid Security (00 43 20) with properly certified check with the Bid Package. 12. LABOR & MATERIAL BOND AND PERFORMANCE & WARRANTY BOND REQUIREMENTS. The successful Bidder shall furnish Agency with a Labor and Material Payment Bond and a Performance and Warranty Bond, each in an amount equal to 100% of the Contract price. Each bond shall be secured from a surety company that meets all State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120 and is admitted by the State of California, and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The Agency shall not accept personal sureties and unregistered surety companies. Each bond shall be accompanied, upon the request of Agency, with all documents required by Code of Civil Procedure Section 995.660 to the extent required by law. All bonding and insurance requirements shall be completed and submitted to Agency within 10 Working Days from the date the Agency provides the successful Bidder with the Notice of Award. These bonds shall be kept in full force and effect during the course of this Project and shall extend in full force and effect and be retained by the Agency until they are released as stated in the Contract. The Bonds are to be accompanied by an original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 13. SUBSTITUTION OF SECURITY. The Contract Documents call for monthly progress payments based upon the percentage of the Work completed. The Agency will retain a percentage of each progress payment as provided by 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 9 the Contract Documents. At the request and expense of the successful Bidder, the Agency will substitute securities for the amount so retained in accordance with Public Contract Code Section 22300. 14. OPTIONAL ESCROW FOR SECURITY DEPOSIT. Pursuant to applicable provisions of law (i.e., Public Contract Code Section 10263), appropriate securities may be substituted for any obligation required by these instructions or for any monies withheld by the Agency to ensure performance under the Contract. Public Contract Code Section 10263 requires monies or securities to be deposited with the Agency or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. 15. INSURANCE REQUIREMENTS. Before commencing the Work, the successful Bidder shall purchase and maintain insurance as set forth in the Agency General Conditions. If the Bid is accepted, and if requested by the Agency, Contractor shall provide Agency or preferred vendor copies of the insurer’s most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Insurance Code Section 900 et seq. within 10 Calendar Days of the insurer’s receipt of a request to submit the statements. In accordance with the provisions of Labor Code Section 3700, Contractor shall secure the payment of compensation to its employees. Contractor shall sign and file with the Agency the following certificate before performing the Work under the Contract: I am aware of the provisions of Labor Code Section 3700, which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of the Contract. The form of such, Certificate of Insurance (00 45 25), shall be submitted as a part of the Bid Package. Insurance must be placed with insurers that: 1) Have a rating in the most recent Best’s Key Rating Guide of at least A-:VII, or 2) Appear on the List of Approved Surplus Line Insurers, (“LASLI”) with a Best’s Key Rating Guide of at least A: X. 3) Are admitted to conduct the business of insurance in the State of California by the Insurance Commissioner. 4) Otherwise comply with all other aspects of City Council Policy No. 70. Auto policies offered to meet the specification of this Contract must: 1. Meet the conditions stated above for all insurance companies. 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 10 2. Cover any vehicle used in the performance of the Contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers’ compensation insurance required under this Contract must be offered by a company meeting the above standards with the exception that the Best’s rating condition may be waived. The Agency does accept policies issued by the State Compensation Fund meeting the requirement for workers’ compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of the insurance shall be included in the Bid price. The award of the Contract by the Board is contingent upon the Contractor submitting the required bonds and insurance, as described in the Contract Documents, within 10 Working Days of bid opening. If the Contractor fails to comply with these requirements, the Agency may award the Contract to the second or third lowest Bidder and the bid security of the lowest Bidder may be forfeited. 16. LICENSING REQUIREMENTS. Pursuant to Business and Professions Code Section 7028.15 and Public Contract Code Section 3300, all Bidders must possess proper licenses for performance of the Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Business and Professions Code Section 7028.5, the Agency shall consider any Bid submitted by a contractor not currently licensed in accordance with California law and pursuant to the requirements found in the Contract Documents to be nonresponsive, and the Agency shall reject the Bid. The Agency shall have the right to request, and Bidders shall provide within 10 Calendar Days, evidence satisfactory to the Agency of all valid license(s) currently held by that Bidder and each of the Bidder’s Subcontractors, before awarding the Contract. Notwithstanding anything contained in this Contract, if the Work involves federal funds, the Contractor shall be properly licensed by the time the Contract is awarded, pursuant to the provisions of Public Contract Code Section 20103.5. 17. SUBCONTRACTORS. Bidder shall set forth the name, address of the place of business, and contractor license number of each Subcontractor who will perform work, labor, furnish materials or render services to the bidder on the Contract. This requirement includes each Subcontractor licensed by the State of California who, under subcontract to Bidder, specially fabricates and installs a portion of the Work described in the Drawings and Specifications in an amount in excess of one-half of one percent (0.5%) of the total Bid price. Additionally, the Bidder shall indicate the portion of the Work to be done by each Subcontractor in accordance with Public Contract Code Section 4104. Bidder shall submit Proposed Subcontractors Form (00 43 30) with the Bid Package. 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 11 This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the Bid as non-responsive. Any Bid that proposes performance of more than 80 percent of the Work by Subcontractors or performance by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated on the Proposed Subcontractors Form (00 43 30) “Contractor’s Bid” will not be included in computing the percentage of work proposed to be performed by the Bidder. Suppliers of materials from sources outside the limits of Work are not Subcontractors. The value of materials and transport of materials from sources outside the limits of Work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor, as the case may be, that the Bidder proposes as installer of the materials. The value of material incorporated in any Subcontractor-installed Bid item that is supplied by the Bidder shall be included as a part of the Work that the Bidder proposes to be performed by the Subcontractor installing the item. When the Bidder proposes to use a Subcontractor to construct or install less than 100 percent of a Bid item, the Bidder shall attach an explanation sheet to the Proposed Subcontractor Form (00 43 30). The explanation sheet shall clearly apprise the Agency of the specific facts that show the Bidder proposes to perform no less than twenty percent (20%) of the Work with its own forces. Determination of the subcontract amounts for purposes of award of the Contract shall be determined by the Board in conformance with the provisions of the Contract Documents. The decision of the Board shall be final. Contractor is prohibited from performing any Work on this Project with a Subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Section 1771.1 or 1777.7. Bidders shall make copies of the disclosure forms as may be necessary to provide the required information to Subcontractors. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. 18. BIDDER INFORMATION AND EXPERIENCE FORM. Each Bidder shall complete the provided questionnaire and shall submit the questionnaire along with its Bid. Failure to provide all information requested within the questionnaire along with the Bid may cause the Bid to be rejected as non-responsive. The Agency may reject any Bid if an investigation of the information submitted does not satisfy the Agency that the Bidder is qualified to properly carry out the terms of the Contract. The Bidder shall submit Bidder Information and Experience Form (00 43 40) with the Bid Package. 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 12 19. NON-COLLUSION AFFIDAVIT. Bidders on all public works contracts are required to submit an affidavit of non-collusion with their Bid. This form (00 45 10 Non-Collusion Affidavit) is included with the Bid Package and must be signed and dated under penalty of perjury. 20. IRAN CONTRACTING ACT OF 2010. In accordance with Public Contract Code Section 2200 et seq., the Agency requires that any person that submits a bid or proposal or otherwise proposes to enter into or renew a contract with the Agency with respect to goods or services of $1,000,000 or more, certify at the time the bid is submitted or the contract is renewed, that the person is not identified on a list created pursuant to subdivision (b) of Public Contract Code Section 2203 as a person engaging in investment activities in Iran described in subdivision (a) of Public Contract Code Section 2202.5, or as a person described in subdivision (b) of Public Contract Code Section 2202.5, as applicable. The form of such Iran Contracting Certificate is included with the Bid Package and must be signed and dated under penalty of perjury. 21. PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION. Pursuant to Labor Code Section 1773, the Agency has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in San Diego County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this Contract. A copy of these prevailing wage rates may be obtained via the internet at www.dir.ca.gov/dlsr/. In addition, a copy of the prevailing rate of per diem wages is available at the Agency and shall be made available to interested parties upon request. The successful Bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any Subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors. Pursuant to Labor Code Sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted, nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded the Contract, the Bidder and its Subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under the Contract and applicable law in its Bid. 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 13 To this end, Bidder shall sign and submit with its Bid the Public Works Contractor Registration Certification on the form provided, attesting to the facts contained in the registration certificate. Failure to submit this certificate may render the Bid non-responsive. In addition, each Bidder shall provide the registration number for each listed Subcontractor in the space provided in the Proposed Subcontractors Form (00 43 30). 22. PREVAILING WAGES. Pursuant to Labor Code Sections 1720, et. seq. and 1770, et. seq., Contractor shall pay prevailing wages for all Work performed under the Contract. The Agency has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages in the locality in which the Work will be performed for each craft or type of worker needed to execute the Contract. These rates are available at the Agency or may be obtained online at http://www.dir.ca.gov. Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site(s). 23. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS. In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Labor Code Section 1777.1 or 1777.7. Any contract on a public works project executed between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to the Agency. The Contractor shall be responsible for the payment of wages to workers of a debarred Subcontractor who has been allowed to work on the Project. The Agency may disqualify a Contractor or Subcontractor from participating in bidding when a Contractor or Subcontractor has been debarred by the Agency or another jurisdiction in the State of California as an irresponsible bidder. 24. SIGNING OF BIDS. All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders may be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it may be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations that the Bidder assumes under the Bid and under any Contract 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 14 arising therefrom. The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name. 25. SUBMISSION OF SEALED BIDS. Once the Bid and supporting documents have been completed and signed as set forth in these Instructions to Bidders, they shall be uploaded, along with other required materials, to the online bidding portal before the deadline for submitting bids. At the time of Bid submission, whether in the form of a cashier’s check, a properly certified check or an approved corporate surety bond payable to the Agency, Bidders must upload an electronic Portable Document Format (PDF) copy of the Bid Guarantee to the online bidding portal. The first 3 apparent low Bidders must provide the Agency with the original Bid Guarantee within 2 Business Days after the Bid opening date. Failure to submit the electronic version of the Bid Guarantee at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Failure to provide the original within 2 business days may deem the bidder non-responsive. Original Bid Bond shall be submitted to: Public Works Contract Administration Attention: Janean Hawney, Contract Administrator 1635 Faraday Avenue Carlsbad, California, 92008 No oral or telephonic Bids will be considered. Pursuant to Public Contract Code Sections 1600 and 1601, Bidders will submit their Bids via electronic transmission (the online bidding portal). Bids received after the Bid Submission Deadline will not be accepted. Agency may reject any Bid not strictly complying with Agency’s designated methods for delivery. 26. OPENING OF BIDS. Bids submitted on the online bidding portal will be reviewed by the Agency. Once the Bid Submission Deadline has passed, Bidders, proposers, the general public, and Agency staff are able to immediately see the results online. Agency shall consider award of the Contract to the lowest, responsive, responsible Bidder as determined by the Agency consistent with Section 32 below. In case of a discrepancy between the line item entries submitted in the online bidding portal and the Bid Form, the online bidding portal shall prevail. In the event of any discrepancies, written numbers (e.g., fifty, hundred) will govern over numerical numbers (e.g., 50, 100) on the Bid Form. Also, the sum of all lump sum line items will govern over the “Total Proposed Lump Sum Price” line item. The Agency may reject any or all Bids or waive any irregularities or informalities in any Bids or in the Bidding process. 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 15 The Bid and the terms of the Contract Documents constitute an irrevocable offer that shall remain valid and in full force for a period of 90 Calendar Days from the Bid Submission Deadline and such additional time as may be mutually agreed upon by the Agency and the Bidder. 27. WITHDRAWAL OF BID. Any Bid may be withdrawn via written letter, incurring no penalty, at any time before the scheduled closing time for receipt of Bids. Requests to withdraw Bids shall be worded to not reveal the amount of the original Bid. Withdrawn Bids may be resubmitted until the Bid Submission Deadline, provided that resubmitted Bids are in conformance with these Instructions to Bidders. Bids may be withdrawn after bid opening only by providing written notice to Agency within five (5) Working Days of the bid opening and in compliance with Public Contract Code Section 5100 et seq., or as otherwise may be allowed with the consent of the Agency. 28. BIDDERS INTERESTED IN MORE THAN ONE BID. No Bidder shall be allowed to make, file or be interested in more than 1 Bid for the same work unless alternate Bids are specifically called for. If the Notice Inviting Bids provides for alternate Bids, a person, firm or corporation that has submitted a sub-proposal to a Bidder, or that has quoted prices of materials to a Bidder, is not disqualified from submitting a sub-proposal or quoting prices to other Bidders. No person, firm, corporation, or other entity may submit a sub- proposal to a Bidder, or quote prices of materials to a Bidder, when also submitting a prime Bid on the same Project. 29. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES, AND FEES. Contractor and its Subcontractors performing work under the Contract will be required to pay California sales tax and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the Work will be located, unless otherwise expressly provided by the Contract Documents. 30. PERMIT AND INSPECTION FEE ALLOWANCE. Section not used. 31. BASIS OF AWARD; BALANCED BID. The Agency shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. The lowest Bid will be determined on the basis of the sum of the Schedule A Bid prices. In the event of any discrepancies, written numbers (e.g., fifty, hundred) will govern over numerical numbers (e.g., 50, 100) on the Bid Form. Also, the sum of all lump sum line items will govern over the “Total Proposed Lump Sum Price” line item. The Agency may reject any Bid which, in its opinion when compared to other Bids received or to the Agency’s internal estimates, does not accurately reflect the cost to perform the Work. The Agency may reject as non-responsive any Bid which unevenly weights or allocates costs, including but not limited to overhead and profit to 1 or more particular Bid items or otherwise violates Public Contract Code Section 9203. 00 21 10 INSTRUCTIONS TO BIDDERS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 16 32. AWARD PROCESS. Once all Bids are opened and reviewed to determine the lowest responsive and responsible Bidder, the Board may award the Contract. Once notified by Agency staff, the apparent successful Bidder should begin to prepare the following documents: (1) the Labor and Materials Bond; (2) the Performance and Warranty Bond; and (3) the required insurance certificates and endorsements. Once the Agency notifies the Bidder of the award, the Bidder will have 10 Working Days from the date of this notification to execute the Contract and supply the Agency with all of the required documents and certifications or the Bidder may forfeit the Bid security and the Agency may pursue award of the Contract to the next lowest, responsive, responsible Bidder. Once the Agency receives all properly drafted and executed documents and certifications from the Bidder, the Agency shall issue a Notice to Proceed to that Bidder. 33. EXECUTION OF CONTRACT. As required in these Instructions to Bidders, the Bidder to whom an award is made shall execute the Contract in the amount determined by the Contract Documents. The Agency may require appropriate evidence that the persons executing the Contract are duly empowered to do so. The Contract and bond forms to be executed by the successful Bidder are included within these Specifications and shall not be detached. 34. BUSINESS LICENSE The prime Contractor is required to have and maintain a valid City of Carlsbad Business License for the duration of the Contract. 35. PARTICIPATION OF MINORITY AND WOMEN-OWNED BUSINESSES. The Agency encourages the participation of minority and women-owned businesses. 36. USE OF RECYCLED MATERIALS The Agency encourages Bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Agency’s Engineer. 37. STATUTORY REFERENCES All references in these Instructions to Bidders (00 21 10) to any statute, rule or regulation are to the statute, rule or regulation as amended, modified, supplemented or replaced from time to time by the corresponding legislative or regulatory body. END OF SECTION .. 00 41 00 BID FORM NAME OF PROJECT: Ruby G. Schu!rnan Auditorium Audiovisual Update CONTRACT NO.: PWS24-2264FAC NAME OF BIDDER: --"C-'-A-"'L'-'T-"'E"-'C'----"-C-"-o-'-"rp'--'-.---------- AGENCY: City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 The undersigned declares that we have carefully examined the location of the proposed Work, and have read and examined the Contract Documents, including all Plans, Specifications, and Addenda, if any, for the above-mentioned Project. The undersigned has acknowledged receipt, understanding, and full consideration of ANY and ALL Addenda to the Contract Documents via the online bidding portal. We propose to furnish all labor, materials, equipment, tools, transportation, and services, and to di scharge all duties and obligations necessary and required to perform and complete the Project, as described and in strict conformity with the Drawings, and these Specifications for TOTAL BID PRICE. i' Attached is the required Bid Bond (00 43 10) or Bid Security (00 43 20) in the amount of _/flOt less than 10% of the Total Bid Price. rf Attached is the completed Proposed Subcontractors form (00 43 30). ~ttached is the completed Bidder Information and Experience form (00 45 40) /i Attached is the fully executed Non-collusion Affidavit (00 45 10). J1 Attached is the completed Iran Contracting Act Certification form (00 45 15). j/ Attached is the completed Public Works Contractor Registration Certification form (00 45 20). Attached is the completed Certificate of Insurance form (00 45 25). Attached is the Statement of Regarding Debarment form (00 45 30) Attached is the Disclosure of Discipline Record (00 45 35) [' Attached is the Optional Escrow Agreement (if applicable) (00 61 30) v( Attached is the CARB Fleet Compliance Certification (Appendix A) 00 41 00 BID FORM Document Version. 1.0 rage 17 Date Printed: January 11, 2024 Current Update: October 2022 1. BID SCHEDULE Schedule "A" per GENERAL AND TECHNICAL SPECIFICATIONS, PROJECT MANUAL AND PLANS Item Item Description Unit of Unit Total Price No. Measure Price Schulman Auditorium A-1 Mobilization (See Contract Section 7-3.4) LS N/A 96,314 A-2 General Provisions (including weekly LS N/A clean up and debris removal) to be billed monthly 235,363 A-3 Selective demolition LS N/A 55,000 A-4 Drywall work and architectural finishes LS N/A 25,000 A-5 Plumbing work scope LS N/A 10,000 A-6 Painting work scope LS N/A 8,000 A-7 Audio Visual work scope (inclusive of LS N/A removal an d installation work) 1,243,695 A-8 Lighting work scope (inclusive of removal LS N/A and installation work) 277,450 A-9 Electrical work scope (inclusive of LS N/A removal and installation work) 180,400 A-10 Mechanical work scope (inclusive of LS N/A removal and installation work) 1,000 A-11 Commissioning of new systems LS N/A 70,000 A-12 Punch list work scope and completion LS N/A $10,000 A-13 Closeout documents (complete with LS N/A $10,000 warranties and Operations and Maintenance manuals The costs for any Work shown or required in the Contract Documents, but not specifica lly identified above as a line item in the Schedule associated with the area of work, shall be included in the related line items in the above relevant Sc hedule and no additional compensation shall be due to the Contractor for the performance of the Work required in the Contract Documents. The TOTAL BID PRICE on Bid Schedule "A " Total Bid Price in Numbers for Schulman Auditorium: $2,222,222.00 ------------- Total Bid Price in Words for Schulman Auditorium: -------------- Two Million Two Hundred Twenty Two Thousand Two hundred Twenty Two The City shall determine the low bid base d on the sum calculated above in Sch edule "A". In case of a discrepancy between the line item entries submitted in the on line bidding portal and t he Bid Form, the online bidding portal shall prevail. 00 41 00 BID FORM Document Version: 1.0 Page 18 Date Printed: January 11, 2024 Current Update: October 2022 The undersigned agrees that this Bid Form constitutes a firm offer to the Agency which cannot be withdrawn for ninety (90) Calendar Days from and after the Bid opening, or until a Contract for the Work is fully executed by the Agency and the lowest responsible Bidder, whichever is later. Th e Undersigned has carefully checked all the above figures and understands that the Agency will not be responsible for any error or omission on the part of the Undersigned in preparing this Bid. 3. RECITALS The successful Bidder agrees to sign the Contra ct and fu rnish the necessa ry bonds and certificates of insurance within 10 Working Days after the Agency issues the Notice of Award to the successfu l Bidder. The Undersigned agrees that in case of failure to execute the required Contract with necessary bonds and insurance policies within this time period, the Agency may pursue awarding the Contract to the next lowest responsible Bidder and the Bid Security of the lowest Bidder may be forfeited. Upon receipt of the signed Contract and other required documents, the Agency will proceed to execute the Contract and issue a purchase order and the Notice to Proceed. The t ime of completion shall commence on the date of the Notice to Proceed, unless otherwise specified. The undersigned agrees to begin the Work within 10 Working Days of the date of the Notice to Proceed, unless otherwise specified. The Undersigned is aware of the provisi ons of Labor Code Section 3700, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code and agrees to comply with such provisions before commencing the performance of the Work of this Contract and continue to comply until the Contract is complete. The Undersigned is aware of the provisions of Labor Code Section 1770 et seq. relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Th e Undersigned Bidder declares, under penalty of perjury, that the undersigned is licensed to do bu siness or act in the ca pacity of a contractor within the State of California and that this statement is true and correct and has the legal effect of an affidavit. Th e following are the Bidder's applicable license number(s), with their expiration date(s) and class of license(s): 852623 -A & B -01/31/2025 00 4100 BID FORM Document Version: 1.0 Page 19 Date Printed: January 11, 2024 Current Update: October 2022 If the Bidder is a joint venture, each member of the joint venture must include the required licensing information. A Bid submitted to the Agency by a Contractor who is not licensed as a Contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the Agency. In all contracts where federal funds are involved, no Bid submitted shall be invalidated by the failure of the Bidder to be licensed in accordance with California law. However, at the time the Contract is awarded, the Contractor shall be properly licensed. The Undersigned Bidder represents as follows: 1. That no elected or appointed official, officer, agent, or employee of the Agency is personally interested, directly or indirectly, in this Contract, or the compensation to be paid under it; that no representation, oral or in writing, of the Agency, its officers, agents, or employees has induced Bidder to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part of this Contract by its terms; and 2. That this Bid is made without connection with any person, firm, or corporation making a Bid for the same Work, and is in all respects fair and without collusion or fraud. Accompanying this Bid is Bidder's Bond (Cash, Certified Check, Bidder's Bond or Cashier's Check) for 10% of the amount Bid, payable to Agency as Bid Security and which is given as a guarantee that the undersigned will enter into a Contract and provide the necessary bonds and certificates of insurance if awarded the Contract. Organized under the laws of the State of _C_a_l_ifo_r_n_ia ______ _ 0 an individual □ a partnership {/ a corporation 00 41 00 BID FORM Document Version: 1.0 (Signatures continued on next page) Page 10 Date Printed: January 11, 2024 Current Update: October 2022 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: I certify under penalty of perjury under the laws of the State of Cal ifornia that all of the information submitted in connect ion with this Bid and all of the representations made in this Bid are true and correct . 1 Name under which business is co nducted 2 Signature (given and surname) of proprietor Printed/Typed Name 3 Place of Business (Full Address: street, number, city, stat e, zip) 4 Te lephone Number 5 Email N/A NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 004100 BID FORM Document Version: LO Page 21 Date Printed: January 11, 2024 Current Update: October 2022 IF A PARTNERSHIP, SIGN HERE: I certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made in this Bid are true and correct. 1 Name under which business is conducted 2 Signature (given and surname and role) (Note: Signature must be made by a general partner) Printed/Typed Name 3 Place of Business (Full Address: street, number, city, state, zip) 4 Telephone Number 5 Email N/A NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 00 41 00 BID FORM Document Version. 1.0 Page 2 2 Date Printed: January 11, 2024 Current Update: October 2022 IF A CORPORATION, SIGN HERE: I certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made in this Bid are true and correct. 1 Name under which business is co nducted 2 Signature (given and surname and Title) (Note: Signature must be made by a someone who can bind the corporation) CAL TEC Corp. Printed/Typed Name _H_a_m_i_d_A_b_g_h_ar_i ___ ---11----------------- 3 Place of Business (Full Address: street, 8732 Westminster Blvd., Suite 2 Westminster Ca 92683 number, city, state, zip) 4 Telephone Number 714-71 7 -1638 5 Email hen ry@calteccorp.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 00 41 00 BID FORM Document Version· 1.0 Page 23 Date Printed: January 11, 2024 Current Update: October 2022 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 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 °7• On 1i,b ltate ) d:--1: before me, t~r!~~~Na:a~Officer personally appeared ______ _At,.---""· +-~........,,O~~ .... i,<..........J.-----Jt...u....a.m...._'--"""'1cJ......,__ _________ _ 4 Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1············ .. • PHUONG L. NGUYEN f -Noury Publk • California I Orqe County J Commission 12474170 - . My Comm. Expires Nov 28, 2027 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature----~ t-- Sigatureof Notary Public OPTIONAL 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: ___________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General D Individual D Trustee D Other: □ Attorney in Fact □ Guardian or Conservator Signer is Representing: _________ _ ©2019 National Notary Association Signer's Name: D Corporate Officer -Title(s): _______ _ □ Partner -□ Limited □ General D Individual o Trustee □ Other: D Attorney in Fact □ Guardian or Conservator Signer is Representing: _________ _ List below names of president, vice president, CFO, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Hamid Abghari, PresidenUSecretary Approved as to form this END OF SECTION 00 41 00 BID FORM Document Version: J .0 21st day of Page 24 Februar~ 202• ~ \ Attorney TOf Agency Date Printed: January 11, 2024 Current Update: October 2022 .... 00 43 10 BID BOND FORM (Note: This form is not required when other form of Bidder's Security, e.g. cash, certified check or cashier's check, accompanies Bid. In that case, use form 00 43 20 Bid Security) NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update CONTRACT NO.: PWS24-2264FAC NAME OF BIDDER: ....;ca=lt;:;:ec~C;,:o;.:Jrpc..,_ __________ _ The makers of this bond are, caltec Corp as Principal, and Developers Surety and Indemnity Company , as Surety and are held and firmly bound unto the City of Carlsbad ("Agency") in the penal sum of 10% OF THE TOTAL BID PRICE of the Principal submitted to the Agency for the Work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid dated February 15th, 2024 If the Principal does not withdraw its Bid within the time specified in the Contract Documents; and if the Principal provides all required documents to the Agency and is awarded the Contract; then this obligation shall be null and void. Otherwise, this bond will remain in full force and effect. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents shall affect its obligation under this bond, and Surety waives notice of any such changes. In the event a lawsuit is brought upon this bond by the Agency and judgment is recovered, the Surety shall pay all litigation expenses incurred by the Agency in such suit, including reasonable attorneys' fees, court costs, expert witness fees and expenses. Ill Ill Ill Ill Ill 00 43 10 BID BOND Document Version: 1.0 Page 25 Date Printed: January 11, 2024 Current Update: October 2022 IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this 8th day of February 20 24 the name and corporate sea l of each corporation. PRINCIPAL: Caltec Corp (Name of Principal) (Print name here) {Jfe1,-Ja1i ~ (Title and Organization of Signatory) Required Attachments: Executed by SURETY this -=8=th'--_day of February 20 24 SURETY: Developers Surety and Indemnity Company (name of Surety) 800 Superior Avenue E., 21st Floor Cleveland , OH 44114 (address of Surety) Shilo Lee Losino (printed name of Attorney-in-Fact) □ Corporate resolution showing current power of attorney. □ Proper execution by PRINCIPAL. □ Proper notarial acknowledgment of execution by SURETY. D President or vice-president and CFO, sec retary or assistant secretary must sign for corporations. If only 1 officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation. END OF SECTION 00 43 10 BID BOND Document Version: 1.0 Page 26 Date Printed: January 11, 2024 Current Update: October 2022 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 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 ~/$/;l 4 before me, CHIMENE HOBBS, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared SHILO LEE LOSINO Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ········~ CHIMENE HOBBS Notary Public -California 2 Los Angeles County ~ Commission # 2464773 - y Comm. Expires Sep 28, 2027 Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature _--\.(.,...Jutrnc:.L..Jl!:!!.l-u....uD/Y'(),M.L-._....J~~;:___;;;__;;-==--- Signature of Notary Public ----------------OPTIONAL _______________ _ Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Trtle or Type of Document: _____________ Document Date: _______ _ Number of Pages: Signer(s) other Than Named Above: ____________ _ Capacity(ies) Claimed by Signer{s) Signer's Name: ____________ _ Signer's Name: ____________ _ D Corporate Officer -Title(s): _____ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited D General D Partner -D Limited D General D Individual D Attorney in Fact □ Individual D Attorney in Fact D Trustee D Guardian or Conservator □ Trustee D Guardian or Conservator D Other: _____________ _ □ Other: _____________ _ Signer Is Representing: _________ _ Signer Is Representing: _________ _ ~rn~w««™™Y<;™W~™™W™«"«'lii<,1 @2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 POWER OF ATTORNEY FOR COREPOJNTE INSURANCE COMPANY DEVELOPERS SURETY AND JNOEM ITY COMPANY 59 Maiden Lane, 43rd Floor. New York, NY I 0038 (212) 220-7120 KNOW ALL BY TI-IESE PRESENTS that, except as expressly limited herein, COREPOlNTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, do hereby make, constitute and appo1111. Shilo Losino ________________________ , of Woodland Hills, CA as ,ts !rue and lawful Attorney-in-Fact, lo make, execute. deliver and acknowledge, for and on behalf of said companies, as surelies, bonds, undertakings and contracts ofsuretyship givmg and granting unto said Attorney-in-Fact full power and authority to do and to perform eve,y act necessa,y, requisite or proper 10 be done in connection therewith as each of said company could do. but reserving to each of said company full power of substitution and rev~i3/5f/.l of the acts of said Attorney-in-Fact, pursuant to these presents, are hereby ratified and confinned. This Power or Anorney is effective '2,t/ and shall expire on l)ecemher 11, 2025 This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Roard or Directors ofCOREPOINTE fNSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (colle.ctively, "Company") on Novemher 3, 2022. RESOLVED, that Sam Zaza. Senior Vice Presidem Surety Underwriting. James Bell, Vice President. Surety Underwriting. and Craig Dawson, Executive Underwriter,~ each an employee of AmTrust North America, Inc., an affiliate of the Company (the "Authori1.ed Signors"), are hereby authorized to execute a Power of Attorney, qualifying attomey(s)-in-fact named in the Power of Attorney lo execute, on hehalf of the Company, bonds, undertakings and contracts of suretyship, or other suretyship obligations; and that the Secretary or any Assistant Secreta,y of the Company be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney. RESOLVED, that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company, and the seal of the Company must be aflixed to any such Power of Attorney, and any such signature or seal may be affoced by facsimile. and such Power of Attorney shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretysh,p tn which it is attached IN WITNESS WHEREOF, COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMN1TY COMPANY have caused these presents to be signed by the Authonz,:tl SigJ101 am.I anestcd by thci, Secretary or Assistant Secretary th,s December 5, 2022 Title: Senior Vice President, Surety STATE OF California COUNTY OF _0r_a-'ngc...•-------- On lhis.5~ay of ~~ 2012, before me,~~ -:S. ~O..~ personally appeared ..:S:..:a:.:..mc.:...::Z=a=za=------- who proved Io me on the basis of satisfoctory evidence to be the person whose name is subscribed to within the instrument and acknowledged t<> m: that they executed the same m their authorized capacity, and that by the signature on the instrument the cmitics upon behalf which the person acted, e,.eculed this in~1rument. I certify, under penalty of perjury, under the laws of1he Stale of_Ca_llf_om_•_• ______ that 1he foregoing paragraph is true ond correct. ooeeooeooo oe( J ~•, DIAN[ J. KAWATA f , J. ..:,. •,. Notary Public· California , ~ ~ .. ~ ~ Orange County '· •, • • Comm1s1!on # 2284027 , • ., • ··• My Comm. Expires Apr 28, 2023 WITNESS my hand and official seal. CORPORATE CERTIFICATIO ' The undersigned. the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY. does hereby cert if)' that tl1e provisions of Ihc resolutions of the respective Boards of Directors of said corporations set forth in this Power of Altomey are in force as of the dote of this Certification. • 1111s Certification is executed in the City of Cleveland. Ohio, 1his 22 day or November. 2012 r-:DocuSigned by. By: --~-b -"'s~""s4"-'1,,,.s"'1A"'~""~;e::S<.::,~"""'--s_t-_s ________ _ Barry W Moses. Assislanl Secretary POA No. N/A l:d. 1122 '--CALIFORNIA ' , DEPARTMENT OF INSURAr,CE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information DEVELOPERS SURETY AND INDEMNITY COMPANY P.O. BOX 19725 IRVINE, CA 92623-9725 Old Company Names Effective Date Agent For Service William Huser 7801 Folsom Blvd. Suite 202 Sacramento CA 95826 Reference Information I NAIC #: I California Company ID#: I Date Authorized in California: I License Status: I Company Type: I state of Domicile: back to top NAIC Group List NAIC Group #: Lines Of Business 1112718 I 4606-0 I 08/30/1999 I UNLIMITED-NORMAL I Property & Casualty I CALIFORNIA I 2538 AmTrust Financial Serv Grp The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS back to top © 2008 California Department of Insurance PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION 00 43 20 BID SECURITY (Note: This form is required when cash, certified check or cashier's check, accom anies Bid . If Bid Bond is being provided, use form 00 43 10 Bid Bond) NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update NAME OF BIDDER: ______________ _ Accompanying this proposal is a Certified / Cashier's check paya e to the order of the City of Carlsbad ("Agency"), in the sum of _________ ___,,,,__ _________ _ dollars ($ ________ ), this amount being 10% of he total amount of the Bid. The proceeds of this check shall become the property of the Ag cy, provided this proposal shall be accepted by the Agency through action of its legally cons • uted contracting authorities and the Undersigned shall fail to execute a Contract and furnish e required Performance, Warranty and Payment Bonds and proof of insurance coverage withi the stipulated time; otherwise, the check shall be returned to the Undersigned. The proceeds f this check shall also become the property of the Agency if the Undersigned shall withdraw ·s or her Bid within the period of 15 Calendar Days after the date set for the opening of t Bid, unless otherwise required by law, and notwithstanding the award of the Contract to nether Bidder. Required Attachments: END OF SECTION 00 43 20 BID SECURITY Document Version: 1.0 Page 27 BIDDER Date Printed: March 20, 2024 Current Update: October 2022 00 43 30 PROPOSED SUBCONTRACTORS FORM NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update NAME OF BIDDER: _C_A_L_T_E_C_C_o_r:_p. ____________ _ In compliance with the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 et seq.), Bidder shall set forth below: (a) the name and the location of the place of business, (b) the California contractor license number, (c) the DIR public works contractor registration number, and (d) the portion of the Work which will be done by each Subcontractor who will perform work or labor or render service to the Bidder in or about the construction of the Work or improvement to be performed under this Contract in an amount in excess of one- half of one percent (0.5%) of the Bidder's Total Bid Price. Notwithstanding the foregoing, if the Work involves the construction of streets and highways, then the Bidder shall list each Subcontractor who will perform work or labor or render service to the Bidder in or about the Work in an amount in excess of one-half of one percent (0.5%) of the Bidder's Total Bid Price or $10,000, whichever is greater. No additional time shall be granted to provide the below requested information. If a Bidder fails to specify a Subcontractor or if a Contractor specifies more than one Subcontractor for the same portion of Work, then the Bidder shall be deemed to have agreed that it is fully qualified to perform that portion of Work and that it shall perform that portion itself. No changes in the Subcontractor's listed Work will be made without the prior approval of the Agency. Attach additional pages as required. (Signature of Bidder) 00 40 30 PROPOSCD SUBCONTRAC:ORS ~ORM Document Version: 1.0 Page 28 Date Printed: January 11, 2024 Current Update: October 2022 Name of Location of CSLB DIR Type of Work %of Amount of Subcontractor Business Contractor Registration to be done by Work Work by License No./ Exp. Subcontractor Subcontractor No./ Exp. Date in Dollars* Date Prontto Enterprises 393 West St 754535 1000009856 Electrical & 9.20% Inc dba Upland Ca 91786 10/31/2024 06/30/2026 $204.500 Prontto Electric Lighting AVI SYSTEMS INC 10070 'l\,1LLOW 792548 1000036874 AN Systems 51.47% $1.143.695 REEK RD SAN DIEGO CA 92131 05/31/2024 00/3012025 Pursuant to Public Contract Code Section 4104, subdivision (a)(3)(A), receipt of the information preceded by an asterisk(*) may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contain ed in the "Notice Inviting Bids." END OF SECTION 00 40 30 PROPOSED SUBCONTRACTORS FORM Document Version: 1.0 Page 29 Date Printed: January 11, 2024 Current Update: October 2022 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update CONTRACT NO.: PWS24-2264FAC NAME OF BIDDER: CAL TEC Corp. -------------------- 1. INFORMATION ABOUT BIDDER (Indicate not applicable ("N/A") where appropriate.) NOTE: Where Bidder is a joint venture, pages shall be duplicated, and information provided for all parties to the joint venture. 1. Type, if Entity: _C_o_rp_o_r_a_tio_n _______________ _ 2. Bidder Address: 8732 Westminster Blvd., Suite 2 Westminster Ca 92683 a. Facsimile Number 714-894-7028 ----------- b. Telephone Number 714-717-1638 ----------- c. Email Address henry@calteccorp.com 3. How many years has Bidder's organization been in business as a contractor? 20 years 4. How many years has Bidder's organization been in business under its present name? 20 years a. Under what other or former names has Bidder's organization operated? NIA 5. If Bidder's organization is a corporation, answer the following: a. Date of Incorporation: 05/04/2004 b. State of Incorporation: California c. President's Name: Hamid Abghari d. Vice-President's Name(s): e. Secretary's Name: Hamid Abghari 00 43 30 BIDDEH INFORMATION AND EXPtHIENCE FORM Document Version: 1.0 Page 30 Date Printed: January 11, 2024 Current Update: October 2022 f. Treasurer's Name: g. CFO's Name: 6. If an individual or a partnership, ar.swer the following: a. Date of Organization: _N_/A _____________ _ b. Name and address of all partners (state whether general or limited partnership): 7. If other than a corporation or partnership, describe organization and name principals: Corporation -Hamid Abghari, President/Secretary 8. list other states in which Bidder's organization is legally qualified to do business. N/A 9. What type of work does the Bidder normally perform with its own forces? Carpentry, Gypsum Board Syatem, Metal Fabrication, Concrete 10. Has Bidder ever failed to complete any work awarded to it? If so, note when, where, and why: YES -see attached 11. Within the last 5 years, has any officer or partner of Bidder's organization ever been an officer or partner of another organization when it failed to complete a contract? If so, attach a separate sheet of explanation: YES -see attached 00 43 30 BIDDER INFORMATION AND EXPERIE:.NCE FORM Document Version: 1 0 Page 31 Date Printed: January 11, 2024 Current Update: October 2022 .Cf 2/14/2024 CALTEC CORPORATION City of Carlsbad 1635 Faraday Ave Carlsbad, Ca 92008 Ref: Ruby G. Schulman Auditorium Audiovisual Update Page 1 of 1 Subject: Bid Documents -Bidder Information and Experience Form -Answer to Questions 10 & 11 To Whom it May Concern: CAL TEC Corp.'s ("CAL TEC") surety tendered a completion contractor after UC Riverside wrongfully terminated CAL TEC due to damage arising from a force majeure rain event beyond CAL TEC's control. CAL TEC intends to pursue its legal remedies against UC Riverside to recover damages arising from the wrongful termination. Although CAL TEC has communicated its position to its surety, which determined that the surety's best of only two options under the one-sided UC-drafted performance bond was to tender a completion contractor to UC Riverside. The surety had intended to submit a $223,492.32 shortfall payment for the completion contractor's contract with UC Riverside under protest with full reservation of rights against UC Riverside and the Regents. CAL TEC has reimbursed the surety for this shortfall payment. Given the pending dispute as to the wrongful termination, ii is not appropriate for the City of Carlsbad to deduct any points, outright reject a bid from CAL TEC for a wrongful termination or disqualify CAL TEC for a wrongful termination. Online Mail calteccorp.com 8732 Westminster Boulevard Suite 2 Westminster, California 92683 Sincerely President Phone (71 4) 373-5071 Fax (714) 894-7028 E-Mail contact@calteccorp.com 12. List Trade/Client References: 3 trades (projects over $100k) and 3 clients (projects over $1M) attach additional sheet if needed. Company Name Contact Name Phone Number Email Address Trade ~$100k Action Sales Daniel Mao 626-810-2277 daniel.mao@actic nsales.com Trade ~$100k PN Supply, Inc Saul D'Mark 800-599-6996 saul@pavingnet.c om Trade ~$100k Main Electric Supply Christie Atwell 949-833-3052 catwell@ma i nelectr csupply.com Client > $1M City of Rancho Charles Nesbit 760-343-0561 harlesn@ranchomi Mirage ageca.gov Client~ $1M City of Beverly Hills Karen Domerchie 310-985-2756 Kdomerchie@beverl v hills.erg Client~ $1M City of Palm Springs Ramon Sanchez 760-318-3800 ramon.sanchez@paln springsca.gov 13. List Bank References (Bank and Branch Address): Arnencan Bus,ness Bank -400 S Hope Suite 300. Los Angeles CA 90071 14. Name of Bonding Company and Name and Address of Agent: Developers Surety and Indemnity Company P.O Box 19725. Irvine CA 92623-9725 00 43 30 BIDDER INFORMATION AND EXPCRIENCE FORM Document Version: 1.0 Shilo l.osino Page 32 Date Printed: January 11, 2024 Current Update: October 2022 2. LIST OF CURRENT PROJECTS (BACKLOG) [**Duplicate or attach additional pages if needed for listing current projects.**] Project Name Description of Bidder's Work Sub or Prime? Prime Metropolitan Headquarters Bldg Exterior Physical Security Improvements Prime Kessler Park Snack Bar & Restroom Renovation Prime Bu1ld1ng 41 Exercise Room Remodel 00 43 30 BIDDER INFORMATION ANO [XPERIENCE FORM Document Version: 1.0 Page 33 Client Name Metropolitan Water District of Southern California Bloomington Recreation & Park District Trustees of the California State University Completion Cost of Date Bidder's Work 05/08/2024 $2,165,000 03/2024 $1 ,640,290 02/2024 $1,665,000 Date Printed· January 11, 2024 Current Update: October 2022 LIST OF COMPLETED PROJECTS (LAST 3 YEARS) [**Duplicate or attach additional pages if needed for listing completed projects.**] Please include only those projects which are similar enough to demonstrate Bidder's ability to perform the required Work. Project Name Description of Bidder's Work Sub or Prime? Prime Rancho Mirage Fire Station 50 Seismic and Building Improvements Prime City of Beverly Hills Fire Station #1 Renovation Prime Airport Terminal Modifications City Project# 19-22 Prime NRB B05 Lab Renovation Prime Student Activities / Bookstore Cafe Projects 00 43 30 BIDDER INFORMATION AND EXPERIENCE rORM Document Version: 1.0 ~age 34 Client Name City of Rancho Mirage City of Beverly Hills City of Palm Springs UCLA El Camino Community College District Completion Cost of Date Bidder's Work 10/21/21-07/01 /23 $2,260,000 07/18/19-01 /02/20 $1,273,000 10/02/19-04/01/20 $1.400,00 04/01 /21-02/23/22 $772,900 05/24/21-08/27/22 $3,064.000 Date Printed: January 11, 2024 Current Update: October 2022 LIST OF COMPLETED PROJECTS (LAST 3 YEARS) [**Duplicat e or attach additional pages if needed for listing completed projects. **) Please include only those projects which are similar enough to demonstrate Bidder's ability to perform the required Work. Project Name Description of Bidder's Work Sub or Prime? Prime Skylight Rai:ings Prime Airport Common Use Podiums -bono concourse Prime Lake Arrowhead Lodge Facility 1- Guestrooms Renovation Phase 2 - 00 43 30 BIDDER INFORM/\TION ANO EXl'ERIENCF HJRlv1 Document Version. 1.0 Page 34 Client Name City of Palm Springs City of Palm Springs UCLA Completion Cost of Date Bidder's Work 06/01/23-10/20/23 $943,000 08/07 /23-12/18123 $1,805,000 12/12/22-09/01123 $595,000 Date Printed: January 11, 2024 Current Update: October 2022 EXPERIENCE AND TECHI\IICAL QUALIFICATIONS QUESTIONNAIRE Personnel: The Bidder shall identify the key personnel to be assigned to this Project in a management, construction supervision or engineering capacity. Add additional pages to identify ALL key personnel. Bidder may submit a 2-page resume of each key personnel mentioned above. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by the Agency. Job Title Specialized Name Education % time committed to this Project Ardi Abghari Bachelor of Architecture Superintendent NewSchool of Architecture 100% & Design Henry Abghari Masters Degree Project Manager Structural Engineering University of Tehran 40% 00 43 30 BIDDER INFORMATION !IND EXPERIENCE l"Of\M Document Version: 1.0 Page 35 Years of construction experience relevant to the Project 17 years 36 years Summarize the experience 17 years experience in construction industry as superintendent and project manager. extensive experience 1n construction industry, including Proiect Management, ~ro!ect Engineer. proJect Supenntendent 1e d Engineer. Scheduling. accurate takeoffs, es11ma11ng. budget,ng. contracting, purchasing, and invoicing Date Printed: January 11, 2024 Current Update: October 2022 Additional Bidder's Statements: If the Bidder feels that there is additional information which has not been included in the questionnaire above, and which would co ntribute to the qualification review, it may add that information in a statement here or on an attached sheet, appropriately marked: 00 43 30 BIDDER INFORMATIOtJ MID EXPFRIENCE ~ORM Document Ve,sion. 1.0 Page 36 Date Printed: January 11, 2024 Current Update: October 2022 3. VERIFICATION AND EXECUTION These Bid Forms shall be executed only by a du ly authorized official of the Bidder: I declare under pena lty of perjury under the laws of the State of California that the foregoing information is true and correct: Name of Bidder: CAL TEC Corp . -----------+----------------- Signature Name Hamid Abghari Title President Date 02/21 /2024 END OF SECTION 00 43 30 BIDDER INFORMATION AND EXPERIENCE FORM Document Version: 1.0 Pdge 37 Date Printed: January 11, 2024 Current Update: October 2022 00 45 10 NON-COLLUSION AFFIDAVIT NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update NAME OF BIDDER: CAL TEC Corp. -------------------- Consistent with Public Contract Code Section 7106, the undersigned declares: 1 am the President of CAL TEC Corp. the party making the foregoing Bid. The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid. The Bidder has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or to refrain from bidding. The Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid Price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid Price, or of that of any other Bidder. All statements contained in the Bid are true. The Bidder has not, directly or indirectly, submitted his or her Bid Price or any breakdown of it, or the contents of it, or divulged information or data relative to it, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent of these, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, represents that they have full power to execute, and do execute, this declaration on behalf of the Bidder. I declare under penalty of perjury und the laws of the State of California that the foregoing is true and correct and that this de , la ration is executed February 21st 20 24 at Santa Ana [city],.!±.__ [st ate]. Signature Name Hamid Abghari Title President END OF SECTION 00 45 10 NON-COLLUSION AFFIDAVIT Document Version: 1.0 Page 38 Date Printed: January 11, 2024 Current Update: October 2022 00 45 15 IRAN CONTRACTING ACT CERTIF ICATION NAME OF PROJECT: Ruby G. Schulman Auditoriu m Audiovisual Update NAME OF BIDDER: CAL TEC Corp. ------'--------------- As required by Public Contract Code Section 2204, the Contractor certifies subject to penalty of perjury that the option checked below relating to the Contractor's status in regard to the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct: f/ The Contractor is not: 1) identified on the current list of persons and entities engaged in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; or 2) a financial instruction that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy se ctor in Iran . □ The Agency has exempted the Contractor from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, the Agency will be unable to obtain the goods and/or services to be provided pursuant to the Contract. □ The amount of the Contract ayable to t he Contractor for the Project does not exceed $1,000,000. Signature: ________ ....... ___ _ Date: 02/21 /2023 Name: Hamid Abghari ---Title: President Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the Cal ifornia Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for 3 years. END OF SECTION 00 45 15 !RAN CONTRACTING ACT CERTIFICATION Document Version: 1.0 Page 39 Date Printed: January 11, 2024 Current Update: October 2022 00 45 20 PUBLIC WORKS COi\,; 1-. .c\Cr(Jf\ ;-.,F.GISTf{AT!ON CERTIFICATION NAME OF PROJECT: Ruby G. Schulman Audiloriurn Audiovisua l Update NAME OF BIDDER: CAL TEC Corp. ------'---------------- Pursuant to Labor Code Sections 1725.5 and 1771.1, all Contractors an d Subcontractors that wish to Bid on, be listed in a Bid proposa l, or enter into a Contract to perform public work must be registered with the Department of Industrial Relations. See Public Works (ca.gov} for additional information. No Bid will be accepted, nor any Contract entered into without proof of the Contractor's and Subcontractors' current registration with the Department of Industrial Relations to perform public work. Bidder certifies that it is aware of the registrat ion requirements set forth in Labor Code Sections 1725.5 and 1771.1 and is currently registered as a Contractor with the Department of Industrial Relations. Name of Bidder: CALTEC Coq:;.. DIR Registration Number: -'-1 ___ 0 ___ 0 ___ 0---0---0=24-'-.9---· 6'"'··------- DI R Registration Expiration: =0-=-6'""'/3"""'0""'"/=2=-0=2"""'4 ___________ _ Bidder further certifies: 1. Bidder shall mai ntain a current DIR registration for the duration of the Project. 2. Bidder shall include the requirements of Labor Code Sections 1725.5 and 1771.1 in its Cont ract with Subcontractors and ensure that all Subcontractors are registered at the time of Bid opening and maintain registration status for the duration of the Project. 3. Failu re to submit this rm or comply with any of the above requirements may resu lt in a finding that the Bid i non-re~:ponsive. Signature: --~- Name: Hamid Abghari END OF SECTION 00 45 20 PUBLIC WOHK5 CONTRACIOH llE(,151 f1Afll1N (EkTiF!CA'TION Document Version: 1.0 Date: Title: President Date Printed: January 11, 2024 Current Update: October 2022 00 45 25 CERTIFICATE OF lNSURA NCE NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update NAME OF BIDDER: CAL TEC Corp. ______ .......:.., _____________ _ Bidder must attach either of the following to this page. {/ Certificates of insurance showing conformance with the requirements for each of: a. Comprehensive General Liability b. Automobile Liability c. Workers Compensation d. Employer's Liability .J Statement with an insura nce carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder the required policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance and the required Certificates of insurance to the Agency. END OF SECTION 00 45 25 CERTIFICATE OF INSU Ri\NCE Document Version: 1.0 Page ~l Date Printed: January 11, 2024 Current Update: October 2022 CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) 4/3/2024 l THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED ~ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~~:i~cT Certificates Orr & Associates Insurance Services f-'P~~"' .. o"'N.-=,E----=~ .... .:c. :.:.8::.:00==_::.:3==1"-1_-3-0-8-1--------,...l-=-;Ffi""~,--No-,,-, 8-0-0-4-7-4-_-30-0-3----i 28780 Single Oak Dr Ste 255 '-'~"'i:,"'~""'A.,l"'"L=••·_C,e:,e::!.rt.,,,s=allo"'rr.,_,a,,,.n.,,,d:,:,a:,:css"'oe>c,,.,iae>te==s::.:·.=:co"'m.,_,_ ________ ~-----1 Temecula CA 92590 INsuRER1s, AFFORDING covERAGE INSURED Caltec Corp 8732 Westminster Blvd Ste #2 Westminster CA 92683 COVERAGES NAIC# • '-----#· OE63A03 INSURER A : Mt. Hawlev Insurance Comoanv 37974 CAL TCOR-01 INSURER B : Llovds of London INSURER c : KemDer/lnfinitv Select lnsuran 20260 INSURER D : Certain UW Llovds AA 1122000 INSURER E: INSURER F: CERTIFICATE NUMBER· 581544551 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR l~~;JiM~, .:~;Ji~. LTR TYPE OF INSURANCE 1,.,on l wvn POLICY NUMBER LIMITS A X COMMERCIAL GENERAL LIABILITY y y MGL0197714 5/13/2023 5/13/2024 EACH OCCURRENCE $1,000,000 -:=J CLAIMS-MADE 0 OCCUR DAMA""GE TO RENTED -PREMISES IEa occurrence\ $50,000 MED EXP (Any one person) $1,000 -PERSONAL & ADV INJURY $1,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 =i POLICY 0 jf~ □LOC PRODUCTS -COMP/OP AGG $2,000,000 OTHER: $ C AUTOMOBILE LIABILITY y 504610158586001 6/14/2023 6/14/2024 fg-:,~d~~?NGLE LIMIT $1,000,000 -, ANY ALITO BODILY INJURY (Per person) $ -OWNED -SCHEDULED X BODILY INJURY (Per accident) s >--AUTOS ONLY ,--AUTOS X HIRED X NON-OWNED ip~?:~~RAMAGE s AUTOS ONLY -AUTOS ONLY $ A X UMBRELLA LIAB MOCCUR MXL0437715 5/13/2023 5/13/2024 EACH OCCURRENCE $2,000,000 >-- EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 OED I I RETENTION$ $ WORKERS COMPENSATION I ~ffTUTE 1 1 OTH- AND EMPLOYERS' LIABILITY ER YIN ANYPROPRIETOR/PARTNER/EXECUTIVE □ N/A EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L DISEASE -EA EMPLOYEE $ ~~;~~rP~O~ On:~PERATIONS below E.L. DISEASE -POLICY LIMIT $ B Professional Uability PF00902A22 5/15/2023 5/15/2024 Aggregate 1,000,000 D Pollution Liability ENP0010176-01 7/6/2023 7/6/2024 Aggregate 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Equipment Floater-lMEB13361 -8/4/2023-8/4/2024 -Misc Tools $10,000 Certificate is subject to policy limits, conditions and exclusions. City of Car1sbad/CMWD, its officials, employees and volunteers are named as Additional Insured as per attached endorsement forrn(s). CERTIFICATE HOLDER I City of Carlsbad/CMWD c/o EXIG IS Insurance Compliance Services P.O. Box 947 Murrieta, C A 92564 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ?Jfdv'-<lv~ © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD C Policy Number: MGL0197714 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations All persons or organizations where required All Locations by written contract executed prior to the commencement of your work. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to in- clude as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property dam- age" or "personal and advertising injury" caused by: 1. Your negligence; or 2. The negligence of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these addi- tional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or re- pairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or CGL 20 10 08 15 Contains copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 2 Insured 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these addi- tional insureds, the following is added to Section Ill - Limits Of Insurance: The most we will pay on behalf of the additional insured is: 1. The minimum amount required by any contract or agreement you have entered into to provide additional insured coverage; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. CGL 20 10 08 15 Contains copyrighted material of Insurance Services Office, Inc. with its permission. Page 2 of 2 Insured Policy Number: MGL0197714 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Operations Or Organization(s) (Vendor) All persons or organizations where required All "Commercial Construction Projects". For by written contract executed prior to the the purpose of this Endorsement, "Commercial commencement of your work. Construction Projects" are defined as buildings or structures constructed for commercial use and also include apartments, hotels, homes for the aged, dormitories or barracks. However, "Commercial Construction Projects" shall not include any building or structure which, in whole or in part.contains individual owner occupied units or dwellings. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to in- clude as an additional insured the person(s) or organi- zation(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused by your negligence at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: The most we will pay on behalf of the additional in- sured is: 1. The minimum amount required by any contract or agreement you have entered into to provide addi- tional insured coverage; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. CGL 20 37 08 16 Contains copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 Insured Policy Number: MGL0197714 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -LESSOR OF LEASED EQUIPMENT - AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II -Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organiza- tion(s) is an insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are re- quired by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. B. With respect to the insurance afforded to these addi- tional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. C. With respect to the insurance afforded to these addi- tional insureds, the following is added to Section Ill - Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 34 04 13 © Insurance Services Office, Inc., 2012 Insured Page 1 of 1 Policy Number: MGL0197714 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name of Person(s) or Organization(s): All persons or organizations where required by written contract executed prior to the commencement of your work. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV -Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Insured Page 1 of 1 Policy Number: MGL0197714 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance (2) You have agreed in writing in a contract or agree- ment that this insurance would be primary and would not seek contribution from any other in- surance available to the additional insured. This insurance is primary to and will not seek con- tribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 010413 © Insurance Services Office, Inc., 2012 Insured Page 1 of 1 Policy Number: MGL0197714 Mt. Hawley Insurance Company COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. A. Cancellation 1. The first Named Insured shown in the Declara- tions may cancel this policy by mailing or deliver- ing to us advance written notice of cancellation. 2. We may cancel this policy by mailing or delivering to the first Named Insured written notice of can- cellation at least: a. 10 days before the effective date of cancella- tion if we cancel for nonpayment of premium; or b. 30 days before the effective date of cancella- tion if we cancel for any other reason. 3. We will mail or deliver our notice to the first Named lnsured's last mailing address known to us. 4. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. 5. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be effective even if we have not made or offered a refund. 6. If notice is mailed, proof of mailing will be suffi- cient proof of notice. B. Changes This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declarations is author- ized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. C. Examination Of Your Books And Records We may examine and audit your books and records as they relate to this policy at any time during the poli- cy period and up to three years afterward. D. Inspections And Surveys 1. We have the right to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes. 2. We are not obligated to make any inspections, surveys, reports or recommendations and any such actions we do undertake relate only to insur- ability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards. 3. Paragraphs 1. and 2. of this condition apply not only to us, but also to any rating, advisory, rate service or similar organization which makes insur- ance inspections, surveys, reports or recommen- dations. 4. Paragraph 2. of this condition does not apply to any inspections, surveys, reports or recommenda- tions we may make relative to certification, under state or municipal statutes, ordinances or regula- tions, of boilers, pressure vessels or elevators. IL 00 17 11 98 Copyright, Insurance Services Office, Inc., 1998 Insured Page 1 of 2 E. Premiums The first Named Insured shown in the Declarations: 1. Is responsible for the payment of all premiums; and 2. Will be the payee for any return premiums we pay. F. Transfer Of Your Rights And Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named insured. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. IL 00 17 11 98 Copyright, Insurance Services Office, Inc., 1998 Insured Page 2 of 2 POLICYHOLDER COPY STATE l..VMf-'~N:,A~ IVN 1N<;U AANCE P.O. BOX 8192, PLEASANTON, CA 94588 FUNC CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE : 04-03-2024 CITY OF CARLSBAD CMWD CO EXIGIS INSURANCE PO BOX 947 MURRIETA CA 92564-0947 SP GROUP: POLICY NUMBER: 9030254-2023 CERTIFICATE ID: 120 CERTIFICATE EXPIRES: 11-01 -2024 11-01-2023/11 -01 -2024 THIS CERTIFICATE SUPERSEDES AND CORRECTS CERTIFICATE # 119 DATED 03-27-2024 JOB :RUBY G. SCHULMAN AUDITORIUM AUDIOVISUAL 1775 DOVE LN CARLSBAD CA 92011 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certif icate of insurance is not an insurance policy and does not ;imend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. ~ti£.?/ tL ... xii~~ Authorized Representative President and CEO EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1 ,000,000 PER OCCURRENCE . ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 11-01-2023 IS ATTACHED TO AND FORMS A PART OF THIS POLICY . ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2024-04-03 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME : CITY OF CARLSBAD EMPLOYER CALTEC CORP 8732 WESTMINSTER BLVD STE 2 WESTMINSTER CA 92683 (REV.7-20141 SP PRINTED [P1X,SP] 04-03-2024 SP WAIVER OF SUBROGATION NOTICE Enclosed is your copy of a certificate of insurance on which the certificate holder required a waiver of subrogation: 1. Please be advised that a waiver of subrogation requires that a 3% surcharge will be applied by State Fund ONLY to the premium assessed on the payroll of your employees earned while engaged in work for that certificate holder who requested the waiver. (Note: if you have no employee payroll on that job, then there is no charge.) 2. To apply the 3% surcharge, you must also agree to maintain accurately segregated payroll records for employees engaged in work on job/s for the certificate holder who has the waiver. The payroll records are subject to verification by an auditor. Example: Payroll for job: Sampl e Rate: Regul ar Premium equals: Surcharge: $5 ,000.00 1 3.30% $ 665.00 3 .00% Additional Waiver charge: $ 19 .95 Total premium equals $ 684.95 (665.00 + 19.95) 00 45 30 STATEMfN f REGAR[)lf\!G DFBARr>./1EfJT NAME OF PROJECT: Ruby G. Schulman Au ditorium AuJiovisual Update NAME OF BIDDER: CAL TEC Corp. 1. Have you or any of your Subcontractors ever been debarred as an irresponsible Bidder by another public agency in the State of California? D YES {/ NO 2. If yes, what was/were the name(s) of the public agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of t his page to accommodate more than 2 debarments. N/A party debarred party debarred public age ncy public agency period of debarm nt period of debarment BY CONTRACTOR: Hamid Abghari, P_re_~s_id_e_n_t ___ _ (print name/title) Page _Q_1_ of ~--pages of this Statement Regarding Debarment form END OF SECTION 00 45 30 STATEMENT kEGARDING D[BARMENT Document Version-1.0 D~te Printed: January 11, 2024 Current Update: October 2022 00 45 35 DISC LOSURE OF DISCIPLIN[ Rt:C.ORD NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update NAME OF BIDDER: CAL TEC C<?~rp_. _ Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a latent act or omission is filed within 4 years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concern ing a Contractor may be referred to the Registrar, Contractors' State License Board, P.O. Box 26000, Sacramento, California 95826. 1. Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board 2 or more times within an 8-year period? □ YES Q' NO 2. Has the suspe nsion or ,evocation of your contractor's license ever been stayed? LI YES 17 NO V N/A 3. Have any Subcontractors that you propose to µerform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State License Board 2 or more times within an 8-year period"? [J YES ~ NO 4. Has the suspension or revocation of the license of any Subcontractors that you propose to perform any portion of the Work e·✓er been stayed·r- 0 YES !l NO U N/A 14600 45 35 DISCLOSU:<E or Dl',Cll1Llm ~[CORD Documen, Version: 1.0 Date Printed: January 11, 2024 Current Update: October 2022 5. If the answer to either of 1 or 3 abO've is "ves," fuil'f identify, in each and every case, the party disciplined, the date of and violation tnat the disciplinary action pertains to, the nature of the violation and disciplinary action taken. N/A (If needed attach additional sheets to provide full disclosure.) 6. If the answer to either of 2 or 4 above is "yes," fully identify, in each and every case, the party whose discipline was stayed, the date of and the violation that the disciplinary action pertains to, the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. NIA BY CONTRACTOR: (sign here) Hamid Abghari, President (print name and title) END OF SECTION 14600 45 35 DISCLOSURE OF DISCIPLINE RECORD Document Version: 1.0 1sc osure. Pt1ge 44 Oate Printed: January 11, 2024 Current Update: October 2022 00 52 00 CONTRACT This Project No. 4753 ("Contract") is made and entered into this ~ day of MA t , 2024, by and between the City of Carlsbad (" Agency") and CALTEC C rp. a California corporation ("Contractor"), whose principal place of business is 8732 Westminster Blvd. Suite 2, Westminster, CA 92683. The parties agree: 1. SCOPE OF WORK. The Contractor shall perform all Work within the time stipulated in the Contract, and shall provide all labor, materials, equipment, tools, utility services, and transportation to complete all the Work required in strict compliance with the Contract Documents for the following Project: NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update The Contractor and its surety shall be liable to the Agency for any damages arising as a result of the Contractor's failure to comply with the obligation described in this Section 1. 2. TIME OF COMPLETION. Time is of the essence in the performance of the Work. The Work shall be commenced on the date stated in the Agency's Notice to Proceed. The Contractor shall complete all Work required by the Contract Documents within 150 working days from the commencement date stated in the Notice to Proceed. Contractor agrees the time for completion set forth above is adequate and reasonable to complete the Work. 3. CONTRACT PRICE. The Agency shall pay to the Contractor as full compensation for the performance of the Contract, subject to any additions or deductions made in accordance with the Contract Documents, and including all applicable taxes and costs, the sum of TWO MILLION TWO HUNDRED TWENTY-TWO THOUSAND TWO HUNDRED TWENTY-TWO Dollars($ 2,222,222.00). Payment shall be made as set forth in the General Conditions. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The Agency shall withhold retention as required by Public Contract Code Section 9203. 4. LIQUIDATED DAMAGES. In accordance with Government Code Section 53069.85, it is agreed that the Contractor will pay the Agency the su m set forth in Section 00 73 00 Supplemental General Provisions for each and every Calendar Day of delay beyond the time of completion prescribed in this Contract as Liquidated Damages and not as a penalty or forfeiture. If this sum is not paid, the Contractor agrees the Agency may deduct that amount from any money due or that may become due the 00 52 00 CONTRACT Document Version: 1.0 Page 45 Date Printed: March 20, 2024 Current Update: October 2022 Contractor under the Contract. This Section does not exclude recovery of other damages specified in the Contract Documents. 5. CONTRACT DOCUMENTS. The "Contract Documents" include the following: • 00 1110 Notice Inviting Bids • 00 2110 Instructions to Bidders • 00 41 00 Bid Form • 00 42 10 Bid Bond or 00 43 20 Bid Security • 00 43 30 Proposed Subcontractors • 00 43 40 Bidder Information and Experience • 00 45 10 Non-Collusion Affidavit • 00 45 15 Iran Contracting Act Certification • 00 45 20 Public Works Contractor Registration Certification • 00 45 30 Statement of Regarding Debarment • 00 45 35 Disclosure of Discipline Record • 00 52 10 Contract • 00 6110 Labor and Materials Bond • 00 61 20 Faithful Performance and Warranty Bond • 00 61 30 Optional Escrow Agreement (if applicable) • 00 73 00 Supplemental General Provisions • Technical Specifications for the Project • All Addenda • Plans and Drawings • Permits • 00 74 00 Supplemental Technical Provisions • "Standard Specifications and Drawings," as last revised • Standard Specifications for Public Works Construction "Greenbook," latest edition and including all errata o Part 1 General Provisions o Part 2 to Part 8 (Construction Materials, Construction Methods, Existing Improvements, Pipeline System Rehabilitation, Temporary Traffic Control, Street Lighting and Traffic Signal Systems, Landscaping and Irrigation) • Standard Plans for Public Works Construction, latest edition and including all errata • Applicable Local Agency Standards and Specifications, as last revised • Approved and fully executed change orders 00 52 00 CONTRACT Document Version: 1.0 Page 46 Date Printed: March 20, 2024 Current Update: October 2022 • Any other documents contained in or incorporated by reference into the Contract Documents The Contractor shall complete the Work in strict accordance with the Contract Documents. The requirements of the various sections or documents comprising the Contract Documents are intended to be complementary. Work required by 1 of the Contract Documents and not by others shall be done as if required by all. This Contract shall supersede any prior agreement of the parties. 6. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE. Every provision of law required to be included in these Contract Documents shall be deemed to be included in these Contract Documents. The Contractor shall comply with all requirements of applicable federal, state and local laws, rules and regulations, including, but not limited to, the provisions of the Labor Code and Public Contract Code which are applicable to the Work. 7. INDEMNIFICATION. Contractor shall provide indemnification and defense as set forth in the 00 73 00 Agency Supplemental General Provisions. 8. PREVAILING WAGES. Contractor shall be required to pay the prevailing rate of wages in accordance with the Labor Code which such rates may be obtained online at http://www.dir.ca.gov and which must be posted at the job site. Ill Ill Ill Ill Ill Ill Ill Ill 00 52 00 CONTRACT Document Version: 1.0 Page 47 Date Printed: March 20, 2024 Current Update: October 2022 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY All SIGNATORIES MUST BE ATTACHED {CORPORATE SEAL) CONTRACTOR By: Hamid Abghari, President By: here) Hamid Abghari, Secretary (print name/title) City of Carlsbad By: ATTEST: for Sherry Freisinger, City Clerk If required by the Agency, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, the Contract must be signed by 1 corporate officer from each of the following 2 groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney END OF SECTION 00 52 00 CONTRACT Document Version: 1.0 Page 48 Date Printed: March 20, 2024 Current Update: October 2022 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 88808a IIJ:0IJ:O:B:Oll Q:OOOO00OO:OO:QO:O:(JOO{J:~:08000te:080888000000li00Gti00:0:C D D'008 0@ 6 C :o 0:00 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 O star)~ } On o; / ~, c:ll)ol4: before me, p~ L. N~~ Date Here ln~Me and m MAecifficer personally appeared ______ .-t{....:.=Affit=""'""'&..__...,,.A_.___b=---i~,....h'""a .... &k.....,.,."'-. __________ _ Name(s) ~f Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. oconoonocnosi .. PHUONG L. NGUYtH • J Notary Public • CAiifornia 3 Orante County !: I Commission I 2474170 My Comm. Expires Mo'I 21, 2027 Place Notary Seal and/or Stamp Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. f Notary Public OPTIONAL 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: ___________________________ _ Document Date: _______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ o Corporate Officer -Title(s): ______ _ D Partner -o Limited D General □ Individual D Attorney in Fact □ Trustee □ Guardian or Conservator D Other: Signer is Representing: _________ _ Signer's Name: _____________ _ D Corporate Officer -Title(s): ______ _ o Partner -D Limited D General D Individual D Trustee D Other: D Attorney in Fact □ Guardian or Conservator Signer is Representing: _________ _ -ISll33:I ,~ooo:o@:soooo:□:e:000013 o:o:oaoaoooooa:oE:o:o:fl@:o~IOOOlJOe:()I co800oo ©2019 National Notary Association 00 6110 LABOR AND MATERIALS BOND KNOW All PERSONS BY THESE PRESENTS THAT: BOND# 0102471 PREMIUM: INCLUDED WHEREAS, the City of Carlsbad ( "Agency'') has awarded to CAlTEC Corp., a California corporation ("Principal,") a Contract for the Work described as follows: Contract No PWS24-2264FAC, Project No. 4753, Ruby G. Schulman Auditorium Audiovisual Update (the "Project") in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated by this reference; and WHEREAS, Principal is required to furnish a bond in connection with the Contract providing that if Principal or any of its Subcontractors fail to pay (1) for any materials, provisions, provender, equipment, or other supplies used in, upon, for or about the performance of the Work contracted to be done, (2) for any Work or labor of any kind performed under the Contract, (3) for amounts due under the Unemployment Insurance Code for any Work or labor of any kind performed under the Contract, or (4) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department under Unemployment Insurance Code Section 13020 or to the Franchise Tax Board under Revenue and Taxation Code Section 18663 from the wages of employees of Principal and its Subcontractors with respect to the Work or labor, the Surety on this bond will pay for the same to the extent set forth below. NOW THEREFORE, we, Principal and DEVELOPERS SURETY AND INDEMNITY COMPAf';'~s Surety, are held and firmly bound unto the Agency in the penal sum of TWO MILLION TWO HUNDRED TWENTY-TWO THOUSAND TWO HUNDRED TWENTY-TWO Dollars ($2,222,222.00), for the payment of which sum being an amount equal to 100% of the total amount payable under the terms of the Contract by the Agency, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if Principal, or its Subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of the persons named in Civil Code Section 9100; fail to pay for any materials, provisions, provender, equipment, or other supplies, used in, upon, for or about the performance of the Work contracted to be done; fail to pay for any Work or labor of any kind performed under the Contract; fail to pay amounts due under the Unemployment Insurance Code for any Work or labor of any kind performed under the Contract; or fail to pay for any amounts required to be deducted, withheld, and paid over to the Employment Development Department or Franchise Tax Board from the wages of employees of Principal or its Subcontractors pursuant to Unemployment Insurance Code Section 13020 or Revenue and Taxation Code Section 18663, with respect to the Work or labor, then the Surety will pay for the same, in an amount not exceeding the penal sum specified above, and also, in case suit is brought upon this bond, all litigation expenses incurred by the Agency in the suit, including reasonable attorneys' fees, court costs, expert witness fees and investigation expenses to be fixed by the court consistent with Civil Code Section 9554. 00 61 10 lASOR ANO MATERIALS BONO Document Version: 1.0 Page 49 Date Printed: March 20, 2024 Current Update: October 2022 This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as to give a right of action to such persons or their assigns in any suit brought upon this bond. The Surety stipulates and agrees that this bond shall not be exonerated or released from the obligation of this bond by: 1. Any change, extension of time for performance, addition, alteration or modification in, to, or of any Contract, Plans, Specifications, or agreement pertaining or relating to any scheme or Work of improvement described above, or the furnishing of labor, materials, or equipment pertaining or relating to any scheme or Work of improvement described above. 2. Any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or Work of improvement described above. 3. Any rescission or attempted rescission or attempted rescission of the Contract, agreement or bond. 4. Any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such Contract or agreement or under the bond. 5. Any fraud practiced by any person other than the claimant seeking to recover on the bond. The Surety also stipulates and agrees that this bond shall be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is given, and under no circumstances shall Surety be released from liability to those for whose benefit this bond has been given by reason of any breach of contract between the Agency and Principal or on the part of any obligee named in this bond. Finally, the Surety waives notice of any such change, extension of time, addition, alteration or modification mentioned in this bond, including but not limited to the provisions of Civil Code Sections 2819 and 2845. If Principal is an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. This payment surety bond may be approved as to form by the Agency in counterpart, and the counterparts shall all constitute a single, original instrument. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK] 00 61 10 LABOR AND MATERIALS BONO Document Version: 1.0 Page SO Oate Printed: March 20, 2024 Current Update: October 2022 Executed by PRINCIPAL this )., 7 -t ~ PRINCIPAL: Cr,Jfu. c_, 1.~ (name of Contract r) (print name here) 0/tfi ·J 0 (title and organization of signatory) Executed by SURETY this ____::;;2=2Nc.;.D;:__ __ day of MARCH SURETY: DEVELOPERS SURETY AND INDEMNITY COMPANY (name of Surety) 800 Superior Avenue E., 21st Floor Cleveland OH 44114 (address of Surety) 818-667-7656 (telephon number of Surety) By: {signa SHILO LEE LOSINO (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only 1 officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM : CINDIE K. McMAHON, City Attorney END OF SECTION 00 61 10 LABOR ANO MATERIALS BONO Document Version: 1.0 Page Sl Date Printed: March 20, 2024 Current Update: October 2022 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 Ol180000:ooo:-ooo~u:ooooooo:aoe:0oeu:o:e:oo@oo@oe:o:eoooo:o:t"J:00000:o 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 {)~,(,,, On Co/J.Jt/ C>LOC>l.-4 before me, f~ J . 1\ltj~ Date HerefnsertNhme and TiUl! Jebmcer personally appeared ______ .--t-f.....__._Q,.(y)l_,..___._....,·&-. __ /4+->_,b~tfhf--'-l .... a&<IQ..,..._· ___________ _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1············1 a PHUONG L. MGUYEN : Nowy Public • Californiil ~ i Orante County s Commission 12474170 -t a My '°':· !:'"r~ Nov 28, 20:Z l I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal and/or Stamp Above s;gnatu,e =nL- s,gnature of Notary Public OPTIONAL 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: ___________________________ _ Document Date: ______________________ Numberof Pages: ____ _ Signer(s) Other Than Named Above: ________________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: □ Corporate Officer -Title(s): ______ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □ Other: □ Other: Signer is Representing: _________ _ Signer is Representing: _________ _ •a31:f!l18O:0:88088888800ti ©2019 National Notary Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 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 3 /J_ o<, /;2_ 4 before me, CHIM ENE HOBBS. NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared SHILO LEE LOSINO Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Sea/ Above Signature_C""-=-'Ju........,.....i/m1-1-. -1,1,1Q111-l-'-IH11.-~ -':bWtl'----3:~ ..... A:------ Signature of Notary Public ---------------oPTTONAL ______________ _ Though this section is optional, 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: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ Signer's Name: ____________ _ D Corporate Officer -Title(s): ______ _ D Corporate Officer -Title(s): ______ _ D Partner -D Limited D General D Partner -D Limited D General D Individual D Attorney in Fact D Individual D Attorney in Fact D Trustee D Guardian or Conservator D Trustee D Guardian or Conservator D Other: ______________ _ D Other: _____________ _ Signer Is Representing: _________ _ Signer Is Representing: _________ _ ©2014 National Notary Association· www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane, 43 rd Floor. New York, NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS lhat. except as expressly limited here in. COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY ANO INDEMNITY COMPANY, do hereby make, constitute and appoint Shilo Losino ______________________ , of Woodland Hills, CA as its true and lawful Attorney-in-Fact. to make, execute, deliver and acknowledge. for and on behalf of said companies. as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey-in-Fac1 full power and authority to do and to perthnn every acl necessary, requisite or proper lo be done in connection therewith as each of said company could do. bul reserving to each of said company full pov.er of substitution arl<!, rez,.t~•J/ all, of the acts of said Attorney-in-Fact, pursuanl to lhese presents, are hereby ratified and confinned. 111is Power of Attorney 1s effective ,:j ~ ~ 'i and ~hall expire on December 3 I. 2025 Tins Po~...:r of Attorney is gran1ed and is signed under and by authority of the following resolutions ooopled by the Board of Directors ofCOREPOINTE INSURANCE COMPANY and DEVF.LOPFRS SURETY AND INDl::MNITY COMPANY (collectively. "Company~) on February 10, 2023. RESOLVED lhlll Sam Za1.a President Surely Underwriting. James Bell Vice President Surety Undcrwrjtin!!. and Craig Dawson Executive Undcn,1iti;r. Siirtly, each an emrloyee of AmTrus1 North America, Inc., w, af'liliale of the Company (the "Authorized Signors"), arc hereby authorized to execute a Powe, of Allomey, qualifying allomey(s}-in-fact named in the Power of Attorney to execute, on behalf of tl1c Company. bonds, undertakings and contracts of suretyship, or other surelyship obligations; w,d that lhe Secretary or any Assistant Secreuiry of the Company be, and each of them hereby is, aulhori,.ed 10 auesl the execution of any such Power of Attorney. RESOL VEO. that the signature of any one of the Authorized Signors and lhe Secretary or any Assistant Secretary of the Company, and the seal of the Company must be aflixed to any ~11d, Power of Attorney, and any such signature or seal may be aflixed by focsimilc, and such Power of Auomey shall be valid and binding upon the Comrany when so affixed and in the future with respect lo any bond, undertaking or contract of suretyship 10 which it is attached. IN WITNESS WHF.RF.OF. COREPOINTE INSURA'.'JCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these preseuts 10 be signed by lhc Aulhori21:d Sigi101' and attested by their Secretary or Assistant S«xrctary this March 27, 2023 :"""'~ Title. President, Surety Underwriting ACK OWLEDGEMENT: 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 val idity of that document. STA TE OF ~C=a~lifi~o_m_ia ________ _ COUNTY OF_O_r_a~ng~e ________ _ On this 1]__ day of March , 2011_, before me, Hoang-Quyen Phu Pham , personally appeared ~Sa=m=Z~az=a=---------- who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged 10 me lhal they executed the same in thci1 aulhori~d capacity, and that by the signature on the instrument the entities ~on behalf which the person acted. executed this instrument. I certify, under penalty of perjury, under the laws of the State of_C_a_l_ifo_r_n_ia _________ that lhe foregoing paragraph is true and correct. WITNESS my hand and official seal. CORPORATE CERTIFICATION ······••( HOANG-QUYEN P. ,HAM r Notary Public -Ci11lfornli ;s Ora111~ County ~ Commission I 2432970 [ My Co':. Expir!S ,:CJ 1, 2026 [ 111c undersigned, the Secretary or Assistant Secretary of COREPOJNTE INSURANCF. C'OMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY. docs hereby certify tl1at the provisions of U,e resolutions of the respective Board~ of Directors of said corporations set forth in this Power of Attorney are 111 force as of the date of this Certification. This Certification is executed in the City of Cleveland. Ohio. this March 19, 2023 ~:cuSlgned by: By: <JWi W M 6SI ,5 686415 7AOE54BC ... Bai, y W. Moses, Assistant Secretary POA No. _N_/_A ___ _ DocuSignEnvelopelD:3352BFD6-5E9D-4796-837E-C 1 E455E6530F Ed.0323 t.. . CALIFORNIA ' , DEPARTMENT OF IIJSURANGE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information DEVELOPERS SURETY AND INDEMNITY COMPANY P.O. BOX 19725 IRVINE, CA 92623-9725 Old Company Names Effective Date Agent For Service WIiiiam Huser 7801 Folsom Blvd. Suite 202 Sacramento CA 95826 Reference Information INAIC #: I California Company ID #: I Date Authorized in California: I License Status: I Company Type: I state of Domicile: back to top NAIC Group List NAIC Group #: Lines Of Business 1112718 I 14606-0 I 08/30/1999 I UNLIMITED-NORMAL I Property & Casualty I CALIFORNIA I 2538 AmTrust Financial Serv Grp The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS back to top © 2008 California Department of Insurance PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION 00 61 20 FAITHFUL PERFORMANCE AND WARRANTY BOND KNOW ALL PERSONS BY THESE PRESENTS THAT: BOND# 0102471 PREMIUM: $17,556.00 WHEREAS, the City of Carlsbad ( "Agency") has awarded to CALTEC Corp. a California corporation ("Principal,") a Contract for the Work described as follows: Contract No PWS24-2264FAC, Project No. 4753, Ruby G. Schulman Auditorium Audiovisual Update (the "Project") in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated by this reference; and WHEREAS, the Principal is required by the Contract Documents to perform the terms of them and to furnish a bond for the faithful performance and w arranty of the Cont ract Documents. NOW THEREFORE, we, CALTEC Corp., Principal, and DEVELOPERS SURETY AND* as Surety, are held and firmly bound unto the Agency in the penal sum of TWO MILLION TWO HUNDRED TWENTY-TWO THOUSAND TWO HUNDRED TWENTY-TWO dollars ($2,222,222.00), which is equal to 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. *INDEMNITY COMPANY THE CONDITION OF THIS OBLIGATION IS SUCH, that, if Principal, 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 of the Contract Documents made as provided in the Contract Documents, on its part, to be kept and performed at the time and in the manner specified in the Contract Documents, and in all respects according to their true intent and meaning; and shall indemnify and save harm less the Agency, its Board, members of the Board, officers, directors, managers, employees, agents, and authorized volunteers, as stipulated in the 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 by this bond and in addition to the face amount specified in this bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by Agency in enforcing such obligation, all to be taxed as costs and included in any judgment rendered. As a condition precedent to the satisfactory completion of the Work unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of 1 year after t he acceptance of the Work by the Agency. During this 1-year period, if Contractor fails to make f ull, complete, and satisfactory repair and replacements and totally protect the Agency from loss or damage resulting from or caused by defective materials or faulty workmanship in connection with Contractor's Work on the Project, the obligations of Surety under this bond shall continue so long as any obligation of Principal remains to the Agency. Nothing in this bond shall limit the 14600 61 20 FAITHFUL PERFORMANCE ANO WARRANTY BONO Document Version: 1.0 Page 52 Date Printed: March 20, 2024 Current Update: October 2022 Agency's rights or the Principal's or Surety's obligations under the Contract, law or equity, including, but not limited to, Code of Civil Procedure Section 337.15. Whenever Principal shall be, and is declared by the Agency to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the Agency's option: i. Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; ii. 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 Agency, 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 Principal by the Agency under the Contract and any modification to the Contract, less any amount previously paid by the Agency to the Principal and any other set offs pursuant to the Contract Documents. Or iii. Permit the Agency to complete the Project in any manner consistent with Applicable 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 Principal by the Agency under the Contract and any modification to the Contract, less any amount previously paid by the Agency to the Principal and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the Agency may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Principal. Surety shall not utilize Principal in completing the Project, nor shall Surety accept a bid from Principal for completion of the Project, if the Agency, when declaring the Principal in default, notifies Surety of the Agency's objection to Principal's further participation in the completion of the Project. The Surety, for value received, 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 under the Contract Documents shall in any way affect Surety's obligations on this bond, and Surety waives notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project. 14600 61 20 FAITHFUL PERFORMANCE AND WARRANTY BOND Document Version: 1.0 Page 53 Date Printed: March 20, 2024 Current Update: October 2022 If Principal is an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. This faithful performance and warranty surety bond may be approved as to form by the City Attorney for the Agency in counterpart, and the counterparts shall all constitute a single, original instrument. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK) 14600 61 20 FAllliFUL PERFORMANCE ANO WARRANTY BONO Document Version: 1.0 Page 54 Date Printed: March 20, 2024 Current Update: October 2022 Executed by PRINCIPAL this ,2 7 } }iday of [71Al"cl: , 20R .~ PRINCIPAL: (print name here . J t & i/4, £ (I\ (title and organization of signatory) )~ Executed by SURETY this 22ND day of _M_A_R_C_H ______ ___J 20 24 . SURETY: DEVELOPERS SURETY AND INDEMNITY COMPANY (name of Surety) 800 Superior Avenue E., 21st Floor Cleveland, OH 44114 (address of Surety) 818-667-76 6 f Surety) By:-.-~_.,:....._ ________ _ (sign re of Attorney-in-Fact) SHILO LEE LOSINO (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only 1 officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM : END OF SECTION 14600 61 20 FAITHFUL PERFORMANCE AND WARRANTY BOND Document Version: 1.0 Page S5 Date Printed: March 20, 2024 Current Update: October 2022 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • 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 ANGEi ES On 3/:2..,2/Q. ~ before me, CHIMENE HOBBS. NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared SHILO LEE LOSINO Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity{ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ~-···········~ .. ,.,... CHIMENE HOBBS -• ; Notary Public -California : i ~ ;;: Los Angeles County s!: i Commission # 2464773 - My Comm. Expires Sep 28, 2027 Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature_C_kL.00 ........... • ~&'l ......... J-~...._,,~~'-'-==----- Signature of Notary Public ----------------OPTIONAL--------------- Though this section is optional, 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: _____________ Document Date: _______ _ Number of Pages: ___ Signer(s) Other Than Named Above: ____________ _ Capacity{ies) Claimed by Signer(s) Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Trustee □ Guardian or Conservator □Other: _____________ _ □ Other: _____________ _ Signer Is Representing: _________ _ Signer Is Representing: _________ _ ~ ~ ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 POWER OF ATfORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane, 43rd Floor, New York, NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that, except as expressly limited herein, COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, do hereby make, constitute and appoint. Shilo Losino ______________________ , of Woodland Hills, CA as its true and lawful Attorney-in-Fact. to make, execute, deliver and acknowledge. for and on behalf of said companies, as sureties, bonds, undenakings and contracts of suretyship giving and granting unto said Attomey-in-Fact full power and authority to do and to perfonn every act necessary, requisite or proper to be done m connection therewith as each of said company could do, but reserving to each of said company fi,11 power of substitution ~/2ocation, and all of the acts of said Attorney-in-Fact, pursuant to these presents. are hereby ratified and confim1cd. 'T11is Power of Attorney ,s effective :J. ;;;i,_ /;J 4 and shall expire on Oecember 31, 2025 This Power of Attorney 1s granted and is signed under and by authority of the following resolutions adopted by the Board of Directors ofCOREPOINTE INSU RANCE COMPANY and DEVF.I.OPFRS SURETY AND INDEMNITY COMPANY (collectively, "Company") on February 10, 2023. RESOLVED that Sam Zaza President Surety Underwriting. James Bell Vice President Surety Underwriting. and Craig Dawson Executive Underwriter ~-each an employee of AmTrust Nonh America, Inc .. an affiliate of the Company (the "Authorized Signors"), arc hereby authorized to execute a Powe, of Attorney. qu~lifying attorney(s)-in-fact named in the Power of Attorney 10 execute, on behalf of the Company. bonds, undenakings and contructs of suretyship, or other suretyship obligations: and that the Secretary or any Assistant Secretary of the Com pony be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney. RESOL VF.I), Lhatthe signature of any one of the Authorized Signors and the Secretary or ony Assistant Secretary of the Company, and the seal of the Co111pa11y must be affixed tn any s11ch Power of Attorney, and any such signature or seal may be affixed by focsimilc, nnd such Power of Attorney shall be valid a11d bmding upon the Company when so affixed and in the !i.1ture with respect to any bond, undertaking or contract of surctysh,p to which it is attached. IN WITNESS WHF.RF.OF, COREPOINTE INSURA>-JCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused d1esc p1cse11ts tu bt: signed by the Authorized Sigi,or and a11estcd by their Secretary 01 Assistant Sccrctary this March 27 2023 :, .. .,~ Title President, Surety Underwriting ACKNOWLEDGEMENT: 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 truthfi.J lness, accuracy, or validity of that document. ST A TE OF _,Cc::a::.,li'""fo""'rn""'i=-a _______ _ COUNTY OF _O_r_a~ng~e _______ _ On this I]_ day of Morch . 20 .ll_. before me. Hoang-Quyen Phu Pham , personally appeared ~Sa=1~n~Z~az=a _______ _ who proved to me on the basis of satisfactory ev1dc11cc tu be the person whose name is subscribed to within the mstrument and acknowledged to me that they executed the same in their authorired capacity, and that by the signature on the instrument Ute ent1t1cs 1~on behalf which the person acted, executed this instrument. I cenii)•, under penalty ofpe,jury, under the laws of the State of_C=a=l~if~on='=ia~ ________ that the foregoing paragraph is true and correct. WITNESS my hand and official seal i·••=••······f HOANG-QUYEN P. ,twi1 :a Hotary Public• California : i Orant~ County ~ j Commission I 2432970 f 0 0 u :/ ;:m;. EJtpires Dec 31, 2026 CORPORATE CERTIFICATION 111e undersigned, the Secretary or Assistant Secretary of COREPOINTE INSURANCF COMPANY and OEVELOPERS SURETY AND l\lDEMNITY COMPANY. does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney arc in force as of the date of this Cenification. 111is Certification is executed in the City of Cleveland. Ohio. this March 19, 2021 OocuSlgned by: By: +-,t,.,«A<'2W~1---l=!J.......,.& .... 1J ..... S,..,.S _______ _ 686•1shADE548C .. . 8011 y W. Moses, Assistant Secretary POA No. _NI_A ___ _ DocuSignEnvelopel D:3352BFD6-5E9D-4796-837E-C 1 E455E6530F Ed.0323 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 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 O&oJ\'¥-' } On Q 8 / .JX/ ol:4: before me, ~M L Nff ~ Date Here/nsertNa~ and r;;,;i,JftiJ!Offtrer personally appeared -------~___._.,_QJ"{l,(....,'-'--"...,cf_'-4----'-'-A_._..b'-'g"f--ll~~o.Ja,,,eo,a.c... ____________ _ Name(s) ~¥s;gner(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. oeeoooeoor ~-~ N:~t~ -~~~nta ( Or.,.e County ~ Commission I 2◄7◄170 - My Comm. Expires Nov 21, 2027 I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal and/or Stamp Above s;gnat~ L--- Signawre of Notary Public OPTIONAL 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: ___________________________ _ Document Date: ______________________ Number of Pages: ____ _ Signer(s) Other Than Named Above: _______________________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited □ General □ Individual □ Attorney in Fact □ Trustee □ Guardian or Conservator □ Other: Signer is Representing: _________ _ Signer's Name: ____________ _ □ Corporate Officer -Title(s): ______ _ □ Partner -□ Limited D General D Individual □ Trustee D Other: □ Attorney in Fact □ Guardian or Conservator Signer is Representing: _________ _ gg.g;g;Wlj,ffl 81!1 §ffi@gmJm~iilll/i Ei t Illa~ 000 088~:~8:0:00 il D D J D mo ©2019 National Notary Association ... CALIFORNIA ' . DEPARTMENT OF INSURANCE Company Profile Company Search Company Search Results Company Information Old company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information Old Company Names Agent For Service William Huser 7801 Folsom Blvd. Suite 202 DEVELOPERS SURETY AND INDEMNITY COMPANY P.O. BOX 19725 IRVINE, CA 92623-9725 Effective Date Sacramento CA 95826 Reference Information INAIC #: 1112718 I California Company ID #: 114606-0 I Date Authorized in California: II 08/30/1999 I License Status: II UNLIMITED-NORMAL I company Type: II Property & Casualty I State of Domicile: II CALIFORNIA back to top NAIC Group List NAIC Group#: 2538 AmTrust Financial Serv Grp Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS back to top © 2008 California Department of I nsurance PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION 00 61 30 OPTIONAL ESCROW AGREEMENT Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 56 00 61 30 OPTIONAL ESCROW AGREEMENT NAME OF PROJECT: Ruby G. Schulman Auditorium Audiovisual Update NAME OF BIDDER: This Escrow Agreement is made and entered into by and between the City of Carlsbad, Carlsbad, California, 92008 (“Agency”), whose address is (“Contractor”) and whose address is _____________________ (“Escrow Agent”). Agency, Contractor and Escrow Agent agree as follows: 1. Pursuant Public Contract Code Section 22300, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by Agency pursuant to the construction contract entered into between Agency and Contractor for the Ruby G. Schulman Auditorium Audiovisual Update in the amount of ___________ dated __________ (“Contract”). Alternatively, on written request of Contractor, Agency shall make payments of the retention earnings directly to Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, Escrow Agent shall notify Agency within 10 Calendar Days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract. Securities shall be held in Agency’s name and shall designate Contractor as the beneficial owner. 2. Agency shall make progress payments to Contractor for those funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that Escrow Agent holds securities in the form and amount specified above. 3. When Agency makes payment of retentions earned directly to Escrow Agent, Escrow Agent shall hold them for the benefit of Contractor until the time that the escrow created under this Escrow Agreement is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this Escrow Agreement and the rights and responsibilities of the parties shall be equally applicable and binding when Agency pays Escrow Agent directly. 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account and all expenses of Agency. These expenses and payment terms shall be determined by Agency, Contractor, and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to Agency. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from Agency to Escrow Agent that Agency consents to the withdrawal of the amount sought to be withdrawn by Contractor. 00 61 30 OPTIONAL ESCROW AGREEMENT Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 57 7. Agency shall have a right to draw upon the securities in the event of default by the Contractor. Upon 7 Calendar Days' written notice to Escrow Agent from Agency of a default, Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by Agency. 8. Upon receipt of written notification from the Agency certifying that the Work required by the Contract is final and complete and that Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from Agency and Contractor pursuant to Sections (5) to (8), inclusive, of this Escrow Agreement and Agency and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of Agency and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For Agency (Finance Director) Title _________________________________________________________ Name _____________________________________________________________ Signature _____________________________________________________________ Address _____________________________________________________________ For Contractor Title _____________________________________________________________ Name _____________________________________________________________ Signature _____________________________________________________________ 00 61 30 OPTIONAL ESCROW AGREEMENT Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 58 Address _____________________________________________________________ For Escrow Agent Title _____________________________________________________________ Name _____________________________________________________________ Signature _____________________________________________________________ Address _____________________________________________________________ At the time the Escrow Account is opened, Agency and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Escrow Agreement. IN WITNESS WHEREOF, the parties have executed this Escrow Agreement by their proper officers on the date first set forth above. For Agency Title ______________________________________________________________ Name ______________________________________________________________ Signature ______________________________________________________________ Address ______________________________________________________________ 00 61 30 OPTIONAL ESCROW AGREEMENT Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 59 For Contractor Title ______________________________________________________________ Name ______________________________________________________________ Signature ______________________________________________________________ Address ______________________________________________________________ For Escrow Agent Title ______________________________________________________________ Name ______________________________________________________________ Signature ______________________________________________________________ Address ______________________________________________________________ APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: _____________________________ Assistant City Attorney END OF SECTION Public Works Branch Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t January 25, 2024 ADDENDUM NO. 1 RE: PWS24-2264FAC - Ruby G. Schulman Auditorium Audiovisual Update Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. New date for bid opening is: February 15, 2024 Time remains the same: 11:00 a.m. This addendum must be acknowledged via PlanetBids or submitted with your cost proposal. Please note change in due date for the above-mentioned bid. JANEAN HAWNEY Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 __________________________________________________________ Bidder’s Signature Contractor Acknowledged Addendum No. 1 via Planetbids 1 Addendum No. 1 CITY OF CARLSBAD CONTRACT NO. PWS24-2283FAC RUBY G. SCHULMAN AUDITORIUM AUDIOVISUAL UPDATE PROJECT NUMBER 4753 ADDENDUM NO. 1 Addendum must be acknowledged via PlanetBids or included with your electronic response submittal From: Janean Hawney, Contract Administrator 442-339-2795 janean.hawney@carlsbadca.gov Public Works Branch 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 125 (including this page) Date: January 25, 2024 Bid Opening Date: Feb. 15, 2024, at 11 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and may modify portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Edits and Clarifications to Bid Documents: 1. Regarding the requirement for general contractors to self-perform 20% of the work using their own forces, the intent is for the general contractor to breakdown of the bid price to reflect that the general contractor will be performing a percentage of the total work scope – less specialty trade work, with its own resources/subsidiaries. By way of this Addendum No. 1, this percentage will be revised from 20% to 10%. 2. See Project Manual, issued with this Addendum No. 1. 3. See sign-in sheet from Jan. 23, 2024, mandatory jobsite walk, issued with this Addendum No. 1. 4. Regarding qualified AV subcontractors, the design team has provided the following list of qualified vendors that the general contractor may wish to contact for this project: 2 Addendum No. 1 a.AMT Systems, Inc. (Tim Carlson; TCarlson@amtsystemsinc.com) b.Audio Associates (Paul Spencer; pspencer@audioassociates.com) c.Sound Image; (Scott Coyle; scoyle@sound-image.com) d.AVI Systems; (Danny Patterson; danny.patterson@avisystems.com) Use of other AV vendors will be subject to the same qualification requirements described in the Project Manual, verification must be provided at time of bid submittal. 5.It was mentioned during the walkthrough that the design intent is for AV and Lighting to be controlled from both the booth and the stage. Additional information - AV and Lighting consoles are located in the booth. On the stage side there is an AV touch panel for control of the AV system and lighting controls. No changes are to be made to data/control infrastructure design in the theatrical system and no changes are to be made to the control capabilities for the lighting system on stage. 6.It was mentioned during the walkthrough that the design intent is for the IT gear controlling the AV and lighting systems is to be completely replaced. Additional information - The lighting console and dimmer modules are to be replaced in the control booth. New LED fixtures are required for both front lights and over the stage lights, and they will be the primary fixtures. The user will be able to use the existing fixtures as well for specials and additional washes. 7.It was mentioned during the walkthrough that the design intent is for the (3) IT racks to be replaced with new. Corrective information - The existing IT racks will NOT be replaced; the new AV system will utilize the (3) existing racks within the auditorium. 8.It was mentioned during the walkthrough that the design intent is to control AV and lighting on stage if needed, from a floor box located in the back row of seating in the “house.” Corrective information –Drawing sheet AV2.00 does not show a floor box at the rear of the house. AVWB.142 is a wall box located on the rear wall of the auditorium for control of AV and lighting. 9.It was mentioned during the walkthrough that the design intent is for the Surround sound system to remain. Corrective information – The Surround sound system is to be replaced with new. 3 Addendum No. 1 10. It was mentioned during the walkthrough that the design intent is for the “Shotgun mic” on stage is to be replaced? Corrective information – This Shotgun mic is to remain in-place and operational. 11. It was mentioned during the walkthrough that the design intent is for a front projection system to be installed. Additional information – The AV system includes a new projector to be installed in the booth and a surface mounted projection screen mounted to the front of the proscenium. Existing HDMI transmitters are located in wall and floor boxes for connection to the projection system. An existing blue ray player and a wireless presentation appliance are located within the AV rack in the front of house equipment booth. 12. It was mentioned during the walkthrough that the design intent is for the Rear projection system to have a new projector. Additional information – New rear projection projector is confirmed. The existing projection screen is to remain in-place. Questions and Answers: 1. Will there be an AV spec issued for this project? Answer: Yes – technical specifications for AV and other aspects of this project are included in the Project Manual, issued with this Addendum No. 1 2. The plan calls for "Supplied By" and "Installed By" on various schedules and in notes, including but not limited to schedules on page TL6.00. However, the referenced spec sections are not part of the bid documents. Please advise who is responsible for supplying and installing where referencing a spec section. Answer: Please see technical specifications in the Project Manual, issued with this Addendum No. 1. 3. Is there any work scope in the parking lot? Answer: No. 4. Please confirm if the plans provided for download are the correct plans. Job walk was only at the Schulman auditorium and not the Cannon Art Gallery. Answer: The plan set is correct. All work scope identified for the art gallery is not in scope at this time. project manual | Carlsbad Schulman Auditorium and Cannon Art Gallery – AudioVisual Update domus #2219 2800 Third Avenue San Diego, California 92103 619.692.9393 domusstudio.com 1 PROJECT MANUAL TABLE OF CONTENTS DIVISION 2 EXISTING CONDITIONS 02 41 19 Selective Demolition DIVISION 5 METALS 05 40 00 Cold-Formed Metal Framing DIVISION 6 WOOD, PLASTICS AND COMPOSITES 06 20 00 Finish Carpentry DIVISION 7 THERMAL AND MOISTURE PROTECTION 07 21 16 Building Insulation 07 92 00 Joint Sealers DIVISION 8 OPENINGS 08 11 00 Metal Doors and Frames 08 41 00 Aluminum Storefront System 08 71 00 Door Hardware 08 81 00 Glazing DIVISION 9 FINISHES 09 24 00 Lath and Plaster 09 29 00 Gypsum Drywall 09 51 50 Tectum Acoustical Ceiling Panels 09 91 00 Painting DIVISION 10 SPECIALTIES 10 14 00 Signage 10 44 13 Fire Extinguishers, Cabinets and Accessories DIVISION 11 EQUIPMENT 11 61 00 Theatrical Lighting DIVISION 21 FIRE PREVENTION 21 13 05 Fire Protection Coordination DIVISION 26 ELECTRICAL 26 55 61 Theatrical Lighting Systems Reference 26 60 01 Technical Systems Reference DIVISION 27 COMMUNICATIONS 27 41 34 AV Systems 02 41 19 - 1 SECTION 02 41 19 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY: 1.1.1 This Section includes demolition and removal of the following: 1.1.1.1 Selected portions of a building or structure. 1.1.1.2 Selected site elements. 1.1.1.3 Repair procedures for selective demolition operations. 1.1.2 See individual Sections for demolishing, cutting, patching, or relocating items. 1.2 DEFINITIONS: 1.2.1 Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. 1.2.2 Remove and Salvage: Detach items from existing construction and submit them to the Owner ready for reuse. 1.2.3 Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. 1.2.4 Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 MATERIALS OWNERSHIP: 1.3.1 Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner’s property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.4 SUBMITTALS: 1.4.1 Submit the following as per Section 01 33 00, Submittals: 1.4.1.1 Proposed Control Measures: Submit statement or drawing that indicates the measures proposed for use, proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. Include measures for the following: 1.4.1.1.1 Dust control. 1.4.1.1.2 Noise control. 1.4.2 Schedule of Selective Demolition Activities: Indicate detailed sequence of selective demolition and removal Work, with starting and ending dates for each activity, interruption of utility services, use of elevator and stairs, and locations of temporary partitions and means of egress. 1.4.3 Predemolition Photographs: Show existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by selective demolition operations. Submit before Work begins. 1.5 QUALITY ASSURANCE: 1.5.1 Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. 1.5.2 Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.5.3 Standards: Comply with the latest edition of the following: 1.5.3.1 ANSI / ASSE A10.6 - American National Standards Institute / American Society of Safety Engineers, “Safety Requirements for Demolition Operations” 1.5.3.2 NFPA 241 - National Fire Protection Association, “Standard for Safeguarding Construction, Alteration, and Demolition Operations” 1.6 PROJECT CONDITIONS: 1.6.1 Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so that Owner operations will not be disrupted. Submit no less than 72 hours' notice to Owner of activities that will affect Owner operations. 1.6.2 Owner assumes no responsibility for condition of areas to be selectively demolished. 02 41 19 - 2 1.6.2.1 Conditions existing at time of inspection for bidding purpose will be maintained by the Owner as far as practical. 1.6.3 Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1.6.3.1 If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and the Owner. Hazardous materials will be removed by the Owner under a separate contract. 1.6.4 Storage or sale of removed items or materials on-site will not be permitted. 1.6.5 Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.6.5.1 Maintain fire-protection facilities in service during selective demolition operations. 1.7 WARRANTY: 1.7.1 Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. 1.7.1.1 If possible, retain original Installer or fabricator to patch the exposed Work listed below that is damaged during selective demolition. If it is impossible to engage original Installer or fabricator, engage another recognized experienced and specialized firm. PART 2 - PRODUCTS 2.1 REPAIR MATERIALS: 2.1.1 Use repair materials identical to existing materials. 2.1.1.1 If identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2.1.1.2 Use materials whose installed performance equals or surpasses that of existing materials. PART 3 - EXECUTION 3.1 EXAMINATION: 3.1.1 Verify that utilities have been disconnected and capped. 3.1.2 Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. 3.1.3 Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. 3.1.4 When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to the Architect. 3.1.5 Engage a professional engineer to survey condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. 3.2 UTILITY SERVICES: 3.2.1 Existing Utilities: Maintain services indicated to remain and protect them against damage during selective demolition operations. 3.2.2 Do not interrupt existing utilities serving occupied or operating facilities unless authorized in writing by the Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to the Owner and the authorities having jurisdiction. 3.2.2.1 Submit at least 72 hours' notice to the Owner if shutdown of service is required during changeover. 3.2.3 Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utilities serving areas to be selectively demolished. 3.2.3.1 Arrange to shut off indicated utilities with utility companies. 3.2.3.2 If utility services are required to be removed, relocated, or abandoned, provide temporary utilities before proceeding with selective demolition that bypass area of selective demolition and that maintain continuity of service to other parts of building. 3.2.3.3 Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. 3.3 PREPARATION: 02 41 19 - 3 3.3.1 Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 3.3.1.1 Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from the Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. 3.3.1.2 Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 3.3.1.2.1 Protect existing site improvements, appurtenances, and landscaping to remain. 3.3.2 Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 3.3.3 Temporary Enclosures: Provide temporary enclosures for protection of existing building and construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weather-tight enclosure for building exterior. 3.3.4 Temporary Partitions: Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise. 3.3.5 Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of construction to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 POLLUTION CONTROLS: 3.4.1 Dust Control: Use water mist or sprinkling, temporary enclosures, and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. 3.4.1.1 Wet mop floors to eliminate trackable dirt and wipe down walls and doors of demolition enclosure. Vacuum carpeted areas. 3.4.2 Disposal: Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3.4.2.1 Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 3.4.3 Cleaning: Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. 3.5 SELECTIVE DEMOLITION: 3.5.1 General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations. 3.5.1.1 Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. 3.5.1.2 Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3.5.1.3 Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame-cutting operations. 3.5.1.4 Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 3.5.2 Existing Facilities: Comply with Owner's requirements for using and protecting elevators, stairs, walkways, loading docks, building entries, and other building facilities during selective demolition operations. 3.5.3 Removed and Salvaged Items: 3.5.3.1 Clean salvaged items. 3.5.3.2 Pack or crate items after cleaning. Identify contents of containers. 3.5.3.3 Store items in a secure area until delivery to the Owner. 3.5.3.4 Transport items to the Owner’s storage area designated by the Owner. 3.5.3.5 Protect items from damage during transport and storage. 3.5.4 Removed and Reinstalled Items: 02 41 19 - 4 3.5.4.1 Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 3.5.4.2 Pack or crate items after cleaning and repairing. Identify contents of containers. 3.5.4.3 Protect items from damage during transport and storage. 3.5.4.4 Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Submit connections, supports, and miscellaneous materials necessary to make item functional for use indicated. 3.5.5 Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by the Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.6 PATCHING AND REPAIRS: 3.6.1 General: Promptly repair damage to adjacent construction caused by selective demolition operations. 3.6.2 Repairs: Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. 3.6.2.1 Completely fill holes and depressions in existing masonry walls that are to remain with an approved masonry patching material applied according to manufacturer's written recommendations. 3.6.3 Finishes: Restore exposed finishes of patched areas and extend restoration into adjoining construction in a manner that eliminates evidence of patching and refinishing. 3.6.4 Floors and Walls: Where walls or partitions that are demolished extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 3.6.5 Ceilings: Patch or repair existing ceilings as necessary to provide an even-plane surface of uniform appearance. 3.6.6 Grind concrete floor at thresholds, as required to comply with ADA maximum heights. 3.7 DISPOSAL OF DEMOLISHED MATERIALS: 3.7.1 General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. 3.7.2 Burning: Do not burn demolished materials. 3.7.3 Disposal: Transport demolished materials off Owner’s property and legally dispose of them. END OF SECTION 02 41 19 05 40 00-1 TION 05 40 00 - COLD-FORMED METAL FRAMING PART 1 - GENERAL 1.1 RELATED DOCUMENTS & DESCRIPTION OF WORK: The work includes the furnishing and installing of cold-formed axially or wind loaded light gauge steel studs, tracks, joists, bridging and related accessories as indicated on the drawings and specified herein. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 QUALITY ASSURANCE: : 1.2.1 Inspection and Quality Control 1.2.1.1 Contractor shall provide effective full time quality control over all fabrication and erection activities. 1.2.1.2 As directed by Architect, Owner's testing agency may inspect the maintenance of a quality control program including spot checking weldments and welding procedures in accordance with AWS standards. 1.2.1.3 Steel framing manufacturer shall provide a qualified representative for periodic on-site review of fabrication and installation in accordance with manufacturer's recommendations. 1.2.1.4 Inspection by Owner's testing agency is not intended to be comprehensive or complete. Full responsibility for quality control shall remain with contractor. 1.2.2 Standards: Work shall meet the requirements of the following standards. The most stringent requirements shall govern in conflicts between specified codes and standards. 1.2.2.1 Steel Stud Manufacturers Association (SSMA) Product Technical Information ICBO ER-4943P. 1.2.2.2 American Iron and Steel Institute (AISI) Design of Cold Formed Steel Structural Members. 1.2.2.3 American Welding Society (AWS) D.1.3, Structural Welding Code -Sheet Steel. 1.2.2.4 American Society for Testing and Materials (ASTM). 1.2.2.5 American Institute of Steel Construction (AISC) Manual of Steel Construction, 9th Edition. 1.2.2.6 All pertinent Federal, State and Local codes. 1.3 SUBMITTALS: 1.3.1. Product Data. 1.4 HANDLING AND STORAGE: Immediately upon delivery to the site, material shall be stored under impervious covering or otherwise protected from exposure to the weather and from contact with soil. PART 2 - PRODUCTS 2.1 MATERIALS 2.1.1 All framing members shall be of the type, size and gauge (mils) as shown on the plans and shall be manufactured by RC-1, ClarkDietrich, Milcore, US Gypsum Co., Western Steel Framing Systems or prior approved equal, in accordance with Section 007300. 2.1.2 Galvanized materials (for non-bearing interior walls): 2.1.3.1 Light gauge metal studs shall be roll formed channel type studs, 3 5/8” (362), 4” (400), or 6” (600) with 1 1/4” flange (125) - 20 gauge (33mil) electrogalvanized conforming to ASTM C-645. Use 20 gauge (33 mil) studs and joists unless otherwise noted on the Drawings for walls to receive ceramic tile and for walls over 14 feet high. 2.1.3.2 Metal furring channels for walls shall be 25 gauge (18 mil) electrogalvanized steel, conforming to ASTM C-645.. 2.1.4 Properties: The physical and structural properties as listed by referenced manufacturers as indicated shall be considered the minimum permitted for the respective framing members. Specifically, the following minimum properties, calculated in accordance with the latest AISI Specification shall be provided: Ix (in.4), Area (in.2), rx(in.), Fy (KSI), Resisting Moment (in. - 1b.). 2.2 FABRICATION: 2.2.1 Framing components may be preassembled into panels prior to erecting. Prefabricated panels shall be square, with components attached in a manner as to prevent racking. 2.2.2 All framing components shall be cut squarely for attachment to perpendicular members, or as required for an angular fit 05 40 00-2 against abutting members. Members shall be held positively in place until properly fastened. 2.2.3 Provide insulation equal to that specified elsewhere in all double jamb studs and double header members which will not be accessible to the insulating contractor. PART 3 - EXECUTION 3.1 INSPECTION: Prior to installation, inspect work of all other trades. Verify that all such work is complete and accurate to the point where this installation may properly commence in strict accordance with framing shop drawings. Immediately notify Architect of all discrepancies. Do not proceed with installation in areas of discrepancies until such discrepancy has been fully resolved. 3.2 LIGHT GAUGE FRAMING: 3.2.1 Attach steel runners at floor and ceiling to structural elements with suitable fasteners located 2" from each end and spaced 24" o.c., or to suspended ceilings with toggle or molly bolts spaced at 16" o.c. 3.2.2 Position studs vertically, engaging floor and ceiling runners and spaced at 16" o.c. unless otherwise indicated on drawings. When necessary, splice nonbearing studs with 8" nested lap and one positioned attachment per stud flange. Place studs in direct contact with all door frame jambs, abutting partitions, partition corners and existing construction elements. Securely anchor studs to jamb and head anchor clips of door or borrowed-light frames, place horizontally a cut to length section of runner, with a web-flange bend at each end, and secure with one positive attachment per flange. Position a cut-to-length stud (extending to ceiling runner) at vertical panel joints over door frame header. Where studs are installed directly against exterior walls, install asphalt felt strips between studs and wall surfaces as directed by Architect. 3.2.3 Bridge stud partitions at mid height with 1-1/2" channels through studs secured in place. Lap channels by nesting one inside the other to a depth of at least 8" and wire tie together. 3.3 WALL FURRING: 3.3.1 See drawings for location of finish material over masonry wall. Attach 7/8" metal furring channels or metal studs as shown on drawings, vertically spaced 16" o.c., to masonry or concrete surfaces with hammer-set or power driven fasteners or concrete stub nails staggered 24" o.c. on opposite flanges. Nest channel 8" at splices and anchor with two fasteners in each wing. Where furring channel is installed directly to exterior wall and a possibility of water penetration through walls exists, install asphalt felt protection strip between furring channel and wall. 3.4 RESILIENT CHANNEL: 3.4.1 Attach at right angles to framing members. Position with nailing flange down. Use 1-1/4" screws. Locate channels 24" up from floor, with 6" of the ceiling line and no more than 24" on center. Extend channels into all corners and fasten to corner farming. At floor beneath channels, attach 1/2" x 3" wide continuous gypsum panel filler strips to bottom plate. Splice channel directly over studs by nesting, not butting, the channels and fastening both flanges to the support. END OF SECTION 05 40 00 06 20 00-1 SECTION 06 20 00 - FINISH CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS: Drawings and general provisions of Contract including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 DESCRIPTION OF WORK: The work includes furnishing and installing all finish lumber as indicated on drawings, cabinets, countertops, all items of non-structural carpentry and millwork as indicated on drawings and as specified herein. 1.3 QUALITY ASSURANCE: 1.3.1 Factory-mark each piece of lumber and plywood with type, grade, mill and grading agency identification; except omit marking from surfaces to receive transparent finish, and submit mill certificate that material has been inspected and graded in accordance with requirements if it cannot be marked on a concealed surface. 1.3.2 All lumber shall be free of heart center. 1.3.3 Any item not given a specific quality grade shall be "custom" grade as defined in the latest edition of the "Manual of Millwork" adopted by the Woodwork Institute. 1.3.3.1 Before delivery to the job-site Licensees of the Woodwork Institute: shall issue a Certified Compliance Certificate indicating the millwork products being furnished for this project, and certifying that these products and their installation, if applicable, will fully meet all the requirements of the Grade or Grades specified. 1.3.4 All colors to be selected by Architect. 1.4 SUBMITTALS: 1.4.1 Submittal procedures and quantities are specified in Section 01 33 00. 1.4.2 Product data: Submit manufacturer's specifications and installation instructions for each item of factory-fabricated paneling. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING: 1.5.1 Protect finish carpentry materials during transit, delivery, storage and handling to prevent damage, soiling and deterioration. 1.5.2 Do not deliver finish carpentry materials, until painting, wet work, grinding and similar operations which could damage, soil or deteriorate woodwork have been completed in installation areas. If, due to unforeseen circumstances, finish carpentry materials must be stored in other than installation areas, store only in areas meeting requirements specified for installation areas. 1.6 JOB CONDITIONS: 1.6.1 The Contractor shall provide a clean storage area as required by WIC Manual of Millwork, Technical Bulletin 419.R - "Recommended Care and Storage of Architectural Millwork." PART 2 - PRODUCTS 2.1 WOOD PRODUCT AND QUALITY STANDARDS (FINISH LUMBER): 2.1.1 Standing and Running Floor Base Trim: Shall be Idaho White Pine, MDF, 1" x 8" unless otherwise noted or detailed – paint to match adjacent paint surfaces. 2.2 MATERIALS (FINISH LUMBER): 2.2.1 General: 2.2.1.1 Nominal sizes are indicated, except as shown by detailed dimensions. Provide dressed or worked and dressed lumber, as applicable, manufactured to the actual sizes as required by PS 20 or to actual sizes and pattern as shown, unless otherwise indicated. 2.2.1.2 Moisture Content of Softwood Lumber: Provide seasoned (KD) lumber having a moisture content from time of manufacture until time of installation not greater than values required by the applicable grading rules of the respective grading and inspecting agency for the species and product indicated. 2.2.1.3 Lumber for Transparent Finish (Stained or Clear): Use pieces made of solid lumber stock from hardwood products as specified. Lumber used for clear or stain finish shall be "select tight knot stain grade." 2.2.1.4 Lumber for Painted Finish: Use pieces made of solid lumber stock. 06 20 00-2 2.2.3 Miscellaneous Materials: 2.2.3.1 Fasteners and Anchorages: Provide nails, screws and other anchoring devices of the type, size, material and finish required for application indicated to provide secure attachment, concealed where possible, and complying with applicable Federal Specifications. Where finish carpentry is exposed on exterior or in areas of high relative humidity, provide fasteners and anchorages with a hot-dipped zinc coating (ASTM A 153). 2.3 FABRICATION: 2.3.1 General 2.3.1.1 Wood Moisture Content: Comply with requirements of referenced quality standard for moisture content of lumber at time of fabrication and for relative humidity conditions in the installation areas. 2.3.1.2 Complete fabrication, assembly, finishing, hardware application, and other work before shipment to project site to maximum extent possible. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. 2.3.1.3 Measurements: Before proceeding with fabrication of woodwork required to be fitted to other construction, obtain field measurements and verify dimensions and shop drawing details as required for accurate fit. Where sequence of measuring substrates before fabrication would delay the project, proceed with fabrication (without field measurements) and provide ample borders and edges to all for subsequent scribing and trimming of woodwork for accurate fit. PART 3 - EXECUTION 3.1 PREPARATION: 3.1.1 Condition woodwork to average prevailing humidity conditions in installation areas prior to installing. 3.1.2 Backprime lumber for painted finish exposed on the exterior or, where indicated, to moisture and high relative humidities on the interior. Comply with requirements of section on painting within Division 9 for primers and their application. 3.2 INSTALLATION OF MILLWORK: 3.2.1 Discard units of material which are unsound, warped, bowed, twisted, improperly treated, not adequately seasoned or too small to fabricate work with minimum of joints or optimum jointing arrangements, or which are of defective manufacture with respect to surfaces, sizes or patterns. 3.2.2 Install the work plumb, level, true and straight with no distortions. Shim as required using concealed shims. Install to a tolerance of 1/8" in 8'-0" for plumb and level countertops; and with no variations in flushness of adjoining surfaces. 3.2.3 Scribe and cut work to fit adjoining work, and refinish cut surfaces or repair damaged finish at cuts. 3.2.4 Standing and Running Trim: Install with minimum number of joints possible, using full-length pieces (from maximum length of lumber available) to the greatest extent possible. Joints less than 12 feet apart will not be permitted in straight runs in trim members or moldings. Stagger joints in adjacent and related members. Cope at returns, miter at corners, to produce tight fitting joints with full surface contact throughout length of joint. Use scarf joints for end-to-end joints. 3.2.5 Anchor finish carpentry work to anchorage devices or blocking built-in or directly attached to substrates. Secure to grounds, stripping and blocking with countersunk, concealed fasteners and blind nailing as required for a complete installation. Use fine finishing nail for exposed nailings, countersunk and filled flush with wood filler putty to finished surface. Carpentry work to be finished with clear or stain (transparent), counter sink all screw heads and cover with neatly filled wood plugs to match the grain. 3.3 ADJUSTMENT, CLEANING, FINISHING AND PROTECTIONS: 3.4.1 Repair damaged and defective woodwork where possible to eliminate defects functionally and visually; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. 3.4.2 Clean, lubricate and adjust hardware. 3.4.3 Clean woodwork on exposed and semi-exposed surfaces. Touch-up shop-applied finishes to restore damaged or soiled areas. 3.4.4 See Section 09 91 00 "Painting" for final finishing of installed woodwork. 3.4.5 Provide final protection and maintain conditions, in a manner acceptable to Fabricator and Installer, which ensures that there would be no damage or deterioration at the time of substantial completion to all woodwork. END OF SECTION 06 20 00 07 21 16-1 SECTION 07 21 16 - BUILDING INSULATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing and installing of thermal and sound insulation in the building as shown and noted on the drawings and specified herein. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 SUBMITTALS: 1.2.1 Submit a list of insulation materials proposed for use, giving the manufacturer's names and brand designations for each material. 1.2.2 See Section 013300 for number and manner of submittals. 1.3 QUALITY ASSURANCE: 1.3.1 Thermal Resistivity: Where thermal resistivity properties of insulation materials are designated by R-values they represent the rate of heat flow through a homogenous material exactly 1" thick, measured by test method included in referenced material standard or otherwise indicated. They are expressed by the temperature difference in degrees F between the two exposed faces required to cause one BTU to flow through one square foot per hour at mean temperatures indicated. 1.3.2 Fire Performance Characteristics: Provide insulation materials which are identical to those whose fire performance characteristics, as listed for each material or assembly of which insulation is a part, have been determined by testing, per methods indicated below, by UL or other testing and inspecting agency acceptable to authorities having jurisdiction. 1.3.2.1 Surface Burning Characteristics: ASTM E84 1.3.2.2 Fire Resistance Ratings: ASTM E119 1.4 DELIVERY, STORAGE AND HANDLING Deliver, store and handle insulation in a manner to prevent damage or deterioration due to moisture or physical abuse. 1.5 SCHEDULING: Do not install insulation until construction has progressed to the point that inclement weather will not damage or wet the insulation material. Install insulation after electric wiring, plumbing and other concealed work is in place. Insulation shall not be closed-in until it has been inspected and approved. PART 2 - PRODUCTS 2.1 BATT INSULATION: 2.1.1 Insulation materials shall be kraft-faced, foil faced or unfaced glass fiber batts or blankets of the types and R-values as specified below unless otherwise called for in the Title 24 energy calculations for the various applications as manufactured by Schuller International, Inc. (Manville), Owens-Corning Fiberglass Corp., U.S. Gypsum Co., or prior approved equal in accordance with Section 01 25 00. All materials shall have a flame spread less than 25. 2.1.2 Between Studs in all Exterior Walls: Kraft-faced Batts with an R-value as noted on the drawings and/or Title 24 energy calculations. 2.1.3 Sound Insulation in Interior Walls: Shall be 3 1/2" thick unfaced sound attenuation batts designed for friction fit unless otherwise noted on the drawings. PART 3 - EXECUTION 3.1 INSTALLATION OF BATT INSULATION: 3.1.1 Installation of batt insulation shall be in accordance with the manufacturer's recommendations. Insulation shall be installed the full height of the wall or between joists, as indicated. Insulation shall be continuous behind all lighting switches, convenience outlet boxes, and other devices. 3.1.2 Fully insulate small areas between closely spaced framing members. 3.1.3 Do end matching neatly with ends fitting snugly or overlapped. 3.1.4 Cut and fit insulation materials around pipes, conduits, outlet boxes and other obstructions as necessary to maintain the integrity of the insulation. Where pipes are installed in spaces to receive insulation, place insulation between exterior wall and the pipe, compressing insulation if necessary. 3.1.5 Batts and Blankets: Where insulation is cut to fit small or irregular spaces, cut the insulation slightly larger than the space to ensure a tight friction fit. Insert blankets between the studs from the inside face of the wall, recessed slightly from the face of the studs where blankets are not adequately supported by friction, attach the blankets with adhesive, 9/16" long divergent point staples located at 07 21 16-2 four corners and center of each blanket or with tie wires spaced not more than 36" on centers. 3.1.6 Exercise extreme care to maintain vapor barrier continuous over insulated surface. Patch all tears in vapor barrier in a manufacturers approved manner. 3.2 INSULATING FILL: Install loose fill insulation in all hollow masonry cells adjacent to interior occupied spaces. Tightly caulk or otherwise permanently seal electrical outlets, apertures for conduits, pipes and all other wall openings prior to installation of insulation. 3.2.1 Before any insulation is poured, Contractor shall place temporary statement in each room and no more than 20 feet on center on the interior face of walls to be insulated warning all trades who might subsequently cut into wall to use caution to prevent loss of insulation. 3.2.2 Height of any pour shall not exceed 20 feet or one story whichever is less. END OF SECTION 07 21 16 07 92 00-1 SECTION 07 92 00 - JOINT SEALERS PART 1 - GENERAL 1.1 Related Documents: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 Description of Work: 1.2.1 The work includes the furnishing and installing of all sealant work, except glazing sealants, required to weatherproof the structure, including interior sealant work, as shown and noted on the drawings and as specified. Sealants for glazing work are specified in Section 08 81 00. Sealants for tile work are specified in Section 09 30 00. Sealant for preformed roof and wall panels are specified in Section 07 41 00. 1.2.2 This section contains requirements pertaining to all weather sealing and caulking throughout the project and becomes a part of each and every section calling for caulking and sealing, unless otherwise specified, as though written in full in each section. 1.3 System Performances: Provide joints sealers that have been produced and installed to establish and maintain watertight and airtight continuous seals. 1.4 Quality Assurance: 1.4.1 Installer Qualifications: Engage an Installer who has, within the last 3 years, successfully completed at least 3 joint sealer applications similar in type and size to that of this project and who will assign mechanics from these earlier applications to this project, of which one will serve as lead mechanic. 1.4.2 Single Source Responsibility for Joint Sealer Materials: Obtain joint sealer materials from a single manufacturer for each different product required. 1.5 Submittals: 1.5.1 Submittal procedures and quantities as specified in Section 01 33 00. 1.5.2 Product Data: Submit manufacturer's technical data for each joint sealer product required, including instructions for joint preparation and joint sealer application. 1.5.3 Samples for Initial Selection Purposes: Submit manufacturer's bead samples consisting of strips of actual products showing full range of colors available, including special colors provided by manufacturer for each product exposed to view. 1.5.4 Samples for Verification Purposes: Submit samples of each type and color of joint sealer required. Install joint sealer samples in 1/2" wide joints formed between two 6" long strips of material matching the appearance of exposed surfaces adjacent to joint sealers in the work. The workmanship, bond and color of sealant work throughout the project shall match that of the approved sample. 1.5.5 Certificates: Submit certificates from manufacturers of joint sealers attesting that their products comply with specification requirements and are suitable for the use indicated. 1.6 Delivery, Storage, and Handling: 1.6.1 Deliver materials to project site in original unopened containers or bundles with labels informing about manufacturer, product name and designation, color, expiration period for use, pot life, curing time and mixing instructions for multicomponent materials. 1.6.2 Store and handle materials to prevent their deterioration or damage due to moisture, contaminants or other causes. Store sealants in an area where they will not be subject to temperatures above 100 degrees fahrenheit. Do not store materials that have exceeded the manufacturer's recommended shelf life. 1.7 Project Conditions: 1.7.1 Do not proceed with installation of joint sealers when ambient and substrate temperature conditions are outside the limits permitted by joint sealer manufacturers, or when joint substrates are wet due to rain, fog, frost, condensation or other causes. 1.7.2 Do not proceed with installation of joint sealers when joint widths are less than allowed by joint sealer manufacturer for application indicated. 1.8 Warranty: In addition to the warranty and correction of work requirements of the General Conditions, work under this section shall be warranteed against moisture penetration for a period of 20 years from the date of "Substantial Completion". The written warranty shall include materials and labor required to repair leaks that develop. The warranty shall be signed by the sealant manufacturer, the sealant installer and the Contractor and shall be submitted in accordance with Section 01 77 00. 1.8.1 20 year limited warranty for Dow Corning 795 Silicone Building Sealant. 1.8.2 20 Year non-staining Warranty for Dow Corning 795 Silicone Building Sealant 07 92 00-2 PART 2 - PRODUCTS 2.1 Materials: Products shall conform to the reference documents listed for each use. Color of sealant and caulking shall match adjacent surface color, unless specified otherwise. In concealed installation, use standard gray or black sealant. For ASTM C 920 sealants, use a sealant that has been tested on the type(s) of substrate to which it will be applied. 2.1.1 Silicone Rubber One Component – (SLNT-1) Dow Corning 790 or 795 silicone construction sealant. 2.1.2 Self-Level Polyurethane Two-Part (SLNT-2): Two-part self-leveling polyurethane sealant, Sonneborn SL-2 Paving JT sealant or prior approved equal. 2.1.3 Urethane Sealant (SLNT-3): One-part polyurethane sealant, Vulkem 116 or prior approved equal. 2.1.4 Silicone Sanitary (SLNT-4): Silicone rubber base sanitary sealant, Dow Corning 786. 2.1.5 Concealed Acoustical Sealant (SLNT.5): Non-drying, nonhardening, nonskinning, nonstaining, nonbleeding, gunnable sealant for concealed applications per ASTM C 919. 2.1.6 Latex Acrylic Sealant (SLNT-6): ASTM C834-81, latex acrylic sealant, Sonneborn Sonolac or prior approved equal. Also used for Exposed Acoustical Sealant. 2.1.7 Primer for Sealant: Use a non-staining, quick-drying type and consistency recommended by the sealant manufacturer for the particular application that has been tested for durability on the surfaces to be sealed. 2.1.8 Bond Breakers: Use the type and consistency recommended by the sealant manufacturer for the particular application. 2.1.9 Joint Backings: Use polyurethane or polyethylene foams free from oil or other staining elements as recommended by the sealant manufacturer. Backing material shall be compatible with the sealant. Do not use oakum and other types of absorptive materials as joint backings. 2.1.10 Masking Tape: For masking around joint, provide an appropriate masking tape which will effectively prevent application of sealant on surfaces not scheduled to receive it and which is removable without damage to substrate. 2.1.11 Color of sealants to match adjacent surfaces which may require a special color normally produced by manufacturer. PART 3 - EXECUTION 3.1 Surface Preparation: Surfaces shall be clean, dry to the touch, and free from moisture, grease, oil, wax, lacquer, paint, or other foreign matter that would tend to destroy or impair adhesion. Where adequate grooves have not been provided, clean out grooves to a depth of 1/2 inch and grind to a minimum width of 1/4 inch without damage to the adjoining work. No grinding shall be required on metal surfaces. 3.1.1 Concrete Surfaces: 3.1.1.1 Install only on surfaces which are dry, sound, well-brushed and wiped free from dust. 3.1.1.2 At all open joints, remove dust by mechanically blown compressed air if so required. 3.1.1.3 To remove oil and grease, use sandblasting or wire brushing. 3.1.1.4 Where surfaces have been treated, remove the surface treatment by sandblasting or wire brushing. 3.1.1.5 Remove laitance and mortar from joint cavities. 3.1.2 Steel Surfaces: 3.1.2.1 Unprimed or Unfinished Steel Surfaces in Contact with Sealant: Sandblast as required to achieve acceptable surface bond. If sandblasting is not practical, or would damage adjacent finish, scrape the metal or wire brush to remove mill scale and rust. Use solvent to remove oil and grease, wiping the surfaces with clean white rags only. 3.1.2.2 Remove protective coatings on steel by sandblasting or by using a solvent which leaves no residue. 3.2 Sealant Preparation: Do not modify the sealant by addition of liquids, solvents, or powders. Mix multicomponent elastomeric sealants in accordance with manufacturer's printed instructions. 3.3 Application: 07 92 00-3 3.3.1 Backstops: Where joint cavities are constructed deeper than indicated, tightly pack the back or bottom with backstop material to provide a joint of the depth indicated. Install backstops dry and free of tears or holes. 3.3.2 Primer: Just prior to application of the sealant or caulking compound, clean out all loose particles from joints. Apply primer in accordance with compound manufacturer's directions. Do not apply primer to exposed finish surface. 3.3.3 Bond Breaker: Provide bond breakers, as recommended by the sealant manufacturer, for each type of joint and sealant used. 3.3.4 Sealant and Caulking Compounds: Use a compound that is compatible with the material to and against which it is applied. Do not use a compound that has exceeded its shelf life or has become too jelled to be discharged in a continuous flow from the gun. Apply the compound in accordance with the manufacturer's printed instructions. Force the compound into joints with sufficient pressure to fill the joints solidly. Compound shall be uniformly smooth and free of wrinkles. 3.3.4.1 Installation of SLNT-1: Use SLNT-1 for sealant work subject to movement not otherwise indicated on drawings or specified herein. Use for non-sleeved mechanical and electrical penetrations in interior or exterior walls above grade and other exterior applications, including vertical surfaces. Joints to receive SLNT-1 shall be not less than 1/4 inch and not exceed two inches in width. Depth of sealant shall be as follows: Joint Width Min. Depth Max. Depth 1/4" to 1/2" 1/4" Equal to width 1/2" to 1" 1/2" 5/8" 3.3.4.2 Installation of SLNT-2: Use SLNT-2 for horizontal surface joints subject to foot or vehicular traffic as specified. Install in joints of exterior sidewalks adjacent to building, interior exposed joints in slabs where subject to foot or vehicular traffic, and interior exposed perimeter joints in slabs abutting walls and other vertical surfaces. 3.3.4.3 Installation of SLNT-3: Use SLNT-3 where indicated on drawings, and for joints not subject to movement between windows, door frames, sidelights, louvers, other frames, and similar conditions in interior or exterior walls. Joints to receive SLNT-3 shall be not less than 1/4 inch and not exceed 3/4 inch in width. Depth of sealant shall be as follows: Joint Width Min. Depth Max. Depth 1/4" to 1/2" 1/4" Equal to width 1/2" to 3/4" 1/4" 1/2 of width 3.3.4.4 Installation of SLNT-4: Use SLNT-4 for joints around counters, fixtures, and walls in toilet rooms and area requiring sanitary sealant. 3.3.4.5 Installation of SLNT-5: Use SLNT-5 for concealed application of acoustical sealants. 3.3.4.6 Installation of SLNT-6: Use SLNT-6 for exposed application of acoustical sealant. 3.3.4.7 Installation of SLNT-6: Use SLNT-6 for interior wall penetrations that will be exposed to view and require painting and for interior wall penetrations that will not be exposed to view. 3.3.5 Sealed joints shall be neatly pointed on flush surfaces with beading tool, and internal corners with eaving tool. Excess material shall be cleanly removed. Sealant, where exposed, shall be free of wrinkles and uniformly smooth. Sealing shall be complete before final coats of paint are applied. 3.3.6 Miscellaneous Caulking and Sealing Work: The entire extent of sealing work is not necessarily fully or individually described herein. Sealing shall be provided wherever required to prevent light leakage as well as moisture leakage. Refer to drawings and other sections of these specifications for conditions and related parts of the work. 3.4 Protection and Cleaning: 3.4.1 Protection: Protect areas adjacent to joints from compound smears. Masking tape may be used for this purpose if removed five to ten minutes after the joint is filled. 3.4.2 Cleaning: Immediately scrape off fresh compound that has been smeared on masonry and rub clean with a solvent as recommended by the compound manufacturer. Upon completion of compound application, remove all remaining smears and stains resulting therefrom and leave the work in a clean and neat condition. END OF SECTION 07 92 00 08 11 00-1 SECTION 08 11 00 - METAL DOORS AND FRAMES PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing and installing of all metal doors, transoms, sidelights and frames as shown and noted on the drawings and as specified. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 GOVERNING DOCUMENTS: 1.2.1 UL (Underwriters' Laboratories, Inc.) Building Materials Director for labeled openings. 1.2.2 Steel Door Institute Standards. 1.3 SUBMITTALS: Submit fully detailed shop drawings of all hollow metal, including a complete schedule of all doors and frames. No manufacture or fabrication of doors and frames shall be commenced until the shop drawings have been reviewed and returned to the Contractor. See Section 01340 for required number and manner of submittals. 1.4 QUALITY CONTROL: 1.4.1 Labeled Openings: Where labeled openings occur, coordination is required for labeled assembly (door, frame, hardware), not merely labeled items within assembly. Conform to UL requirements. Doors and frames shall bear the specific UL labels as required for the rated openings. 1.4.2 Protection: Protect for shipping in either wood crates or paper cartons. Doors or frames with the prime coat damaged on exposed surfaces or damaged in any other respect will be rejected or corrected in a manner acceptable to the Architect. Do not store doors or frames in contact with the ground and protect at all times from damage of any kind, before, during and after erection. 1.4.3 Templates: Secure templates from finish hardware supplier for specified hardware and mounting locations. PART 2 - PRODUCTS 2.1 DOORS: 2.1.1 Materials: Commercial quality, stretcher leveled, cold rolled steel conforming to ASTM A 366-72 or hot rolled steel, pickled and oiled conforming to ASTM A 569-72, free from scale, pitting or surface defects; with edges, angles and corners square. 2.1.1.1 Exterior doors shall be hot dipped galvanized (0.6 ounces zinc coating minimum); surfaces shall be free of spangles, runs, etc. 2.1.1.2 Approved manufacturers: Steelcraft, Amweld, CECO, or architect’s approved equal. 2.1.2 Construction: Doors shall be full flush type, 1-3/4 inch thick, fabricated from steel sheets, 16 gauge at exterior doors and 18 gauge at interior doors. Top and bottom edges to be flush and closed with minimum 16 gauge channels at exterior doors and minimum 18 gauge channels at interior doors. 2.1.3 Internal Construction: Vertical and/or horizontal steel, rigidly formed members welded to the face panels with sound deadening material filling all interior hollow spaces; or polyurethane, polystyrene or mineral core bonded to the inside of both faces. 2.1.4 Hardware Preparation and Reinforcing: Doors shall be factory mortised, reinforced, drilled and tapped for mortised hardware. Reinforce doors for specified surface applied hardware, for which drilling and tapping will be done in the field by others. Provide manufacturer's standard heavy duty hinge (butt) reinforcement, 10 gauge minimum; 12 gauge for closers and 14 gauge minimum for all other hardware reinforcement. 2.1.5 Louvers: Provide factory installed door louvers where scheduled; blades shall be 20 gauge with 18 gauge frame, all welded construction. Exterior door louvers shall be "Y" or "Z" type, provided with 18 x 14 bronze insect screen in a steel frame, mounted to be removable from the interior side. Interior door louvers to be "V" or "Y" type. 2.2 FRAMES: 2.2.1 Materials: Commercial quality steel as specified for doors. Exterior door frames shall be hot dipped galvanized (0.6 ounces zinc coating minimum); surfaces shall be free of spangles, runs, etc. 2.2.2 Construction: Welded-unit type with integral stop and trim, fabricated from 16 gauge steel for exterior locations, 18 gauge steel for interior locations, to profiles and sizes indicated. Head, jamb member joints shall be mitered, continuously welded and ground smooth where exposed to view. Stops shall be a minimum of 5/8" deep. 2.2.3 Anchors: Provide welded-in floor anchor in each jamb member and a minimum of three wall anchors at each jamb, located at a maximum of 24" centers. Wall anchors, unless indicated otherwise, shall be of a type as recommended by the manufacturer for fastening to the specific wall condition. Provide a minimum of two head anchors for frames installed in stud walls and three or more anchors if frame width exceeds 3'6". All anchors shall be 18 gauge minimum. Provide UL approved anchors at labeled frames. 2.2.4 Hardware Preparation and Reinforcing: Frames shall be factory mortised, reinforced, drilled and tapped for mortised 08 11 00-2 hardware and reinforced for surface applied hardware, for which drilling and tapping will be done in the field. Provide manufacturer's standard reinforcement for hinges, 10 gauge minimum; 12 gauge for closers; and 14 gauge for other hardware reinforcement. Provide 26 gauge minimum grout guards for grouted frames at hardware cutouts and mortise hardware locations. Provide three rubber button silencers at single door strike jambs and one per leaf at the head of pairs of doors. Provide center pivot offset closures at exterior curtain wall doors where shown on drawings. 2.3 SHOP FINISH: Metal doors and frames shall be thoroughly cleaned, bonderized and given a factory dip or spray coat of rust-inhibitive metallic oxide or synthetic resin primer on concealed and exposed surfaces. Finish field painting is specified in Section 09 91 00. PART 3 - EXECUTION 3.1 INSTALLATION: 3.1.1 Frames shall be set accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. The bottom of frames shall be anchored securely to floors with expansion bolts or with powder-driven fasteners. Wall anchors shall be built- in or secured to adjoining construction as indicated or required by adjoining construction. Where frames require ceiling struts or other structural overhead bracing, they shall be anchored securely to structure above, as required. Frames shall be filled solid with Portland cement grout where shown or required by class of opening. 3.1.2 Doors shall fit snug against stops. Fit accurately and hang free from hinge bind with uniform clearance of 3/32" at heads and jambs. After hanging, make all adjustments and then remove lockset hardware for finish painting. Reinstall hardware after finish painting. 3.1.3 Installation of labeled doors and frames, including hardware and operational characteristics, shall be in accordance with NFPA Pamphlet No. 80 and NFPA Pamphlet No. 101. 3.1.4 The Contractor shall receive, install and be responsible for all metal door hardware delivered to the project. The hardware shall be fitted, removed, and stored until painter's finish has been completed. All hardware shall then be reset and left in good working order and the door rehung. Prior to completion of building, examine all doors and hardware. Adjust as required, and have hardware in good working order. 3.1.5 The location of hardware in doors shall be as specified in Section 08 71 00, unless otherwise shown on drawings. Properly tag, index and deliver all keys to Owner. END OF SECTION 08 11 00 08 41 00-1 SECTION 08 41 00-ALUMINUM STOREFRONT SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS & DESCRIPTION OF WORK: The work includes the design, engineering, associated calculations, furnishing, installing, and testing of the curtain wall and exterior storefront system complete, as indicated and as specified. The Conditions of the Contract and Division 1 apply to this section as full as if repeated herein. 1.2 CODES AND STANDARDS: 1.2.1 A. Aluminum windows and exterior storefront system shall conform with the "California Building Code, 2022, (CBC)”. B. State of California title 24 Building Energy Efficiency standards, and the values listed on the ENV-1 form filed elsewhere in the contract documents 1.3 WINDOWS, DOORS, & EXTERIOR STOREFRONT SYSTEM SUPPLIERS: 1.3.1 A. Exterior storefront system shall be the 2” x 4 ½” center glazed system as manufactured by Arcadia inc. B. the following manufactures may be considered equal provided they can supply product certified by the N.F.R.C. and provided they are prepared to be the “responsible party” for N.F.R.C. certification: 1.Vista Wall, Old Castle Building Envelope 2. Kawneer, 3. Arcadia 4. or approved equal. 1.4 CONTRACTOR'S RESPONSIBILITY: The contractor is hereby advised that the responsibility for the curtainwall/storefront system (including engineering) is totally his and that all designs and resolutions proposed in the shop drawings, calculations and related documentation and certification must be demonstrated not only in the test procedure, but also throughout the guarantee periods as herein specified. No compensation for omissions or errors on the part of the windows, sliding doors, curtain wall, and exterior storefront system contractor in the engineering, design, and execution of this contract will be awarded. The contractor's responsibility shall also include, but not be limited to, the following: 1.4.1 Submit written notification to the Architect of any deficiencies or discrepancies that would affect the proper or timely installation of the work in this section. 1.4.2 Coordinate and verify dimensions affecting his work by measurement at the job site. 1.4.3 Obtain decisions regarding corrective measures from the Architect prior to the refabrication and/or modification of items affected by field conditions which vary with those on the approved shop drawings and/or contract documents. Obtain decisions on those items, which are detrimental to the proper and timely installation. 1.4.4 Insure the compatibility of adjacent items and materials that relate to this work. 1.4.5 Prior to bid, the Contractor and/or supplier shall perform and assume design and engineering of the storefront and/or curtain wall system to define all necessary integral components including but not limited to, anchors, attachments, steel reinforcing, etc to conform with parameters as defined in the drawings {sizes and configurations) and the specifications. 1.5 QUALITY ASSURANCE: 1.5.1 Qualifications: 1.5.1.1 Welding shall be done by skilled and qualified mechanics licensed where required in accordance with local building regulations. Welding shall be in conformance with AWS Structural Welding Code D1.1-84. 1.5.1.2 Testing Laboratories shall be specifically qualified to conduct the performance test required by these specifications. 1.5.1.2.1 Air infiltration, water penetration, and structural tests shall be conducted by an approved laboratory. 1.5.1.2.2 Performance tests may be conducted in the Suppliers Laboratories provided they are witnessed and certified by an independent professional engineer. 1.5.1.3 Any or all tests may be waived provided test reports prepared by recognized testing agencies or certified by independent professional engineers, are submitted showing that the doors, store fronts, entrances, curtain walls and other components or acceptable facsimile thereof have met or exceeded all performance requirements. Certifications of compliance with a standard by a recognized testing agency is also acceptable in lieu of testing. 1.5.2 Performance and Testing Requirements: All components, assemblies and completed work included in and pertinent to the work of this section shall conform to the following performance standards and comply with the applicable sections of the current California Building Code, California Title 24, codes and regulations of all governing agencies having jurisdiction and shall be in accordance with published applicable industry standards and these specifications, whichever is more restrictive. 08 41 00-2 1.5.2.1 Provision for Thermal Movements: Storefront and curtainwall framing systems shall be designed to provide for such expansion and contraction of component materials as will be caused by a surface temperature ranging from... -20 F to 180 F... without causing buckling, stresses on glass, failure of joint seals, undue stress on structural elements, damaging loads on fasteners, reduction of performance, or other detrimental effects. Doors shall function normally over this temperature range. 1.5.2.2 Structural Properties: 1.5.2.2.1 Exterior storefront and curtainwall systems shall be designed to withstand the following minimum wind loads acting normal to the plane of the wall as per the “California Building Code, 2022, (CBC)”: 1) 15 psf acting inward and 20 psf acting outward. 1.5.2.2.2 The deflection of any framing member in a direction normal to the plane of the wall when subjected to a uniform load deflection test at design pressures specified above, in accordance with ASTM E330-70 shall not exceed 1/175 of its clear span, up to 13 feet 6 inches and 1/240 + ¼” of its clear span when the span is over 13 feet 6 inches. Maximum fiber stress shall be 1.65. 1.5.2.2.3 Uniform load structural tests shall be conducted in accordance with ASTM E330-70. Inward and outward acting test pressures shall be equal to 1.5 times the inward and outward acting design wind pressures specified. At the conclusion of these tests, there shall be no glass breakage, permanent damage to fasteners or anchors, hardware parts or actuating mechanisms. Main curtain wall framing members shall have no permanent deformation in excess of 0.2% of their clear span. 1.5.2.2.4 Deflection measurements shall be made from gauges located on the vertical mullions, and horizontal members at 1/3 points and 1/2 points of span. 1.5.2.2.5 The deflection of any member in a direction parallel to the plane of the wall when carrying its full dead load shall not exceed an amount which will reduce the glass bite below 75% of the design dimension and the member shall have a 1/8" minimum clearance between itself and the top of the fixed panel, glass, or other fixed part immediately below. The clearance between the member and door shall be at least 1/16". 1.5.2.3 Water Infiltration: 1.5.2.3.1 Water infiltration, in this Specification, is defined as the appearance of water other than condensation on the indoor face of any part of the wall. 1.5.2.3.2 Provision shall be made to drain to the exterior face of the wall any water entering joints and/or condensation occurring within the wall construction. 1.5.2.3.3 Water infiltration shall be tested in accordance with ASTM E 331. No water penetration at a test pressure of 10 psf. 1.5.2.4 Air Leakage: Air leakage through the system shall not exceed 0.06 cfm per square foot of fixed area at a test pressure of 6.24 psf. and shall be tested in accordance with ASTM E 283. Air Infiltration Rate shall not exceed 0.3 cfm/ft2 of door area for exterior single swing doors and 1.0 cfm/ft2 for exterior double swing doors when tested according to NFRC-400 or ASTM E283 at a pressure differential of 75 pascals. 1.5.2.5 Other Performance Requirements and Tests: Seismic Racking. 1.6 SUBMITTALS: 1.6.1 Comply with pertinent provisions of Section 01 33 00. 1.6.2 Shop Drawings: Drawings shall show scale elevations and details shall be at full scale as far as practical. Drawings shall include a hardware schedule where required and shall show construction of all parts of the work, including metal and glass thickness, methods of joining, break metal details, details of all field connections and anchorage, fastening and sealing methods, metal finishes and all pertinent information. Relationship to other work should be clearly indicated. No work shall be fabricated until shop drawings for that work have been finally approved. Show provision for and control of thermal movements at all anchors and splice joints. Size all sealant joints per sealant manufacturer's printed instructions. Include engineered calculations, stamped and signed by a California licensed engineer, assuring the structural properties of the system. 1.6.3 Samples: Before any work is fabricated, the following samples, properly identified, shall be submitted to the Architect for his approval: 6-inch length of extrusions fully glazed with sealants - framing two sides of glass, and incorporating both interior and exterior finish systems. 1.6.4 Test Reports: Certified copies of test reports on the performance of standard wall systems and components shall be submitted to the architect on request in lieu of conducting repeat tests. 1.6.5 Sealant Manufacturer's Acceptance: Letter of acceptance by sealant manufacturer for the use of the product(s) as detailed in the shop drawings shall be submitted to the Architect. 1.6.6 A. Provide a copy of the ENV-1 form showing the thermal performance required for the fenestration products B. Provide evidence of who will be the “responsible party” for certifying the fenestration products. C. Provide documentation to show that all fenestration products can be certified equal to or less than the requirements shown 08 41 00-3 on the ENV-1 form. AAMA test reports and or simulations will not be accepted as they are not allowed under the current code. 1.7 IDENTIFICATION, DELIVERY, AND STORAGE OF MATERIALS: 1.7.1 All components of the system shall be identified after fabrication by marks clearly indicating their location on the building. Packaging, if necessary, shall be the minimum necessary to protect the parts from damage during shipping and hoisting. 1.7.2 Pre-designated storage spaces shall be used so that the stored materials will not be exposed to damage from wetting, traffic or operations of other trades. 1.8 WARRANTY: 1.8.1 This Contractor shall warrant for 2 years from the date of Substantial Completion of the work related to the system that the work is not defective in workmanship or materials and conforms to the final, reviewed shop drawings, except for reasonable variances not impairing the usefulness thereof. This warranty applies to both patent and latent defects but does not include damage caused by acts of God, ordinary wear and tear or unusual abuse or neglect or the acts or omissions of parties other than this Contractor. This warranty is in lieu of all other warranties expressed or implied. 1.9 REIMBURSEMENT FOR SPECIAL PROVISIONS: 1.9.1 If variations exceed the tolerances specified, for the building frame, or if variations within permissible tolerances leave insufficient clearance for proper anchorage, necessitating extra fabrication or installation work by this Contractor in order to install the systems in a manner acceptable to the Architect, he may be reimbursed the extra costs involved, provided these costs are determined by the Contractor and approved by the Architect before installation work in the affecting area is begun. PART 2 - PRODUCTS 2.1 METALS: 2.1.1 Extrusions and break metal shall be 6063-T6 alloy and temper (ASTM B 221 alloy G.S. 10A-T5). Fasteners, where exposed, shall be aluminum, stainless steel or plated steel in accordance with ASTM A 164. Perimeter anchors shall be aluminum or steel, providing the steel is properly isolated from the aluminum. Exterior glazing gasket shall be E.P.D.M. and interior glazing seal shall be closed cell P.V.C. foam sealant tape. All mullions and horizontals for 1/4" glazing shall be thermally isolated from the pressure plate by a rigid vinyl separator. 2.1.2 Aluminum Alloys: Standard Alloys shall conform to the requirements published in the Aluminum Association's "Aluminum Standards and Data," and to the following standards: 2.1.2.1 Sheet and plate: ASTM B209-83 2.1.2.2 Extruded bars, rods, shapes and tubes: ASTM B221-84 2.1.2.3 Bars, rods and wire: ASTM B211-73 2.1.2.4 Standard structural shapes: ASTM B308-72 2.1.2.5 Drawn seamless tube: ASTM B210-73 2.1.2.6 Extruded structural shapes: ASTM B429-73 2.1.2.7 Sand castings: ASTM B26-74 2.1.2.8 Permanent mold castings: ASTM B108-73 2.1.2.9 Die castings: ASTM B85-73 2.1.2.10 Welding rods and bare electrodes: AWS A5-10 2.2 FASTENER METALS FOR JOINING VARIOUS METAL COMBINATIONS: 2.2.1 No exposed view fasteners. 2.2.1.1 Aluminum to Aluminum: Zinc plated steel, concealed. 2.2.1.2 Aluminum to Stainless Steel or Carbon Steel: Zinc plated steel, concealed, or cadmium plated steel, concealed. 2.2.1.3 Stainless Steel Fastener Types, Designation and Standards: 300 or 400 series. 2.3 PROTECTIVE MATERIALS FOR METALS: 2.3.1 Painting for carbon steel and high strength steel: zinc chromate Fed. Spec. TT-P-645. 2.4 FINISHES: 08 41 00-4 2.4.1 Aluminum: 2.4.1.1 All exposed framing surfaces, break metal, and accent trim shall be free of scratches and other serious blemishes. Aluminum extrusions shall be given a caustic etch followed by an anodic oxide treatment to obtain a: 2.4.1.1.1 An Architectural Class II or I color anodic coating conforming with AA-M12C22A34/AA-M12C22A44. Anodized finish color shall be Colornodic AB8 Black. 2.5 EXTERIOR STOREFRONT/CURTAINWALL SYSTEM: 2.5.1 Exterior storefront system shall be 2” x 4 ½” center glazed system as shown on drawings. Exterior storefront manufacturer shall be responsible for the detailed design and engineering of the system and supply all necessary anchoring devices, door fittings, brackets, break metal, housings, steel reinforcing, end dams, and integral hardware for the proper installation of the entire system. Framing, reinforcing, and anchoring devices shall be structurally adequate to carry the dead load, to resist the wind load and seismic load to comply with the current governing Uniform Building Code and to withstand the normal loads imposed by the operations of the entrance doors. 2.5.2 Entrance doors shall be Standard Aluminum Entrance medium stile door. Doors shall have medium width stiles where specified and/or where full mortise hardware is specified, see Section 08710.Corner construction shall consist of mechanical clip fastening, SIGMA deep penetration and fillet welds. Thickness of doors and side lights shall be as recommended by the manufacturer. Doors shall be installed in accordance with the manufacturer's recommendation and with the Architect approved shop drawings. 2.5.3 Integral hardware finish shall match storefront system finish. 2.5.4 The installed exterior storefront system shall meet the applicable performance requirements specified. 2.6 FABRICATION: 2.6.1 All parts of the exterior storefront system and break metal shall be of the materials, design, sizes, and thickness, subject to commercial tolerances, shown or called for on the Architect reviewed drawings and/or herein specified. Methods of fabrication and assembly, however, unless otherwise specifically stated, shall be at the discretion of the manufacturer. 2.6.2 Joints in Metal Work: All exposed work shall be carefully matched to produce continuity of line and design, with all joints, unless otherwise shown or specified, being accurately fitted and rigidly secured. 2.6.3 Shop Assembly: As far as practicable, all fitting and assembly work shall be done in the shop. 2.6.4 Exposed Fasteners: Exposed fasteners on finished surfaces shall have Phillips Head - countersunk screw heads unless otherwise shown or specified. 2.6.5 Protection of Metals: Protection against galvanic action shall be provided wherever dissimilar metals are in contact. This protection shall be provided either by painting the contact surfaces with zinc rich primer as specified, or by application of an appropriate separator. 2.6.6 Welding: 2.6.6.1 All welding shall be in accordance with recommendations of the American Welding Society and shall be done with electrodes and/or by methods recommended by the suppliers of the metals being welded. Type, size, and spacing of welds shall be as shown on approved shop drawings. All exposed welds shall be ground smooth to match adjacent surfaces. 2.6.6.2 Welds behind finished surfaces shall be so done as to minimize distortion and/or discolorations on the finished side. Weld spatter and welding oxides on finished surfaces shall be removed by descaling and/or grinding. 2.6.6.3 All glass surfaces should be protected from weld spatter. These can produce surface damage, which can materially weaken the glass surface. 2.6.7 Use of Sealing Materials: Sealing materials shall be used in accordance with the recommendations of the manufacturer of the material and joints to be sealed shall be in accordance with the designs and tolerances shown on the Architect reviewed shop drawings. 2.6.8 Shop or Field Glazing: Glazing work shall be done in accordance with the recommendations of the FGMA Glazing Manual or Glazing Materials Manufacturer. Refer to Section 08 81 00 for related information. Gasket color shall be approved by Architect prior to installation. 2.7 ALUMINUM AWNING WINDOWS: 2.7.1 A. Provide heavy commercial grade operable ALUMINUM WINDOWS AS MANUFACTURED by Arcadia inc. Windows shall be compatible with selected storefront system, with matching finish and glazing. B. the following manufactures may be considered equal provided they can supply product certified by the N.F.R.C. and provided they are prepared to be the “responsible party” for N.F.R.C. certification: 1. Torrance Aluminum series 2000. 2. Or prior approved equal. 08 41 00-5 PART 3 - EXECUTION 3.1 LINES AND GRADES: 3.1.1 Curtain walls and Exterior Store Fronts: The Contractor will provide this contractor with a building perimeter offset line located per the drawings. He shall provide bench marks at convenient points immediately adjacent to each entrance. The Contractor shall be responsible for the accuracy of the location of the perimeter lines and the elevation of the bench marks. 3.1.2 Correction of Errors: Should any error be found in either location or elevation of the above, this contractor shall so notify the Contractor in writing. Installation work shall not proceed in the affected areas until the errors have been corrected. All removal and reinstallation of work properly installed but out of line or elevation as a result of improperly located reference marks shall be executed by this contractor as authorized extra work. In the event that the above corrective work involves a substantial delay in the installation schedule, such delay shall be handled in accordance with the provisions of the contract documents. 3.2 PRIOR INSPECTION OF THE STRUCTURE: 3.2.1 After lines and grades have been established, and before beginning installation in any assigned area, this contractor shall examine all parts of the structure affecting the installation of his work in that area. Should any conditions be found which, in his opinion, will prevent the proper execution of his work, he shall report such conditions in writing to the Architect and the Contractor. Installation work shall not proceed in that area until such conditions are corrected or adjusted to the satisfaction of the Architect and the Contractor. 3.3 INSTALLATION: 3.3.1 Store front and curtainwall system (and break metal trim) shall be erected plumb and true, in proper alignment and relation to established lines and grades in accordance with the manufacturer's installation instructions and as shown on the Architect reviewed shop and erection drawings. All joints between framing and building structure shall be sealed in order to secure a watertight installation. 3.3.2 Entrance Doors: Entrance doors shall be securely anchored in place to a straight, plumb and level condition, without distortion, in accordance with the Architect reviewed drawings. Weather stripping contact and hardware movement shall be checked and final adjustment made for proper operations and performance of units. 3.3.3 Operable windows to be installed in prepared openings in accordance with manufacturer's recommendations. Windows to be set level, plumb, and securely fastened, using caulking and flashing in accordance with good window installation practices. 3.4 ERECTION TOLERANCES: 3.4.1 Permissible dimensional tolerances in the building frame and other work adjacent to the wall are as follows: 3.4.1.1 Store front shall be designed to accommodate these tolerances, provided irregularities do not exceed them, and clearances shown on approved shop drawings are maintained, all parts of the store front/curtainwall when completed, shall be within the following tolerances: 3.4.1.1.1 Maximum variation from plan or location shown on approved shop drawings: 1/16" per 12 feet of length. 3.4.1.1.2 Maximum offset from true alignment between two identical members abutting end to end in line: 1/16" 3.5 ANCHORAGE: 3.5.1 Anchorage of the wall to the building structure shall be in accordance with the approved shop and erection drawings. Anchors shall meet the requirements of these specifications. After the wall is properly positioned, all connections so designated on Architect reviewed drawings shall be rigidly fixed. 3.6 WELDING: 3.6.1 Welds and adjacent metal areas shall be thoroughly cleaned and painted with primer specified. Special care shall be taken to prevent fires and to protect glass and other finished surfaces from damage by weld splatter. Any damage to adjacent areas due to welding will be borne by this contractor. 3.7 REMOVAL OF DEBRIS: 3.7.1 All debris by or incidental to the installation work shall be promptly removed from the job site as the work progresses. 3.8 PROTECTION AND CLEANING: 3.8.1 This contractor shall remove from the installed work all mastic smears or other unsightly marks caused by his workmen, and shall be responsible for any damage to, or disfigurement of the work caused at any time by his own men. Protection of the work against damage by other trades, as well as any cleaning other than this, shall be the responsibility of the Contractor. END OF SECTION 08 41 00 08 71 00-1 SECTION 08 71 00 - FINISH HARDWARE PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK 1.1.1 The work includes the furnishing, delivery and installing of finish hardware as indicated on drawings and as specified. The Conditions of Contract and Division 1 apply as fully as if repeated herein. 1.1.2 Specific Omissions: Hardware for the following is specified or indicated elsewhere and is not a part hereof: 1.1.2.1 Rough hardware (structural). 1.1.2.2 Toilet accessories of all kinds including grab bars. 1.1.2.3 Installation. 1.1.2.4 Finish Carpentry (casework/millwork). 1.1.2.5 Stair handrails/guardrails. 1.2 SUBMITTALS: 1.2.1 Submittal procedures and quantities are as specified in Section 01 33 00. 1.2.2 Product Data: Submit manufacturer's product data containing drawings or cuts of all hardware items at same time hardware schedule is submitted. Contractor shall submit sample of hardware finishes integral with storefront system for review by the Architect prior to purchasing and installation of the hardware. Make submittal in a neat brochure form and include an index list of all items, with manufacturer's names and catalog numbers. Include a list of all manufacturers used and their nearest representative with address and phone number. If proposing a substitute, submit that product data attached to one showing specified item and indicated savings to be made. 1.2.3 Hardware Schedule: Submit six typewritten copies of schedule at earliest possible date prior to ordering of hardware. Do not order hardware for purchase until the schedule has been reviewed by the Architect. Architect's review of the schedule shall not be construed as certifying the schedule as being complete. Organize schedule into "Hardware Sets" with an index of doors and heading, indicating complete designations of every item required for each door or opening. Include the following information: 1.2.3.1 Type, style, function, size, quantity and finish of each hardware item. 1.2.3.2 Name, part number and manufacturer of each item. 1.2.3.3 Fastenings and other pertinent information. 1.2.3.4 Location of hardware set cross referenced to indications on drawings both on floor plans and in door schedule. 1.2.3.5 Explanation of all abbreviations, symbols, and codes contained in schedule. 1.2.3.6 Mounting locations for hardware. 1.2.3.7 Door and frame sizes and materials. 1.2.4 Templates: Where required, furnish hardware templates to each fabricator of doors, frames and other work to be factory- prepared for the installation of hardware. 1.2.5 Keying Schedule: Meet with Owner/Architect/Contractor to develop keying and locking requirements. Submit three copies of separate detailed schedule indicating clearly how the Owner's final instructions on keying of locks has been fulfilled. 1.3 QUALITY ASSURANCE: 1.3.1 Qualifications: 1.3.1.1 Obtain each kind of hardware (latch and lock sets, hinges, and closures) from only one manufacturer, although several may be indicated as offering products complying with requirements. 1.3.1.2 Hardware supplier shall be a direct factory contract supplier who has in his employment an experienced hardware consultant for a period of not less than (2) two years in the same area as project and who is available at all reasonable times during the course of the work for project hardware consultation to the Owner, Architect and Contractor. 1.3.2 Schedule Designations: Except as otherwise indicated, the use of one manufacturer's numeric designation system in schedules does not imply that another manufacturer's products will not be acceptable, unless they are not equal in design, size, weight, finish, function, or other quality of significance. However, do not make substitutions after the Architect's acceptance of hardware supplier's completed hardware schedule. 1.3.3 Exit Doors: Operable at all times from the inside without the use of a key or any special knowledge or effort. 08 71 00-2 1.4 DELIVERY, STORAGE AND HANDLING: 1.4.1 Acceptance at Site: Individually package each unit of finish hardware complete with proper fastening and appurtenances, clearly marked on the outside to indicate contents, specific locations in the work, and with reference to the Hardware Schedule. 1.4.2 Deliver packaged hardware items at the times and to the locations (shop or field) for installation, as directed by the Contractor. 1.5 PROJECT CONDITIONS: 1.5.1 Coordination: Coordinate hardware with other work. Furnish hardware items of proper design for use on doors and frames of the thickness, profile, swing, security and similar requirements indicated, as necessary for proper installation and function, regardless of omissions or conflicts in the information on the Contract Documents. 1.5.2 Upon request, check the Shop Drawings for doors and entrances to confirm that adequate provisions will be made for the proper installation of hardware. 1.5.3.1 Installation shall conform to local governing agency security ordinance. 1.6 WARRANTY: 1.6.1 Provide guarantee from hardware supplier as follows: 1.6.1.1 Closures: Five years, except electronic closures, two years. 1.6.1.2 All other Hardware: Two years. PART 2 - PRODUCTS 2.1 MANUFACTURERS: 2.1.1 Approval of manufacturers other than those listed shall be in accordance with Section 01605. Proposed substitutions shall be made through prior approved method as defined in Section 01605. The decision of the Architect shall be final. Item Manufacturer Hinges Ives, Stanley, Bommer, Tager Locks Schlage Panics, Exit Devices Von Duprin, American Device Closures, Holder Arms LCN, Norton Push and Pull Items Builders Brass Miscellaneous H.B. Ives, Door Controls Int. Weather-stripping Pemko, Reese 2.1.2 Furnish all items of hardware required to complete the work in accordance with these plans and specifications and the manufacturer's instructions. Items of hardware not specified shall be provided even though inadvertently omitted from this specifications. Items shall be of equal quality and type. 2.1.3 Where the exact types of hardware specified are not adaptable to the finished shape or size of the members requiring hardware, furnish substitute types having as nearly as practicable the same operation and quality as the type specified, subject to Architect's approval. 2.2 MATERIALS: 2.2.1 Locksets: All locksets and latchsets shall be as specified. Strikes shall be 16 gage curved steel, bronze or brass with 2" deep box construction, and have lips of sufficient length to clear trim and protect clothing. 2.2.1.1 Locks shall have minimum 3/4 inch throw. All deadbolts shall have 1 inch minimum throw. 2.2.1.2 Comply with requirements of local security ordinances. 2.2.1.3 Provide approved fusible links at levers for labeled doors. 2.2.1.4 Lock Series and Design: Schlage Grade 1 6-pin. 2.2.2 Hinges: Outswinging exterior doors shall have non-removable (NRP) pin. All hinge open widths shall be minimum, but of sufficient size to permit door to swing 180 degrees. Furnish hinges with flush bearings. 2.2.2.1 Furnish 3 hinges per leaf to 7 foot 6 inch height. Add one for each additional 2 foot height. 2.2.2.2 Exterior hinges with prime finish shall have Mont-Hard K base. 2.2.3 Floor hinges shall have maximum degree dead stop permitted by trim of adjacent structure. Furnish special pins and longer spindles as may be required. 08 71 00-3 2.2.4 Panic Hardware: Furnish all sets with hex bolts unless otherwise specified. Lever handle trim shall match locksets. 2.2.5 Kick Plates: Provide with four beveled edges, 10 inches high by width less 2 inches. Furnish with machine or wood screws of bronze or stainless steel to match other hardware. 2.2.6 Seals: All seals shall be as indicated and finished to match adjacent frame color. 2.2.7 Screws: All exposed screws shall be Phillips head. 2.2.8 Silencers: Furnish silencers for interior hollow metal frames, 3 for single doors, 4 for pairs of doors. Omit where sound or light seals occurs, or for fire-resistive rated door assemblies. 2.2.9 Contractor shall provide and install signs under a separate division within these specifications above the main exit doors utilizing indicating type dead bolts which state - "This door to remain unlocked during business hours". See Section 101400. 2.3 FINISH: 2.3.1 Generally to be brushed chrome. 2.3.2 Spray door closures to match finish hardware, or color of finished doors as indicated by the Architect. The finishes for all hardware shall be subject to the approval of the Architect. 2.4 KEYING REQUIREMENTS: 2.4.1 Keying of cylinder locks shall be coordinated with the Owner at Contractor's request so as not to delay manufacturing of the doors and frames. For estimate use masterkeying charge. Keying system shall be approved by Owner's representative in writing. Furnish construction key system with keys which can be rendered inoperative by the turn of the change key. Stamp all keys "Do Not Duplicate." 2.4.2 For protection of the Owner, all locks and cylinders shall be keyed at the factory of the lock manufacturer where permanent records are maintained. Locks and cylinders shall be of the same manufacturer. 2.4.3 Permanent keys shall be delivered only to Owner's representative, properly tagged and indexed. PART 3 - EXECUTION 3.1 HARDWARE LOCATIONS: 3.1.1 Hinges: 3.1.1.1 Bottom Hinge: 10 inches from door bottom to bottom of hinge. 3.1.1.2 Top Hinge: 5 inches from door top to top of hinge. 3.1.1.3 Center Hinge: Center between top and bottom hinge. 3.1.1.4 Extra Hinge: Equally spaced where there is more than one intermediate hinge. 3.1.2 Cylinder Deadlock Centered 44 inches above floor. 3.1.3 Door Knobs: Centered 40 5/16 inches above floor. 3.1.4 Door Pulls: 40 inches from bottom of door to center of pull. 3.1.5 Push Plate: 45 inches from bottom of door to center of plate. 3.1.6 Panic: 36-1/4 inches from finished floor to center of pad. 3.2 INSTALLATION: Install each hardware item per manufacturer's instructions and recommendations. Do not install surface mounted items until finishes have been completed on the substrate. Set units level, plumb and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. 3.3 ADJUSTING: 3.3.1 Adjust and check each operating item of hardware and each door, to ensure proper operation or function of every unit. Replace units which cannot be adjusted to operate freely and smoothly. 3.3.2 Inspection: Hardware supplier shall inspect all hardware furnished within 10 days of contractor's request and include with his guarantee a statement that this has been accomplished. Inspector or Contractor will sign off the hardware as being complete and correctly installed and adjusted. Further corrections of defective material shall be the responsibility of his representative. 08 71 00-4 3.4 GUARANTEE: All hardware shall be guaranteed for a period of one year from filing of Notice of Completion. Defects in material and workmanship occurring during the guarantee period shall be corrected without expense to the Owner. 3.5 HARDWARE SETS: HW SET: 01 Door(s): NEW STOREFRONT DOOR 2 EA CONT. HINGE 112XY  628 IVE 1 EA PANIC HARDWARE CDSI-3547A-EO  626 VON 1 EA PANIC HARDWARE CDSI-3547A-NL-OP-388  626 VON 2 EA MORTISE CYLINDER 20-001 XQ11-949 114 36-083  626 SCH 1 EA RIM CYLINDER 20-022  626 SCH 2 EA LONG DOOR PULL 9264F 72" 56" O  630 IVE 2 EA OH STOP 100S  630 GLY 2 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  689 LCN 2 EA FLUSH CEILNG MTG PLT 4040XP-18G  689 LCN 1 SET SEALS BY DOOR/FRAME MFR. B/O 2 EA DOOR BOTTOM BY DOOR/FRAME MFR. 1 EA THRESHOLD 102A OR AS DETAILED  A ZER HW SET: 02 Door(s): AV ROOM 4 EA HINGE 5BB1 4.5 X 4.5 NRP  652 IVE 1 EA STOREROOM LOCK ND80P6D SPA  626 SCH 1 EA SURFACE CLOSER 1461 REG OR PA AS REQ FC  689 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  630 IVE 1 EA FLOOR STOP FS439  630 IVE 1 EA GASKETING 188SBK PSA  BK ZER END OF SECTION 08 71 00 08 81 00-1 SECTION 08 81 00 - GLAZING PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing and installing of all glass work complete, as shown and noted on the drawings and as specified. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 CODES: 1.2.1 Glass and glazing shall conform to the "California Building Code, 2022 (CBC)”, Chapter 24 "Glass and Glazing". 1.2.2 Safety glazing shall conform to Consumer Product Safety Commission (CPSC) 16 Code of Federal Regulations (CFR) Part 1201 - Safety Standard for Architectural Glazing Materials 1.2.3 Contractor shall provide and install tempered glazing per all applicable codes. Locations shown on drawings are for Contractors convenience only and shall not relieve responsibility to provide tempered glazing in all locations required by code. 1.3 REFERENCED STANDARDS: The specifications and standards published by the following organizations constitute project requirements to the full extent of their applicability. If conflicts exist amidst the requirements within these standards, within this specification, or within codes applicable to the project, the most stringent requirements shall govern. 1.3.1 American Society for Testing and Materials (ASTM). 1.3.2 Glass Association of North America (GANA) 1.4 PERFORMANCE REQUIREMENTS 1.4.1 Structural Performance: Consistent with ASTM E 1300, the glass glazing shall suitably resist all design loads. For conditions beyond the scope of ASTM E 1300, reliable structural performance shall be assured by independent stress analyses performed by a registered design professional. 1.4.2 Deflection and Retention: The center-of-glass deflection of 4-side-supported square or rectangular glazing units shall be limited to the lesser of 3/4" or L/100, where L refers to the short side dimension of the unit. Independent of this requirement, the glazing shall remain reliably captured under all design service conditions. Deflections of members that constitute glass edge supports shall have their maximum deflections limited to the lesser of L/175 or [L/240 + 1/4"] where L refers to the member span. 1.4.3 Thermal Stress Performance: The glazing units shall be designed to reliably resist thermal stresses arising from the most severe design service conditions. 1.5 SUBMITTALS: 1.5.1 Submittal procedures and quantities are specified in Section 01 33 00. 1.5.2 Product Data: Submit manufacturer's data for each type of glazing material specified, including manufacturer's recommendations for setting and sealing materials and installations. 1.5.3 Samples: Submit factory labeled samples of each type of glazing material specified, gaskets and colors of glazing compounds for approval. No glazing material, gaskets, or glazing compounds shall be purchased until all samples have been approved. 1.4.4 Certificate of Compliance: Certify and label each product to indicate materials meet specified requirements. 1.6 DELIVERY, STORAGE AND HANDLING: 1.6.1 Delivery: Do not deliver glass to the site until the areas to be glazed are ready to receive the glass. Deliver glass in manufacturers storage cases with interleaving between lights. Deliver glazing compound in manufacturer's original cartons with labels intact. 1.6.2 Storage: Store glass in original storage cases. Store cases in a dry, well ventilated area with temperatures maintained above the dew point. Do not store glass where it will be exposed to direct sunlight. 1.6.3 Handling: Do not unpack glass until needed for installation. Handle and install materials in a manner to prevent breakage, scratching or other damage. Keep vacuum cups free from foreign material that would scratch glass. 1.7 JOB CONDITIONS: Do not perform glazing work when the ambient temperature is below 40 degrees F. Provide sufficient ventilation to prevent condensation from forming on surfaces to be glazed. Do not perform glazing during damp or rainy weather. PART 2 - PRODUCTS 08 81 00-2 2.1 MATERIALS: 2.1.1 Note: Where pre-manufactured window units incorporate glazing from window manufacturer, glazing shall be provided under that separate division. 2.1.2 Flat Glass: Conform to ASTM C 1036, Type I (Transparent Flat Glass), Quality Q3 (Architectural), Class 1 (Clear) 2.1.3 Low-E Coated Glass: Conform to ASTM C 1376, Kind CV (Vision) 2.1.4 Heat-Treated Glass: Conform to ASTM C 1048, Low-E coated glass, Kind FT tempered glass. 2.1.4.1 Rollerwave: Rollerwave distortion to be oriented horizontally 2.1.5 Laminated Glazing: Conform to ASTM C 1172. Laminated glazing shall be utilized in controlling sound as indicated on drawings. Glass plies of 1/8" thickness each, unless otherwise noted or required by code, shall sandwich a 0.030” minimum thickness polyvinyl butyral (PVB) interlayer. 2.1.6 Safety Glazing: Conform to testing requirements in CPSC 16 CFR 1201 for Category II safety glazing materials. Locations of safety glazing required by code shall be indicated on the project drawings. 2.1.7 Insulating Glazing: 2.1.7.1 Provide insulating glazing units in glass types and sizes required to fit openings as scheduled and indicated on the drawings. 2.1.7.2 Conform to ASTM E 2190. Units shall be factory-assembled and consist of multiple lites of glass sealed at the edges to a spacer creating a dehydrated interspace. Glass lites shall be conformant with all applicable specifications in addition to those noted under the category of “Insulating Glazing”. 2.1.7.3 Spacers shall be the fabricator’s standard spacer material. Corners shall be soldered, welded, or bent. Keyed joints and corners are not permitted. 2.1.7.4 Sealing system shall be the fabricator’s standard sealing system. Sealant shall be approved by the glass manufacturer. 2.1.7.5 Dessicant shall be the fabricator’s standard molecular sieve or silica gel or blend. 2.1.7.6 Glazing Unit Assembly: 2.1.7.6.1 Overall Unit Thickness: 25 mm (1 inch) 2.1.7.6.2 Outboard Lite: 2.1.7.6.2.1 Glass Type: Clear float glass as supplied by Guardian Industries Corp. 2.1.7.6.2.2 Coating on No. 2 Surface (Outboard Lite): Guardian, SunGuard SNX 51/23. 2.1.7.6.2.3 Glass Thickness: 6 mm (1/4 inch) 2.1.7.6.2.4 Heat Treatment: (FT) Fully Tempered 2.1.7.6.3 Interspace Content: 12mm (½”) Air 2.1.7.6.4 Clear Inboard Lite: 2.1.7.6.4.1 Glass Type: Clear float glass as supplied by Guardian Industries Corp. 2.1.7.6.4.2 Glass Thickness: 6 mm (1/4 inch) 2.1.7.6.4.3 Heat Treatment: (FT) Fully tempered 2.1.7.6.5 Center-of-Glass Performance: 2.1.7.6.5.1 Visible Light Transmittance: 51 percent. 2.1.7.6.5.2 Visible Light Reflectance Outdoors: 14 percent. 2.1.7.6.5.3 Direct Solar Energy Transmittance: 19 percent. 2.1.7.6.5.4 Direct Solar Energy Reflectance Outdoors: 35 percent. 2.1.7.6.5.5 Winter U-Value Nighttime: 0.29. 2.1.7.6.5.6 Summer U-Value Daytime: 0.27. 2.1.7.6.5.7 Shading Coefficient: 0.27. 08 81 00-3 2.1.7.6.5.8 Solar Heat Gain Coefficient: 0.23. 2.1.7.6.5.9 Relative Heat Gain: 57. 2.1.7.6.5.10 Light-to-Solar Gain Ratio: 2.18. 2.1.8 Clips for Metal Surrounds: Respective surround manufacturer's standard (steel-to-steel, aluminum-to-aluminum, etc.). 2.1.9 Sealant for Glazing: General Electric Corp. "1200", Dow-Corning Corp. "999A" or equivalent approved in accordance with Section 00160 or as recommended by glass manufacturer. Installed as per section 07 92 00 of these specifications. 2.1.10 Preformed Sealant Tape: Pecora "Extru-Seal", Tremco "Preshimmed 440 Tape" or equivalent approved in accordance with Section 00160, or as recommended by glass manufacturer. Installed as per section 07 92 00 of these specifications. 2.1.11 Preformed Gaskets: Closed cell sponge neoprene conforming to ASTM C 509 and dense neoprene wedge gaskets conforming to NAAMM SG-1. Gaskets shall be preformed to shapes and sizes to suit the glazing stops furnished with the doors and windows and to compress the sponge neoprene gasket 25% to 40%. Installed as per section 07 92 00 of these specifications. (Gasket color to be approved by Architect prior to installation.) 2.1.12 See Section 07 11 00 for window opening surrounds waterproofing. PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS: 3.1.1 Manufacturer's labels, showing strength, grade, thickness, type and quality will be required on each piece of glass. Labels must remain on glass until it has been set, inspected and approved. 3.1.2 Sizes indicated on the drawings are approximate. Actual sizes shall be determined by measuring in the field. 3.1.3 Stops or beads for glazed openings will be provided under other sections for use under this section. 3.1.4 Tong marks of tempered plate glass, when glazing, shall occur on the side of the narrow dimension only. When the long dimension of glass panes are vertical the tong marks shall occur at the bottom of the pane. 3.2 GLAZING: 3.2.1 Conform to applicable portions of GANA "Glazing Manual", latest edition. Check dimensions of openings to be sure that glass thickness is as required for code minimums and adequate clearances are maintained on all four sides at perimeter. Shop cut all glass; cut clean, straight edges, free from chips and fissures. Fixed stops, glass edges, and applied stops shall be cleaned of all dust, dirt, oil or other debris before glazing. Dry all glazing components completely. 3.2.2 Aluminum Openings: Glaze with preformed gasket as supplied by the aluminum frame manufacturer. 3.3 REGLAZING: Existing windows to be re-used, broken windows and other glass areas to be re-glazed shall have all glass cleanly removed from rabbets and glass stops. All old glazing compound shall be removed from rabbets and stops, and all surfaces to receive new glazing compound shall be washed clean with solvent. Re-glazing shall conform to the requirements specified under "Glazing" after preparing rabbets and stops as specified above. 3.4 TESTS: All exterior glazing shall be completely watertight, and tests shall be as specified in Section 08 41 00. 3.5 CLEANING AND PROTECTION: 3.5.1 Upon completion of other glazing work and after approval of the glass installation, all glass surfaces shall be thoroughly cleaned, and all labels, paint spots and other defacements shall be removed. Contractor shall request walk through with Architect to identify scratched glazing prior to releasing horizontal blind subcontractors for installation. Contractor shall be responsible for all scratched glazing. Glazing to be replaced for unreasonable defects or damage as directed by Architect. Cleaning solution shall not etch or stain frames, painted or finished surfaces, or affect the glazing compound. 3.5.2 Cracked, broken and imperfect glass shall be replaced at no additional cost to the Owner. Protect all glass against damage from weld spatter, stains from alkaline or flourine materials, abrasive materials or other damage until final acceptance of the project. Where it is necessary to alert workmen that openings have been glazed, use tape or banners attached to framing. Do not spray paint or other foreign matter directly on the glass. END OF SECTION 08 81 00 09 24 00-1 SECTION 09 24 00 - LATH AND PLASTER PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Work includes all labor, materials, and equipment necessary to install all aspects of portland cement plaster. B. Related Sections 1. 05 40 00 – Light gauge cold-formed steel framing 2. 07 92 00 – Joint Sealers 3. 09 29 00 – Gypsum Board 1.02 REFERENCES A. ASTM C150 – Portland Cement B. ASTM C847 – Standard Specification for Metal Lath C. ASTM C1032 - Woven Wire Plaster Base D. ASTM C933 - Welded Wire Lath E. ASTM C144/C897 – Aggregate for Job-Mixed Portland Cement-Based Plaster F. ASTM C926 – Application of Portland Cement-Based Plaster G. ASTM C1063 – Installation of Lathing and Furring for Portland Cement Based Plaster H. PCA (Portland Cement Association) – Plaster (Stucco) Manual I. Plaster and Drywall Systems Manual, Third Edition J. ICC-ES Acceptance Criteria for Weather-resistive Barriers (AC38) K. Omega Three Coat Systems Details (TCS) 1.03 SYSTEM DESCRIPTION A. General: Portland cement plaster is comprised of a water-resistive barrier, optional sheathing, metal lath, scratch and brown coats, and a finish coat. B. Application Methods: The plaster is applied directly to a structure at the construction site. 1.04 SUBMITTALS A. Product Data: All product data sheets, evaluation reports, details, and warranty information that pertain to the project in accordance with Section 01 30 00 Submittal Procedures. Product shall be single sourced - from one manufacturer. B. Samples: Submit 12" square samples showing colors and finish produced using the same techniques and tools required to complete the project. Contractor shall construct a 48"x48" field samples of each color and/or texture with control joint incorporated to be approved by Architect. Allow for 1 additional sample of each initial color and/or texture. 1.05 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer: System component materials shall be a sole manufacturer and shall be distributed by the same or its authorized dealers. B. Plastering Contractor: 1. Shall specialize in cement plasterwork with documented experience. 2. Shall provide proof of current contractor’s license and bond where required. C. On-Site Mock-Ups: Produced upon request. 1. Prior to commencement of work, provide a mock-up for approval. 2. Mock-up suitable to represent the products to be installed for each color and texture constructed using the same tools and techniques to be utilized on the project. 3. Retain approved mock-up at job site throughout the application process. a. Where acceptable to the Architect, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 4. Pre-Installation Meeting: Prior to commencing the work of this section, the contractor shall schedule and attend a meeting at the job site to discuss conformance with requirements of the Contract Documents. Request attendance of representatives from Architect, Contractor, subcontractors, and other parties who are involved. 1.06 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver all materials to the construction site in their original, unopened packaging with labels intact. B. Inspection: Inspect the materials upon delivery to assure that specified products have been received. Report defects or 09 24 00-2 discrepancies to the responsible party according to the construction documents; do not use reported material for application. C. Storage: Store all products per manufacturer’s recommendations. Generally, store materials in a cool, dry location; away from direct contact with the ground and/or concrete; out of direct sunlight; and protect from weather and other damage. 1.07 PROJECT CONDITIONS A. Environmental Requirements: Follow product manufacturer's recommendations for environmental conditions and surface preparation. 1. Temperatures: Before, during and following the application of the portland cement plaster, the ambient and surface temperatures must remain above 40°F (4°C) for a minimum period of 24 hours. Protect stucco from uneven and excessive evaporation, especially during hot, dry and/or windy weather. Protect the portland cement plaster from freezing for a period of not less than 24-hours after set has occurred. 2. Substrates: Prior to installation, inspect the wall for surface contamination or other defects that may adversely affect the performance of the materials, and shall be free of residual moisture. Do not apply the portland cement plaster to substrates whose temperature are less than 40°F (4°C) or contain frost or ice. 3. Inclement Weather: Protect applied material from inclement weather until dry. B. Existing Conditions: 1. Jobsite Resources: Provide access to electrical outlets, clean, potable water, and a suitable work area at the construction site throughout the application of the portland cement plaster. 1.08 SEQUENCING AND SCHEDULING A. Sequencing: Coordinate the installation of the portland cement plaster with all other construction trades. To reduce the likelihood of the stucco cracking, it is recommended the building carry a minimum of 90 percent of the dead building load and the interior gypsum be installed prior to installation of the stucco. B. Staffing: Provide sufficient manpower to ensure continuous operation, free of cold joints, scaffolding lines, variations in texture, etc. 1.09 WARRANTY A. System Warranty: Submit documentation on standard warranties. At completion of work, provide written system warranty documentation. B. Warranty Length: (1) years commencing at the time of substantial completion. 1.10 MAINTENANCE A. The following materials shall be presented to the owner following the application of the work: 1. One container of finish for each color and texture utilized on the project. 2. A maintenance program for finishes as required. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturer: Omega Products International, Inc. or prior approved equal. Expo Stucco and La Habra Stucco are approved equal manufacturers. 2.02 SCRATCH AND BROWN COAT A. Cement: A low alkali portland cement-based stucco complying with ASTM C150. B. Sand: 1. Sand must be clean and free from deleterious amounts of loam, clay, silt, soluble salts and organic matter. 2. Sampling and testing must comply with ASTM C144 or C897. C. Water: Clean and potable without foreign matter. 2.03 LATH A. Structalath No 17. SF CR II (walls) 1. Weight 1.0 lb/yd2 2. Finish – Class 1 Galvanized Coating complying with ASTM A641 3. Alternate lath to 1.14 lb/yd2 welded wire lath specified in ASTM C933 4. As per ICC ESR-2017 B. V Truss Rib Lath (horizontal soffits) 1. Weight 2.2 lb/yd2 2. Finish – Class 1 Galvanized Coating complying with ASTM A641 3. Alternate lath to 3.4 lb/yd2 rib metal lath specified in ASTM C847 4. As per ICC ESR-2017 C. V Truss Corners – Exterior Corner Reinforcements 1. Available in Straight, Bullnose , Arch & One Coat profiles 09 24 00-3 2. Finish – Class 1 Galvanized Coating complying with ASTM A641 2.04 ACCESSORIES A. Caulking: Acrylic latex complying with ASTM C834 B. Vapor Retarder: A vapor retarder complying with the International Energy Conservation Code (IECC) Section 402.5 or 502.5 must be provided. C. Flashing: Flashing complying with UBC Section 1404.2, IBC Section 1405.3 or IRC Section R703.8, as applicable, must be provided. D. Fasteners: Nails, staples, or screws used to rigidly secure lath and associated accessories shall be corrosion-resistant and meet the minimum requirements of ASTM C1063. E. Zinc-Coated (Galvanized) Accessories: The following accessories shall be fabricated from zinc-coated (galvanized) steel. 1. Corner Aid: Minimum 26-gauge thick; expanded flanges shaped to permit complete embedding in plaster; minimum 2 in. wide; Square-edge style; use unless otherwise indicated. 2. Strip Mesh: Metal Lath, 3.4 lb/yd2 expanded metal; 6 in. wide x 18 in. long. 3. Vent Screed: Minimum 26-gauge thick; thickness governed by plaster thickness; minimum 4-inch (102 mm) width, double “V” profile, with perforated expanse between “V’s” of longest possible lengths. 4. Casing Bead: Minimum 26-gauge thick; thickness governed by plaster thickness; maximum possible lengths; expanded metal flanges, with square edges. 5. Drip Screed: Minimum 26-gauge thick, depth governed by plaster thickness, minimum 3-1/2 in. high flange, maximum possible lengths. 6. Control and Expansion Joints: Depth to conform to plaster thickness; use maximum practical lengths. a. Control Joints: One-piece-type, folded pair of unperforated screeds in M-shaped configuration; removable protective tape on plaster face of control joint. b. Expansion Joints: Two-piece-type formed to produce a slip-joint. 2.05 FINISHES A. Finish match existing B. Color match existing 2.06 MIXES A. Portland Cement Plaster: Mix and proportion cement plaster in accordance with ASTM C926. B. Finishes: Mixing and tinting instructions are contained in the appropriate product data sheets by Omega Products International, Inc. PART 3 - EXECUTION 3.01 EXAMINATION A. Prior to the application of the portland cement plaster the plastering contractor shall ensure that: 1. Surface and site conditions are ready to receive work. 2. Grounds and Blocking: Verify that the items within the walls for other sections of work have been installed. B. Substrates: 1. Acceptable substrates must be securely fastened per applicable building code requirements. 2. Acceptable substrates and adjacent materials must be dry, clean, and sound. Substrate surface must be flat, free of fins or planar irregularities greater than ¼-nch in 10-feet (6mm in 3m). C. Flashings: All flashing around windows, at deck attachments, utility penetrations, roof lines, etc. and all kick-out flashing must be properly installed prior to application of portland cement plaster. D. Unsatisfactory conditions shall be reported to the general contractor and/or builder and/or architect and/or owner. Do not proceed until all unsatisfactory conditions have been corrected. Beginning of installation means acceptance of existing conditions. 3.02 PREPERATION A. Substrate: Clean the substrate to which the plaster is to be applied, ensuring that there are no foreign materials present; including, but are not limited to, oil, dirt, dust form release agents, efflorescence, paint, wax, water repellants, moisture, frost, and or extended nails that may rupture the water-resistive barrier. B. Surrounding Areas: Protect surfaces near the work of this section from damage, disfiguration, and overspray. Mask off all dissimilar materials. 3.03 INSTALLATION, GENERAL A. General Installation: Refer to C.B.C., ASTM C926, ASTM C1063, and/or the appropriate manufacturer’s product data sheet for additional installation requirements and recommendations. 09 24 00-4 3.04 INSTALLING WEATHER PROTECTION A. Water-Resistive Barrier: Apply water-resistive barrier complying with Section 1404.2 of the IBC, Section R703.2 of the IRC or Section 1402.1 of the UBC. B. Flashing: Install flashing and trim per CBC requirements. 3.05 INSTALLING LATH A. Attach lath to sheathing with minimum 1 ¼” staples (unless other specification required by local municipal code) at each stud. Apply with long dimension at right angles to the supports. Extend both horizontal and vertical factory laps. On walls install first course at bottom and work up. Work right to left. Stagger all vertical laps. Install lathing and furring materials indicated for Portland cement plaster to comply with ASTM C 926 and ASTM C 1063. 1. Structalath No 17. SF CR II: Installation as per ESR 2017 - Fastener type and spacing as per ASTM C 1063 except that fasteners may attach to the lath to framing supports either at the furring crimps on the vertical cross wire, at the intersection of the longitudinal wire and cross wire or any point along the longitudinal wires. Maximum spacing of supports 16” OC. Refer to current manufacturers instructions posted @ http://www.structawire.com 2. V Truss Rib Lath (horizontal soffits): Installation per ESR 2017 – Fastener type and spacing per ASTM C 1063 except that the fasteners must attach to the lath at the framing supports at every 2nd rib either at the furring crimps on the vertical cross wire, at the intersection of the longitudinal wire and cross wire or at any point along the longitudinal wire that is welded to the furring crimp. When using screws – deformation of the rib is preferable. The maximum fasteners spacing for alternative installation to either 1.4 lb/yd2 woven wire or to 3.4 lb/yd2 diamond mesh metal lath must be in accordance with ASTM C 1063. Mega Lath is approved for 24” OC and is to be lapped one mesh. Refer to current manufacturers’ instruction posted @ http://www.structawire.com 3.06 INSTALLING PORTLAND CEMENT PLASTER A. Application Over Metal Lath: Apply per ASTM C926 and C1063. Apply portland cement plaster by hand-troweling or machine- spraying to a nominal thickness of 3/8 inch scratch coat and to a nominal thickness of 3/8-inch brown coat. B. Moist Curing: Provide sufficient moisture by fog or moist curing to permit proper hydration of the cementitious materials. The length of time and most effective procedure for curing will depend on climatic and job conditions. Moist cure for 48 hours minimum when temperature exceeds 70 degrees F (21 degrees C) and/or weather is windy and/or dry. 3.07 INSTALLING FINISH COAT A. General: Apply 1/8" thick finish coat per manufacturer’s product data sheet. B. Verification: Verify the desired color and texture match the approved sample and/or mock-up prior to installation. C. Do not apply finish coat until brown coat has cured a minimum of 3 weeks. D. Contractor shall insure enough scaffolding to allow applicator to achieve consistent 90 degree texture to building plane. Wide spray application shall be rejected. 3.08 CLEANING A. Cleaning: Remove temporary protection and enclosure of other work. Promptly remove plaster from door frames, windows, and other surfaces, which are not to be plastered. Repair floors, walls, and other surfaces, which have been stained, marred or otherwise damaged during the plastering work. When plastering work is completed, remove unused materials, containers and equipment and clean floors of plaster debris. 3.09 CUTTING AND PATCHING A. Cut, patch, point-up and repair plaster as necessary to accommodate other work and to restore cracks, dents and imperfections. Repair or replace work to eliminate blisters, buckles, excessive crazing and check cracking, dry-outs, efflorescence, sweat-outs and similar defects, and where bond to the substrate has failed. 3.10 PROTECTION A. Protection: Protect applied material from inclement weather until dry and prevent it from freezing for a minimum of 24-hours after set and/or until dry. Refer to manufacturer’s product data sheet for additional requirements. B. Provide final protection and maintain conditions, in a manner suitable to installer, which ensures plaster work being without damage or deterioration at time of substantial completion. END OF SECTION 09 24 00 09 29 00-1 SECTION 09 29 00 - GYPSUM DRYWALL PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing and installing of gypsum board construction (walls and ceilings), including shaft wall construction, all other accessories as shown and noted on the drawings and specified herein. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 QUALITY ASSURANCE: 1.2.1 Gypsum board construction shall conform with the "California Building Code, 2022 (CBC)”, Chapter 25 "Gypsum Board and Plaster". Fire resistive walls, partitions and ceilings shall also conform to Chapter 7, "Fire Resistant Materials and Construction." 1.2.2 Single-Source Responsibility: Obtain gypsum board products from a single manufacturer, or from manufacturers recommended by the prime manufacturer of gypsum boards. 1.3 SUBMITTALS: 1.3.1 Submittal procedures and quantities are specified in Section 01 33 00. 1.3.2 Product Data: Submit manufacturer's product specifications and installation instructions for each gypsum board component, including other data as may be required to show compliance with these specifications. 1.4 DELIVERY, STORAGE AND HANDLING: 1.4.1 Deliver material in original packages, containers or bundles bearing brand name and identification of manufacturer or supplier. Fire resistant type gypsum board shall bear the Underwriter's Laboratories, Inc. (UL) label or label of another organization acceptable to Code Authority. (ICBO, Etc) 1.4.2 Store materials inside under cover and in manner to keep them dry, protected from weather, direct sunlight, surface contamination, corrosion, and damage from construction traffic and other causes. Neatly stack gypsum boards flat to prevent sagging. Do not stack long lengths over shorter lengths. Do not stack gypsum board to exceed design live load of floors above the ground floor. 1.4.3 Handle gypsum boards to prevent damage to edges, ends, or surfaces. Protect metal corner beads and trim from being bent or damaged. 1.4.4 Store flammable adhesives away from fire, sparks, or smoking areas. 1.5 PROJECT CONDITIONS: Maintain temperature range between 55 degrees F and 70 degrees F for a period extending from 24 hours before installation until the permanent heating system is in operation. Provide ventilation during and following adhesive and joint treatment application. Use temporary air circulators in enclosed areas lacking natural ventilation. 1.6 SCHEDULING: Do not apply gypsum board until insulation, pipes, conduits, ducts, vents, supports and other items that will be concealed by the gypsum board have been inspected, tested and approved by the governing authorities and unsatisfactory conditions have been corrected. 1.7 SAMPLE: Prior to finishing gypsum board where painting is indicated, provide four 2'x2' samples of all finishes to be selected by Architect. Selected sample shall be kept at job site for comparison. Final wallboard finish shall match selected sample. See Division 2 for finish required. PART 2 - PRODUCTS 2.1 MATERIALS: 2.1.1 Gypsum board shall conform to the standards specified below: 2.1.1.1 Regular Gypsum Board: ASTM C 1396 with tapered edges, 5/8" thick for ceilings and walls unless otherwise indicated. USG FIRECODE 30 2.1.1.2 Exterior Gypsum Ceiling Board: ASTM C1396, Type X, weather and sag resistant with water repellant face paper and tapered edges, 5/8" thick, for ceilings at protected exterior soffits unless otherwise noted on the drawings. USG Exterior Ceiling Board. 2.1.2 Trim Accessories: Provide manufacturer's standard paper faced trim accessories of types indicated for gypsum board work, formed of galvanized steel with paper face reinforcement to prevent edge cracking unless otherwise indicated,. Provide (90o square - typical) corner beads, L-type edge trim-beads, U-type edge trim-beads, special L-kerf-type edge trim-beads and one-piece control joint 09 29 00-2 beads, J-type moulding reveals and other trim as shown in drawings. Contractor shall utilize prefabricated intersecting reveal joints when metal trim reveal joint patterns intersect. Provide manufacturer’s 30 year warranty against edge cracking. 2.1.2.1 Corner bead reinforcement shall be USG Paper faced metal outside corner, B1 XW EL manufactured by U. S. Gypsum Co. or prior approved equal. 2.1.2.2 Metal Reinforcement Trim accessories shall be USG Paper faced metal L-Trim and J-Trim, B4, B9 as manufactured by U. S. Gypsum Co. or prior approved equal. 2.1.3 Joint Treatment Materials: 2.1.3.1 General: ASTM C 475; type recommended by the manufacturer for the application indicated, except as otherwise indicated. 2.1.3.2 Joint Tape: USG Heavy Duty paper tape meeting ASTM C475 2.1.3.3 Joint Compound: , USG Ready-Mixed joint compounds except for areas subject to moisture after installation and exterior ceiling board.. 2.1.3.4 Water/Mold-Resistant Joint Compound: For areas subject to moisture after installation and exterior ceiling board, use chemical setting type joint compound, USG Light-Weight Setting Compound, Easy Sand. 2.1.3.5 Acoustical sealant: USG Acoustical Sealant 2.1.3.6 Skim Coat material: USG All-Purpose Joint compound 2.1.3.7 Drywall Primer: USG SHEETROCK First Coat (For Exterior Board use Exterior Primer). 2.1.3.8 Control joints: CEMCO 093 control joint PART 3 - EXECUTION 3.1 INSPECTION: Before applying gypsum board, see that corners and framing are plumb, true and solid, and that framing members are properly spaced. Edges and ends of board shall have solid bearing. 3.2 INSTALLATION OF GYPSUM BOARD: 3.2.1 Applications: Use water and mold resistant gypsum board within toilet rooms, at all ceramic tile, and elsewhere as indicated. Use fire retardant gypsum board where indicated or required to achieve fire rated partitions and ceilings. 3.2.2 General: Install in accordance with fire and sound rated design and ASTM C840 Use gypsum board of maximum practicable lengths to minimize end joints. Locate exposed end-butt joints as far from center of walls and ceilings as possible, and stagger not less than 1'-0" in alternate courses of board. Generally hold boards ¼” – ½” above finish concrete slab. 3.2.2.1 Install exposed gypsum board with face side out. Do not install imperfect, damaged or damp boards. Butt boards together for a light contact at edges and ends with not more than 1/16" open space between boards. Do not force into place. 3.2.2.2 Locate either edge or end joints over supports, except in horizontal applications or where intermediate supports or gypsum board back-blocking is provided behind end joints. Position boards so that like edges abut, tapered edges against tapered edges and mill-cut or field-cut ends against mill-cut or field-cut ends. Do not place tapered edges against cut edges or ends. Stagger vertical joints over different studs on opposite sides of partitions. 3.2.2.3 Attach gypsum board to supplementary framing and blocking provided for additional support at openings and cutouts. 3.2.2.4 Form control joints and expansion joints with space between edges of boards, prepared to receive trim accessories. Maintain the fire and sound rating of the assembly at control joints. 3.2.2.5 Isolate perimeter of non-load-bearing gypsum board partitions at structural abutments. Provide 1/4" to 1/2" space and trim edge with J-type semi-finishing edge trim. Seal joints with acoustical sealant. 3.2.2.6 Space fasteners in gypsum boards in accordance with referenced standards and manufacturer's recommendations, except as otherwise indicated. 3.2.3 Methods of Gypsum Board Application: 3.2.3.1 Single-layer Application: Install gypsum wallboard: On ceilings apply gypsum board prior to wall/partition board application to the greatest extent possible. On partitions/walls apply gypsum board vertically (parallel), unless otherwise indicated, and provide sheet lengths 09 29 00-3 which will minimize end joints. On partitions/walls 8'-1" or less in height apply gypsum board horizontally (perpendicular); use maximum length sheets possible to minimize end joints. 3.2.3.2 Wall Tile Base: Where gypsum board is base for thin-set ceramic tile and similar rigid applied wall finishes, install water and mold resistant gypsum backing board. Apply with uncut long edge at bottom of work, and space 1/4" above fixture lips. Seal ends, cut edges and penetrations of each piece with water-resistant adhesive or, where recommended by manufacturer, with water-resistant joint compound. 3.2.3.3 Single-Layer Fastening Methods: Fasten gypsum boards to supports with screws. 3.2.3.4 Gypsum board surfaces shall appear flat, smooth, and monolithic.. 3.3 INSTALLATION OF GYPSUM BOARD TRIM ACCESSORIES: 3.3.1 General: Install per the ASM C840 and in accordance with manufacturer's instructions and recommendations. All beads and trim shall be placed level and plumb. Generally hold trim accessories ¼” – ½” above finish concrete slab. Installations to qualify for 30 year warranty are installed with all-purpose joint compound and no fasteners. 3.3.2 Install paper faced metal corner beads at all external corners of drywall work. 3.3.3 Install paper faced metal edge trim whenever wallboard terminates against dissimilar materials or edge of gypsum board would otherwise be exposed or semi-exposed, and except where plastic trim is indicated. Provide type with face flange to receive joint compound except where semi-finishing type is indicated. Install L-type trim where work is tightly abutted to other work, and install special kerf-type where other work is kerfed to received long leg of L-type trim. Install U-type trim where edge is exposed, revealed, gasketed, or sealant-filled (including expansion joints). Install "J"-type trim in appropriate industry standard and/or as called for in drawings. 3.4 INSTALLATION OF GYPSUM BOARD FINISHING: 3.4.1 General: Apply treatment at all gypsum board joints (both directions and above finish ceilings as occurs), flanges of trim accessories, penetrations, fastener heads, surface defects and elsewhere as required to prepare work for decoration. Pre-fill open joints and rounded or beveled edges, if any, using type of compound recommended by manufacturer. 3.4.1.1 Apply joint tape at joints between gypsum boards, except where a trim accessory is indicated. Joining Panels: Apply thin uniform layer of compound, approximately 3" wide, under and over the non-adhesive tape in the joint (angle) to be reinforced. Center tape over all joints to be reinforced and seal into the compound. Apply skim coat of compound immediately over tape. Clean excess compound from wallboard surface. Allow joints to dry thoroughly (24hrs. minimum) between each application of compound. Cover skim coat with another compound coat spread evenly over and slightly beyond the taped edge of the board, feather the edges, with smooth uniform slight crown over joint. 3.4.1.2 All panel joints and dimples at fastener heads shall receive 3 coats of compound in succession, 3.4.1.3 Conceal flanges of all metal corners and edge reinforcing by at least 2 coats of compound. When completed, the compound shall gently feather and extend approximately 8" - 10" on either side of exposed metal nosing. 3.4.1.4 Sand all coats as necessary after each application has dried. The final coat and subsequent sanding shall leave all wallboard and treated areas uniformly smooth and ready to receive decoration. 3.4.1.5 Exterior Ceiling board and wall board finish shall generally be Level #4 and match sample selected by Architect. Areas specified for smooth finish shall have a Level #5 finish. Level 4 shall include a uniform coat of drywall primer roller applied over the entire surface. Level 5 shall include a skim coat of all-purpose joint compound over the entire surface and a uniform coat of drywall primer roller applied over the entire surface. LEVELS OF GYPSUM BOARD FINISH Each level of finish is, the minimum level of finish as described Level Joints Interior Angles Accessories Fasteners Surface #0 No taping, finishing or accessories required. This level of finish may be useful in temporary construction or whenever the final decoration has not been determined. Level Joints Interior Angles Accessories Fasteners Surface #1 Tape set in joint compound Tape set in joint compound. --- Tool marks and ridges acceptable. Surface free of excess joint compound. 09 29 00-4 Specified in plenum areas above ceilings, in attics, where the assembly would generally be concealed, or in building service corridors and other areas not normally open in public view. Some degree of sound and smoke control is provided; this level is referred to as “fire-taping.” Where a fire-resistance rating is required for the gypsum-board assembly, details of construction shall be in accordance with reports of fire tests of assemblies that have met the fire-rating requirement. Tape and fastener heads need not be covered with joint compound. Level Joints Interior Angles Accessories Fasteners Surface #2 Tape embedded in joint compound and wiped with a joint knife, leaving a thin coat of compound over tape. Tape embedded in joint compound and wiped with a joint knife, leaving a thin coat of compound over tape. Shall be covered by one separate coat of joint compound. Shall be covered by one separate coat of joint compound. Surface shall be free of excess joint compound. Tool marks and ridges acceptable. Joint compound applied over the body of the tape at the time of tape embedment shall be considered a separate coat of joint compound and shall satisfy the conditions of this level. Specified where water-resistant gypsum backing, board (ASTM C630) is used as a substrate for tile. May also be specified in garages, warehouse storage or other similar areas where surface appearance is not of primary concern. Level Joints Interior Angles Accessories Fasteners Surfaces #3 Tape as in Level #2, then covered with one separate coat of joint compound. Tape as in Level #2, then covered with one separate coat of joint compound. Shall be covered by two separate coats of joint compound. Shall be covered by two separate coats of joint compound. Joint compound shall be smooth and free of tool marks and ridges. Prior to texturing the prepared surface be coated with roller applied drywall primer Typically specified in appearance areas which are to receive heavy-or medium-texture (spray or hand-applied) finishes before final painting, or where heavy-grade wall coverings are to be applied as the final decoration. This level of finish is not recommended where smooth painted surfaces, or light-to medium-weight wall coverings are specified. Level Joints Interior Angles Accessories Fasteners Surfaces #4 Tape as in Level #2, then covered with two separate coats of joint compound. Tape as in Level #2, then covered with one separate coat of joint compound. Shall be covered by three separate coats of joint compound. Shall be covered by three separate coats of joint compound. Joint compound shall be smooth and free of tool marks and ridges. The prepared surface be coated with a roller applied drywall primer prior to the application of final finishes including paint. See painting and wall covering specifications. This level should be specified where flat paints, light textures or wallcoverings are to be applied. In critical lighting areas, flat paints applied over light textures tend to reduce joint photographing. Gloss, semi-gloss and enamel paints are not recommended over this level of finish. The weight, texture and sheen level of wallcoverings applied over this level of finish should be carefully evaluated. Joints and fasteners must be adequately concealed if the wallcovering material is lightweight, contains limited pattern, has a gloss finish or any combination of these features is present. Unbacked vinyl wallcoverings are not recommended over this level of finish. Level Joints Interior Angles Accessories Fasteners Surfaces #5 Tape as in Level #2, then covered with two separate coats of joint compound. Tape as in Level #2, then covered with one separate coat of joint compound. Shall be covered by three separate coats of joint compound. Shall be covered by three separate coats of joint compound. A thin skim coat of joint compound shall be applied to the entire surface. The surface shall be smooth and free of tool marks and ridges. The prepared surface be coated with a drywall primer prior to the application of final finishes including paint. See painting specification. This level of finish is highly recommended where gloss, semi-gloss, enamel or non-textured flat paints are specified, or where severe lighting conditions occur. This highest-quality finish is the most effective method to provide a uniform surface and minimize the possibility of joint photographing and of fasteners showing through the final decoration. 09 29 00-5 3.4.3 Refer to sections on painting, sealants, caulking, coatings and wall coverings in Division 9 for decorative finishes to be applied to all gypsum board work. 3.6 CLEAN UP: Upon completion of the work, remove from adjacent surfaces, overspray, splatter and drops of taping and finish compound, and textured finishes. Remove tools, equipment, unused material and cuttings and leave the work in a clean, orderly manner. 3.7 PROTECTION OF WORK: Provide final protection and maintain conditions, in a manner suitable to installer, which ensures gypsum drywall work being without damage or deterioration at time of substantial completion. END OF SECTION 09 29 00 09 51 50-1 SECTION 09 51 50 - TECTUM DIRECT-ATTACHED ACOUSTICAL INTERIOR PANELS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Cementitious wood fiber plank acoustical wall and ceiling system B. Alternates 1. Prior Approval: Unless otherwise provided for in the Contract documents, proposed product substitutions may be submitted no later than TEN (10) working days prior to the date established for receipt of bids. Acceptability of a proposed substitution is contingent upon the Architect’s review of the proposal for acceptability and compliance with the basis of design. 2. Submittals that do not provide adequate data for the product evaluation will not be considered. The proposed substitution must meet all requirements of this section, including but not necessarily limited to, the following: Single source materials suppliers (if specified in Section 1.5); Panel design, size, composition, color, and finish; Suspension system component profiles and sizes; Compliance with the referenced standards. 1.2 REFERENCES 1. American Society for Testing and Materials (ASTM) 2. ASTM C 423 Sound Absorption and Sound Absorption Coefficients by the Reverberation Room Method 3. ASTM E 84 Standard Test Method for Surface Burning Characteristics of Building Materials 4. ASTM E2768-11(2018) Standard Test Method for Extended Duration Surface Burning Characteristics of Building Materials 5. ASTM E 580 Installation of Metal Suspension Systems in Areas Requiring Moderate Seismic Restraint 6. ASTM C636 / C636M - 19 Standard Practice for Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay-In Panels 7. ASTM C 754 Installation of Steel Framing Members to Receive Screw-Attached Gypsum Board 8. ASTM E 1264 Classification for Acoustical Ceiling Products 9. ASTM D 3273 Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber B. International Building Code C. ASHRAE Standard 62.1-2004, "Ventilation for Acceptable Indoor Air Quality" D. NFPA 70 National Electrical Code E. California Department of Public Health CDPH/EHLB Emission Standard Method Version 1.1 2010 A. F. L.E.E.D. - Leadership in Energy and Environmental Design is a set of rating systems for the design, construction, operation, and maintenance of green buildings G. ASCE 7 American Society of Civil Engineers, Minimum Design Loads for Buildings and Other Structures H. International Code Council-Evaluation Services - AC 156 Acceptance Criteria for Seismic Qualification Testing of Non-structural Components I. International Well Building Standard J. Mindful Materials K. Living Building Challenge L. U.S. Department of Agriculture BioPreferred program (USDA BioPreffered). 1.3 SYSTEM DESCRIPTION Direct attached acoustical (Wall or ceiling) systems manufactured from domestic cementitious wood fiber. 1.4 SUBMITTALS A. Product Data: Submit manufacturer’s technical data for each type of Tectum® Direct-Attached™ ceilings or walls required. B. Samples: Minimum 6 inch x 6 inch samples of specified Tectum® Direct-Attached interior panels. C. Shop Drawings: Layout and details of Tectum® Direct-Attached interior panels show locations of items that are to be coordinated with the installation as required. 1.5 SUSTAINABLE MATERIALS A. Low Emitting products with VOC emissions data. Preference will also be given to manufacturers that can provide third party verified emissions data showing their products meet CDHP Standard Method v1.1 (Section 01350). 1.6 QUALITY ASSURANCE A. Single-Source Responsibility: Provide acoustical panel units and grid components by a single manufacturer. 09 51 50-2 B. Fire Performance Characteristics: Identify acoustical ceiling components with appropriate UL markings. 1. Surface Burning Characteristics: Tested per ASTM E 84 and complying with ASTM E 1264 Classification. C. Tectum Direct-Attached, as with other architectural features located at the ceiling, may obstruct or skew the planned fire sprinkler water distribution pattern through possibly delay or accelerate the activation of the sprinkler or fire detection systems by channeling heat from a fire either toward or away from the device. Designers and installers are advised to consult a fire protection engineer, NFPA 13, or their local codes for guidance where automatic fire detection and suppression systems are present. D. Coordination of Work: Coordinate acoustical ceiling work with installers of related work including, but not limited to building insulation, gypsum board, light fixtures, mechanical systems, electrical systems, and sprinklers. 1.7 DELIVERY, STORAGE & HANDLING A. Deliver acoustical ceiling units to project site in original, unopened packages and store them in a fully enclosed space where they will be protected against damage from moisture, direct sunlight, surface contamination, and other causes. B. Provide labels indicating brand name, style, size and thickness. C. Before installing acoustical ceiling units, permit them to reach room temperature and a stabilized moisture content. D. Handle acoustical ceiling units carefully to avoid chipping edges or damaged units in any way. 1.8 PROJECT/SITE CONDITIONS A. Environmental Requirements: B. Do not install ceiling panels until building is closed in and HVAC system is operational. C. Locate materials onsite at least 72 hours before beginning installation to allow materials to reach temperature and moisture content equilibrium. D. Maintain the following conditions in areas where acoustical materials are to be installed 72 hours before, during and after installation: 1. Relative Humidity: 25 - 85%. 2. Uniform Temperature: 32 - 120 degrees F (0 - 49 degrees C). 1.9 WARRANTY A. Submit a written warranty executed by the manufacturer, agreeing to repair or replace panels that fail within the warranty period. Failures include, but are not limited to the following: 1. Defects in materials or factory workmanship. B. T - Thirty (30) years from date of substantial completion. C. The Warranty shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and will be in addition to and run concurrent with other warranties made by the Contractor under the requirements of the Contract Documents. 1.10 MAINTENANCE A. Extra Materials: Deliver extra materials to Owner. Furnish extra materials described below that match products installed. Packaged with protective covering for storage and identified with appropriate labels. 1. Furnish quality of full-size units equal to 5.0 percent of amount installed. PART 2 - PRODUCTS 1.11 Manufacturer A. Tectum Direct-Attached Wall or Ceiling Panels: 1. Tectum by Armstrong World Industries, Inc. B. Suspension System and Accessories: 1. Armstrong World Industries, Inc. 2.2 Tectum Direct-Attached Ceiling Panels A. Acoustical Panels Type AP-1: 1. Surface Texture: Coarse 2. Composition: Aspen wood fibers bonded with inorganic hydraulic cement 3. Finish: Surface appearance shall be consistent from panel to panel 4. Color: See Finish Schedule 5. Size: Standard 23 ¾” x 48” 6. Thickness: Standard 1” 09 51 50-3 7. Edge Profile: (long edge/short edge – Bevel, Square) 8. UL Classified Noise Reduction Coefficient (NRC): ASTM C 423 ; Mounting; A(0.40) Classified with UL label. 9. UL Classified Flame Spread: ASTM E 1264; Class A. Product must be able to meet this criteria after being painted six times. 10. Dimensional Stability/Mold Resistance: HumiGuard Plus and no significant mold growth when tested by ASTM D3273. 11. Sustainable: Third party verified EPD (Environmental Product Declaration) and HPD (Health Product Declaration) and Living Product Imperative Certification. 12. USDA Certified Biobased Product, 98% 13. Acceptable Product: Tectum Direct-Attached as manufactured by Armstrong World Industries PART 3 - EXECUTION 3.1 EXAMINATION A. Do not proceed with installation until all wet work such as concrete, terrazzo, plastering and painting has been completed and thoroughly dried out, unless expressly permitted by manufacturer’s printed recommendations. 3.2 PREPARATION A. Measure each wall area and establish layout of wall units. Coordinate panel layout with mechanical and electrical fixtures. B. Coordination: Furnish layouts for preset inserts, clips, and other ceiling anchors whose installation is specified in other sections. 1. Furnish concrete inserts and similar devices to other trades for installation well in advance of time needed for coordination of other work. 3.3 INSTALLATION A. Install Tectum® Direct-Attached Panels in accordance manufacturer’s installation instructions. 3.4 ADJUSTING AND CLEANING A. Replace damaged and broken Tectum® Direct-Attached Panels. B. Clean exposed surfaces of acoustical ceilings, including trim, edge moldings, and suspension members. Comply with manufacturer’s instructions for cleaning and touch up of minor finish damage. Remove any Tectum® Direct-Attached Ceiling Panels that cannot be successfully cleaned and or repaired. Replace with attic stock or new product to eliminate evidence of damage. END OF SECTION 09 91 00-1 SECTION 09 91 00 - PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS: Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 DESCRIPTION OF WORK: 1.2.1 Extent of painting work is indicated on schedules, and as herein specified. 1.2.2 Work includes painting and finishing of interior and exterior exposed items and surfaces throughout project, except as otherwise indicated. 1.2.2.1 Surface preparation, priming and coats of paint specified are in addition to shop-priming and surface treatment specified under other sections of work. 1.2.3 Work includes field painting of exposed bare and covered pipes and ducts (including color coding), and of hangers, exposed steel and iron work, and primed metal surfaces of equipment installed under mechanical, electrical work, sealants and caulking, except as otherwise indicated. 1.2.3.1 Upon final completion Contractor shall provide the Owner with properly labeled new sealable containers of mixed paint which were utilized on the project in the following quantities. Two (2) - five (5) gallon containers of each color mix which was applied to a surface area totaling greater than 15,000 s.f. One (1) - one (1) gallon container of each color mix which was applied to a surface area totaling less than 15,000 s.f. 1.2.4 "Paint" as used herein means all coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats. 1.2.5 Surfaces to be painted: Except where natural finish of material is specifically noted as a surface not to be painted or where natural finish of material matches adjacent material color, paint exposed surfaces whether or not colors are designated in "schedules". Where items or surfaces are not specifically mentioned, paint the same as similar adjacent materials or areas. Note: Contractor shall paint all sprinkler piping, supply and return mechanical grille registers and/or ductwork, speaker grilles, louvers, etc. to match adjacent wall surfaces even if grilles are pre-finished. Contractor shall paint all electrical light fixture trim in contact with adjacent wall or ceiling surface even if fixture trims are pre-finished. Exact color of paint to be selected by Architect in field at time of field samples. If color or finish is not designated, Architect will select these from standard colors or finishes available. 1.2.6 Following categories of work are not included as part of field-applied finish work. 1.2.6.1 Pre-Finished Items: Unless otherwise indicated, do not include painting when factory-finishing or installer- finishing is specified for such items as (but not limited to) pre-finished partition systems, acoustic materials, ceramic tile, pre-formed roof and wall panels, elevator entrance doors and frames, elevator equipment, and mechanical and electrical equipment, including switchgear and distribution cabinets. 1.2.6.2 Concealed Surfaces: Unless otherwise indicated, painting is not required on surfaces such as walls or ceilings in concealed areas and generally inaccessible areas, foundation spaces, furred areas, pipe spaces, duct shafts and elevator shafts. 1.2.6.3 Finished Metal Surfaces: Unless otherwise indicated, metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze and similar finished materials will not require finish painting. (Galvanized metal is not a finished metal surface). 1.2.6.4 Operating Parts: Unless otherwise indicated, moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sinkages, sensing devices, motor and fan shafts will not require finish painting. 1.2.7 Following categories of work are included under other sections of these specifications. 1.2.7.1 Shop Priming: Unless otherwise specified, shop priming of ferrous metal items is included under various sections for structural steel, metal fabrications, hollow metal work and similar items. Contractor to coordinate for exposure – that finish coat is compatible with shop prime. Provide certificate of primer specification and paint compatibility. Shop primers are used specifically to avoid flash rusting on the jobsite while waiting to be painted. Where exposure has compromised the shop prime, a “high performance epoxy- based primer” or “inorganic zinc-rich primer” should be used. 1.2.7.1.1 Unless otherwise specified, shop priming of fabricated components such as architectural woodwork, and shop-fabricated or factory-built mechanical and electrical equipment or accessories is included under other sections of these specifications. Contractor to coordinate for exposure – that finish coat is compatible with shop prime. Shop primers are used specifically to avoid flash rusting on the jobsite while waiting to be painted. Where exposure has compromised the shop prime, a “high performance epoxy-based primer” or “inorganic zinc- rich primer” should be used. 09 91 00-2 1.2.7.2 Painting to separate dissimilar metals are specified under other sections. 1.2.8 Do not paint over any code-required labels, such as Underwriters' Laboratories and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates. 1.3 QUALITY ASSURANCE: 1.3.1 Single Source Responsibility: Provide primers and other undercoat paint produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. 1.3.2 Coordination of Work: Review other sections of these specifications in which prime paints are to be provided to ensure compatibility of total coatings system for various substrates. Upon request from other trades, furnish information or characteristics of finish materials provided for use, to ensure compatible prime coats are used. 1.4 SUBMITTALS: 1.4.1 Product Data: Submit manufacturer's technical information including paint label analysis and application instructions for each material proposed for use. 1.4.2 Samples: Prior to beginning work, Architect will furnish color chips for surfaces to be painted. Use representative colors when preparing samples for review. Submit samples for Architect's review of color and texture only. Provide a listing of material and application for each coat of each finish sample. 1.4.2.1 On 12" x 12" hardboard provide three samples of each color and material, with texture to simulate actual conditions. Resubmit samples as requested by architect until acceptable sheen, color, and texture is achieved. 1.4.2.2 On actual wood surfaces, provide two 4" x 8" samples of natural, painted, and stained wood finish. Label and identify each as to location and application. Allow for maximum 3 different brushouts of each color. 1.4.2.3 On actual wall surfaces and other exterior and interior building components, duplicate painted finishes of prepared samples. Provide full-coat finish samples on at least 100 sq. ft. of surface, as directed, until required sheen, color, cover and texture is obtained. Allow for maximum 3 different brushouts of each color. Simulate finished lighting conditions for review of in-place work. 1.4.2.3.1 Final acceptance of colors will be from samples applied on the job. 1.4.3 Coating Maintenance Manual: Upon conclusion of the project, the Contractor or paint manufacturer/supplier shall furnish a coating maintenance manual, such as Sherwin-Williams “Custodian Project Color and Product Information” report or equal. Manual shall include an Area Summary with finish schedule, Area Detail designating where each product/color/finish was used, product data pages, Material Safety Data Sheets, care and cleaning instructions, touch-up procedures, and color samples of each color and finish used. 1.5 DELIVERY AND STORAGE: 1.5.1 Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name and label, and following information: Name or title of material. Manufacturer's stock number and date of manufacturer. Manufacturer's name. Contents by volume, for major pigment and vehicle constituents. Thinning instructions. Application instructions. Color name and number. 1.5.2 Store materials not in actual use in tightly covered containers. Maintain containers used in storage of paint in a clean condition, free of foreign materials and residue. 1.5.2.1 Protect from freezing and excessive heat where necessary. Keep storage area neat and orderly. Remove oily rags and waste daily. Take all precautions to ensure that workmen and work areas are adequately protected from fire hazards and health hazards resulting from handling, mixing and application of paints. 1.5.3 Job Conditions: 1.5.3.1 Apply water-base paints only when temperature of surfaces to be painted and surrounding air temperatures are between 50 degrees F. (10 degrees C.) and 90 degrees F. (32 degrees C.), unless otherwise permitted by paint manufacturer's printed instructions. 1.5.3.2 Apply solvent-thinned paints only when temperature of surfaces to be painted and surrounding air temperatures are between 45 degrees F. (7 degrees C.) and 95 degrees F. (35 degrees C.), unless otherwise permitted by paint manufacturer's printed instructions. 09 91 00-3 1.5.3.3 Do not apply paint in high winds, rain, fog, or mist, or when relative humidity exceeds 85%, or to damp or wet surfaces, unless otherwise permitted by paint manufacturer's printed instructions. 1.5.3.3.1 Painting may be continued during inclement weather if areas and surfaces to be painted are enclosed and heated within temperature limits specified by paint manufacturer during application and drying periods. 1.6 WARRANTY: 1.6.1 Guarantee painting and finishing against peeling, fading, cracking, blistering, or crazing for a period of 2 years from the date of "Notice of Completion". The written warranty shall include materials and labor. The warranty shall be signed by the paint manufacturer, the painter and the Contractor. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: 2.1.1 Basis of Design Manufacturer: Subject to compliance with requirements, provide products of Sherwin-Williams; local contact: John Dumesnil, 619-665-9341 or john.t.dumesnil@sherwin.com. 2.1.2 Requests for Substitutions: will only be considered in accordance with provisions of Section 01 60 00 - Product Requirements. 2.2 MATERIALS: 2.2.1 Material Quality: Provide best quality grade of various types of coatings as regularly manufactured by acceptable paint materials manufacturers. Materials not displaying manufacturer's identification as a standard, best-grade product will not be acceptable. 2.2.2 VOC Content: Products shall comply with VOC limits of the South Coast Air Quality Management District (SCAQMD), or authorities having jurisdiction. 2.2.3 Proprietary names used to designate colors or materials are not intended to imply that products of named manufacturers are required to the exclusion of equivalent products of other manufacturers. 2.2.3.1 Color Pigments: Pure, non-fading, applicable types to suit substrates and service indicated. PART 3 - EXECUTION 3.1 INSPECTION: 3.1.1 Applicator must examine areas and conditions under which painting work is to be applied and notify Contractor in writing of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Applicator to produce the results called for herein. 3.1.2 Starting of painting work will be construed as Applicator's acceptance of surfaces and conditions within any particular area. 3.1.3 Do not paint over dirt, rust, scale, welding slag and burrs, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to formation and adhesive bond of a durable paint film. 3.2 SURFACE PREPARATION: 3.2.1 General: Perform preparation and cleaning procedures in accordance with paint manufacturer's instructions and as herein specified, for each particular substrate condition. 3.2.1.1 Provide barrier coats over incompatible primers or remove and reprime as required. Notify Architect in writing of any anticipated problems in using the specified coating systems with substrates primed by others. 3.2.1.2 Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be finish-painted or provide surface-applied protection prior to surface preparation and painting operations. Remove, if necessary, for complete painting of items and adjacent surfaces. Following completion of painting of each space or area, reinstall removed items. 3.2.1.3 Clean surfaces to be painted before applying paint or surface treatments. Fill cracks, holes and imperfections. Remove oil and grease prior to mechanical cleaning. Remove mill scale and welding slag, grind welding joints and burrs smooth. Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly-painted surfaces. 3.2.1.4 Remove mildew from exterior impervious surfaces by scrubbing with a solution of trisodium phosphate and bleach. Power wash with a minimum of 3500psi clean water and allow substrate to dry. 3.2.2 Cementitious Materials: Prepare cementitious surfaces of concrete, concrete block, cement plaster and cement-asbestos 09 91 00-4 board to be painted by removing efflorescence, chalk, dust, dirt, grease, oils and by roughening as required to remove glaze. 3.2.2.1 Determine alkalinity and moisture content of surfaces to be painted by performing appropriate tests. If surfaces are found to be sufficiently alkaline to cause blistering and burning of finish paint, correct this condition before application of paint. Do not paint over surfaces where moisture content exceeds that permitted in manufacturer's printed directions. 3.2.2.2 Clean concrete floor surfaces scheduled to be painted with a commercial etching cleaner. Flush floor with clean water to neutralize acid, and allow to dry before painting. 3.2.3 Wood: Clean wood surfaces to be painted of dirt, oil or other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sandpaper smooth those finished surfaces exposed to view, and dust off. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or other recommended knot sealer, before application of priming coat. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood-filler. Sandpaper smooth when dried. 3.2.3.1 Prime, stain, or seal wood required to be job-painted immediately upon delivery to job. Prime edges, ends, faces, undersides, and backsides of such wood, including cabinets, counters, cases, paneling. 3.2.3.2 When transparent finish is required, use spar varnish for backpriming. 3.2.3.3 Seal tops, bottoms and cut-outs of unprimed wood doors with a heavy coat of varnish or equivalent sealer immediately upon delivery to job or immediately after machining by Contractor on site. 3.2.4 Ferrous Metals: Clean ferrous surfaces, which are not galvanized or shop-coated, of oil, grease, dirt, loose mill scale and other foreign substances by solvent or mechanical cleaning. 3.2.4.1 Repaint shop-applied prime coats as required by other sections of these specifications. Clean and paint with same type or compatible primer. 3.2.5 Galvanized Surfaces: Clean free of oil and surface contaminants with non-petroleum based solvent, per SSPC-SP1. Apply a test coat of primer and allow the coating to dry for one week. In the presence of the Architect, perform an adhesion test per ASTM D-3359 before proceeding with painting. If coating does not adhere per test method, Hand Tool Clean per SSPC-SP2 or Power Tool Clean per SSPC-SP3 all galvanized or non-ferrous metal. Apply a test coat of primer and test for adhesion per ASTM D-3359 in the presence of the Architect. 3.3 MATERIALS PREPARATION: 3.3.1 Mix and prepare painting materials in accordance with manufacturer's directions. 3.3.2 Maintain containers used in mixing and application of paint in a clean condition, free of foreign materials and residue. 3.3.3 Stir materials before application to produce a mixture of uniform density, and stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. 3.4 APPLICATION: 3.4.1 General: Apply paint in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. 3.4.1.1 Paint colors, surface treatments, and finishes are indicated in Section 09 06 00: Interior + Exterior Color and Material Schedule. For the purposes of bidding, the Contractor shall assume that a minimum of 4 trips will be required for brush-outs as required per 1.4.2.2 and 1.4.2.3 3.4.1.2 Provide finish coats which are compatible with prime paints used. Where a deep color finish color is chosen, primer must be tinted to the appropriate monochromatic gray tone for a two coat coverage. Provide the monochromatic primer only on the walls to receive the deep chromatic color. 3.4.1.3 Apply additional coats when undercoats, stains or other conditions show through final coat of paint, until paint film is of uniform finish, color and appearance. Give special attention to insure that surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 3.4.1.4 Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Paint surfaces behind permanently-fixed equipment or furniture with prime coat only before final installation of equipment. 3.4.1.5 Paint interior surfaces of ducts, where visible through registers or grilles, with a flat, non-specular black paint. 3.4.1.6 Paint back sides of access panels, and removable or hinged covers to match exposed surfaces. 3.4.1.7 Finish exterior doors on tops, bottoms and side edges same as exterior faces, unless otherwise indicated. 3.4.1.8 Sand lightly between each succeeding enamel or varnish coat. 3.4.1.9 Repaint first coat (primer) on metal surfaces which have been shop-primed and touch-up painted, unless otherwise indicated. 09 91 00-5 3.4.2 Scheduling Painting: Apply first-coat material to surfaces that have been cleaned, pretreated or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 3.4.2.1 As recommended by coating manufacturer, allow sufficient time between successive coatings to permit proper drying. Do not recoat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and application of another coat of paint does not cause lifting or loss of adhesion of the undercoat. 3.4.3 Minimum Coating Thickness: Apply materials at not less than manufacturer's recommended spreading rate, to establish a total dry film thickness as indicated or, if not indicated, as recommended by coating manufacturer. 3.4.4 Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to those items exposed in mechanical equipment rooms and in occupied spaces. 3.4.5 Mechanical items to be painted include, but are not limited to, the following: Grilles, registers, louvers, trim (to match adjacent surface), Sprinkler Piping, Piping, pipe hangers and supports, Heat exchangers, Tanks, Ductwork, insulation, Motor, mechanical equipment and supports, Accessory items. 3.4.6 Electrical items to be painted include, but are not limited to, the following: Light fixtures - see fixture schedule for types (including trim rings, pendants, and plates/boxes), Conduit and fittings, Switchgear. 3.4.7 Prime Coats: Apply prime coat of material which is required to be painted or finished, and which has not been prime coated by others. See 1.2.7.1 for additional information. 3.4.7.1 Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn-through or other defects due to insufficient sealing. 3.4.8 Pigmented (Opaque) Finishes: Two coats are specified. However, apply as many coats as necessary to completely cover to produce an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable. 3.4.9 Transparent (Clear) Finishes: Use multiple coats to produce glass-smooth surface film of even luster. Provide a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail holes, or other surface imperfections. Provide satin finish for final coats, unless otherwise indicated. 3.4.10 Completed Work: Match approved samples for color, texture and coverage. Remove, refinish or repaint work not in compliance with specified requirements at a time suitable to the project schedule and at Contractor's expense and at no cost to the Owner. The requirements of this specification are to produce work of excellent quality in complete conformance with the best practice of the trade and these specifications. 3.5 FIELD QUALITY CONTROL: 3.5.1 The right is reserved by Owner to invoke the following material testing procedure at any time, and any number of times during period of field painting: 3.5.1.1 Engage services of an independent testing laboratory to sample paint being used. Samples of materials delivered to project site will be taken, identified and sealed, and certified in presence of Contractor. 3.5.1.2 Testing laboratory will perform appropriate tests for any or all of following characteristics: Abrasion resistance, apparent reflectivity, flexibility, washability, absorption, accelerated weathering, dry opacity, accelerated yellowness, recoating, skinning, color retention, alkali resistance and quantitative materials analysis. 3.5.2 If test results show that material being used does not comply with specified requirements, Contractor may be directed to stop painting work, and remove non-complying paint; pay for testing; repaint surfaces coated with rejected paint; remove rejected paint from previously painted surfaces if, upon repainting with specified paint, the two coatings are non-compatible. 3.6 CLEAN UP AND PROTECTION: 3.6.1 Clean-Up: During progress of work, remove from site discarded paint materials, rubbish, cans and rags at end of each work day. 3.6.2 Protection: Protect work of other trades, whether to be painted or not, against damage by painting and finishing work. Immediately remove paint that falls on finished surfaces not scheduled to be painted, using materials and techniques that will not damage the affected surface. Correct any damage by cleaning, repairing or replacing, and repainting as acceptable to Architect. 3.6.2.1 Provide "Wet Paint" signs as required to protect newly-painted finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of painting operations. 3.6.2.2 At completion of work of other trades, touch-up and restore all damaged or defaced painted surfaces. 3.7 EXTERIOR PAINT SCHEDULE: 3.7.1 General: Provide the following paint systems for the various substrates, as indicated. 09 91 00-6 3.7.1.1 Galvanized/Aluminum Metal: Provide pretreatment of surface as required per Section 3.2. 3.7.1.1.1 High Performance Gloss Finish: This section covers metals which are subjected to frequent use/abuse, including all: Trellises, Exposed Structural Metal, Bollards, Handrails, Guardrails, Metal Screens or Grids, Fencing, Gates, Trash enclosure gates and hardware, etc. Epoxy Prime Coat: Sherwin-Williams: Macropoxy 646 B58 Series (5-10 mils DFT) Second Coat: Sherwin-Williams: Sher-Loxane Polysiloxane Gloss, B80 Series (4-6 mils DFT) 3.7.1.1.2 High Performance Metallic Finish: This section covers metals which are subjected to frequent use/abuse, including all: Trellises, Exposed Structural Metal, Bollards, Handrails, Guardrails, Metal Screens or Grids, Fencing, Gates, Trash enclosure gates and hardware, etc. Epoxy Prime Coat: Precision Coatings: DTM1300v100 Epoxy Primer (distributed by Sherwin-Williams) Second and Third Coat: Precision Coatings: PC3v100 Acrylic Polyurethane (distributed by Sherwin-Williams) 3.7.1.1.3 Acrylic Gloss Finish: This section covers metals which are not subjected to frequent use/abuse, including all: Parapet caps, Flashings, Covers, Reglet reveals, Gutters/Downspouts (when not pre- finished) and miscellaneous metal. Pre-Treatment: Sherwin-Williams: GLL Clean n Etch Prime Coat: Sherwin-Williams: ProIndustrial ProCryl Acrylic Metal Primer B66-310 Second and Third Coat: Sherwin-Williams: ProIndustrial Acrylic Gloss B66-600 3.7.1.2 Ferrous Metal: Provide pretreatment of surface as required per Section 3.2. For shop primed material, provide certificate of primer specification and what compatibility for the following coats 3.7.1.2.1 High Performance Gloss Finish: This section covers metals which are subjected to frequent use/abuse, including all: Trellises, Exposed Structural Metal, Bollards, Handrails, Guardrails, Metal Screens or Grids, Fencing, Gates, Trash enclosure gates and hardware, etc. Epoxy Prime Coat: Sherwin-Williams: Macropoxy 646, B58 Series (5-10 mils DFT) Second Coat: Sherwin-Williams: Sher-Loxane Polysiloxane Gloss, B80 Series (4-6 mils DFT) 3.7.1.2.2 High Performance Metallic Finish: This section covers metals which are subjected to frequent use/abuse, including all: Trellises, Exposed Structural Metal, Bollards, Handrails, Guardrails, Metal Screens or Grids, Fencing, Gates, Trash enclosure gates and hardware, etc. Epoxy Prime Coat: Precision Coatings: DTM1300v100 Epoxy Primer (distributed by Sherwin-Williams) Second and Third Coat: Precision Coatings: PC3v100 Acrylic Polyurethane (distributed by Sherwin-Williams) 3.7.1.2.3 Acrylic Gloss Finish: This section covers metals which are not subjected to frequent use/abuse, including all: Parapet caps, Flashings, Covers, Reglet reveals, Gutters/Downspouts (when not pre- finished) and miscellaneous metal. Pre-Treatment: Sherwin-Williams: GLL Clean n Etch Prime Coat: Sherwin-Williams: ProIndustrial ProCryl Acrylic Metal Primer B66-310 Second and Third Coat: Sherwin-Williams: ProIndustrial Acrylic Gloss B66-600 09 91 00-7 3.7.1.3 Painted or Stained Woodwork: 3.7.1.3 1 Gloss Finish: 3 coats. Prime Coat: Sherwin-Williams: Preprite ProBlock Primer B51-600 Second and Third Coat: Sherwin-Williams: ProIndustrial Acrylic Gloss B66-600 3.7.1.3.2 Heavy Bodied Stain: 2 coats Sherwin-Williams: Woodscapes Solid Color Stain, A15 Series 3.7.1.3.3 Semi-transparent Finish: 2 coats Sherwin-Williams: Woodscapes S/T Stain A15T5 3.7.1.3.4 Semi-transparent Finish for Tropical Hardwood: 2 coats Sherwin-Williams: Superdeck Exotic Hardwood Stain 3.7.1.4 Exposed Glu-Lam Beams: (See Section 06 18 00 for sandblasting requirement) 3.7.1.4.1 Semi-Transparent Finish: 2 coats. Sherwin-Williams: Woodscapes S/T Stain A15T5 3.7.1.5 CMU: 3.7.1.5.1 Flat Finish: 3 Coats Block Filler: Sherwin-Williams: PrepRite Block Filler B25W25 Second and Third Coat: Sherwin-Williams: A100 100% Acrylic Flat A6 Series 3.7.1.5.2 Self-Cleaning Flat Finish: 2 Coats Block Filler: Sherwin-Williams: PrepRite Block Filler B25W25 Second Coat: Sherwin-Williams: Loxon Self-cleaning Acrylic Coating, LX13-50 (2.9 mils DFT) 3.7.1.5.3 Clear Sealer: For Clear Sealer specification see Section 07 11 00, part 2.1.5. 3.7.1.6 Cement Plaster/Concrete: 3.7.1.6.1 Flat Finish Primer: Sherwin-Williams: Loxon Primer LX2W50 Second and Third Coat: Sherwin-Williams: A-100 100% Acrylic Flat A6 Series 3.7.1.6.2 Self-Cleaning Flat Finish: 2 Coats Block Filler: Sherwin-Williams: Loxon Primer LX2W50 Second Coat: Sherwin-Williams: Loxon Self-cleaning Acrylic Coating, LX13-50 (2.9 mils DFT) 3.7.1.6.3 Clear Sealer: For Clear Sealer specification see Section 07 11 00, part 2.1.5. 3.7.1.7 Fiber Cement Siding or Soffit: 3.7.1.7.1 Low Lustre Prime Coat: Alkali Resistant Primer Sherwin-Williams: Loxon Primer LX2W50 09 91 00-8 Second and Third Coat:: Sherwin-Williams: A-100 Low Sheen A12 3.7.1.7.2 Self-Cleaning Flat Finish: 2 Coats Prime Coat: Sherwin-Williams: Loxon Primer LX2W50 Second Coat: Sherwin-Williams: Loxon Self-cleaning Acrylic Coating, LX13-50 (2.9 mils DFT) 3.7.1.8 Gypsum Soffit Board: 3.7.1.8.1 Low Lustre Prime Coat: Sherwin-Williams: Preprite ProBlock Primer B51-600 Second and Third Coat:: Sherwin-Williams: A-100 Low Sheen A12 3.8 INTERIOR PAINT SCHEDULE: 3.8.1 General: Provide the following premium Low-Odor/Zero VOC paint systems for the various substrates, as indicated. 3.8.1.1 Gypsum Drywall Systems: Below is 3-coat system. Paint finish reduces odor and formaldehyde levels from other sources. 3.8.1.1.1 Flat Finish: Prime Coat: Acrylic Flat Finish; 3 coats with total dry film thickness not less than 3.6 mils. Sherwin-Williams: ProMar 200 Zero VOC Primer B28W2600 Second and Third Coat: Interior flat latex base paint. Sherwin-Williams: Superpaint Air Purifying Zero VOC Flat A86 Series 3.8.1.1.2 Egg Shell Finish: Acrylic Enamel Finish; 3 coats with total dry film thickness not less than 3.6 mils. Prime Coat: Interior latex base primer coat. Sherwin-Williams: ProMar 200 Zero VOC Primer B28W2600 Second and Third Coat: Interior Acrylic Egg Shell Enamel Sherwin-Williams: Superpaint Air Purifying Zero VOC Satin A87 Series 3.8.1.1.3 Semi-Gloss Finish: Acrylic Finish, 3 coats with total dry film thickness not less than 4.0 mils. Prime Coat: Interior latex base primer coat. Sherwin-Williams: ProMar 200 Zero VOC Primer B28W2600 Second and Third Coat: Interior Acrylic Semi Gloss Enamel Sherwin-Williams: Superpaint Air Purifying Zero VOC Semigloss A88 Series 3.8.1.1.4 Epoxy Semi-Gloss Finish: 3 coats with total dry film thickness not less than 4.0 mils. Prime Coat: Interior latex base primer coat. Sherwin-Williams: ProMar 200 Zero VOC Primer B28W2600 Second and Third Coat: Sherwin-Williams: ProIndustrial Pre-catalyzed WB Epoxy K46-1150 3.8.1.1.5 Clear Dry Erase Coating Gloss Finish: 4 coats with total dry film thickness not less than 6.0 mils. Prime Coat: Interior latex base primer coat. Sherwin-Williams: ProMar 200 Zero VOC Primer B28W2600 Second and Third Coat: Sherwin-Williams: ProMar 200 Zero VOC Eg-shel, B20-2600 Fourth Coat: Sherwin-Williams: Dry Erase Coating, Clear KB65C2000 (2-4 mils DFT) 3.8.1.2 Ferrous Metal: Provide pretreatment of surface as required. 09 91 00-9 3.8.1.2.1 Non-blocking Semi-gloss acrylic finish: Prime Coat: Sherwin-Williams: ProIndustrial ProCryl Acrylic Metal Primer B66-310 Second and Third Coat: Sherwin-Williams: ProIndustrial Acrylic Semigloss B66-650 3.8.1.3 Painted Woodwork: 3.8.1.3.1 Non-blocking Semi-Gloss Acrylic Enamel Finish: 3 coats. Prime Coat: Interior undercoat Sherwin-Williams: Preprite ProBlock Primer B51-600 Second and Third Coat: Sherwin-Williams: ProIndustrial Acrylic Semigloss B66-650 3.8.1.4 Stained Woodwork: 3.8.1.4.1 Stained, Polyurethane Satin Finish: 3 finish coats over stain plus filler on open grain wood. Stain Coat: Interior oil stain Sherwin-Williams: Minwax Performance Series 250 VOC Oil Stain Three Coats: Sherwin-Williams: Minwax Oil-modified WB Polyurethane Satin 3.8.1.4.2 Exposed Glu-Lam, Semi-Transparent Finish: 3 coats (Note: For sandblasting see Section 06 18 00) Stain Coat: Interior oil stain Sherwin-Williams: Minwax Performance Series 250 VOC Oil Stain Two Coats: Sherwin-Williams: Minwax Oil-modified WB Polyurethane Satin 3.8.1.5 CMU: 3.8.1.5.1 Eggshell Enamel Finish: 3 coats Block Filler: Sherwin-Williams: PrepRite Block Filler B25W25 Second and Third Coat: Sherwin-Williams: Superpaint Air Purifying Zero VOC Satin A87 Series 3.8.1.5.2 Clear Sealer: For Clear Sealer specification see Section 07 11 00, part 2.1.5. 3.8.1.6 Cement Plaster/Concrete: 3.8.1.6.1 Eggshell Enamel Finish: 3 coats Primer: Sherwin-Williams: Loxon Primer LX2W50 Second and Third Coat: Sherwin-Williams: Superpaint Air Purifying Zero VOC Satin A87 Series 3.8.1.6.2 Concrete Floors – Painted, Satin Finish: Primer: Sherwin-Williams: Armorseal 8100 Water-based Epoxy, B70-8160 Second and Third Coat: Sherwin-Williams: Armorseal 8100 Water-based Epoxy, B70-8160 (total dry film thickness of 6-10 mils) 3.8.1.6.3 Clear Sealer: For Clear Sealer specification see Section 07 11 00, part 2.1. END OF SECTION 09 91 00 Reviewed: Sherwin Williams August 2021 John Dumesnil 10 14 00-1 SECTION 10 14 00 - SIGNAGE PART 1 – GENERAL: 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work specified herein includes labor, materials, equipment, and services necessary to furnish and install the exterior signage, and interior door and wall signs as listed below. See drawings for sizes and location(s) of the exterior signs. 1.2 SUBSTITUTIONS: In accordance with Section 01 25 00. 1.3 SUBMITTALS: 1.3.1 Submit shop drawings showing each sign in accordance with Section 01 33 00. 1.3.2 Submit one 5x5 mock-up sign for approval prior to fabrication and purchasing of all the materials. PART 2 – PRODUCTS: 2.1 MATERIALS FOR SIGNS: 2.1.2 Signage (Tactile as noted): 2.1.2.1 Substrate: Black, 1/4” Matt Acrylic. All face edges to be eased and all corners to have 1/8" radius. 2.1.2.2 Face: Translucent acrylic. 2.1.2.3 Raised Lettering / Pictoral Symbols 1/32” Appliqué: Manufacturer: Rowmark, Product: ADA Alternate, Color: See Drawings 2.1.2.4 Raised Lettering Height: 5/8", Font: Sans Serif and Braille 2.1.2.5 Braille: Contracted (Grade II) Braille domed or rounded raised a minimum of 1/40” 2.1.2.6 Attach signs to wall with 3M VBH Heavy Duty (double sided) mounting tape. 2.1.2.7 Quantity and Size Schedule. See plans. PART 3 - INSTALLATION 3.1 The signage subcontractor, at their option, may use the Architect's documents/files as a base to modify and provide camera-ready artwork for the exit plan signage. Match design of the other interior signs and mount in accordance with manufacturer's written instructions (double stick tape and silicone). Provide Shop Drawings of all signs prior to manufacture and installation. Install all signage in locations approved by the local agency, code sections and reviewed/approved by the Architect. If a sign is installed on glass, provide a matching laminate over 1/8" black matt acrylic backing piece the same shape and size of the sign and install on the opposite side of the glass. END OF SECTION 10 14 00 10 44 13-1 SECTION 10 44 13 - FIRE EXTINGUISHERS, CABINETS AND ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: 1.1.1 The work includes furnishing and installing portable fire extinguishers, cabinets and accessories as indicated on drawings and as specified. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.1.2 Fire hose cabinets and valve cabinets are specified in Division 21. 1.1.3 Fixed fire protection systems are specified in Division 21 sections. 1.2 QUALITY ASSURANCE: 1.2.1 Coordination: Verify that fire extinguisher cabinets are sized to accommodate fire extinguishers of type and capacity indicated. 1.2.2 UL-Listed Products: Provide new portable fire extinguishers which are UL-listed and bear UL "Listing Mark" for type, rating and classification of extinguisher indicated. 1.3 SUBMITTALS: 1.3.1 Submittal procedures and quantities are specified in Section 01 33 00. 1.3.2 Product Data: Submit product data for each type of product included in this section. For fire extinguisher cabinets include roughing-in dimensions and details showing mounting methods, relationships of box and trim to surrounding construction, door hardware, cabinet type and materials, trim style and door construction and panel style and materials. For initial selection of colors and finishes, submit manufacturer's color cards showing full range of standard colors available. PART 2 - PRODUCTS 2.1 MATERIALS: 2.1.1 Acceptable Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: Potter-Roemer, Inc. 2.1.2 Fire Extinguishers: 2.1.2.1 General: Provide fire extinguishers for each extinguisher cabinet and other locations indicated, in colors and finishes selected by Architect from manufacturer's standard which comply with requirements of governing authorities. Abbreviations indicated below to identify extinguisher types relate to UL classification and rating system and not necessarily to type and amount of extinguishing material contained in extinguisher. 2.1.2.2 Multi-Purpose Dry Chemical Type: Provide one extinguisher for each cabinet, UL-rated 5 lb. minimum nominal capacity in enameled steel container for Classes A, B, C. 2.1.3 Semi-recessed Fire Extinguisher Cabinets shall be 5 ¾ inch deep 7022 (Steel) -F-VB (Alta Series) as manufactured by Potter-Roemer, Inc. 2.1.3.1 General: Provide fire extinguisher cabinets where indicated, of suitable size for housing fire extinguishers of types and capacities indicated. 2.1.3.2 Construction: Manufacturer's standard enameled steel box, with trim, frame, door and hardware to suit cabinet type, trim style, and door style indicated. Weld all joints and grind smooth. Miter and weld perimeter door frames. 2.1.3.3 Cabinet Type shall be cabinet box (tub) fully recessed in walls of sufficient depth to suit style of trim indicated. 2.1.3.4 Trim Style: Fabricate trim in one piece with corners mitered, welded and ground smooth. Exposed trim shall be one-piece square-edge combination trim and perimeter door frame overlapping surrounding wall surface with exposed trim face and wall return of 1/4" to 5/16" at outer edge (back-bend). 2.1.3.5 Door Material and Construction: Doors shall be aluminum or steel panel silk screen "FIRE EXTINGUISHER" in black. 2.1.3.6 Door Hardware: Provide manufacturer's standard door operating hardware of proper type for cabinet type, trim style, and door material and style indicated. Provide concealed or continuous type hinge permitting door to open 180 degrees. 2.1.4 Factory Finishing of Fire Extinguisher Cabinets: 2.1.4.1 General: Comply with NAAMM "Metal Finishes Manual" for finish designations and application recommendations 10 44 13-2 except as otherwise indicated. Apply finishes in factory after products are assembled. Protect cabinets with plastic or paper covering, prior to shipment. 2.1.4.2 Preparation: Clean surfaces of dirt, grease, and loose rust or mill scale. PART 3 - EXECUTION 3.1 INSTALLATION: 3.1.1 Install items included in this section in locations and at mounting heights indicated, or if not indicated, at heights to comply with applicable regulations of governing authorities. 3.1.1.1 Prepare recesses in walls for fire extinguisher cabinets as required by type and size of cabinet and style of trim and to comply with manufacturer's instructions. 3.1.1.2 Securely fasten mounting brackets and fire extinguisher cabinets to structure, square and plumb, to comply with manufacturer's instructions. 3.2 IDENTIFICATION: Identify existence of fire extinguisher in cabinet with lettering spelling "FIRE EXTINGUISHER" applied to door by silk screen. Provide lettering to comply with requirements indicated for letter style, color, size, spacing and location as selected by Architect from manufacturer's standard arrangements. END OF SECTION 10 44 13 Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 1 Carlsbad, California SECTION 116100 THEATRICAL LIGHTING SYSTEM PART 1 - GENERAL RELATED DOCUMENTS A. Drawings and general provisions of the Construction Contract, including General Conditions and Division 1 Specification Sections, apply to this Section. B. TL Drawings. 1.2 REFERENCES A. National Fire Protection Association (NFPA) B. National Electrical Code (NEC) C. California Fire Code 2019 (CFC) D. California Electrical Code 2019 (CEC) E. California Building Code 2019 (CBC) F. American National Safety Institute (ANSI) G. Entertainment Services and Technology Association (ESTA) H. National Electrical Manufacturers Association (NEMA). I. California State and City of Carlsbad Building Code. 1.3 RESPONSIBILITY AND RELATED WORK A. The written specification and drawings TL0.00 through TL7.00 shall be collectively referred to herein as the Contract Documents. B. Contractor shall provide, based on the Contract Documents, a complete, turnkey system, tested and ready for acceptance testing. The Contract Documents are developed to the extent required to properly convey design intent and system infrastructure. It is understood by the contractor that they are to supply additional equipment, as required, to provide a complete and working system. C. System features or devices which are mentioned in one part of the Contract Documents may not be shown in the other. In case of conflict between the written specifications and the drawings, Contractor must seek clarification from the Consultant. If the Contractor fails to obtain such clarification, the interpretation of the Consultant will prevail. D. Contractor shall obtain all licenses and permits necessary for the execution of any work pertaining to the installation within this scope of work. E. Refer to TL0.00 for division of responsibilities related to the theatrical lighting system. 1.4 DEFINITION OF TERMS & ABBREVIATIONS: A. Provide: to supply and install. B. Furnish: to supply to another contractor for installation. C. Supply: to supply but not install. D. Install: to install but not supply. E. OFE: Owner furnished (supplied) equipment. Equipment will be provided to contractor for installation. F. NIC: Not In Contract. Refers to items that are not included in the scope of work outlined in this section but may be shown for coordination purposes or reference. G. Future: Equipment that will be provided by owner later. Accommodations shall be provided for future equipment as shown on the drawings. 1.5 SYSTEM DESCRIPTION Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 2 Carlsbad, California A. The theatrical lighting system will also control the architectural lighting in the auditorium, allowing for a single integrated point of control. The theatrical lighting system will use LED- based lighting fixtures where practical, to reduce the operating cost and maintenance effort required to keep the system running. B. LIGHTING POWER AND CONTROLS 1. Fixtures with integrated dimming capabilities will be used. No dimmer rack or portable dimmer packs will be provided. Non-dimmed power circuits will be distributed to the lighting positions that will accommodate these fixtures (LED or automated lights) as well as providing the opportunity for temporary portable dimmer packs to be used with conventional light fixtures if desired. 2. Controls for the theatrical lighting system will include: a. Entry stations to control the house lighting. These will be button stations positioned at each door to the space, including backstage entrances. b. The buttons will recall presets that include both architectural and theatrical fixtures. c. Activation of the main lighting control console will lock out these stations to prevent accidental lighting changes during performances. d. A lighting control console with at least 4 DMX Universes (expandable to at least 8), sACN (lighting) network connectivity, and the ability to support a minimum of 2 touch screen monitors. C. LIGHTING INSTRUMENTS 1. The lighting instrument package will include: a. LED Ellipsoidals b. LED Wash fixtures c. LED Cyc Lights D. LOOSE EQUIPMENT 1. The loose equipment package will consist of: a. DMX cables b. Cat5e Ethernet cables with Ethercon connectors c. 20A Powercon extension cables 1.6 PRE-BID SUBMITTALS A. Comply with all requirements of Division 1. B. Bid Clarifications. Contractor is responsible for reading and understanding all information presented in these specifications and related documents outlined in Section 1. Discrepancies between drawings and specifications or other errors or omissions should be brought to the Consultant’s attention a minimum of 5 days prior to bid date. Failure to do so does not relieve the contractor from the requirement to provide a fully operational and turnkey system. In this event, the Contractor agrees to abide by the decision of the Consultant for resolution. 1.7 BID SUBMITTALS A. Comply with all requirements of Division 1. B. Submit according to conditions of the Construction Contract and Project Manual. C. Bidders that have not been pre-qualified shall submit the following information: 1. Company profile including history, number of employees, facility size and completed projects. 2. Installer shall have previously installed at least three jobs of similar magnitude, completed within the last five years. A resume shall be provided for these projects including project name, scope of services, year completed, and contact information for a reference. Provide at least one such completed job for inspection by the Architect and/or consultant. 3. Installer shall have five years of experience with equipment and systems of the types specified, shall maintain a fully staffed and equipped service facility, and shall be a franchised dealer and authorized service facility for the major brands specified, and shall be properly licensed to work in Carlsbad, California Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 3 Carlsbad, California 4. Resume of key personnel to be used on this project, including but not limited to: Project Manager; Lead Engineer; Job-Site Superintendent. 5. A sample set of shop drawings or as-built documents that confirm the Contractor’s capabilities to provide engineering and documentation for the project. 6. A line sheet listing all manufacturers the Contractor is a dealer and/or authorized service center for. 7. A description of the Contractor’s abilities for in-shop assembly, fabrication, and testing. D. The Bidder shall disclose in the bid whether any portions of the project work will be subcontracted out. All terms of this contract, including bidding and qualification statements, shall apply to the subcontractor. Provide the following information for each subcontractor to be used: 1. Name of the proposed subcontractor. 2. A statement of qualifications for each subcontractor. 3. A scope of work outlining what portions of the project for which the subcontractor will be responsible. E. Include the following information with the bid submittal: 1. The total contract price. 2. The total price for any add or deduct alternates. 3. The price for contractor tests and adjustments as outlined in Section 3.3. 4. An itemized equipment list. 5. Unit pricing for all equipment listed above. 6. A breakdown of the number of labor hours for each of the following: a. Engineering and documentation. b. On site coordination meetings and supervision. c. In shop fabrication and assembly. d. On site fabrication, assembly, and installation. e. On site verification and testing. F. Substitutions. Contractor shall note all substitutions at the time of bid. Any proposed substitutions must meet all specifications of the specified equipment. No product substitution will be accepted without the written approval of the Consultant or Owner. Consultant and owner retain the right to reject any proposed substitution. G. Contractor to obtain all licenses and permits necessary for the execution of any work pertaining to the installation, or any operation by the Owner. 1.8 PROJECT SUBMITTALS A. Comply with all requirements of Division 1. B. Submit according to conditions of the Construction Contract and Project Manual. C. Make each specified submittal as a coordinated package complete with all information. Uncoordinated sets will be returned without review. D. Product Data: Submit within 30 days of contract award. Submit manufacturer's product data sheets for each item of equipment that will be provided as part of this contract. Submit electronically as a single PDF. All equipment cut sheets will be arranged per specification section number. Provide a table of contents and a bookmark at the start of every product sheet. E. Shop Drawings 1. Submit within 60 days of contract award. a. Failure to submit shop drawings with ample time for evaluation shall not entitle the contractor to an extension of contract time. b. There will be no work authorized on site without the prior submittal (and subsequent approval) of a complete set of shop drawings. Any exceptions to this must be in writing and approved by the Consultant. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 4 Carlsbad, California c. Review of shop drawings is for general conformance with the design intent and general compliance with the contract documents of the project. Corrections, comments or markings made do not relieve the Contractor from compliance with the Contract Documents nor allow departure there from. Contractor remains responsible for detailing and accuracy, confirming and correlating quantities and dimensions, selecting fabrication processing and techniques of construction, coordinating work with that of other trades, and performing work in a safe a satisfactory manner. 2. Submitted as a multi-sheet PDF document with: a. Minimum 11” x 17” sheets b. Table of Contents. c. Bookmarks for every sheet with Sheet Name and Number 3. Drawings shall be a standalone package containing all information required for system installation. The package shall include: a. A legend of all symbols and abbreviations used in the drawing package b. Plan View Drawings showing: 1) Locations of all equipment and devices 2) Locations of junction boxes, with associated conduits and cable fill 3) Coordinated layouts of: a) Equipment Rooms b) Control Booths c) Follow Spot Booths 4. Section and Elevation Drawings including but not limited to: a. Lighting fixture hang positions 5. Equipment Rack Elevations including: a. Location of all equipment within the rack b. Heat loads for each equipment rack and calculations showing how numbers were derived 6. AC Power Requirements a. For each equipment rack show: 1) Power requirements and calculations showing how numbers were derived 2) Power distribution details within each rack 7. Rigging Detail Drawings a. Details will be submitted with licensed engineer stamp licensed in the state in which the project resides. b. Drawings will include: 1) Structural attachment details 2) Welding calculations 3) Types of hardware to be used 8. Wiring Schematics a. Complete and detailed wiring schematic for all systems including: 1) Cable types 2) Identification by number and color codes 3) Detailed wiring of connections to equipment and between equipment racks 9. Schematic drawings of any custom circuitry or equipment modifications, including connector pin-outs and component lists. F. Schedules showing: 1. Cable Types a. Type Identifier matching Contract Documents b. Manufacturer c. Part Number d. Signal Group e. Nominal Outside Diameter 2. Junction Boxes a. Box Name b. Drawing Reference c. Location Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 5 Carlsbad, California d. Dimensions e. Mounting Height 3. Pull Schedule a. Pull Length b. Source and Destination c. Wire Number 4. Custom Color and Finishes for: a. Fixtures b. Custom Panels c. Exposed Cabling 5. Conduit riser diagram showing interconnect of all systems 6. Terminal strip layouts for all terminal strips to be used in junction boxes or equipment racks 7. Connector wiring details including connector model numbers 8. Network schematic showing: a. Logical Connections of all devices b. IP address scheme c. VLAN Scheme 9. Custom Panel Details including: a. Materials b. Finishes c. Dimensions d. Connector Layout e. Connector Labeling 10. Lighting patch bay layouts and labeling scheme 11. Mounting and orientation details for: a. Access points b. Wireless antenna 12. Relay panel physical and electrical details 13. Control systems physical and electrical details 14. Distribution devices physical and electrical details G. Final Inspection Notification Report- Two copies of a computer-generated checkout report for the entire system will be prepared and submitted two weeks prior to system commissioning. It will include: 1. A complete listing of every piece of equipment including serial number, the date it was tested and by whom, the results and (if failure occurred during any previous tests) the date retested 2. The final report will indicate that every device tested successfully. 3. A performance test report indicating that the system meets all of the Contractor testing requirements in Section 3.3 and 3.5. 4. A copy of the Final Inspection Report shall be included in the Project Manual. 1.9 CONTRACT CLOSEOUT SUBMITTALS A. Comply with all requirements of Division 1. 1. Submit all contract closeout documentation within 30 days after substantial completion, unless otherwise noted. Documents should be contained on a single USB Drive. B. Contractor shall work from approved shop drawings only. Note changes made during installation on a single set of drawings. This set of marked up drawings will not leave the jobsite until after the final system commissioning. Submit one corrected set of reproducible drawings showing work as installed. All “as-built” drawings to be provided in electronic form (ACAD 2010 or later and PDF). C. Contractor to provide a Project Manual prior to acceptance testing. Provide one electronic copy (PDF). This manual shall contain the following information: 1. Table of Contents. 2. A legend of acronyms and abbreviations must accompany all documentation. 3. Contractor’s contact information for warranty and or service. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 6 Carlsbad, California 4. A complete list of equipment, both installed and loose gear. Include manufacturer, model number, and serial number for all devices. Include settings (software or hardware settings) for any devices that required modification or adjustment during the acceptance testing. 5. Operating manuals for each device. 6. Service manuals for each device. 7. Documentation of all testing results as outlined in Section 3.3 and 3.5 8. Replacement parts lists of major items of equipment. 9. Suggested schedule of routine maintenance. Schedule should include dates such as of replacement of all batteries, cleaning of air filters etc. 10. System Operation and Instructions- Prepare a complete and typical procedure for the operation of the equipment as a system, organized by subsystem or activity. This procedure should describe the operation of all system capabilities. Assume the intended reader of the manual to be unfamiliar with both the equipment and this facility. 11. A list of all equipment, indicating manufacturer, model, serial number, and equipment location (i.e. panel/rack/room number). Update following acceptance testing, if changed. 12. As-Built drawings to include the following: a. Updated lighting hang plot with circuit numbering and control addressing. b. Lighting distribution plot. c. Updated instrument schedule and hook up sheets. D. Software Licensing and Manuals. Provide backup computer discs, all software manuals and license certificates for all software loaded on all PC’s. Include all original software installed, or downloaded, to devices in the system as part of the USB Drive. E. Asbestos and PCB Certification: After completion of installation, but prior to Substantial Completion, Contractor will certify in writing that products and materials installed, and processes used, do not contain asbestos or polychlorinated biphenyls (PCB). 1.10 DELIVERY, HANDLING, STORAGE A. Comply with Division 1 General Conditions. 1.11 CODE COMPLIANCE A. All work and materials shall comply with all applicable codes and regulations to meet or exceed Federal, State, City, and Local Building Codes and Regulations. Advise the Architect if anything in the Plans or Specifications is out of compliance with codes and/or laws prior to bidding. 1.12 PROJECT CONDITIONS A. Verify conditions on the job site applicable to this work. Notify the General Contractor in writing of discrepancies, conflicts, or omissions promptly upon discovery. B. The drawings diagrammatically show cabling, conduit, wiring, and arrangements of equipment fitting the space available without interference. If conditions exist which make it impossible to install work as shown, recommend solutions and/or submit drawings to the Consultant for approval, showing how the work may be installed. 1.13 WARRANTY A. Installer shall warrant equipment to be free of defects in materials and workmanship for not less than one year after date of Substantial Completion. Defects occurring in labor or materials within one-year warranty shall be rectified by replacement or repair. Within the warranty period, provide answer to service calls and requests for information within a 24-hour period, and repair or replace any faulty item within a 72-hour period without charge, including parts and labor. B. This warranty shall not include any consumable items (eg. patterns). C. This warranty shall not void specific warranties issued by manufacturers for greater periods of time. Nor shall it void any rights guaranteed to the Owner by law. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 7 Carlsbad, California D. Theatrical Lighting Contractor to provide Owner with exact beginning and ending dates of the warranty period. Include the name of the person to call for service and telephone number. This information to be part of Project Record Drawings. PART 2 - PRODUCTS 2.1 UNAUTHORISED MATERIALS A. Materials and products required for work of this section shall not contain asbestos, polychlorinated biphenyls (PCB) or other hazardous materials identified by the General Contractor or Owner. B. All devices shall have applicable approvals from a Nationally Recognized Testing Laboratory and meet all applicable local codes and requirements. Should any equipment lack proper approval the Contractor will arrange for onsite inspections and certification at no additional expense to the Owner. 2.2 ACCEPTABLE MANUFACTURERS A. Model numbers and manufacturers included in this specification are listed as a standard of quality. B. Consultant will consider other qualified manufacturers subject to review. Submit according to conditions of the Construction Contract and Project Manual. C. Proposed substitutions must meet all specifications of the specified equipment. The Contractor will supply complete technical data specifications at the time of proposed substitution. D. The Contractor will arrange for product demo at the request of the Consultant or Owner Representative and will pay ground freight shipping to and from site, or to and from Consultant's office. E. No product substitution will be accepted without the written approval of the Consultant and Owner. The Owner, General Contractor, and the Consultant reserve the right to accept or refuse any substitution without condition. F. Upon acceptance of a substitution, Contractor assumes all responsibility for verification and coordination of all heat, power, rack space and architectural requirements. G. If product is discontinued and/or no longer publicly advertised as a part of a manufacturer's current product line-up at time of installation, the project team reserves the right to request a substitution of product for new and currently offered product of like function fulfilling the design intent. Substitution value will be based on fair market value of original product at time of bid. 2.3 GENERAL A. Equipment and materials shall be new, meet the latest published specifications of that product, and conform to applicable regulatory provisions. Take care during installation to prevent scratches, dents, chips, etc. B. Theatrical Lighting Contractor shall verify all site conditions prior to fabrication and installation of all equipment. Notify Consultant of any discrepancies in site conditions or design documents as soon as identified. C. Wiring of power distribution cable shall be in accordance with the electrical engineer's specification. D. Wiring of control distribution cable shall be in accordance with the manufacturer’s specification. E. Installation of theatrical lighting support pipes shall be in accordance with the structural engineer’s specification. F. All products and materials to be handled and shipped in accordance with manufacturer's recommendation. G. Provide protective covering on equipment and furniture during construction to prevent damage or entrance of foreign matter. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 8 Carlsbad, California H. Replace at no expense to Owner, product damaged during delivery, storage, handling or construction. 2.4 THEATRICAL LIGHTING SYSTEM – SCHULMAN AUDITORIUM A. Lighting Control Console (Quantity: 1) 1. ETC Ion Xe 20 with 12k outputs 2. Provide two (2) 24” Touchscreen Monitor with Black Bezel and minimum 1920 x 1080 resolution. 3. Provide one (1) appropriately sized Desktop UPS device (No cooling fans). 4. Provide one (1) 25’ Cat 5e Network Patch Cable B. Dimmer Modules – Sensor R20 (Quantity: 14) 1. Swap out remaining dimming modules in Sensor Dimmer rack and arch rack. C. DMX Emergency Bypass (Quantity:1) 1. ETC DEBC-6. a. Connect with emergency system. D. Architectural Lighting System 1. Update programing and presets with the new system. 2. Perform system maintenance and updates. E. Ellipsoidal Theatrical Lighting Instrument (Quantity: 10) 1. ETC ColorSource Spot V w/shutter assembly or approved equivalent. a. 19° - 2 b. 26° - 6 c. 50° - 2 2. Provide complete with c-clamp, gel frame, safety cable and 3’ lead terminated to a Twist lock L6-20. 3. Refer to Theatrical Lighting Plan and Paperwork for color, hang and focus details. NOTE: Not all fixtures are shown on the plot. F. Ellipsoidal Theatrical Lighting Instrument (Quantity: 32) 1. Chauvet Ovation E-2 FC. 2. Provide complete with c-clamp, gel frame, safety cable and 3’ lead terminated to a Twist lock L6-20. 3. Refer to Theatrical Lighting Plan and Paperwork for color, hang and focus details. NOTE: Not all fixtures are shown on the plot. G. LED Par Wash Light (Quantity: 12) 1. ELATION KL PAR FC. 2. Provide complete with hanging arms, c-clamp, safety cable, and one 3’ power lead terminated to a Twist lock L6-20 plug. 3. Provide with Barn door. 4. Refer to Theatrical Lighting Plan and Paperwork for color, hang and focus details. H. LED Cyc Strip Light (Quantity: 5) 1. Prolights EclCyclorama 100. 2. Provide complete with hanging arms, c-clamps, safety cables, and one 3’ power lead terminated to a Twist lock L6-10 plug. 3. Refer to Theatrical Lighting Plan and Paperwork for color, hang and focus details. I. Moving Head Profile, (Quantity: 3) 1. ELATION Fuze Profile or approved equivalent. 2. Provide complete with clamps, two (2) safety cables. 3. Refer to Theatrical Lighting Plan and Paperwork for color, hang and focus details. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 9 Carlsbad, California J. DMX Extension Cable 1. 5’ – 50 2. 10’ – 18 3. 15’ – 4 4. 25’ – 1 5. Cables shall be labeled for length using appropriately sized self-adhesive numbers 3” from both connector ends covered by clear heat shrink tubing. 6. Cables shall be supplied with one (1) appropriately sized Velcro cable tie. 7. Cables shall be black. 8. Cable shall be constructed according to USITT DMX512/1990 standard. 9. Cables shall be constructed with one (1) 5 pin XLR Male connector and one (1) 5 pin XLR Female connector. K. DMX Terminator (Quantity:4) L. 20A Twistlock L6-20 Extension Cable. 1. 5’ – 6 2. 10’ – 6 3. 15’ – 6 4. Cables shall be labeled for length using appropriately sized self-adhesive numbers 3” from both connector ends covered by clear heat shrink tubing. 5. Cables shall be supplied with one (1) appropriately sized Velcro cable tie. 6. Cables shall be black. 7. Cable shall be constructed using 12/3 SJOO-W cable. 8. Cables shall be constructed with Twistlock L6-20’s rated for 120vac @ 20amp loads. M. Twist-Lock Male to Nema 5-15F Converter (Quantity: 8) N. 20A PowerCon TRUE1 Extension Cable. 1. 5’ – 14 2. 10’ – 10 3. Cables shall be labeled for length using appropriately sized self-adhesive numbers 3” from both connector ends covered by clear heat shrink tubing. 4. Cables shall be supplied with one (1) appropriately sized Velcro cable tie. 5. Cables shall be black. 6. Cable shall be constructed using 12/3 SJOO-W cable. 7. Cables shall be constructed with PowerCon TRUE1 connectors rated for 120vac @ 20amp loads. O. Moving Light Hanging Position Extension (Qty: 3) P. Color Media: 1. Provide a color media allowance for 8 – 20” x 24” sheets of R119. Final quantities TBD upon finalization of Light Plot and Paperwork. 2.5 THEATRICAL LIGHTING SYSTEM – CANNON GALLERY A. Lighting Control Panel (Quantity: 1) 1. ETC Tessera Controller 2. Provide with presets and layout decided by client. B. Lighting Control Console (Quantity: 1) 1. ETC Mosaic MSC_2 2. Provide with appropriate power supply. 3. Provide with DIN-RAIL mount in equipment rack. C. Equipment Racks Wall Mounted (Quantity: 1) 1. PROVIDED BY AV Contractor. 2. Provide appropriately sized rack for equipment listed in this spec as being located within the rack. 3. Provide rack with sufficient horizontal cable managers to separate all switches and patch bays with one cable manager each. PANDUIT WMPF1E or approved equivalent. 4. Provide rack with appropriately sized blank filler panels to close all unused rack spaces. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 10 Carlsbad, California 5. Provide rack with sufficient and appropriately sized hook and loop fastener cable ties to neatly dress all patch cables for the lighting network. D. DMX Rack Mount Node (Quantity: 2) 1. (1) Luminex Luminode 12 RJ45 or (3) ETC Response Mk2 4-Port-R(RJ45). 2. If ETC Response is provided, rear ports must land in patch bay. 3. Provide complete with power supply. 4. Provide with all necessary patch cables to interface with console DMX and lighting network. 5. Unit shall be mounted in rack LER.101. E. Network Patch Panel (Quantity: 1) 1. Provide Bittree or approved equivalent. 2. Provide appropriately sized network patch panel. 3. Provide as standard rack mountable unit. 4. Patch panel shall be located in rack LER.101. F. Network POE Switch (Quantity: 1) 1. OFE. 2. Provide as standard rack mountable unit. 3. Switch shall be located in rack LER.101. 4. Provide Patch Panel with appropriate number of 3’ Cat 5e network patch cables to completely patch all terminated ports of the theatrical lighting network. G. Lighting Console Interface Panel NET/AC (Quantity: 1) 1. STRAND or ETC 2. Panel labeled as LWP.101. 3. Provide this as a flush wall plate mountable in a standard 2 Gang (Deep) backbox supplied by others. H. Theatrical Lighting DMX Relay Rack, 24 space (Quantity: 1) 1. STRAND or ETC 2. Provide with twenty-four (24) 20A single pole relays. I. Ellipsoidal Theatrical Lighting Instrument (Quantity: 10) 1. Chauvet Ovation E-2 FC. 2. Provide complete with c-clamp, gel frame, safety cable and 3’ lead terminated to a NEMA 5-15P. 3. Refer to Theatrical Lighting Plan and Paperwork for color, hang and focus details. NOTE: Not all fixtures are shown on the plot. J. LED Par Wash Light (Quantity: 16) 1. ELATION KL PAR FC. 2. Provide complete with hanging arms, c-clamp, safety cable, and one 3’ power lead terminated to a NEMA 5-15P plug. 3. Provide with Barn door. 4. Refer to Theatrical Lighting Plan and Paperwork for color, hang and focus details. K. Gallery Lighting Fixture (Quantity: 50) 1. Prolights EclDisplay DATFC BK 2. Provide complete with c-clamp, gel frame, safety cable and 3’ lead terminated to a NEMA 5-15P. 3. Provide with DMX IN/OUT Cable. 4. Provide with the following accessories: a. (Qty: 40) - Zoom Profile 20-40 ECLDISPPRZL2040B b. (Qty: 20) – Zoom Wash 15-30 ECLDISPWASHL1530B c. (Qty: 10) – Zoom Wash 25-50 ECLDISPWASHL2550B d. (Qty: 20) – Barn Door ECLDISPBDNFFB e. (Qty: 10) – Gobo Holder ECLDISPGOBOHINDB f. (Qty: 40) – Full Snoot ECLDISPFSNOOTB 5. Refer to Theatrical Lighting Plan and Paperwork for color, hang and focus details. NOTE: Not all fixtures are shown on the plot. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 11 Carlsbad, California L. Lighting Wall Panel (Quantity: 7) 1. ETC NEMA Series or Approved equivalent 2. Wall panels of the following configurations: a. LWP.102-8: 1) 1 - 120V util ckt to 1 – 5-20 flush duplex receptacle and 1 - network output control receptacle. 3. Wall panels shall be flush mounted in wall as shown on the drawings. 4. Wall panels shall include labeling indicating what source(s) they are fed from located on the internal faceplate of the panel. It is the responsibility of the theatrical lighting contractor to request this information. 5. All low voltage control wiring shall be integral to the panel and shall be isolated from the high voltage wiring by a low voltage barrier. 6. All network connectors to be uniquely labeled using LTIE.XX. Label to contain the run length of the network cable and the maximum length of extension cable allowed between the network jack and any device connected to the jack. 7. Utility circuits shall be labeled indicating what source(s) they are fed from located adjacent to the utility circuit receptacle. It is the responsibility of the theatrical lighting contractor to request this information. 8. Confirm color with architect. M. Lighting Pipe Mount Box (Quantity: 17) 1. SSRC PM Series or Approved equivalent 2. Pipe boxes of the following configurations: a. LPB.101,102,104,105,106,108,110, 113,114,115,117: 1) 1 - 120V util ckt to 1 – 5-20 flush duplex receptacle and 1 - network output control receptacle. b. LPB.103,107,109,112,116: 1) 1 - 120V util ckt to 1 – 5-20 flush duplex receptacle. 3. Pipe mount boxes shall be mounted to 1 ½” Schedule 40 pipe in locations as shown on the drawings. 4. Pipe mount box pigtails shall include proper cable strain relief. 5. Pipe mount boxes shall include labeling indicating what source(s) they are fed from located on the faceplate of the box. It is the responsibility of the theatrical lighting contractor to request this information. 6. All low voltage control wiring shall be integral to the box and shall be isolated from the high voltage wiring by a low voltage barrier. 7. All network connectors to be uniquely labeled using LTIE.XX. Label to contain the run length of the network cable and the maximum length of extension cable allowed between the network jack and any device connected to the jack. 8. Utility circuits shall be labeled indicating what source(s) they are fed from located adjacent to the utility circuit receptacle. It is the responsibility of the theatrical lighting contractor to request this information. 9. Dimmable circuits and numbering shall be located as noted on drawings N. DMX Extension Cable 1. 5’ – 30 2. 10’ – 40 3. 15’ – 10 4. 25’ – 2 5. Cables shall be labeled for length using appropriately sized self-adhesive numbers 3” from both connector ends covered by clear heat shrink tubing. 6. Cables shall be supplied with one (1) appropriately sized Velcro cable tie. 7. Cables shall be black. 8. Cable shall be constructed according to USITT DMX512/1990 standard. 9. Cables shall be constructed with one (1) 5 pin XLR Male connector and one (1) 5 pin XLR Female connector. O. RJ45 to 5-Pin Female Connector (Quantity: 20) Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 12 Carlsbad, California P. 15A Edison Extension Cable. 1. 5’ – 20 2. 10’ – 30 3. Cables shall be labeled for length using appropriately sized self-adhesive numbers 3” from both connector ends covered by clear heat shrink tubing. 4. Cables shall be supplied with one (1) appropriately sized Velcro cable tie. 5. Cables shall be black. 6. Cable shall be constructed using 12/3 SJOO-W cable. 7. Cables shall be constructed with NEMA 5-15 connectors rated for 120vac @ 15amp loads. Q. 20A Edison Orchestra String Cable. (Quantity: 5) 1. Lex Products 50116BA 2. Cables shall be labeled for length using appropriately sized self-adhesive numbers 3” from both connector ends covered by clear heat shrink tubing. 3. Cables shall be supplied with one (1) appropriately sized Velcro cable tie. 4. Cables shall be black. 5. Cable shall be constructed using 12/3 STOOW cable. 6. Cables shall be constructed with NEMA 5-20 Plug w/Adaptor and (6) NEMA 5-15 receptacles rated for 120vac @ 15amp loads. R. L6-20R to NEMA 5-15P Adaptors (Qty: 10) S. Black Gaff Tape (Qty: 1) T. Black Tie Line Spool (Qty: 1) U. Gallery Storage Theatrical Lighting Support Pipe (Quantity: 3) 1. Provide a support pipe and associated mounting hardware for the theatrical lighting instruments to be hung from. Pipe lengths are as follows: a. ~-5’-9’ long 2. All pipes shall be 1 ½” Schedule 40 black seamless steel/iron pipe, treated to prevent corrosion. Pipe shall have a nominal OD of 1.9”. 3. Pipes shall be rigidly supported in such a manner that pipe will not rotate in its mount or deflect from its installed position more than ¼” when fixtures are hung at 90 degrees from vertical. 4. Co-ordinate color of pipes and mounting hardware with the Specifying Lighting Consultant and Client. 5. Co-ordinate location of any mounting support structure with the architect. 6. All dimensions and conditions must be field verified before installation. 7. Retain the services of a registered professional structural engineer, licensed to practice in Carlsbad, California to oversee and certify the design, development, fabrication and installation of the theatrical lighting support pipes and associated rigging/mounting hardware. This does not include any required miscellaneous building steel or structural supports that the lighting support pipes are rigged/mounted from which are the responsibility of the project structural engineer, architect and contractors other than the theatrical lighting vendor. V. Theatrical Lighting Pipe Grid (Quantity: 1) 1. Provide a Lighting grid and associated mounting hardware for the theatrical lighting instruments to be mounted in the Stage Pipe grid position. The grid shall be ~45’ x 43’ long. The grid shall be built with a 4’ x 4’ pipe spacing. See drawings TL4.00 & TL5.00 for detail. 2. All pipes shall be 1 ½” Schedule 40 black seamless steel/iron pipe, treated to prevent corrosion. Pipe shall have a nominal OD of 1.9”. 3. All pipe crossovers shall be secured using pipe cross clamps. 4. Co-ordinate all miscellaneous support steel requirements with the General Contractor. 5. Co-ordinate installation of pipes and mounting hardware with Division 26 Contractor. 6. Co-ordinate color of pipes and mounting hardware with the Specifying Lighting Consultant and Client. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 13 Carlsbad, California 7. Co-ordinate location of support pipes and mounting with the Specifying Lighting Consultant and Client. 8. All dimensions and conditions must be field verified before installation. 9. Retain the services of a registered professional structural engineer, licensed to practice in Carlsbad, California to oversee and certify the design, development, fabrication and installation of the theatrical lighting support pipes and associated rigging/mounting hardware. This does not include any required miscellaneous steel or structural supports that the support pipes are rigged/mounted to which are the responsibility of the projects structural engineer, architect and contractors other than the theatrical lighting vendor. W. Color Media: 1. Provide a color media allowance for 2 – 20” x 24” sheets of R119. Final quantities TBD upon finalization of Light Plot and Paperwork. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate work with other trades to avoid causing delays in construction schedule. B. Mount equipment and enclosures plumb and square. Permanently installed equipment shall be firmly and safely held in place. C. Cover edges of cable pass-through holes in chassis, racks, boxes, etc., with rubber grommets or Brady GRNY nylon grommetting. D. Mount equipment in racks and consoles and fully wire and test before delivery to job site. If field conditions prevent prior assembly of racks, notify Consultant in writing that racks will be fabricated on site and the reasons for the change. 3.2 CONTRACTOR/THEATRICAL LIGHTING CONTRACTOR INSTALLATION A. Confirm by site visit and by report from electrical contractor all field conditions, which may affect manufacture and installation of the Theatrical and Architectural Lighting Systems equipment prior to fabrication. Provide any additional hardware, panels and backboxes to accommodate field conditions. Submit all changes to equipment and mounting details to Consultant for review prior to fabrication. B. Supply specific, detailed direction to electrical contractor as required for proper installation of all Theatrical and Architectural Lighting System equipment, coordinated with actual site conditions. C. The Theatrical Lighting Contractor shall furnish all items required to properly install and secure Theatrical and Architectural Lighting System equipment in place. D. The electrical contractor shall place, install, and connect all Theatrical Lighting System equipment with the following exceptions: 1. Theatrical and architectural control wire terminations. 2. Theatrical fixtures set up, hang, and focus. 3. Theatrical control console set up and programming. 4. Architectural control station install, setup, and programming. E. If any panel, distribution box, or other device requires relocation or change of mounting detail, and this fact is not known until after shipment due to sequence of work, modify equipment or provide new equipment to fit revised location or mounting detail. Notify Consultant of any such changes and submit all changes to Consultant for review prior to fabrication. F. The Theatrical Lighting Contractor shall terminate all control wire in dimmer banks and all control panels. G. All control cables within the system shall be labeled with a unique identifying number at each end of the cable. Use only pre-printed labels. Cover labels with clear heat shrink tubing. Self- adhesive labels will not be allowed without prior approval of Consultant. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 14 Carlsbad, California H. Provide a service loop for all control cables and harness in place where applicable. No splices shall be allowed inside of control panels or racks. Provide terminal strips secured to panel or rack frame for all connections. I. Supply GC with all paint and supplies to correct minor cosmetic damage to equipment. Ensure that all equipment is clean and in perfect condition at time of Completion Checkout. J. Repair or replace any equipment, which has suffered non-cosmetic damage prior to time of Completion Checkout. Claims arising from repair or replacement of such damage shall be considered only after final acceptance of system by Owner. K. The contractor shall clean all racks, panels, and boxes of dirt, dust and debris, re-assemble all equipment, and replace all panels, covers and screws prior to time of Completion Checkout. L. Contractor shall not use any control equipment intended for installation for purpose of checking out wiring or circuitry prior an on-site factory trained technician testing the system (as specified above). Equipment may be used for such testing only in specific areas where proper conditions exist. 3.3 THEATRICAL LIGHTING CONTRACTOR TESTS AND ADJUSTMENTS A. Hang, focus and color all lighting fixtures according to the Theatrical Fixture Layout drawing. B. Set up lighting control console and all related peripheral devices to include soft patching the console according to supplied paperwork. C. Set up and programming of architectural lighting control system and all related peripheral devices. D. Prior to energizing Production Lighting control systems, perform complete system checkout to verify that all items are correctly installed and shall safely operate as specified herein. E. Perform all tests and adjustments specified below upon Completion of installation of Production Lighting System. 3.4 TEST EQUIPMENT A. The following equipment shall be available for field-testing. Submit for approval, as a portion of the tender, list of test equipment. 1. Ethernet Network cable and termination Qualifier (JDSU Lanscaper Pro NT800, or Fluke CableIQ or approved equivalent). 2. DMX512 Protocol Tester (Doug Fleenor GIZMO or approved equivalent). 3. True RMS Multimeter (Fluke 123 or approved equivalent), and clamp on ammeter (As approved). 4. Circuit tester (As approved) with adapters for all power receptacles provided in this section. 5. Incandescent loads to test 100% of Theatre Lighting Circuits. 6. Theatrical Lighting Contractor shall provide all appropriate adapters, extension cables and connectors necessary to interconnect test equipment to Theatrical Lighting system, and to perform all tests described below. 7. Theatrical Lighting Contractor shall provide sufficient field service personnel (minimum of 2) to perform all tests specified below. Coordinate with the Division 26 contractor and to assist in all tests specified below. The contractor shall provide ladders and other devices, including 4 walkie-talkies, to allow access to all devices to be tested and communication between parties. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 15 Carlsbad, California 3.5 TEST PROCEDURES A. Perform all following tests & provide a written test report to the consultant: 1. Test all low voltage DMX/Architectural/Network circuits for proper wiring/termination, cable length, cable faults, Power Over Ethernet (POE) quality, and inducted voltage. Qualify Network circuits for Full Duplex 100BASE-TX operation. All Network tests to be executed after all Building Systems have been energized and are operating. Provide a written report of all test results organized by box/location. 2. Inspect all device labels to ensure that devices are correctly and clearly labeled as specified and shown in specifying consultant approved submittal drawings. 3. Test all line voltage circuits for proper wiring, polarity, connection to proper dimmer, and inspect for correct labeling. 4. Test all power receptacles provided in this section. 5. Test all Control Console operations, including transfer of memory to and from storage medium. Test all storage medium provided. 6. Test all control panels for all functions. 7. Test all functions of all remote devices and all control plug-in points. When remote devices are NIC, but accommodations for these devices are included, provide identical devices for testing purposes. 8. Test video systems for clear screen and high resolution of characters with no interference, "snow", color degradation, pixel shift, etc. 9. Test all extension cables, adapters, etc. 10. Perform visual testing of dimmer curves and consistency of dimmer readings. B. Repair or replace any equipment that fails to conform to specification, and schedule second set of tests and adjustments. Provide test equipment and personnel specified above. C. Repeat testing and repair or replacement as required ensuring that the entire Theatrical Lighting System conforms to specification. D. Upon completion of testing, furnish Owner and Consultant a complete report on all field-testing and adjustment, certifying that system conforms to specification and that installation is complete and ready for inspection. 3.6 ACCEPTANCE A. Schedule inspection by Owner and Consultant no earlier than their receipt of above specified report. B. Provide all test equipment and personnel specified in "Field Testing and Adjustment" above. C. Coordinate with GC to ensure that no other work shall be scheduled in audience chamber or stage areas, and that all temporary bracing and scaffolding has been removed to permit full operation of and access to all equipment. D. At request of Consultant, repeat any and all test specified in "Field Testing and Adjustment" above in presence of Owner and Consultant. E. Should Owner or Consultant judge that any equipment fails to conform to specification, repair or replace that equipment within 30 days, and schedule second inspection. Should the Owner or Consultant judge that any work inspected is not substantially complete at time of Completion Checkout, schedule second inspection. Provide all equipment and personnel specified above. F. Schedule additional checkouts as required until Owner and Consultant judge entire Theatrical Lighting System to conform to specification. After Completion Checkout, compensate Owner for any consulting and transportation costs incurred during subsequent checkouts. Project #222387 THEATRICAL LIGHTING SYSTEM Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 116100 - 16 Carlsbad, California 3.7 INSTRUCTION OF OWNER PERSONNEL A. Provide four hours instruction to Owner designated personnel on the use and operation of the System, scheduled as one session, by an instructor fully knowledgeable and qualified in system operation. This instruction should include familiarization with all system components and basic operation of the lighting control console and architectural control system. The owner may videotape the instruction session at their cost. The System Reference Manuals shall be complete and on site at the time of this instruction. B. The lead technician for the project installation shall be present at the first two formal uses of the system. END OF SECTION 21 13 05-1 SECTION 21 13 05 - FIRE PROTECTION COORDINATION PART 1 - GENERAL 1.1 QUALITY ASSURANCE: 1.1.1 The fire sprinkler system designer/subcontractor shall ensure that all exposed piping, valves, connections, drains, and apparatus of any kind, shall be fully reviewed and coordinated with the Architect. The shop drawings shall explicitly cloud all exposed conditions and shall be reviewed, authorized, and initialed by the Architect prior to installation. The purpose of this review is to insure that all components of this system are placed in as discrete and as minimally impacting a location as possible. Failure by the fire sprinkler system designer/subcontractor to point out and secure architect review and written approval of all exposed conditions shall result in relocation of any exposed items as directed by the Architect at not additional cost to the Owner. 1.1.2 Plan Check and Shop Drawing: 1.1.2.1 Submit full detailed shop drawing showing size, type, spacing, and location of piping and equipment required for the entire system to the Architect for review and for submittal by the contractor to the City of Carlsbad Building/Fire Department as required for approval. 1.1.3 Design Calculation: 1.1.3.1 Submit design calculations by a licensed California Engineer for the sprinkler system to the Architect for review and for submittal by the contractor to the City of Carlsbad Building/Fire Department for approval. 1.1.4 Approved Drawings: 1.1.4.1 Provide copy of Fire Department final stamped/approved plans to the Owner and Architect. PART 2 - PRODUCTS 2.1 The Contractor shall provide and install complete fire protection sprinkler system including but not limited to detector check assembly, post indicator valve, piping, vales, and heads. 2.2 Interior: Contractor shall provide semi-recessed white, brass, or chrome plated finished heads to match adjacent ceiling/wall/soffit/framing color typical unless otherwise noted. 2.3 The Contractor shall also provide the Owner with one safety head capping device for each different type of sprinkler head utilized in the project. PART 3 - EXECUTION 3.1 Exposed sprinkler heads and cover plates shall typically be placed in the center of the ceiling tile or pattern. 3.2 Assembly and supports located in rooms or areas left exposed to view shall be painted. Supports shall be installed neatly, true, and vertical. Supports type exposed to view shall be approved with the Architect prior to installation. 3.3 Prior to commencing the work of this section, the contractor shall schedule and attend a meeting at the job site to discuss conformance with requirements of the Contract Documents. Request attendance of representatives from Architect, Contractor, subcontractors ( fire sprinkler, electrical, HVAC,) and other parties who are involved 3.4 Sprinkler piping and head layout and installation is required to be coordinated with the lighting and mechanical plan (fixture and diffuser layout) prior to install. END OF SECTION 21 13 05 Project # 222387 THEATRICAL LIGHTING SYSTEMS REFERENCE Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 265561 - 1 Carlsbad, California SECTION 265561 THEATRICAL LIGHTING SYSTEMS REFERENCE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Theatrical Lighting System. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Construction Contract, including General Conditions and Division 1 Specification Sections, apply to this Section. B. Theatrical lighting system drawings (TLX.XX). 1.3 RESPONSIBILITY AND RELATED WORK A. Coordinate scheduling of work with the Owner and Owner’s Architect. B. Refer to TL0.00 for division of responsibilities related to the theatrical lighting system. 1.4 DEFINITION OF TERMS & ABBREVIATIONS: A. Provide: to supply and install. B. Furnish: to supply to another contractor for installation. C. Supply: to supply but not install. D. Install: to install but not supply. E. OFE: Owner furnished (supplied) equipment. Equipment will be provided to contractor for installation. F. NIC: Not In Contract. Refers to items that are not included in the scope of work outlined in this section but may be shown for coordination purposes or reference. G. Future: Equipment that will be provided by owner later. Accommodations shall be provided for future equipment as shown on the drawings. PART 2 - PRODUCTS 2.1 SEE TL DRAWINGS END OF SECTION Project #222387 TECHNICAL SYSTEMS REFERENCE Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 266001 - 1 Carlsbad, California SECTION 266001 TECHNICAL SYSTEMS REFERENCE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Conduits B. Pull Boxes C. Conduit Fittings D. Floor Boxes E. Specialty AV Boxes F. J-Hooks G. Cable Tray 1.2 RELATED DOCUMENTS A. Electrical contractor is to refer to the following documents for scope of work related to the audiovisual systems. 1. AV Drawings. 2. Specification Section 27 41 34, AV System. 1.3 RESPONSIBILITY AND RELATED WORK A. Coordinate scheduling of work with the Owner and Owner’s Architect. B. Refer to AV0.00 for division of responsibilities related to the audiovisual system. C. Provide site evaluation of all existing low voltage pathways able to be utilized. 1. Document the location of either end of the pathway, pull boxes that intersect the pathway, current cable fill, and the size of the pathways. 2. As-Built conditions to be submitted to the general contractor to assist the audiovisual contractor in providing new cabling for their systems. 3. Where required to provide a functional pathway system, augment existing pathways to accommodate audiovisual cabling. PART 2 - PRODUCTS 2.1 CONDUITS A. General 1. Provide Pull String in all conduits for AV system. 2. The sizes of conduits shall be as shown on the drawings, minimum size is 0.75". All conduits shall be reamed and furnished with insulation and/or grounded bushings as required. 3. Refer to AV Drawings for pathway type required for each cable run. Substitution of pathway type requires Consultant’s approval. Pathways shown without cable fill are for temporary or future cable use. B. Flexible Steel Conduit 1. Flexible steel conduits are not acceptable for AV systems installations. C. Electrical Metallic Tubing (EMT) 1. EMT shall be zinc galvanized both inside and out with a minimum thickness of .0008”. It shall be round with uniform wall thickness and continuously welded seams. EMT shall be furnished in ten-foot standard lengths. D. PVC Conduit 1. PVC conduit shall be rigid non-metallic Schedule 40 heavy wall. 2. Use of PVC shall be limited to underground conduits only. Project #222387 TECHNICAL SYSTEMS REFERENCE Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 266001 - 2 Carlsbad, California E. Conduits carrying fiber cables shall have large labels indicating “Fiber Optic Cable.” These labels should be placed every 10 feet where exposed. F. Buried conduits must have yellow “Caution Fiber Optic” tape laid 12 inches above duct bank. 2.2 PULL BOXES A. Pull boxes shall be constructed of code gauge steel, etched, primed and shall have rust resistant ANSI 61 gray finish and be NEMA 1 construction with screw covers unless noted otherwise. For conduits 1-1/4" and larger terminating in a pull box, the minimum length of pull box shall be 8 times the diameter of the largest conduit terminating in the pull box. Splice boxes shall be sized as per EIA/TIA-569A Table 5.2-3. B. Location and sizes of pull boxes and splice boxes shall meet the approval of the Architect and Consultant. Condulete type fittings (e.g. LB's, etc.) shall not be used in lieu of pull boxes or bends. C. Exposed pull boxes in public areas shall be provided with tamperproof screws. D. Boxes shall be free from unused openings, including knockouts. E. Pull boxes larger than 12” x 12” for which a custom panel has not been specified, shall have hinged covers. F. Gang, 4” square and 4-11/16” square boxes must be installed using open center brackets G. Pull boxes for indoor wet or damp locations shall be NEMA 3R Rated with stainless steel screws. H. Pull boxes for outdoor locations shall be NEMA 4X Rated stainless steel continuous hinges, door clamps and a hasp. I. Provide junction box, pull box, and hand-hole assemblies sized as required by the NEC. Pull boxes/hand-holes shall be located using the following table: 1. Runs with total of all bends <90 degrees – 600ft. 2. Runs with total of all bends >=90 degrees and <180 degrees – 400ft. 3. Runs with total of all bends >= 180 degrees and <270 degrees – 200ft. 4. Runs with total of all bends >= 270 degrees are not allowed. 2.3 CONDUIT FITTINGS A. All rigid, IMC and EMT fittings shall be galvanized malleable iron or steel. Connectors and couplings shall be threaded, setscrew, compression type, and concrete-tight. B. Conduit bodies shall be malleable iron, threaded type. Provide neoprene cover gaskets for conduit body covers exposed to the weather. C. Expansion fittings shall be O-Z/Gedney Type "AX" for rigid metal conduit and Type "TX" for electrical metallic tubing. For intermediate metal conduit applications, a 15-inch minimum length of rigid metal conduit shall be used with a Type "AX" expansion fitting. Provide O- Z/Gedney Type "BJ" bonding jumpers at all expansion fittings. D. Rigid and IMC conduit bushings shall be of the insulated type with phenolic thermosetting insulation molded to a hot dipped galvanized malleable iron body of the threaded type. E. EMT fittings shall be of the insulated throat type. Fittings larger than 2-1/2 inches shall have threaded bushings installed. F. PVC conduit fittings shall be slip joint type. G. All conduit sleeves will be fitted with “spillways” to maintain the bend radius of cables passing through the sleeve. 2.4 FLOOR BOXES A. Refer to AV drawings for manufacturer, model, quantity, and location information. B. Contractor to provide all parts and accessories required for a working floor box system including those required based on specific installation conditions unless otherwise noted. Project #222387 TECHNICAL SYSTEMS REFERENCE Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 266001 - 3 Carlsbad, California C. Boxes to have a voltage divider to allow for power receptacles and low-voltage AV connections to reside within the same box. Conduits for high and low voltages must enter box on appropriate side of voltage divider to maintain separation. High and low-voltage wires may not cross within the box. D. On-grade boxes to be cast-iron, and above grade, in-slab boxes to be steel. E. Boxes to be fully adjustable, before and after the concrete pour. F. Boxes shall have applicable approvals from a Nationally Recognized Testing Laboratory and meet all applicable local codes. G. Floor Boxes on elevated floors must maintain proper fire rating of slab. H. Provide equipment ground conductor as required by local code. 2.5 SPECIALTY AV BOXES A. Refer to AV drawings for manufacturer, model, quantity, and location information. B. Contractor to provide all parts and accessories required for the system including those required based on specific installation conditions unless otherwise noted. C. Boxes to have a voltage divider to allow for power receptacles and low-voltage AV connections to reside within the same box. Conduits for high and low voltages must enter box on appropriate side of voltage divider to maintain separation. High and low-voltage wires may not cross within the box. D. Boxes shall have applicable approvals from a Nationally Recognized Testing Laboratory and meet all applicable local codes. E. Provide equipment ground conductor as required by local code. 2.6 J-HOOKS, CABLE HANGER & TIES A. Non-metallic cable support systems such as J-hooks, ties, etc. must be CMP, plenum rated or CMR, riser rated, where applicable. Panduit J-Pro J-hooks Caddy brand “Cable-Cat” hangers or owner & engineer approved equal. B. Metallic cable support systems such as J-hooks or Caddy brand “Cable-Cat” hangers must be CMP, plenum rated. C. J-hooks will provide a fully radiused support structure with no tight corners to pinch or bind cables, must provide a minimum 1" wide load bearing surface with a minimum 1/4" radius edge. D. Cable support system devices will be provided complete with cable retainer. E. Cable installation accessories (e.g. pulleys for J-hooks) may be provided & utilized as applicable in compliance with TIA/EIA standards. F. "Velcro" type cable wraps will be utilized for cable management only, in the horizontal plane & the vertical plane in MDF, BDF, TR & data cabinets. “Velcro” may not be used in other locations requiring vertical support. G. Cable ties of a minimum 0.190" width, installed in a figure 8 pattern around the support member & crossing over the cable/cables will be utilized for cable management & support in a vertical plane. 2.7 CABLE TRAY A. Cable trays shall be installed as indicated on the AV drawings. B. Unless otherwise noted on the Drawings, cable tray shall be 12 inches wide and have a usable minimum loading depth of 4 inches deep. C. Industrial type, single-piece, formed aluminum trough cable tray for heavy cable loads and large cables shall be Chalfant Ladder Tray or Type 156 by B-Line, 4” usable depth and 9” rungs as indicated on the drawings. The tray shall be either trapeze or wall mounted. D. Industrial type, single-piece, 16-ga fully welded tubular steel with 2-layer black powder coat finish with 9” rungs as indicated on the drawings. E. Cable tray used in open ceilings in finished areas and storage rooms shall be solid bottom. Project #222387 TECHNICAL SYSTEMS REFERENCE Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 266001 - 4 Carlsbad, California F. Straight sections shall be a maximum nominal 10-foot length. G. Straight sections and fittings shall be assembled with nut and bolted splice plates. Hardware shall be zinc plated. Spring loaded and "snap" type fittings are not acceptable. H. Factory end plates and fittings shall match the tray width, depth and metal type. I. The cable tray system shall be U.L. Listed and classified with applicable U.L. labels applied. Cable tray installation shall meet all applicable UL standard requirements for use as an equipment ground conductor. a. PART 3 - EXECUTION 3.1 INSTALLATION A. General 1. Whenever possible, cable and raceway routing paths shall follow the logical structure of the building (e.g. follow hallways, aisles and corridors). Route all AV cables and raceways parallel to or perpendicular to the building structure. No diagonal runs will be permitted unless noted otherwise or pre-approved by the Architect and Consultant. Corridor crossovers shall be kept to a minimum. 2. Coordinate layout of conduits including specific routing and mounting elevations with building structure and work of other trades. 3. Provide a pull string in all raceways, cable trays and conduits. 4. Transitions between cable trays and conduit, etc. shall not exceed 10” horizontally, 24” vertically. Provide “drop-out” supports spillways, and radius controls for changes in elevation as required. 5. All power devices and power sources emit a given amount of radio frequency interference (RFI) and/or electro-magnetic interference (EMI). To reduce or eliminate the field effects of RFI/EMI on the signals residing on a given cable, runs shall be kept at the maximum possible distance from such sources. Running cables through the center of the building can reduce the external interference effects of RFI/EMI in the cable tray. Open wiring and non-metallic raceway shall be routed a minimum of twelve (12") inches away from fluorescent fixtures. Special attention shall be given to the routing of such pathways away from lighting ballasts and high intensity discharge devices. Reference AV0.00 for the required separation distances of signals of different types. B. Conduits 1. Provide continuous conduits across open or inaccessible ceiling areas. 2. Provide conduits from cable trays to accessible ceilings as required. 3. Conduits attached to cable trays shall be secured with approved conduit clamps. 4. Conduit buried in concrete slab pours shall be full weight rigid galvanized steel or Schedule 40 PVC. All elbows, stub ups and conduit above ground shall be rigid galvanized steel. All joints and terminations for PVC shall be made according to manufacturer's recommendations to ensure all joints are watertight. 5. Conduit buried in or beneath building slabs or exterior below grade shall be full weight rigid galvanized steel or Schedule 40 PVC. The conduit shall be encased in 3" concrete envelope or as called for on the Plan Drawings. All elbows and stub ups shall be rigid galvanized steel. All joints and terminations for PVC shall be made according to manufacturer's recommendations to ensure all joints are watertight. 6. Conduits and cables entering from outside the building shall be sealed water and moisture tight. Seal between conduit and sleeves, conduits and core drilled holes and around conductors inside conduits. Provide cast iron pipe or Schedule 40 galvanized steel conduit sleeves in exterior walls below grade, with intermediate wall stop and anchor collar set in place before concrete pouring. Sleeve shall be a part of the sealing assembly. When the wall opening is core drilled, the wall sleeve may be omitted. A mechanically compressed rubber sealing assembly shall be placed in the annular space between conduit and the sleeve or the core drilling. Project #222387 TECHNICAL SYSTEMS REFERENCE Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 266001 - 5 Carlsbad, California 7. Conduits stubbed out into accessible ceiling to be located no more than 2’-6” above finished ceiling. 8. All conduit stub-outs and junction boxes in accessible ceilings to remain accessible by ladders from the finished floor below. 9. Layout the conduit system to avoid crossing building expansion joints. Where crossings are necessary, use expansion joints. C. Boxes 1. Wall, ceiling, or specialty AV boxes must be mounted flush with finished surface. 2. Final mounting height of all boxes on finished surfaces to be coordinated with Architect for alignment with adjacent boxes. 3. In stud walls, boxes on opposite sides of the wall must be separated by a minimum of 1 stud cavity. 4. In CMU or concrete walls, boxes on opposite sides of the wall must be separated by a minimum of 16”. 5. Pull boxes shall be placed in straight sections of conduit runs and may not be used in lieu of a bend without approval of the Consultant. Pull boxes and/or splice boxes shall be installed in readily accessible locations. Where boxes are installed above suspended ceilings, they shall be located immediately above the suspended ceiling or the ceiling shall have a suitably marked and hinged panel to facilitate direct access to the pull box. 6. Boxes in accessible ceiling to be located no more than 2’-6” above finished ceiling. 7. All boxes mounted in accessible drop tile ceilings to remain accessible by ladders from the finished floor below. D. J-HOOKS, CABLE HANGER & TIES 1. Whenever possible, cable & raceway routing paths will follow the logical structure of the building (e.g. follow hallways, aisles & corridors). Route all raceways parallel to or perpendicular to the building structure. No diagonal runs will be permitted unless noted otherwise or pre-approved by the Architect & Consultant. Corridor crossovers will be kept to a minimum. 2. Support spacing will not exceed 48". For spans longer than 48", the Contractor shall provide cable tray, channel, ladder, conduit, or other Consultant approved cable support. 3. A maximum of 17 cables will be supported in a single hanger, no exceptions. 4. An open ceiling distribution system will not be installed above inaccessible ceiling areas, such as "lock-in" type ceiling tiles, drywall or plaster. Adequate & suitable space will be available in the ceiling area for the distribution system. A minimum of 6" of clear space will be provided on all sides of the distribution system to accommodate installation & servicing. E. Cable Tray 1. Cable trays shall be trapeze hung and sway braced. 2. Cable trays will not be permitted in mechanical rooms, electrical rooms or any wet or damp rooms. In these area conduits are required. 3. All changes in elevation of the cable tray or where cable leaves the cable tray factory produced radius drop offs, waterfalls and other devices shall be used to ensure the proper cable bend radius is maintained. 4. When rated walls must be breached, cables shall pass through pre-established fire block systems by EZ-Path or similar. Multiple systems shall be used to equal the full capacity of the cable tray. Cables shall enter and/or exit areas at right angles to the structure. F. Fire Stopping 1. Where pathways pierce walls, floors and/or ceilings, restore fire rating and smoke stoppage integrity as required by code. G. Excavation: 1. It is the responsibility of the Contractor to obtain all permits and utility marking. Bids shall include landscaping restoration costs. END OF SECTION Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 1 Carlsbad, California SECTION 274134 AV SYSTEMS PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS A. All requirements under Instructions to Bidders, General Conditions, Supplementary Conditions, Special Conditions, Division One, Technical Specifications, Referenced Documents or Practices and any Addenda of these Specifications will be a part of this section. The Contractor is responsible to be thoroughly familiar with all its contents as to requirements which affect this Division or Section. 1.2 RELATED DOCUMENTS A. AV Drawings. B. Specification Sections: 1. 26 60 01, Technical Reference. C. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Divisions 00 and 01 Specification Sections, apply to this Section. 1.3 REFERENCES A. National Fire Protection Association (NFPA). 1. NFPA 72 National Fire Alarm and Signaling Code, as adopted and/or amended by the Authority Having Jurisdiction (AHJ). 2. NFPA 101 Life Safety Code, as adopted and/or amended by the Authority Having Jurisdiction (AHJ). B. Building Codes. 1. International Building Code. 2. State and Local Building codes as adopted and/or amended by the Authority Having Jurisdiction (AHJ). 3. Americans with Disabilities Act (ADA) and/or State and Local equivalency standards as adopted by the AHJ. 4. California Building Code (CBC). 5. California Fire Code (CFC). 6. California Electrical Code (CEC). C. Owner Standards Documentation. D. Audio Video Integrated Experience Association (AVIXA). 1. F501.01: 2015, Cable Labeling for Audiovisual Systems. 2. F502.01: 2018, Rack Building for Audiovisual Systems. E. National Cable Television Association (NCTA). F. Society of Motion Picture and Television Engineers (SMPTE). G. International Telecommunications Union (ITU). 1. BT.709-6: 2015, Parameter Values for the HDTV Standards for Production and International Programme Exchange. 2. BT.2020: 2015, Parameter Values for Ultra-High-Definition Television Systems for Production and International Programme Exchange. 1.4 DEFINITION OF TERMS & ABBREVIATIONS A. Provide: to supply and install. B. Furnish: to supply to another contractor for installation. C. Supply: to supply but not install. D. Install: to install but not supply. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 2 Carlsbad, California E. OFOI: Owner Furnished Owner Installed. F. OFCI: Owner Furnished Contractor Installed. G. NIC: Not In Contract. Refers to items that are not included in the scope of work outlined in this section but may be shown for coordination purposes or reference. H. Future: Equipment that will be provided by owner later. Accommodations shall be provided for future equipment as shown on the drawings. I. AHJ: Authority Having Jurisdiction 1.5 RESPONSIBILITY AND RELATED WORK A. The written specification and drawings AV0.00 through AVx.xx will be collectively referred to herein as the Contract Documents. B. The systems described in this section will be called the "AV Systems" and the installer will be named "The Contractor." C. The Contractor must provide all labor, materials, equipment, necessary tools, test equipment, hoisting, transportation, supervision and coordination necessary to complete the installation of the "AV Systems" as described in these specifications and illustrated on the Project drawings. D. Contractor shall provide, based on the Contract Documents, a complete, turnkey system, tested and ready for acceptance testing. The Contract Documents are developed to the extent required to properly convey design intent, signal flow, and system infrastructure. Contractor will supply any additional equipment required to provide a complete and working system. E. Contractor will supply any accessories, such as power supplies, adaptors, connectors and converters, required to provide a complete and working system. F. System features or devices which are mentioned in one part of the Contract Documents may not be shown in the other. In case of conflict between the written specifications and the drawings, Contractor must seek clarification from the Consultant. If the Contractor fails to obtain such clarification, the interpretation of the Consultant will prevail. G. Contractor shall obtain all licenses and permits necessary for the execution of any work pertaining to the installation within this scope of work. H. Contractor shall comply with all union jurisdiction and prevailing wage requirements. I. Refer to AV0.00 for division of responsibilities related to the AV Systems. 1.6 SYSTEM DESCRIPTION A. Core Systems 1. Network a. The facility network will support audio, video, lighting, and technical system distribution. b. The network will be enterprise grade and fully managed. c. Network switches will be located in the AVL equipment room and connect to DSP, video, and control processor resources. d. Interconnection to lighting control processors, acoustic banner systems, shade systems, relay power panels, and building management systems will be provided. e. Network will be provided by the owner. 2. DSP and Control Processor a. Provide a central DSP and control processor to manage and controls audio, video, and lighting systems throughout the facility. b. All audio, video, and control equipment including associated processors, amplifiers, and peripherals will connect to technical AVL systems network. c. Equipment will be monitored for status and faults by a central processor. 3. Video Distribution Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 3 Carlsbad, California a. A local IP based video distribution system will be provided to feed presentational and distributed display systems. b. Inputs to this system include video program content, a digital signage player, wireless content sharing, presentation computers, and a blu-ray player. c. Outputs to this system include projectors. 4. MATV a. The Contractor shall be responsible for maintaining existing functionality to all activated MATV locations and calculate loss for the MATV distribution system. b. Provide amplifiers, splitters, and taps required to maintain the performance of the system. 5. Infrastructure a. Equipment racks will be provided to house AV equipment. 1) Locations and requirements indicated on plan drawings. b. Facility input panels will be provided around the facility for AV I/O connectivity. 1) Panels to cable back to their associated AV equipment rack and attach to associated patch panels or AV equipment. B. Auditorium 1. Loudspeaker System a. Main Speakers: 1) Compact constant curvature array elements will be comprised of a left | center | right configuration. a) Arrays will be passive and amplified by DSP enable amplifiers located in the AVL equipment racks. b) Left | right arrays will be suspended from subwoofers above with integral rigging hardware. c) Center array will be suspended from above with a minimum of (2) attachment points consisting of aircraft cable and required rigging hardware. 2) High powered subwoofers will fly above the left | right compact constant curvature array elements. a) Subwoofers will be passive and amplified by DSP enable amplifiers located in the AVL equipment room. b) Subwoofers will support arrays with integral rigging hardware. Subwoofers will be suspended from above with a minimum of (2) attachment points consisting of aircraft cable and required rigging hardware. b. Surround Sound Speakers 1) Compact wall mounted surround sound speakers will be located on the left, right, and rear walls. a) Speakers will be passive and amplified by DSP enable amplifiers located in the AVL equipment racks. b) Wall mount brackets will connect to in with integral rigging hardware on the speakers. 2. Audio Mixing System a. A digital mixing console will be provided. 1) Minimum Input Requirements: 64 channels 2) Minimum Output Requirements: LRC main bus and 20 definable channels for bus/matrix mixes. 3) Minimum Effects Processors: 12 processing slots 4) Advanced processing package will be included. 5) Provide a Dante I/O card and proprietary audio cards to communicate with remote I/O components. b. Console will be housed within the front of house production booth. c. Remote I/O will be located in the associated AVL equipment room and connect to I/O from the platform and console. d. Auxiliary equipment provided will located at front of house production booth: 1) (1) Combination Bluetooth | CD | Tuner | Media Player 2) (1) Tabletop touchscreen controller Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 4 Carlsbad, California 3) (2) USB audio interfaces. e. A Bluetooth input panel will be located on the stage. f. Front of house production auxiliary equipment housed in a compact solid wood jointed tabletop equipment rack. g. A UPS will be located in the booth to provide power redundancy to front of house equipment. 3. Wireless Microphone System a. (8) Channels of digital wireless microphones will be provided. 1) Receiver(s) will be located in the associated AVL equipment room. 2) Antennas will extend from the associated AVL equipment utilizing a zone combiner and dual diversity fin antennas. 3) Transmitter will consist of: a) (8) body packs with lavalier and headset microphones. b) (8) handheld microphones. 4) A rechargeable battery system will accompany the transmitters. 5) Chargers mounted to sliding shelves located in the AVL equipment room. b. Wireless mics will be available to the digital mixing console and central DSP processor for both with operator and w/o operator preset applications. 1) With operator preset will utilize the digital mixing console. 2) Without operator preset will utilize the local touchscreens and OFE provided wireless tablets with provided control system applications. Provided controls of microphones to include level, equalization, and dynamics. 4. Audio Monitoring System a. (2) Overhead surface mounted speakers provide foldback audio to the platform. a) Speakers will be passive and amplified by DSP enable amplifiers located in the AVL equipment racks. b. (4) Active stage monitors will connect to the console utilizing facility AV I/O connectivity. 5. Video Presentation System a. Cinema Projection 1) Motorized tensioned screen will consist of (1) 300” diagonal, 1.85:1 aspect ratio surface. Housing will be suspended from the structure above in front of the stage proscenium and concealed within the ceiling clouds. 2) The projector will consist of (1) 22,000 ANSI lumen UHD 4K laser light source projector suspended from the ceiling with the front of house production booth. 3) A projection port window will be provided from the production booth into the auditorium. b. Backdrop Presentation Projection 1) The existing owner furnished projection screen will remain in its existing location. 2) The projector will consist of (1) 16,000 ANSI lumen Full HD WUXGA laser light source suspended from the ceiling and rear project onto the existing screen with an ultra short throw lens. c. Video I/O 1) Primary inputs will be driven by the provided video over IP distribution system and have associated HDMI inputs at the front of house production booth and on the platform. 2) Inputs will include the following and be encoded into the IP distribution system: a) (7) platform extended HDMI inputs will be provided. b) (2) OFCI presentation computers will be provided. i. Contractor to provide compatible monitors to interface with computers. c) (1) blue ray player located in the front of house equipment booth will be provided. d) (1) rack mounted wireless presentation gateway will be provided. e) (2) rack mounted video production feeds will be provided. d. Outputs will include the following and be decoded from the IP distribution system: 1) (1) Cinema projector will be provided. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 5 Carlsbad, California 2) (1) Presentation backdrop projector will be provided. 3) (2) rack mounted video production feeds will be provided. 4) (1) rack mounted surround sound processor feed will be provided. e. The video system will be automated with preset recalls. 1) Automation will include projection screen controls and routing of all associated video input to the projector and other distributed displays. 2) System will allow for independent routing. f. A surround sound audio interface will be provided to decode surround sound audio from connected video sources. 6. Video Production System a. A 40x40 12G video router will be provided. b. An all-in-one video production switcher will be provided. 1) 16x4 2ME 2) Clips, Keyers, and live stream integration. 3) Audio processing and mixing c. A compact 1-strip switcher control panel will be provided. d. Terminal equipment will be provided to support sync, DA, and conversion. e. (4) display video wall cluster to provide Multiview and program content within the production control room. 7. Video Camera System a. (5) PTZ cameras will be provided. 1) Cameras will be wall or ceiling mounted. 2) Cameras will be connect to the facility network and video router to output video. b. Cameras will be controlled by (2) provided PTZ keyboards. c. Presets on the touchscreens will also recall camera positions. 8. Video Recording System a. (1) Eight channel HD video recorder will be provided. 1) (4) Supported media drives will be provided. 2) (2) Media drive docks will be provided. b. Recorder will be controlled from the front panel, computer applications, as well as from the local touchscreen controller. c. Recording can be routed from the video presentation and video production systems d. Playback can be routed to the video presentation and video production systems. 9. Intercom System a. A digital party line intercom system will be provided. 1) Equipment located in associated AVL equipment room. 2) System will utilize network IP protocols and POE enabled equipment. 3) System will support wireless belt packs. b. Distribution to utilize Data Tie Lines for wired belt packs and antennas. c. Wired belt packs with accompanying headsets and ethercon cables will be provided. d. Wireless belt packs with accompanying headsets and charging stations will be provided. 10. Network a. Utilize owner furnished facility network switches. 11. Control & Processing a. User control interfaces automate all systems from user-friendly and easy to navigate control surfaces. 1) Local control of the AV system will utilize the local touchscreens. 2) An OFE provided wireless tablet will be loaded with the control system application. b. System will contain presets, routines, advance controls, and other parameter exposed on the interface to support a variety of operators. 12. Assisted Listening System a. A wireless transmission system with receivers will be provided for those who are hard of hearing. b. Quantity of required devices dictated by local codes. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 6 Carlsbad, California 13. Infrastructure a. Utilize existing AVL equipment racks to house equipment. b. Utilize existing pathways and boxes for cabling where noted. c. Utilize new boxes where noted. d. Provide custom plates for all boxes. C. Gallery 1. Loudspeaker System a. Coaxial speakers suspended from the pipe grid located in either of the four corners of the room. 1) Speakers will be actively amplified by integrated amplifiers. 2) Speakers will be suspended from the pipe gride with pipe mounting hardware and be portable for user definable relocation of speakers. 2. Audio Mixing System a. Mixing of local I/O will be on in room touch panels. b. Remote I/O will be located in the associated AVL equipment room and connect to I/O from the local in room wall and pipe mounted boxes. Remote I/O will consist of Dante connectivity. c. A Bluetooth input panel will be located adjacent to the reception area. 3. Wireless Microphone System a. (4) Channels of digital wireless microphones will be provided. 1) Receiver(s) will be located in the associated AVL equipment room. 2) Antennas will extend from the associated AVL equipment room. 3) Transmitter will consist of: a) (4) body packs with lavalier and headset microphones. b) (4) handheld microphones. 4) A rechargeable battery system will accompany the transmitters. b. Wireless mics will utilize the local touchscreens providing controls of microphones including level, equalization, and dynamics. 4. Video Presentation System a. Pipe Mounted Projection 1) The projector will consist of (4) 16,000 ANSI lumen Full HD WUXGA laser light source projecting onto the wall or artwork with an ultra short throw lens. 2) The projector will be suspended from the pipe gride with pipe mounting hardware and be portable for user definable relocation of projection. b. Video I/O 1) Primary inputs will be driven by the provided video over IP distribution system and have portable HDMI inputs. 2) Inputs will include the following and be encoded into the IP distribution system: a) (4) portable HDMI encoders will be provided. b) (1) blue ray player located in the front of house equipment booth will be provided. c) (1) rack mounted wireless presentation gateway will be provided. d) (2) rack mounted production feeds from the auditorium will be provided. c. Outputs will include the following and be decoded from the IP distribution system: 1) (4) portable HDMI decoder will be provided to support portable projectors. 2) (1) rack mounted video auditorium production feed will be provided. d. The video system will be automated with preset recalls. 1) Automation will include projection screen controls and routing of all associated video input to the projector and other distributed displays. 2) System will allow for independent routing. 5. Intercom System a. Utilize digital party line intercom from the auditorium. 6. Network a. Utilize owner furnished facility network switches. 7. Control & Processing Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 7 Carlsbad, California a. User control interfaces automate all systems from user-friendly and easy to navigate control surfaces. 1) Local control of the AV system will utilize the local touchscreens. 2) An OFE provided wireless tablet will be loaded with the control system application. b. System will contain presets, routines, advance controls, and other parameter exposed on the interface to support a variety of operators. 8. Assisted Listening System a. A wireless transmission system with receivers will be provided for those who are hard of hearing. b. Quantity of required devices dictated by local codes. 9. Infrastructure a. Utilize new boxes. b. Provide custom plates for all boxes. D. Courtyard 1. (4) active steerable column speakers are wall mounted in the corners of the courtyard and provide content from the auditorium and gallery. a. Local connectivity panels provide local inputs to connect to the speakers to support events within the courtyard. b. Wireless microphone zone controller within the auditorium supports wireless microphone connectivity in the courtyard. 2. Speakers controlled by auditorium and gallery touchscreens. 1.7 PRE-BID SUBMITTALS A. Bid Clarifications. Contractor is responsible for reading and understanding all information presented in these specifications and related documents outlined in Section 1.2. Discrepancies between drawings and specifications or other errors or omissions should be brought to the Consultant’s attention a minimum of 5 days prior to bid date. Failure to do so does not relieve the Contractor from the requirement to provide a fully operational and turnkey system as outlined above. In this event, the Contractor agrees to abide by the decision of the Consultant for resolution. B. Contractor Qualifications. Contractors will be considered by the Owner and Consultant upon receipt of the following information: 1. Company profile including history, number of employees, facility size and completed projects. 2. Resume of key personnel to be used on this project, including but not limited to: Project Manager; Lead Engineer; Job-Site Superintendent. 3. Contractor shall have previously installed at least three jobs of similar magnitude, completed within the last five years. A resume shall be provided for these projects including project name, scope of services, year completed, and contact information for a reference. Provide at least one such completed job for inspection by the Architect and/or Consultant. 4. Contractor shall have five years of experience with equipment and systems of the types specified, shall maintain a fully staffed and equipped service facility, and shall be a franchised dealer and authorized service facility for the major brands specified, and shall be properly licensed to work I at the project location. 5. A description of the Contractor’s abilities for in-shop assembly, fabrication, and testing. 6. A sample set of shop drawings or as-built documents that confirm the Contractor’s capabilities to provide engineering and documentation for the project. 7. A line sheet listing all manufacturers the Contractor is a dealer and/or authorized service center for. 1.8 BID SUBMITTAL A. Submit according to conditions of the Construction Contract and Project Manual. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 8 Carlsbad, California B. The Bidder shall disclose in the bid whether any portions of the project work will be subcontracted out. All terms of this contract, including bidding and qualification statements, shall apply to the subcontractor. Provide the following information for each subcontractor to be used: 1. Name of the proposed subcontractor. 2. A statement of qualifications for each subcontractor. 3. A scope of work outlining what portions of the project for which the subcontractor will be responsible. C. Include the following information with the bid submittal: 1. The total contract price. 2. The price for any add or deduct alternates. 3. An itemized equipment list which includes unit pricing for all equipment. a. List to be presented in the same sequential order as in Part 2 below. 4. A breakdown of the cost and number of labor hours for each of the following: a. Engineering and documentation. b. On site coordination meetings and supervision. c. In shop fabrication and assembly. d. On site fabrication, assembly, and installation. e. On site verification and testing. f. Contractor tests and adjustments as outlined in Section 3.7. g. Manufacturer training, inclusive of travel expenses. D. Substitutions. Contractor shall note all substitutions at the time of bid. Comply with General Conditions. Any proposed substitutions must meet all specifications of the specified equipment. No product substitution will be accepted without the written approval of the Consultant or Owner. Consultant and Owner retain the right to reject any proposed substitution. 1.9 PROJECT SUBMITTALS A. Submit according to conditions of the Construction Contract and Project Manual. B. Each submittal shall be as a coordinated package complete with all required information. Uncoordinated sets will be returned without review. C. Product Data. 1. Submit manufacturer's product data sheets for each item of equipment that will be provided as part of this contract for approval prior to purchase of equipment. 2. Submit electronically as a single PDF. All equipment cut sheets will be arranged per specification section number. Provide a table of contents and a bookmark at the start of every product sheet. 3. Failure to submit without time for evaluation shall not entitle the Contractor to purchase, substitute product or delay the project’s delivery product without approval. D. Color Submittal. 1. Submit according to conditions of the Construction Contract and Project Manual. 2. Organize according to location, device, and color option. 3. Where custom colors have been specified, include the appropriate reference (RAL, Pantone, etc). 4. This shall include but not be limited to: floorbox lids, wall mounted devices and panels, ceiling mounted devices and panels, and loudspeakers. E. Millwork Colors and Samples. Submit according to conditions of the Construction Contract and Project Manual. F. Shop Drawings. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 9 Carlsbad, California 1. Review of shop drawings is for general conformance with the design intent and general compliance with the contract documents of the project. Corrections, comments, or markings made do not relieve the Contractor from compliance with the Contract Documents nor allow departure therefrom. Contractor remains responsible for detailing and accuracy, confirming and correlating quantities and dimensions, selecting fabrication processing and techniques of construction, coordinating work with that of other trades, and performing work in a safe a satisfactory manner. 2. Failure to submit shop drawings without time for evaluation shall not entitle the Contractor to an extension of contract time. 3. There will be no work authorized on site without the prior submittal and subsequent approval of a complete set of shop drawings. Any exceptions to this must be in writing and approved by the Consultant. 4. Submit as a multi-sheet searchable PDF document with: a. 42" X 30" sheets. b. Table of Contents. c. Bookmarks for every sheet with Sheet Name and Number. 5. Drawings shall be a standalone package containing all information required for system installation. The package shall include: a. A legend of all symbols and abbreviations used in the drawing package. b. Plan View Drawings showing: 1) Locations of all equipment and devices. 2) Locations of junction boxes, with associated conduits and cable fill. 3) Coordinated layouts of: a) Equipment Rooms. b) Control Booths. c) Production Suites. c. Section and Elevation Drawings including but not limited to: 1) Speakers. 2) Large Displays. 3) Projection Screens. 4) Projectors. 5) LED Display Boards. 6) Monitor Walls. d. Equipment Rack Elevations including: 1) Location of all equipment within the rack. 2) Heat loads for each equipment rack and calculations showing how numbers were derived. e. Custom Furniture and Millwork Details. 1) Show all dimensions and finishes for custom furniture and millwork including equipment locations and mounting methods, coordinate with Division 6. f. AC Power Requirements. 1) For each equipment rack show: a) Power requirements and calculations showing how numbers were derived. b) Power distribution details within each rack. g. Rigging Details. 1) Submit for LED Displays and Speakers. 2) Details will be submitted with licensed engineer stamp licensed to practice at the project location. 3) Drawings will include: a) Structural attachment details. b) Welding calculations. c) Types of hardware to be used. d) Speaker aiming angles. 4) Provide structural calculations along with the stamped drawings. Refer to all requirements of Division 5 – Metals. h. Wiring Schematics. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 10 Carlsbad, California 1) Provide complete and detailed wiring schematic for all systems including: a) Cable types. b) Cable identification by number and color codes. c) Detailed wiring of connections to equipment and between equipment racks. d) Equipment identifier matching that used in the Contract Documents. i. Schematic drawings of any custom circuitry or equipment modifications, including connector pin-outs and component lists. j. Schedules showing: 1) Cable Types. a) Type identifier matching that used in the Contract Documents. b) Manufacturer. c) Part Number. d) Signal Group. e) Nominal Outside Diameter. 2) Junction Boxes. a) Box Name matching that used in the Contract Documents. b) Drawing Reference. c) Location. d) Dimensions. e) Mounting Height. 3) Pull Schedule. a) Pull Length. b) Source and Destination. c) Wire Number. 4) Custom Color and Finishes for: a) Speakers. b) Custom Panels. c) Exposed Cabling. d) Custom Furniture. k. Conduit riser diagram showing interconnect of all systems. l. Terminal strip layouts for all terminal strips to be used in junction boxes or equipment racks. m. Connector wiring details including connector model numbers and labeling methodology. n. Network schematic showing: 1) Logical Connections of all devices. 2) IP address scheme. 3) VLAN Scheme. o. Custom Panel Details including: 1) Materials. 2) Finishes. 3) Dimensions. 4) Connector Layout. 5) Connector Labeling. p. Audio, Video and Data patch bay layouts and labeling scheme. q. Mounting and orientation details for: 1) Flat Panel Displays. 2) Surface Mount Speakers. 3) Wireless antennas. G. Custom Software Programming including Graphical User Interface (GUI). 1. Provide for approval at least 6 weeks prior to system commissioning electronic copies of all custom software. It is the Contractor’s responsibility to provide all custom software programming. Coordination with the Consultant is required for the development of this software. H. Wireless Frequency Analysis. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 11 Carlsbad, California 1. It is the responsibility of the contractor to coordinate all wireless frequencies. The contractor shall perform a spectral sweep from 140 MHz through 3 GHz in the facility and then present a written report of proposed new frequencies. 2. The Contractor must arrange and perform this sweep at a time of day that reflects the time of facility use. 3. The contractor should also include in the report additional frequencies for future expansion. 4. The Contractor will incorporate any existing and other new frequencies in the determination of the new frequencies to be used, including but not limited to wireless intercom, wireless cameras and wireless radios. I. Assistive Listening System Analysis. 1. Contractor is responsible for providing documentation showing the Assistive Listen system meets accessibility requirements of the project location. 2. Contractor is to provide a quantity of receivers per prevailing code. J. Final Inspection Notification Report. 1. Two copies of a computer-generated checkout report for the entire system must be prepared and submitted 2 weeks prior to system commissioning. It will include: a. A complete listing of every piece of equipment including serial number, the date it was tested and by whom, the results and (if failure occurred during any previous tests) the date retested. b. The final report will indicate that every device tested successfully. c. A performance test report indicating that the system meets all the Contractor testing requirements in Section 3.7. d. A copy of the Final Inspection Report must be included in the Project Manual. 1.10 CONTRACT CLOSEOUT SUBMITTALS A. Submit according to conditions of the Construction Contract and Project Manual. B. Submit all contract closeout documentation within 30 days after substantial completion, unless otherwise noted. C. Contractor shall work off approved shop drawings only. Note changes made during installation on a single set of drawings. This set of marked up drawings will not leave the jobsite until after the final system commissioning. Submit 4 corrected sets of reproducible drawings showing work as installed. All “as-built” drawings to be provided both in electronic form (ACAD 2010 or later) and in hard copy (same size as architectural drawings). D. Contractor to provide a Project Manual prior to acceptance testing. Provide a minimum of one hard copy and one electronic copy. This manual shall contain the following information: 1. Table of Contents. 2. Contractor’s contact information for warranty and/or service. 3. A complete list of equipment, both installed and loose gear. Include manufacturer, model number, and serial number for all devices. Include settings (software or hardware) for any devices that required modification or adjustment during the acceptance testing. 4. Operating manuals for each device. 5. Documentation of all testing results as outlined in Section 3.7. 6. Wireless microphone frequency coordination report. 7. A USB drive containing all As-Built drawings in PDF & DWG format. 8. Replacement parts lists of major items of equipment. 9. Provide a suggested schedule of routine maintenance. Schedule should include dates of replacement of all batteries, cleaning of air filters and procedures for verifying system functionality. E. Create a quick start guide to provide information specific to each room/system, such as procedures for system power on/off, patching, different modes of operation, etc. 1. The guide should convey information specific to each room/system. It is not intended to be a guide on generic system operation. 2. Anticipated length of each guide is less than 2 pages front and back. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 12 Carlsbad, California F. Software Licensing and Manuals. Provide a copy of all software installed on computers or equipment in the system, including all device configuration files, on a USB disk drive. G. Produce compact system flow diagrams showing all components, cables, and wire numbers that will be mounted on the wall of each equipment room. Provide photographically reproducible as-built wiring diagrams at a reduced scale that are easy to handle and fully legible. H. Provide a complete list of spares inventory that includes quantity, manufacturer, model number, and serial number. I. System Remote Controls. All remotes for displays, projectors, etc. to be collected and turned over to Owner. 1.11 PROJECT CONDITIONS A. Verify conditions on the job site applicable to this work. Notify the Consultant and General Contractor in writing of discrepancies, conflicts, or omissions promptly upon discovery. B. The drawings diagrammatically show cabling, conduit, wiring, and arrangements of equipment fitting the space available without interference. If conditions exist which make it impossible to install work as shown, recommend solutions and/or submit drawings to the Consultant for approval, showing how the work may be installed. 1.12 WARRANTY A. Contractor shall warrant equipment to be free of defects in materials and workmanship for not less than one year after date of Substantial Completion. Defects occurring in labor or materials within the one-year warranty shall be rectified by replacement or repair. Owner furnished equipment is excluded from the warranty, but terminations and wire leading to or from Owner furnished equipment is included. Within the warranty period, provide answer to service calls and requests for information within a 48-hour period, and repair or replace any faulty item within a 72-hour period without charge, including parts and labor. B. This warranty shall not void specific warranties issued by manufacturers for greater periods of time. Nor shall it void any rights guaranteed to the Owner by law. C. Contractor to provide Owner with exact beginning and ending dates of the warranty period. Include the name and telephone number of the person to call for service. This information is to be part of Project Record Drawings. D. Contractor to conduct a final site visit and verify that the system is operational, and all items are functioning correctly at the end of the warranty period. Contractor shall not be responsible for correcting items that have been changed by the Owner or end user. PART 2 - PRODUCTS 2.1 GENERAL A. Model numbers and manufacturers included in this specification are listed as a standard of quality. Equipment and materials will be new, meet the latest published specifications of that product. B. All devices will have applicable approvals from a Nationally Recognized Testing Laboratory and meet all applicable local codes and requirements. Should any equipment lack proper approval the Contractor will arrange for onsite inspections and certification at no additional expense to the Owner. C. Product Substitutions. 1. Consultant will consider other qualified manufacturers subject to review. Submit according to conditions of the Construction Contract and Project Manual. 2. Proposed substitutions must meet all specifications of the specified equipment. The Contractor will supply complete technical data specifications at the time of proposed substitution. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 13 Carlsbad, California 3. The Contractor will arrange for product demo at the request of the Consultant or Owner Representative and will pay ground freight shipping to and from site, or to and from Consultant's office. 4. No product substitution will be accepted without the written approval of the Consultant and Owner. The Owner, General Contractor, and the Consultant reserve the right to accept or refuse any substitution without condition. 5. Upon acceptance of a substitution, Contractor assumes all responsibility for verification and coordination of all heat, power, rack space and architectural requirements. D. If product is discontinued and/or no longer publicly advertised as a part of a manufacturer's current product line-up at time of installation, the project team reserves the right to request a substitution of product for new and currently offered product of like function fulfilling the design intent. Substitution value will be based on fair market value of original product at time of bid. 2.2 EQUIPMENT LIST A. In addition to the equipment below, include all product specified in Attachment A. B. Color selection shown in the equipment list does not designate a selected color. All colors must be coordinated with Architect and Consultant. 2.3 AV SYSTEMS COMPONENTS A. AV Equipment Racks: 1. Rack color: coordinate with Architect. 2. Verify exact rack space required. 3. Provide service lamp in the top of each rack. a. Middle Atlantic LT-CABUTL Series 4. Modular power raceway system. Include as required: a. Middle Atlantic MPR-8A. b. Middle Atlantic MPR-JB###A (Provide size as required). c. Middle Atlantic M-2X20A. d. Middle Atlantic M-30TL-HWA. e. Middle Atlantic power cabling as required. 5. Provide & install rubber mat under all floor standing racks. B. Rackmount UPS Backup. 1. UPS must have contact closure for remote shut down of load circuits. 2. UPS to have a minimum 15 min run time under load. 3. Use fanless UPS in noise control booths and control rooms. C. Digital Signal Processor. 1. See Section 3.2 for Programming Requirements. 2. Interface DSP logic with fire mute in each rack location. D. Network Switches. 1. Contractor to configure switches as required. 2. Work with related DIV 27 contractors, Owner’s IT Provider and other contractors to allocate IP addresses and configure network VLANs to support AV system needs. 3. All network capable equipment shall be connected to the AV network, including but not limited to Amplifiers, wireless microphones, DSP, playback devices, etc. E. Power Amplifiers. 1. Each amplifier to have a 2-ply phenolic label on the front and rear, stating amplifier number and which speakers it is feeding. F. Loudspeakers. 1. Coordinate all colors with Architect. 2. All rigging to allow for +/- 10deg of horizontal and vertical adjustment. 3. Provide a support structure for speaker systems sized to safely handle the system weight. G. FM transmitter with headset receivers for Assistive Listening System. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 14 Carlsbad, California 1. Contractor is responsible for verification of receiver quantities per project code requirements. 2. Install antenna system in accordance with manufacturer’s recommendations. H. Wireless Microphone Systems 1. Select wireless frequency bands based upon frequency analysis preformed in Section 1.6.J. 2. Ensure all modules necessary for a complete system are included. 3. Ensure all cabling required for remote antenna locations is included. 4. Contractor shall perform calculations to determine cable and connector loss based on install conditions. Install antenna boosters as required per calculations. Include this report with shop drawing submittals. I. Projection Screens 1. Unless otherwise noted on drawings, set limits so the bottom of projected images are 48” above finished floor in classrooms, conference rooms, and meeting rooms and 60” above finished floor in auditoriums and ballrooms. 2. Include additional black drop as needed to meet projected images specified heights. 3. Ensure deployed screens clear all wall protrusions and allow for future installation of wall mounted whiteboard or chalkboard. J. Televisions and Mounts 1. TVs must meet the following specifications: a. TV viewable diagonal sizes may be +/- 3” from that specified b. Internal ATSC & QAM tuner c. Internal speakers. 1) TVs will have digital audio output following the selected input. 2) TVs will have an analog audio output following the selected input with variable volume. d. Wall mounted TVs are to be compliant with ADA clearance requirements. 1) If the bottom of the TV is below 6’-8” AFF the following applies: a) Displays 2.5” or less in total thickness to use mounts with a depth of 1.5” or less with micro adjust, tilt & swing arm capabilities. b) Displays 2.5” or greater in total thickness to use ultra-thin mounts with a depth of 1” or less with micro adjust & tilt capabilities. c) Display & mounting solution total overall protrusion from the wall not to exceed 4”. 2) The total depth of the display & mounting solution not to exceed 4” protrusion from the wall to the front face of the display. 3) The contractor will provide ultra-low-profile mounts per each display to meet all relevant ADA clearance requirements. e. Controllable by 3rd party control system via hardwired RS-232 / serial port. f. LED backlit LCD technology only. g. VESA mount compatible h. Acceptable Manufacturers 1) Sony 2) Samsung 3) LG 4) Panasonic 5) Planar 6) NEC K. MATV 1. Contractor shall maintain existing system functionality. 2. Provide amplifiers, taps, and splitters selected for indoor installation, with a minimum performance bandwidth of 1000Mhz. 3. Contractor to determine, supply and install tap and amplification values based on site cable run lengths and supply and install all splitters needed. 4. All devices must be physically isolated with appropriate isolation tabs. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 15 Carlsbad, California L. Audio Patchbays: 1. Label each patch point with unique wire label to match label on panel or equipment. Provide functional labels over groups of patch point to label destination hardware or location. 2. Front programmable patchbay a. Bittree B96DC-FNAIT/E3 M2OU12B. (Qty. per design) 3. Patch Cords: a. Coordinate color with owner. b. Bittree BPC1800-110 (Qty. 24 per patchbay provided) c. Bittree BPC2402-110 (Qty. 12 per patchbay provided) M. Data Patchbays: 1. Data patch point to match specification for cable terminating to patch point. Shielded cabling will require a shielded connector. 2. Label each patch point with unique label to match label on panel or equipment. Provide functional labels over groups of patch point to label destination hardware or location. 3. Modular Patch Panel: a. Install with printed labeling strip. b. Belden AX103114 24-Port 1RU (Qty. per design) c. Belden AX103115 48-Port 2RU (Qty. per design) 4. Cat6 UTP Connector a. Black Keystone b. Belden AX101321 (Qty. per design) 5. Cat6 STP Connector a. Shielded Keystone b. Belden AX104596 (Qty. per design) 6. Provide all patch cables required for use, per system schematics, plus additional 8 matching patch cables per patch bay. N. Fiber Patchbays: 1. Label each patch point with unique wire label to match label on panel or equipment. Provide functional labels over groups of patch point to label destination hardware or location. 2. Modular Enclosure: a. Belden ECX-01U 1RU LAN Housing (Qty. per design) b. Belden ECX-02U 2RU LAN Housing (Qty. per design) c. Belden ECX-04U 4RU LAN Housing (Qty. per design) 3. Splice Cassettes a. Provide Dual LC Connectors. b. Belden FC3X06LDFS OM3 Aqua Adaptor (Qty. per design) c. Belden FCSX06LDFS SM Blue Adaptor (Qty. per design) d. Belden FCSX06LAFS SM/APC Green Adaptor (Qty. per design) 4. Patch Cables: a. Provide all patch cables required for use, per system schematics, plus additional 4 matching patch cables per splice cassette. b. Belden FP3LDLD002M, OM3 2m c. Belden FPSLDLD002M, OS2 2m d. Belden FPSLALA002M, OS2/APC 2m O. Video Patchbays: 1. Label each patch point with unique wire label to match label on panel or equipment. Provide functional labels over groups of patch point to label destination hardware or location. 2. Normalled patchbay: a. Bittree B64T-2MWNHD (Quantity Per Design) b. Bittree VPCM 24 02-75 Patch Cords (Qty. 8 per patchbay provided) c. Bittree VPCM 24 05-75 Patch Cords (Qty. 8 per patchbay provided) d. Bittree VPCM 24 06-75 Patch Cords (Qty. 8 per patchbay provided) Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 16 Carlsbad, California e. Bittree ADMW48 BNC to Mini-WECO (Qty. 4 per patchbay provided) P. Crestron Digital Media Patchbays: 1. DM patch point to match specification for cable terminating to patch point. Shielded cabling will require a shielded connector. 2. Label each patch point with unique label to match label on panel or equipment. Provide functional labels over groups of patch point to label destination hardware or location. 3. Modular Patch Panel: a. Crestron DM-RPP-K24 (Qty. per design) 4. Modular Connectors: a. Crestron DM-CONN-ULTRA-RECP-20 (Qty. per design) b. Crestron DM-CONN-ULTRA-RECP-XA-20 (Qty. per design) 5. Patch Cables: a. Crestron DM-CBL-ULTRA-PC-## (Qty. per design) 1) Use shortest cable possible per patch cable condition. b. Crestron DM-CONN-ULTRA-PLUG-20 (Qty. per design) 1) Field terminated connectors acceptable where patch cable is not suitable. 6. Provide all patch cables required for use, per system schematics, plus additional 4 matching patch cables per patch panel. 2.4 CUSTOM PANELS A. Panels to be fabricated by Contractor, engraved and loaded with connectors with information shown on Drawings. B. Unless otherwise specified, all wall and ceiling panels will be 1/8-inch-thick, anodized aluminum. (Brush in direction of aluminum grain only.) Engraving will be 1/8-inch block sans serif characters. 1. Coordinate all panel colors/finishes with Architect. 2. All custom panels will have beveled edges. 3. Text color will be white for all black/dark colored panels and black for all white/light colored panels. 4. Connector color will be silver for all white/light colored panels and black for all black/dark colored panels. 5. Plastic plates will not be accepted. 6. Where manufacturer’s transmission equipment will be mounted on a wall or ceiling plate visible to the public, uses Decora style plates, coordinate color of equipment and wall plate with Architect. 7. Wall panels sizes to be coordinated with J-boxes dimensions and mounting conditions. a. Panels mounted on surface mount boxes will not protrude beyond the edge of the box thereby creating a sharp edge condition. b. Panels mounted on flush mount boxes will extend beyond the edge of the J-box by 1/4” on all sides. C. Unless otherwise specified, all rack panels and floor box panels will be 1/8-inch-thick, black anodized aluminum. (Brush in direction of aluminum grain only.) Engraving will be 1/8-inch block sans serif characters. Lettering will be white. 1. Coordinate all panel finishes with Architect. 2. Connector color will be silver for all white/light colored panels and black for all black panels. 3. Rack panels will be standard EIA sizes. 4. Plastic plates will not be accepted. D. Floor Boxes will be flush mounted. E. Panels in outdoor or harsh environmental conditions will be stainless steel and contain connectors fit for their environment. F. Contractor will submit panel engraving schedule and fabrication drawings for approval G. Panels to be manufactured by one of the following manufacturers: 1. Panel Authority Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 17 Carlsbad, California 2. Proco 3. RCI 4. Whirlwind H. Panel Connectors. 1. Panels to contain components listed below: a. Female XLR: Neutrik NC3FD-L-B-1. b. Male XLR: Neutrik NC3MD-L-B-1. c. Locking 1/4": Neutrik NJ3FP6C-B. d. Female XLR-1/4” TRS Combo: Neutrik NCJ6FI-S e. Rugged RJ45: Neutrik NE8FDX-P6-B or NE8FDX-Y6-B f. Rugged Dual Fiber: Neutrik NO2-4FDW-A g. Rugged Quad Fiber: Neutrik NO4FDW-A h. BNC (75 Ohm): Neutrik NBB75DFIB-P i. BNC (50 Ohm): Canare BJ-JRUD j. 4-Pole Speaker: Neutrik NL4MP k. 8-Pole Speaker: Neutrik NL8MPR-BAG l. Mass Connectors: Whirlwind W-series 2.5 CABLE, CONTROL WIRING & TERMINATIONS A. Electrical conductors installed under this contract, except where otherwise specified, will be soft drawn annealed stranded copper having a conductivity of not less than 98% of pure copper. B. Refer to drawing AV0.00 for scope of work related to supply, installation, and termination of cable. C. Refer to drawing AV0.00 for cables to be used. 1. Use plenum and underground cables as required by code. 2. It is assumed all underground cables, where they transition to cable tray or free air, will not pass through plenum spaces outside of conduit. D. Refer to drawing AV0.00 for minimum cable lengths required outside of boxes. E. The Contractor will verify all connector details required for installation of equipment, including make, model, connector sex, attachment configuration, pinouts, and cable clamp accessories. F. Video Connectors: All primary video equipment will use crimp-on style BNC connectors. If consumer grade equipment is furnished with RCA connectors, the cable will be terminated in a crimp-on style RCA connector. It will not be acceptable to use BNC to RCA adapters for consumer grade connections. G. Video Terminators: Video terminations will be comprised of commercially available 75-ohm 0.1% tolerance units with integral BNC connectors, which are applied as required, plus a 20- count spare. H. Speaker Level Rail Mounted Terminal Blocks: 1. To be used in speaker cluster and Equipment Room junction boxes where shown on schematic drawings or as required by field conditions a. Rail-Mounted Terminal Blocks 1) Positive Terminal (+): Orange Part #2010-1302 2) Negative Terminal (-): Gray Part #2010-1301 b. Mount on non-corrosive DIN rail 1) Wago 210-112 c. Use insulated Ferrules on all terminations 1) 8 AWG: Wago 216-289 2) 10 AWG: Wago 216-288 3) 12 AGW: Wago 216-287 4) 14 AWG: Wago 216-286 d. Crimp with 1) 6-10 AWG: Wago 206-216 Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 18 Carlsbad, California 2) 12-24 AWG: Wago 206-204 e. Use end and intermediate plates 1) Orange: Wago 2010-1392 2) Grey: Wago 2010-1391 f. Use push-in jumpers as required 1) Wago 2010-4xx g. Use marking strip system 1) Wago WFB Continuous Marking Strip I. Microphone and Line Rail Mounted Terminal Blocks 1. To be used in Equipment Room junction boxes where shown on schematic drawings or as required by field conditions a. Rail-Mounted Terminal Blocks 1) Wago 280-550 b. Mount on non-corrosive DIN rail 1) Wago 210-112 c. Use insulated Ferrules on all terminations 1) 20 AWG: Wago 216-222 2) 22 AWG: Wago 216-221 3) 24 AGW: Wago 216-321 d. Crimp with 1) Wago 206-204 e. Use end and intermediate plates 1) Wago 280-305 f. Use push-in jumpers as required 1) Wago 280-4xx J. Cable Mount Connectors. 1. Cables to use components listed below, unless otherwise noted: a. Female XLR: Whirlwind WI3F-BK b. Male XLR: Whirlwind WI3M-BK c. Male XLR Numbered: Whirlwind WI3M -BK-# 1) To be used on all audio console and stage box inputs. d. 1/4" TS: Switchcraft 280 e. 1/4” TRS: Switchcraft 297 f. Rugged CAT6 RJ45: Neutrik NE8MX-B-1 g. Rugged Dual Fiber: Neutrik NKO2-A h. Rugged Quad Fiber: Neutrik NKO4-A i. Crestron DM Ultra Female Strait: Crestron DM-CONN-ULTRA-RECP-20 j. Crestron DM Ultra Female Offset: DM-CONN-ULTRA-RECP-XA-20 k. Crestron DM Ultra Male: Crestron DM-CONN-ULTRA-PLUG-20 l. RCA: Canare 75 Ohm m. BNC (75 Ohm): Canare 75 Ohm n. BNC (50 Ohm) Type F Cables: Amphenol Connex 112563 o. BNC (50 Ohm) Type G Cables: Amphenol Connex 112120 p. 4-Pole Speaker smaller than 12AWG: Neutrik NL4FC q. 4-Pole Speaker greater than 12AWG: Neutrik NLT4FX-BAG r. 8-Pole Speaker smaller than 12AWG: Neutrik NL8FC s. 8-Pole Speaker greater than 12AWG: Neutrik NLT8FX-BAG t. Mass Connectors: Whirlwind W-series K. Use the following chart for color coding cables for use in the AV systems. Please see the drawing package for specific cable part numbers Signal Type Letter Color HD Video H Violet SDI Video H Blue, Light Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 19 Carlsbad, California Bi-Level Sync/Reference H Red Tri-Level Sync/Reference H Orange V-TIE (multi-use) H Grey Analog Line Level Audio D Green Analog Mic Level Audio E Orange Digital Audio (AES) X Yellow Time Code E White RF (Distributed) K White RF (Trunk Line) L Black RF Antenna F/G Black RS-232/422/485 Control R Chrome Network 10/100/1000 U Yellow Network Facility LAN U Blue KVM U Green, Dark Intercom E Brown Speaker A Grey 2.6 J-HOOKS, CABLE HANGER AND TIES A. Non-metallic cable support systems such as J-hooks, ties, etc. must be CMP, plenum rated or CMR, riser rated, where applicable. Panduit J-Pro J-hooks Caddy brand “Cable-Cat” hangers or owner and engineer approved equal. B. Metallic cable support systems such as J-hooks or Caddy brand “Cable-Cat” hangers must be CMP, plenum rated. C. J-hooks will provide a fully radiused support structure with no tight corners to pinch or bind cables, must provide a minimum 1" wide load bearing surface with a minimum 1/4" radius edge. D. Cable support system devices will be provided complete with cable retainer. E. Cable installation accessories (e.g. pulleys for J-hooks) may be provided and utilized as applicable in compliance with TIA/EIA standards. F. "Velcro" type cable wraps will be utilized for cable management only, in the horizontal plane and the vertical plane in MDF, BDF, TR and data cabinets. “Velcro” may not be used in other locations requiring vertical support. G. Cable ties of a minimum 0.190" width, installed in a figure 8 pattern around the support member and crossing over the cable/cables will be utilized for cable management and support in a vertical plane. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate work with other trades to avoid causing delays in construction schedule. B. Delivery, Storage and Handling. 1. All products and materials to be handled and shipped in accordance with manufacturer's recommendation. 2. Provide protective covering on equipment and furniture during construction to prevent damaging or entrance of foreign matter. 3. Replace at no expense to Owner, product damaged during delivery, storage, handling or construction. C. Mount equipment and enclosures plumb and square. Permanently installed equipment to be firmly and safely held in place. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 20 Carlsbad, California D. Cover edges of cable pass-through holes in chassis, racks, boxes, etc., with rubber grommets or Brady GRNY nylon grommetting. Adhesive-backed electrical tape and friction tape is not acceptable for insulating or protective purposes. E. Equipment Racks F. Mount equipment in racks and consoles and fully wire and test before delivery to job site. If field conditions prevent prior assembly of racks, notify Consultant in writing that racks will be fabricated on site and the reasons for the change. G. Provide and install equipment racks as specified under this section in a manner in keeping with local seismic codes. Racks located on concrete floors in equipment rooms or non- finished spaces are to be mount on a 4 inch di-electrically isolated riser such as a 4-inch concrete riser, provided by Division 3. Ensure that all equipment racks are electrically decoupled from flooring to prevent coming into contact with any safety grounded items during operation by providing rubber mat-style isolation between racks and riser. 1. Inspect all racks, consoles, and enclosures prior to installation. All rough or sharp edges that may cause injury to personnel must be deburred or a permanent protective coating applied. 2. Design and provide ventilation adequate to keep temperature within the rack below 85 degrees Fahrenheit. This ventilation system must be temperature actuated. 3. Provide blank rack-mount panels installed in all rack openings not occupied by equipment. Blank filler panels will not exceed five rack units in size. Install rack mounted equipment with black 10-32 Phillips head machine screws. 4. Looking at the rack from the rear, locate AC power, digital control, DC control, and speaker wiring on the left; microphone, line level audio, and video wiring on the right. Panels or equipment mounted on the rear rack rails will not block access to any front mounted components. 5. Provide security covers on non-user operated equipment having front panel controls. Install covers at the conclusion of Acceptance Testing. 6. Install rack mounted equipment with black 10-32 button head machine screws. 7. Panels or equipment mounted on the rear rack rails must not block access to any front mounted components. Front mounted equipment will be given ample space to allow for access to rear connection. 8. Provide security covers on non-user operated equipment having front panel controls. Install covers at the conclusion of Acceptance Testing. H. The process of acceptance testing the System may necessitate moving and adjusting certain component parts - e.g., video monitors. I. AC Power and Grounding 1. The Contractor will be responsible for the supply and installation of AC power connections and circuits within the equipment racks that are to be provided under this section. The Contractor is to provide a 6"x6" J-Box at the top of each rack with power circuit cabling terminating in 24" pig tails. The Electrical Contractor will provide all AC power and conduit to the equipment racks and will terminate AC power circuits within J- Boxes at bottom/top of racks. 2. Install 3-conductor, 120 VAC outlets in each rack. Provide a minimum of two spare outlets in each rack. Label each outlet as to which AC circuit is feeding it and provide the same information in the circuit breaker panel. 3. The A/V system technical ground will be bonded to the metal frame of all equipment racks by use of an uninsulated ground buss lug or bar mounted in each rack. When more than one rack exists, all equipment buss lugs will be bonded to one central equipment rack buss lug. This central equipment rack buss lug will be the only connection to the A/V system technical ground conductor. The ganging of racks together with mechanical fasteners is not an acceptable method of bonding the video system technical ground between racks. 3.2 DSP AND CONTROL SYSTEMS PROGRAMMING Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 21 Carlsbad, California A. General. 1. Programmers will have current manufacturer’s certifications for all Control and DSP software. 2. The contractor will develop signal flows and user interfaces for each system. Several levels of user access are expected. 3. All programming is the property of the Owner and will be given to the Owner via flash drive at the end of the system warranty period. 4. All passwords for devices and software will be provided to the Consultant. 5. The Contractor will coordinate with the Owner’s IT staff as necessary to interface with the facility LAN and Wi-Fi. 6. Completed programming will be tested and operational prior to system calibration and verification. 7. Three major owners requested revisions to functionality and user interface layouts will be incorporated during the first year of building operation. 8. The lead programmer(s) will be present for 4 Owner designated events to provide event support and functionality verification. B. Control Systems Programming. 1. Provide control of all AV equipment. Control utilizing a listed method or manufactures documented control process, plugin, or driver utilizing the following protocols: a. TCP/IP b. UDP/IP c. HTTP d. Serial 2. All controlled devices will provide real-time feedback for status and monitoring. 3. Where a listed method of control is not present for an AV component, Contractor will provide a method of control. 4. Custom control programing and scripting is required to control AV equipment. 5. Spaces with user interfaces but without a dedicated processor will use resources from an available processor on the network. C. DSP Programming. 1. The audio for the systems described above will be processed by a combination of a standalone DSP and onboard amplifier processing. This will provide all equalization, cross-over settings, level control, muting, routing, level monitoring, etc. 2. The audio signal flow through the DSP will be designed so that: a. All processing, from input to output, for a space is on a single tab. b. Multiple spaces may share a tab where each space is bordered by a clearly labeled frame. c. A label, meter and mute control for each active input and output are provided on the schematic page. d. Processing signals along a common signal path (input or output processing) is via n- input or multichannel processing blocks. Channel groups should not be used. e. Controls for simple processing blocks, such as delays or high-pass filters, are copied to the schematic page. f. Manufacturer’s custom voicing profiles are loaded. g. All controls addressed by scripts, user interfaces, or external control: 1) Are notated by color and naming convention. 2) Have text adjacent to the control noting the associated script or external device. For example: a) “Fire Mute: controlled by GPI 1”. 3. When available, the Programmer will utilize the manufacturer’s plugins for direct control of equipment, such as amplifiers. a. Parameter status in devices will follow status in DSP and vice versa. For example, muting a group of speakers in the amplifier controller software will show the group as muted in DSP. Partial group muting will indicate a partial muting of that group in DSP. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 22 Carlsbad, California D. Graphical User Interface Programming. 1. Provide control and monitoring of display devices, playback devices, DSP, and other AV equipment as described below. 2. User interfaces will be formatted and sized appropriately for display resolutions of the control screen displays. Multiple versions of the same GUI may be required for compatibility with different display resolutions. 3. Control screen workflow will be activity/preset based and follow these guidelines: a. Activities for each space will be coordinated with the Consultant and Owner. b. User will select an activity, the technical system will configure for the selected activity, and only necessary control elements are available on the user interface. c. Within each activity the control screen will be built around a single page layout with popups displaying control elements as needed. d. When additional control elements are needed, the user will select the advanced operator control page. e. The interface layout will be consistent across all activities with commonly used control items always shown such as source volume with mute. 4. User interfaces will control technical systems in each space. Each user interface will be tailored for the specific control needs based on the intended user and installed location: a. User control interface will have the following minimum functionality: 1) Control screens: a) Welcome Screen/Login Screen – Coordinate passwords and access levels with Owner. b) Activity Preset Selection Screen – Allows selection of system presets and/or mode of operation and advances to the control screen corresponding to the activity selected. c) Control Screens – For each activity, allow for real-time modification and feedback of routing, source selections, on/off status, muting, monitoring, and level adjustment. 2) Advanced Operator Control Screens: a) Overall Status Screen – System power on/off (with off confirmation), signal failover status and reset controls, overall equipment status, fire mute status. b) Support Spaces – Allows source select, monitoring, level adjustment and muting of front and back of house spaces. c) See below for additional advanced functionality. 3) The following control buttons will be present on each screen except for the Welcome/Login screen. a) Navigation to the activity preset selection screen. b) Power Off (with confirmation) – Turns off all equipment associated with the space and returns to the Welcome/Login screen. c) Logoff – Returns the panel to the Welcome/Login screen without affecting the activity currently in progress. Upon login, the panel should return to the activity’s control screen. d) Navigation to the Advanced Operator Control. b. Additional Advanced Functionality. Advanced functions or activities will be tailored for the specific control needs based on the intended user and installed location: 1) Rooms with Front of House Control Location. a) Metering Screen – Shows primary inputs to the system from mixing console and primary outputs to the space. b) Mute Screen – Allows muting of individual speakers and zones overlaid on a venue map. 2) Rooms with Audio/Video Conferencing. a) Conferencing Screen – Shows feedback of all associated conferencing AV equipment. b) Real-time modification and preview of camera equipment, PTZ controls, VOIP softphone integration, and single button push-to-start meeting automation for conferencing platforms. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 23 Carlsbad, California 3) Rooms with operable partitions. a) Room Combining – Allows multiple rooms to operate as a single room and controls the combining state where routing, source selections, on/off status, muting, monitoring, and level adjustments are made across all combined rooms. b) Logical preset room layouts will be available for selection to place the room into a combined state. 4) Rooms with video walls or LED screens. a) Control and creation of preset video windowing layouts for automation of video display. b) Source selection of each window within each preset video windowing layout. c) Provide pop-up full screen live preview of input sources before adding them to the video display system or associated window. d) Selection of audio source from windowed layout. 5) Rooms that require lighting and window shade controls. a) Provide individual level, color, and zone control of lights and window shade systems. b) Provide control and creation of presets for automation of lights and window shade systems. c. Facility wide moments of exclusivity. 1) Moments of exclusivity will be coordinated with Consultant and Owner. 2) Automate facility wide global control of associated AV equipment to execute specifically defined tasks related to modification of routing, source selections, on/off status, muting, monitoring, and level adjustments. 3) Moments of exclusivity will be one of the following: a) Momentary - Automation will be time defined and return the systems to the previous operational state after time has expired. b) Latching – Automation will be deployed as latest takes precedence priority, allowing local controls to override the event after execution. c) Lock-Out – Automation will be deployed as highest takes precedence priority, not allowing local controls to override event. 5. Reference user interface style guide included in Attachment B. 3.3 CUSTOM CONSOLE AND WORK SURFACE DESIGN A. All consoles and casework items will be rigidly constructed and will allow for a minimum temporary additional load of 200 pounds on any horizontal surface without permanent deformation. B. Consoles will be steel frame construction using extruded hollow square and angle sections welded together to form the sub-frame. This sub-frame will form the structural support for all equipment loads, work surfaces and writing surfaces. C. The steel frame will be electrically arc welded or similar. Remove all spatter and grind off excess weld and burrs. Prepare for shop priming by power wire brushing to remove rust. Degrease, shop prime, and finish with paint finish as specified. Protect for transport and shop/site and apply touch up paint as necessary. All arc weld hardware will be degaussed after the completion of all welding to be done on the piece. D. All dimensions and profiles will be checked with all right-angles true and uniform. Use blank rack mount panels to confirm accuracy of mountings. E. All attachments to viewable surfaces will be concealed. Attachments through the finish face of painted sections will be countersunk 1/4" below the surface. A resilient packing 1/16" thick will be placed over the screw before the hole is filled with a 2-part epoxy and finish sanded. When fitting panels allow clearances for paint finished. All laminate will be accurately scribed and fitted to the profiles required. Joints will be glued and screwed using frets or glue blocks where possible to ensure rigidity of the panels independently of the steel frame. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 24 Carlsbad, California F. Perforated metalwork will be folded accurately to match adjacent profiles with 3/4" returns lapped and spot welded to form a rigid unit. Hinges and accessories will be chrome or brass, including screws. G. All consoles will have removable rear panels for rear access to installed equipment. Removable front "kick panel" doors will also be required. All panels will remove completely during installation and service to facilitate installation work. The panels when installed will present a neat and finished appearance and will have a secure mechanical latch mechanism to avoid any rattles or buzzes. H. Provide a suitable method of cable access through the bottom and between sections of consoles. I. Control interfaces and panels mounted in custom fitted cutouts will provide a non-gaping interface to the surrounding surface to within a 1/32" tolerance. J. Clearances: There will be a minimum of 1 inch clearance inside all consoles between the top equipment mounting space and the console top. This is to allow airflow above equipment mounted in the top mounting position. Provide adequate ventilation grilles to allow continuous cooling in consoles containing equipment. This should include both supply and exhaust grilles. Provide ventilation adequate to keep temperature within the rack below 85 degrees Fahrenheit. Provide whisper type ventilation fan in each rack if temperature in rack rises above 85 degrees. This ventilation system must be temperature actuated. K. All consoles and racks will have front and rear rack rails separated by at least 24 inches. The rails will be parallel and square and will conform to EIA RS-310C for 19-inch racks. L. Console work surfaces will be finished with a material and color selected by the Architect and Owner. Painted and metal panels will be finished with sprayed polyester lacquer, satin finish, and color as selected by the Architect and Owner. Steel frame finish will be black enamel. M. Painting: 1. Surface Preparation: Preparation for painting will involve fine paper sanding and dusting to ensure a perfectly smooth substrate. 2. Primer: Sealer undercoat will be spray applied and sanded back using 250 grit. Touch up as needed and re-sand. 3. Finish coats will be spray finished in an appropriate spray booth with approved ventilation, humidity control, dust extraction, and lighting. Finished paint thickness will be 1 mil minimum and will be free from runs, orange peeling, blooming or other blemishes. Metal panels will have a similar finish using appropriate metal primer. 3.4 CABLING A. Execute wiring in strict adherence to "standard broadcast practices," as excerpted from "Recommended Wiring Practices," Broadcast Audio Equipment for AM, FM, Television (5th Edition), Radio Corporation of America (RCA), Camden, N.J. 1962, and Appendix II, "Recommended Wiring Practices", Sound System Engineering, (2nd Edition), D. Davis, and performed in accordance with standard professional practice. B. Take precautions to prevent and guard against electromagnetic and electrostatic hum. For line level audio signals, float cable shields at the output of source device. Shields not connected to be folded back over cable jacket and covered with heat-shrink tubing. Do not cut off unused shields. C. Exercise care in wiring; damaged cables or equipment will not be accepted. Isolate cables of different signals or different levels; and separate, organize, and route to restrict channel crosstalk or feedback oscillation. Keep wiring separated into groups for microphone level circuits, line level circuits, loudspeaker circuits, power circuits, video circuits and control/data circuits. D. Route unbroken microphone, audio line, and control wiring from receptacle plate/chassis to patch panel/rack. Remove spliced cables and replace without additional charge to the Owner. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 25 Carlsbad, California E. Wiring entering equipment racks will be run directly to equipment. Use of splices or connectors to extend cabling to equipment will not be accepted. All signal wiring will be continuous and unbroken from connector plate/chassis to chassis/patch panel. Use of intermediate connections for inter rack cables is not acceptable. Use of splices or connectors to extend cabling to equipment is not acceptable. F. Make joints and connections with rosin-core solder or with mechanical connectors approved by the Owner. Where spade lugs and BNC terminations are used, trim cable using manufacturer recommendations and crimp properly with ratchet type tools. Spade lugs mounted on 22 gauge or smaller cable to be soldered after crimping. G. Connect audio cable to active components through screw terminal connections and spade lugs whenever available. Make connections to speaker transformers with properly sized closed end connectors crimped with factory approved ratchet type tool. Wire nut or "Scotchlock" connectors are not acceptable. Do not wrap audio cable splices or connections with adhesive backed tape. H. Connect loudspeakers electrically in phase, using the same wire color code for speaker wiring throughout the project. I. Wiring and connections will be completely visible and labeled in rack. J. All power cables will run on the left side of the equipment rack, as viewed from the rear. All other cables will be run on the right side on the equipment rack, as viewed from the rear. Where signal cabling and any cabling types carrying power must cross, they will do so at right angles. Vertical wiring will be run with a bundling and support system, to maintain a clear and organized appearance. K. Horizontally routed wiring to equipment will be neatly tied in manageable bundles with cable lengths cut to minimize excess but still allow ready access for service and testing. Provide horizontal support bars if cable bundles sag L. For equipment mounted on slides, additional service loops will be provided to accommodate the full range of travel of the slides. This includes all power, ground, control and signal cables. M. Neatly bundle excess AC power cables from rack-mounted equipment with plastic cable ties. Rack wiring to be bundled with plastic cable ties or lacing twine. Electrical tape and adhesive backed cable tie anchors are not acceptable. Cable tie and lacing installation will be accomplished using hand tools specifically designed to apply proper tension to the cable tie, and to cut it off flush with no protruding sharp edges. Cable ties will not be applied with excessive force, which may damage or deform sensitive and fragile cables. N. All cables in cable trays will be neatly installed with maintaining separation of the different cable types. O. Required production room cable paths and lengths must be predetermined especially in instances where timing is a factor. The information that is essential for the implementation of this task is as follows: 1. Site Survey 2. Floor and Ceiling Plans 3. Elevation Design 4. Equipment List 5. Video and Audio Schematics 6. Cable Trays and Conduits P. Multiconductor Cables: Follow a uniform application of color codes for multiconductor cables throughout the Facility. Where there are unused conductors or pairs in a cable assembly, they can be insulated as a group, left long enough for future termination, and folded into the connector hood. Where this is impractical, they may be folded back along the outer jacket of the cable and covered with heat-shrinkable tubing. Q. Multipin Connectors: Where jumpers are indicated between pins of the same connector, they will be installed internal to the connector shell and will not have any cable number designations applied to the jumper. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 26 Carlsbad, California 3.5 CABLE HOOKS A. Whenever possible, cable and raceway routing paths will follow the logical structure of the building (e.g. follow hallways, aisles and corridors). Route all AV cables and raceways parallel to or perpendicular to the building structure. No diagonal runs will be permitted unless noted otherwise or pre-approved by the Architect and Consultant. Corridor crossovers will be kept to a minimum. B. The suspended ceiling and/or lighting fixture support wire or rod will not be utilized to support AV cables. Do not support cables from ductwork, plumbing lines, fire suppression or mechanical systems, etc. Do not lay AV cables on ductwork, piping, plumbing systems or on top of lay-in ceiling tile and lighting fixtures. C. Support spacing will not exceed 48". For spans longer than 48", the Contractor shall provide cable tray, channel, ladder, conduit, or other Consultant approved cable support. D. A maximum of 17 cables will be supported in a single hanger, no exceptions. E. An open ceiling distribution system will not be installed above inaccessible ceiling areas, such as "lock-in" type ceiling tiles, drywall or plaster. Adequate and suitable space will be available in the ceiling area for the distribution system. A minimum of 6" of clear space will be provided on all sides of the distribution system to accommodate installation and servicing. 3.6 LABELING A. General 1. The attachment method for equipment identification plates will be designed for permanency unless otherwise described. All labels will be protected prior to installation and will not be installed if damaged or scratched. Follow manufacturer's recommended procedure for surface preparation, which must be free of any dust, dirt or film. Wiping with a manufacturer-approved solvent is required. If a label is in a place that might be susceptible to damage, it will be protected with a layer of clear plastic, 1/16" or thicker, taped down. Internal labels will be replaced only if they become illegible. External labels will be replaced if they become scratched or marred. 2. On black lamicoid panels or pushbuttons, letters will be white; on stainless steel or brushed natural aluminum plates, or light-colored pushbuttons, letters will be black. 3. Embossed labels are not acceptable. 4. Mount labels in a neat, plumb and permanent manner except where indicated. 5. Text heights will be as follows: a. Rack designation labels will have 1" high block sans serif text. b. Equipment labels will be 3/4" high block sans serif text. c. Operator Control labels will be 1/4" high block sans serif text, this may be adjusted to fit available space. d. Panel labels will be 1/8" high block sans serif text. e. Patchbay, Cable and Connector labeling will be 10-point block sans serif text, this may be adjusted to fit available space. B. Equipment Labels 1. Provide engraved lamicoid labels on the front and rear of active equipment mounted in racks. Front mounted equipment labels for the Production Suite video monitor wall monitors are to be mounted with Velcro. Equipment labels to have one line of engraving, giving the schematic reference of the device, and/or its production function, i.e. "VTR #4", "PA-29A". 2. Amplifier labels to include the schematic reference of the device as well as the loudspeaker being fed. Provide color coded labels for the different levels and types of speakers. 3. Unless equipment manufacturer has clearly labeled functions, provide an engraved label over each user-operated control that describes the function or purpose of the control. 4. If the manufacturer provides a protected labeling strip such as those used for switcher control panels and patch bays, then patch/routing point labels may be typed clearly on 80 pound paper stock. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 27 Carlsbad, California C. Cable Labels 1. Cables and wiring to be logically, legibly and permanently labeled for easy identification. Labels on cables to be adhesive strip type covered with clear heat-shrink tubing. Factory stamped heat shrink tubing may be used in lieu of the adhesive strip style label. Hand- written or self-laminating type labels are not acceptable. 2. Wiring designations to be an alphanumeric code that is unique for each cable. Locate the cable designation at the start and end of each cable run and within 2 inches of the point of termination or connection. For cable runs that have intermediate splice points, the cable will have the same designation throughout with an additional suffix to indicate each segment of the run. Actual cable designation assignments to be determined by Contractor. Add cable designation codes to system schematic drawings included with Project Record Drawings. 3. Provide adhesive labels on the rear of equipment where cables attach to indicate the designation of the cable connected at that point. 3.7 ACCEPTANCE A. Provide a pre-commissioning system report to the Consultant two weeks prior to the scheduled systems commissioning proving all systems to be in full compliance. Report will include test results, date of each test, pertinent conditions such as control settings, etc., and test equipment employed. In addition, submit written notification that the installation has been completed in accordance with the requirements of the Contract Documents, and is ready for acceptance testing. B. Acceptance testing will include operation of each major system and any other components deemed necessary by the Consultant. Contractor will assist in this testing and provide required test equipment. Contractor will provide at least three technicians familiar with installation, available for the entire testing period (day and night), to assist in tests, adjustments, and final modifications. Tools and material required to make any necessary repairs, corrections, or adjustments will be furnished by the Contractor. The Contractor will keep a running list of all acceptance tests performed and submit a final copy of the results with the closeout submittals as listed in Part 1.6. Testing process is estimated to take 4 days up to 10 hours per day and may require multiple crews / shifts. C. During all consultant walkthroughs, the project manager will be present. D. If during acceptance testing it becomes evident that further adjustment or work may be required to bring the system into compliance, the Contractor will continue to work until the system is acceptable at no additional charge to the contract price. If approval is delayed because of defective equipment, poor installation, or failure of equipment to meet the requirements of these specifications, the Contractor will pay for additional time and expenses of the Consultant at the Consultant's standard rate in effect at that time, during any extension of the acceptance testing period. The Contractor will provide rental or loaner equipment to make the system operational in critical cases of equipment failure prior to contract completion. E. Verify the following before beginning actual tests and adjustments on the system: 1. Electronic devices are properly grounded. 2. Powered devices have AC power from the proper circuit and hot, neutral, and ground conductors are connected correctly. 3. Insulation and shrink tubing are present where required. 4. Dust, debris, solder, splatter, etc. is removed. 5. Cable is dressed, routed, and labeled; connections are consistent with regard to polarity. F. Cabling Tests. 1. Submit printed test reports proving the systems to be in full compliance to the consultant as part of the pre-commissioning systems report. 2. After installation, and before termination, all wiring and cabling will be checked and tested with a megohmmeter to ensure there are no grounds, opens, or shorts on any conductor or shields. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 28 Carlsbad, California 3. Microphone, line level, and Tie Lines Testing. a. Confirm the following. Make corrections necessary to bring system(s) into compliance with the specifications: 1) Proper circuits appearing at each termination location. 2) Continuity of all conductors. 3) Proper polarity is maintained. 4) Absence of shorts between conductors. 5) Absence of shorts between conductors and conduit. b. Audio cables that are broken or damaged will be replaced at no cost to the owner and replaced audio cables will be re-tested. c. Provide test results for all microphone and line level audio cabling. 4. Category (CAT) Cable Testing a. Test all CAT cables to verify they meet full specifications. b. Tests will use a certified tester that will confirm bandwidth, cable distance, and error and bit rate detection. c. CAT cables that are broken or damaged will be replaced at no cost to the owner and replaced CAT cables will be re-tested. d. Provide test results for all CAT cabling. 5. Optical Fiber Cable Testing a. Test all fiber optic cable strands for continuity and performance before and after the cables are pulled and terminated. b. Test link attenuation of all installed multimode fiber optic strands after splicing and termination in accordance with ANSI/TIA/EIA-568-C.1, Section 11.3. 1) One direction with an optical light source and an optical power meter. 2) Test at two wavelengths to account for attenuation differences due to wavelength: 3) 850 nm and 1300 nm for multimode strands. 4) 1310 nm and 1550 nm for singlemode strands. 5) Test multimode strands in accordance with ANSI/EIA/TIA-526-14A, Method B, One Reference Jumper. 6) For multimode strands, wrap reference jumper around mandrel to remove high- order mode transient losses as specified in ANSI/TIA/EIA-568-C.1, Section 11.3.3, Table 11-15. 7) Test Singlemode strands in accordance with ANSI/EIA/TIA-526-7, Method A.1, One Reference Jumper. a) The total attenuation budget for each fiber cable length (end-to-end) will equal the allowed attenuation for the fiber (0.2 dB per km times the length in km) plus the attenuation for each splice and connector. For example, a cable length of 3 km with 1 splice and 2 connectors would have an attenuation budget of (3 km x 0.2 dB/km) + (2 x 0.2 dB) = 1.2 dB. c. Test all installed fiber optic strands after splicing and termination with an OTDR (Optical Time-Domain Reflectometer) per TIA/EIA-455-61: 1) End-to-end bi-directional signature trace with fault finding, connection point reflection, fiber bend, pressure point location, etc. 2) One wavelength, 1300 nm for multimode strands. 3) One wavelength, 1550 nm for singlemode strands. 4) Multimode fiber connector losses < 0.5 dB at 850 nm 5) Singlemode fiber connector losses < 0.2 dB at 1310 nm 6) Multimode fiber splice losses < 0.3 dB at 850 nm 7) Singlemode fiber splice losses < 0.2 dB at 1310 nm 8) Localized attenuation will not exceed 0.5 dB at any point d. Fibers that are broken or damaged will be replaced at no cost to the owner and replaced fiber optic cables will be re-tested. e. Provide test results for all fiber optic cabling. 6. SDI Video Cable Testing Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 29 Carlsbad, California a. Confirm the following. Make corrections necessary to bring system(s) into compliance with the specifications: 1) Volt (peak to peak) throughout video signal path 2) S/N (peak to RMS), unweighted, DC to 4.2 MHz: 55 dB minimum 3) Crosstalk, unweighted, DC to 4.2 MHz: 45 dB minimum 4) Frequency Response: + 0.5 dB to 4.2 MHz 5) Line and Field Tilt: 2% maximum 6) Differential Gain: 2% maximum 7) Differential Phase: 2 degrees maximum 8) Signal level: within plus or minus 0.5 dB 9) System timing: Sync coincidence within 20 nanoseconds 10) Color timing: Within 1/2 degree at 3.58 MHz 11) Verify strength of data signal throughout video signal path. 12) Verify validity of data timing signals. 13) Verify receiving device clock recovery 14) Report input data errors 15) Report transport layer errors b. SDI cables that are broken or damaged will be replaced at no cost to the owner and replaced SDI cables will be re-tested. c. Provide test results for all SDI cabling. G. Loudspeaker Cabling Tests. Perform the following tests and adjustments. Make corrections necessary to bring system(s) into compliance with the specifications. 1. Measure and record the impedance of each loudspeaker at the equipment rack with the amplifier disconnected. Measurements will be documented in a table that lists the impedance for each 1/3 octave band over the loudspeakers operating frequency. Measurements will be accurate to within one-tenth of an ohm. As an alternative, contractor may perform, and document full impedance sweeps over each individual device. Sweep to be performed over loudspeakers specified operating range. 2. Check polarity of loudspeakers with an electronic polarity checker and by applying music program or constant power per octave (pink noise) signal to system while walking through the transition areas of coverage from one loudspeaker to the next. Transition should be smooth with no apparent shift in source from one speaker to the next. 3. Apply sine wave sweep signal to each loudspeaker system, sweeping from 50 Hz to 5k Hz and at a level 10 dB below full amplifier output, and listen for rattles or noise. Correct if apparent. H. System Tests. 1. Audio fidelity Verification: Driving the system with pink noise and measuring the response from 40 Hz to 16k Hz. Digital Signal Processing will be used to adjust the response of the system (s) to fit the requirements of the space. 2. Video Signal Verification: From all source inputs (for cameras, character generators, video tape units, etc.) through all VDAs, A/D and D/A converters, processors, switchers, etc., to all signal destinations. Verification of correct signal timing for each source via each path will be made using standard test patterns. Each processing device will be checked; the signal will pass through the device in the no processing mode such that unity luminance, chrominance, and signal timing and phasing conditions are achieved. 3. Control Functions: All user interface functionality will be checked for proper operation, from controlling devices to controlled devices. 4. Adjust, balance, and align equipment for optimum quality and to meet the manufacturer's published specifications. Establish and mark normal settings for each level control, and record these settings, in the "System Operation and Maintenance Manual". 5. Installed and loose equipment will be inventoried for correct Qty. 6. Any other test on any piece of equipment or system deemed appropriate by Consultant. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 30 Carlsbad, California 7. The omission of a description of a device, function, signal path, or test in this document will not exempt the Contractor from responsibility for checking all devices and signal paths for appropriate compliance with Industry Performance Standards and making corrections necessary to bring system(s) into compliance with the applicable standards. 8. The process of acceptance testing the System may necessitate moving and adjusting loudspeaker aiming. Contractor to adjust loudspeaker aiming within parameters set in Part 2. Contractor to make changes without claim for additional payment, this includes the use of lifts, scaffold, etc. If the construction timeline or architecture interferes with the ability to make changes during acceptance testing, notify consultant in writing prior to loudspeakers becoming inaccessible so that final on-site aiming may be accomplished. 9. MATV System. The MATV system will be tested and verified that it meets the following requirements: a. The MATV system design will provide for adjacent channel operation with bandwidth to at least 1 GHz. Bandwidth of amplifiers will be from 54 MHz to 1 GHz in the forward direction and 5 to 42 MHz in the reverse direction. b. The MATV system will provide a minimum of 0 dBmV and a maximum of +10 dBmV at any frequency, at each MATV outlet faceplate c. Adjacent Channel Amplitude: Difference is not to exceed 3dB (CFR 47 §76.605(a)(4)(i). d. Amplitude Response for Entire Spectrum: Not to exceed 15 dB (CFR 47 §76.605(a)(4)(ii). e. Visual Carrier to Noise Ratio: Not less than 43 dB. f. Composite Triple Beat Ratio: Not less than 54 dB. g. Cross Modulation Ratio: Not less than 54 dB. h. Visual Carrier to Hum Modulation Ratio: Not less than 60 dB. i. RF Leakage: per (CFR 47 §76.605(a)(12). j. In the event that a specific device not meeting the above performance parameters is shown in the Contract Documents as included in the signal chain, the manufacturer's performance specifications of that device will prevail, with the exception of RF Leakage, which will not be waived. 3.8 TEST EQUIPMENT A. Provide the following equipment on site for final acceptance testing. Test equipment to be available for the entire period through final system acceptance. Prior to start of testing, provide a list to the Consultant of test equipment make and model numbers that will be used. 1. Multimeter: Measurement range, DC to 20,000 Hz, 100 mV to 300 V, 10 ma to 10A. Acceptable: Fluke 75. 2. Dual-trace oscilloscope: 20 MHz bandwidth, 1 mV/cm sensitivity. 3. Sound Level Meter: ANSI S1.4-1971 Type S1A with digital or analog display. Meter to provide ranges of 40 to 120 dBA. 4. Impedance Meter: Capable of testing audio lines at three frequencies, minimum, between 250 Hz and 4k Hz. Measurement Range: 1 ohm to 100k ohms. 5. Audio Oscillator: bandwidth 20 Hz to 20k Hz +1 dB at 0 dBm output. Output to be balanced. Oscillator to include adjustable output level. 6. Polarity checker for mic and line level signals. 7. Polarity checker for loudspeakers. 8. (2) full height weighted base mic stands 9. Time Domain Reflectometer. 10. Optical Time Domain Reflectometer: Fluke Optifiber, Corning OV1000, or equal. 11. SDI Generator: Acceptable: Tektronix SDA601 12. SDI Analyzer: Acceptable: Tektronix TSG601 13. Digital Field Strength Meter: Acceptable: Blonder Tongue DFSM-10 or Tektronix RFM90 14. CAT6 cable tester: Acceptable: Microtest Omniscanner 2. 15. Acterna (Formerly Wavetek) SDA-5000 Sweep System 16. Digital Field Strength Meter : Acceptable: Blonder Tongue DFSM-10 or Tektronix RFM90 Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 31 Carlsbad, California 3.9 INSTRUCTION OF OWNER PERSONNEL A. Upon completion of the installation of the specified AV systems, and prior to any facility events, provide designated operating personnel training on the equipment operation. This training will be performed at the site by the Contractor's and the manufacturer's education staff. B. The System Reference and Service Manuals must be complete and on-site prior to the time of the first instruction. C. First Use. Provide trained personnel (one person) to be present at the first four events where the specified systems are in use. D. Coordinate schedule of instruction with the Owner subject to availability of Owner's personnel. This may require scheduling instruction during weekends or evenings. 1. Training will be provided in a series of classes to operations personnel to review all aspects of operation and maintenance of the system. 2. Follow-up sessions to better enhance the operator's ability to expand or maximize the system will be made available. E. The system training will include 3 days or 18 hours of technical training covering the explanation of the system, including documentation, configuration, interfacing and diagnostics. Provide training of the system operators and maintenance personnel as follows: 1. System Overview: Explanation of system includes documentation, configuration, interfacing and basic diagnosis. 2. Operator Training General: Basic training in the use of system devices including powering, timing and general operation of overall system. 3. Operator Training Specific: Advanced training in use of system devices including video on demand and ad insertion equipment. F. Where specified, training will be by manufacturer representatives. 1. Manufacturer training and commissioning is specified in this document. 2. The Contractor will cover expenses such as flight, hotel, rental car, and meals and include them as part of the bid pricing. END OF SECTION Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 32 Carlsbad, California SECTION 274134 ATTACHMENT A Qty. Manufacturer Model Number Description Auditorium AV01 - Loudspeaker System 6 L-Acoustics A10i FOCUS 2-way passive constant curvature WST® 10° enclosure: 10" LF+ 2.5" HF diaphragm (installation version) 3 L-Acoustics A10i WIDE 2-way passive constant curvature WST® 30° enclosure: 10" LF+ 2.5" HF diaphragm (installation version) 2 L-Acoustics A15i-BUMP Flying frame for vertical deployment of KS21i 2 L-Acoustics A10i-BUMP Flying frame for vertical deployment of A10i 2 L-Acoustics A10i-TILT Flying frame for deployment of A10i under KS21i 6 L-Acoustics A10i FOCUS-LINK Rigging plates for A10i Focus 3 L-Acoustics A10i WIDE-LINK Rigging plates for A10i Wide 2 L-Acoustics KS21i High power compact subwoofer: 1 x 21" (installation version) 8 L-Acoustics X8W 2-way passive coaxial enclosure: 8'' LF + 1.5'' HF diaphragm (white) 8 L-Acoustics X-UL8W Long U-bracket for X8 (white) 4 L-Acoustics X8 2-way passive coaxial enclosure: 8'' LF + 1.5'' HF diaphragm 4 L-Acoustics X-UL8 Long U-bracket for X8 2 L-Acoustics X-UTILT U-bracket wallmount for X series with tilt adjustment 7 L-Acoustics LA2Xi US Install-specific amplified controller 4 x 640 W / 4 Ohms, bridgeable. AVB. US version. AV02 - Audio Mixing System 1 Allen & Heath AH-AVANTIS-W- DPACK 96kHz FPGA processing, 64 Input Channels, 24 Faders / 6 Layers, 42 Mix busses, Dual 15.6-inch• Full HD capacitive touchscreen Digital Mixer, dPack included 1 Allen & Heath AH-GX-4816 48 x 16 audio expander with dLive 96kHz mic preamps, dual DX ports connect to up to 4 DX Expanders, DX2 socket supports ME connection, rack mount (5U), 96kHz 1 Allen & Heath AH-M-DL-DANTE64-A Dante 64x64 networking card, AES67 compatible, DDM ready, 96kHz/48kHz 1 Allen & Heath AH-DT168 16 x 8 Dante audio expander with dLive 96kHz mic preamps, 48kHz / 96kHz 4 Whirlwind ENC6ASE010 Cable - Ethernet, Cat6A Ethercon to Cat6A Ethercon, tactical Cat6a cable, shielded, 10' 1 Whirlwind ENC6ASE025 Cable - Ethernet, Cat6A Ethercon to Cat6A Ethercon, tactical Cat6a cable, shielded, 25' AV03 - Wireless Microphone System 2 Shure ULXD4Q=-G50 Quad Digital Wireless Receiver with internal power supply, 1/2 Wave Antenna and Rack Mounting Hardware 8 Shure ULXD1=-G50 Digital Wireless Bodypack Transmitter with Miniature 4-Pin Connector 8 Shure ULXD2/SM86=-G50 Handheld Transmitter with SM86 Microphone 1 RF Venue RFV-DFIN RF Venue DFIN Diversity Fin Antenna - Black 4 Shure SBC200-US Dual Docking Charger with PS45US Power Supply 4 Shure SBC200 Dual Docking Charger, Power Supply NOT Included 16 Shure SB900B RECHARGEABLE BATTERY 4 Point Source Audio CR-8D-XSH-BL SERIES8 CARDIOID Headset Microphone for Shure. Color: Black 4 Point Source Audio CR-8D-XSH-BE SERIES8 CARDIOID Headset Microphone for Shure. Color: Beige 8 Shure WL184 Microflex® Supercardioid Lavalier Microphone 4 Shure WA307 Premium Guitar Cable with Right Angle ¼ Inch Neutrik Connector 0.5 RF Venue 4ZONE 4 Zone Antenna Combiner AV04 - Audio Monitoring System 4 Renkus-Heinz CA121M-A Self-Powered Analog, SA625-A Amp Module 4 Whirlwind MK410 Cable - Microphone, MK4, XLRF to XLRM, 10', Accusonic+2 AV05 - Video Presentation System 2 Crestron DMF-CI-8 DigitalMedia Card Chassis for DM-NVX-C & DMCF, 8 Slots 7 Crestron DM-NVX-E760C DM NVX 4K60 4:4:4 HDR Network AV Encoder Card with DM Input 6 Crestron DM-NVX-E30C DM NVX 4K60 4:4:4 HDR Network AV Encoder Card 3 Crestron DM-NVX-D30C DM NVX 4K60 4:4:4 HDR Network AV Decoder Card 2 Crestron DM-NVX-E30 DM NVX 4K60 4:4:4 HDR Network AV Encoder Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 33 Carlsbad, California 7 Crestron DM-TX-4KZ-100-C- 1G-B-T DigitalMedia 8G+ 4K60 4:4:4 HDR Wall Plate Transmitter, Black 2 Crestron DM-NVX-D30 DM NVX 4K60 4:4:4 HDR Network AV Decoder 1 Epson V11HA67820 EPSON High Brightness EB-PU2216B Projector, 16,000 Lumens, WUXGA, Black 1 Epson V12H004X0B EPSON ULTRA SHORT THROW LENS (ELPLX02S), BLACK 1 Barco R9009049-B UDM 4K22 BODY ONLY 1 Barco R9801970 UDM Rigging Frame 1 Barco R9864003 DP12 HDMI 2.0 Dual HDBaseT Quad 12g (loop) - R9864003 1 Barco R9862030 TLD + 2.8-4.5:1 (2.74-4.43:1 4KUHD) 1 Stewart Filmscreen CASCADE GRANDE S6 22' x 11'-10"Cinema Projection Screen, 1.85:1, Phantom HALR 1 Tascam BD-MP4K 4K UHD BLU-RAY MULTIMEDIA PLAYER 1 Mersive SP-8000-E3 Solstice Pod Gen3 Unlimited Enterprise with 3 year Solstice Subscription AV06 - Video Production System 1 Blackmagic Design BMD- VHUBSMAS12G4040 Blackmagic Videohub 40x40 12G 1 NewTek TC1 TriCaster TC1 (2RU) 1 NewTek TC1SP TriCaster TC1SP (14-Button Control Panel) 1 Ross Video OGX-FR-CNS openGear OGX Frame with Cooling, Advanced Networking & SNMP 1 Ross Video SPG-8260-W-R2 Sync Pulse Generator w/ Word Clock incl. R2-8260 Rear Module 2 Ross Video UDA-8705A-R2L Analog Video Utility Distribution Amplifier with 20-Slot frame Rear Module, R2L-8705, Looping input 4 BirdDog BDOG4 4-Channel 12G SDI openGear Card including main processing board and I/O extender. Supports either encode or decode NDI, Ross Dashboard integration, API Control. 1080i through UHD60 resolution support. Note Ross Chassis with advanced networking option required. 2 AJA Video Systems OG-FIDO-TR-12G 1-Channel 12G-SDI/LC Single Mode LC Fiber Transceiver, DashBoard Support 8 Decimator Design 12G-CROSS 4K HDMI/SDI Cross Converter w/ Scaling & Frame Rate Conversion - NOW SHIPPING 4 Samsung QN50QN90B Samsung 50'' Series QN90B Neo QLED 4K Smart TV 4 Sanus MTM1U Chief Medium Fusion Mico-Adjustable Tilt Wall Mount 4 Magewell Pro Convert NDI to HDMI 4K Standalone IP decoder, 1- channel, decode full NDI, NDI|HX, NDI|HX2, SRT, RTSP, RTMP, UDP, RTP, HLS and HTTP to 4Kp60 HDMI signal. Accessories include one power adapter, one USB Type A to Type B cable, and one L bracket. 4 Global Cache IP2SL-P Global Cache iTach IP2SL with PoE Option 1 JVC Professional DT-X7HUx2 DUAL 7-IN DISPLAY RACK MONITOR 2 Dell p2418HT 24" Touch Monitor, 1920 x 1080 at 60Hz, Connectivity: HDMI, VGA, DP AV07 - Camera System 2 BirdDog BDP110W BirdDog P110. 1080P PTZ Camera with 10x Zoom, OLED screen, 360° Mohawk Tally, Video Scopes, Sony Exmor R sensor, NDI, SDI, HDMI, USB Webcam, PoE, SRT, NDI HX2, NDI HX3, H.264, FreeD, Full Colour Matrix, Kelvin Control, and exceptional lowlight performance. Add Auto-Tracking with free Cam Control software. 2 BirdDog BDP120W BirdDog P120. 1080P PTZ Camera with 20x Zoom, OLED screen, 360° Mohawk Tally, Video Scopes, Sony Exmor R sensor, NDI, SDI, HDMI, USB Webcam, PoE, SRT, NDI HX2, NDI HX3, H.264, FreeD, Full Colour Matrix, Kelvin Control, and exceptional lowlight performance. Add Auto-Tracking with free Cam Control software 1 BirdDog BDP120B BirdDog P120. 1080P PTZ Camera with 20x Zoom, OLED screen, 360° Mohawk Tally, Video Scopes, Sony Exmor R sensor, NDI, SDI, HDMI, USB Webcam, PoE, SRT, NDI HX2, NDI HX3, H.264, FreeD, Full Colour Matrix, Kelvin Control, and exceptional lowlight performance. Add Auto-Tracking with free Cam Control software 4 BirdDog BD-P-WM-WHITE BirdDog Wall Mount for P100 / P110 / P120 / P200 / P240 / P400 - White Colour 1 BirdDog BRD-BD-P-CM BirdDog Ceiling Mount for P100 / P110 / P120 / P200 / P240 / P400 2 BirdDog BDPTZKEY BirdDog PTZ Keyboard controller w/NDI, VISCA, RS-232 & RS422, BirdDog Comms compatible AV08 - Video Recording System 1 Atomos ATS-ATOMSHSTU2 Rack-mountable 4K/HD Broadcast Studio; 3U Dual Channel 4K / Multi HD ISO Monitor Recorder. Two 7" zone backlit displays, up to 3000Nits. Each record channel supports ProRes RAW over SDI, 4k60p Video via 12G SDI or HDMI and up to 4 x ISO inputs (up to 1080p60) Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 34 Carlsbad, California 4 G-Technology 0G05221 G-Tech 0G05221 Atomos Master Caddy 4K 1000GB - Black 2 Atomos ATS-ATOMDCK004 USB-C 3.1 Docking Station AV09 - Intercom System 1 Clear-Com ARCADIA-X4-16P Arcadia Central Station: (16) Licensed Ports, 1RU with HelixNet, 4-wire, 2- wire with Power Supply, Dante, 4 pin XLR-Male headset 2 Clear-Com FSE-TCVR-50-IP-US FreeSpeak Edge Transceiver: 5GHz, IP, US for (10) FSE-BP50 beltpacks 4 Clear-Com FSE-BP50-X4 FreeSpeak Edge Beltpack: 5GHz with (9) assignable keys, 4 pin XLR-Male headset 4 Clear-Com HXII-BP-X4 HelixNet digital 2 Ch. dual listen monaural beltpack: HelixNet digital and IP two-channel dual listen monaural beltpack with a high-contrast OLED display and four-pin male headset connector. It has a three-pin female XLR for Digital PL and an RJ-45 EtherCON PoE intercom line connector. 10 Clear-Com CC-110-X4 LW Single-ear standard HS XLR-4F: Premium lightweight single on ear headset with superior audio quality and on/ off switch in gooseneck microphone boom, includes leatherette (fitted) and foam (option) ear pads and headset bag - field removable four-pin female XLR for standard Clear- Com connection. AV11 - Control & Processing 1 QSC CORE 110f-v2 Unified Core with 24 local audio I/O channels, 128x128 total network I/O channels with 8x8 Software-based Dante license included, USB AV bridging, dual LAN ports, POTS and VoIP telephony, no GPIO, 16 next-generation AEC processors, 1RU. 1 QSC SLQUD-110-P Q-SYS Core 110 UCI Deployment Software License, Perpetual. 1 QSC SLQSE-110-P Q-SYS Core 110 Scripting Engine Software License, Perpetual 2 QSC QIO-S4 Q-SYS peripheral providing control expansion with 4 serial communication I/O. Up to 4 devices daisy-chainable. 1U-1/4W, powered over Ethernet or +24 VDC. Surface mountable, rack kit sold separately. 1 QSC QIO-GP8x8 Q-SYS peripheral providing control expansion with 8 logic inputs and 8 logic outputs. Up to 4 devices daisy-chainable. 1U-1/4W, powered over Ethernet or +24 VDC. Surface mountable, rack kit sold separately. 2 QSC TSC-101-G3 Q-SYS 10.1-inch• PoE Touch Screen Controller for In-Wall Mounting. Color - Black only 1 QSC TSC-710t-G3 Table top mounting accessory for TSC-70W-G3 and TSC-101W-G3. 1 QSC DCIO-H 1 RU I/O for digital cinema applications for use with Q-SYS Cores. Inputs AES3, line/mic, automation. Outputs Q-LAN A & B, HI/VI, and line/speaker out. HDMI in/out. AV12 - Assisted Listening 1 Williams AV FM T55 FM Plus - Large-area Dual FM and Wi-Fi base transmitter with network control, OLED display, DSP audio processing, analog XLR input and line output. Includes: (1) ANT 025 antenna, (1) TFP 048 power supply, (1) WCA 013 audio cable, (1) WLC 004 line cord. FM operates in the 72-76 MHz band. Replaces PPA T45 / PPA T45 NET 1 Williams AV RPK 005 Rack panel kit. For one transmitter or modulator in one IEC rack space. 1 Williams AV ANT 029 Rubber ducky antenna, with F connector, mounting bracket and coaxial cable for use with large-area FM transmitters. 8 Williams AV FM R38 Multi-channel FM receiver with OLED display. (1) EAR 022 surround earphone, and (1) BAT 001-2 AA alkaline battery. 8 Williams AV BAT 001-2 Two (2) 1.5-volt AA alkaline batteries. 8 Williams AV HED 024 Stereo folding headphones. Stereo 3.5 mm plug 2 Williams AV NKL 001-S Neckloop. 18" cord. 3.5mm stereo plug. For use only with WaveCAST receiver (WF R1). 1 Williams AV CHG 3512 PRO Multi-bay, drop-in charger with case for 12 FM or infrared body-pack transmitters and/or receivers. Power Supply Included. 1 Williams AV IDP 008 ADA wall plaque. AV13 - Infrastructure 6 Custom Large Wall Panel Custom Wall Panel with audio, video, data, & fiber connectors and cabling to local AV Equipment Rack 4 Custom Medium Wall Panel Custom Floor Panel with audio, video, data, & fiber connectors and cabling to local AV Equipment Rack 7 Custom Small Wall Panel Custom Wall Panel with audio, video, data, & fiber connectors and cabling to local AV Equipment Rack 3 Belden Data Patchbay - 24 Port 24 port data patchbay with modular connectors per specifcations 1 Bittree B96DC-FNAIT/E3 M2OU12B 2 RU, 2x48, Full Normal, Isolated Grounds, E3 Rear Interface, 12" Deep Chassis Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 35 Carlsbad, California 1 Bittree S64T-1MWNBK 2 rows of 32 patch points, 2 RU, non-normalled, non-terminating, 12G+ SDI, 24 GHz 2 Belden Fiber Patchbay - 1 RU 1 RU Fiber patchbay with splice housing per specifications Courtyard AV01 - Loudspeaker System 4 EAW 2071342-90 AC6 WHITE 4 EAW 2071372-90 AC6 WALL BRACKET WHITE 4 EAW 2071375-90 EAW ACC 2X WEATHER PROTECTION END COVER BLK AC6 AV03 - Wireless Microphone System 1 RF Venue RFV-DFIN RF Venue DFIN Diversity Fin Antenna - Black 0.5 RF Venue 4ZONE 4 Zone Antenna Combiner AV05 - Video Presentation System 1 Crestron DM-NVX-D30 DM NVX 4K60 4:4:4 HDR Network AV Decoder 1 Crestron DM-NVX-E30 DM NVX 4K60 4:4:4 HDR Network AV Encoder AV13 - Infrastructure 4 FSR OWB-500P-FM Outdoor Wall Box & Cover for the FL-500P Floor Box - Flush Mount 4 Custom Medium Wall Panel Custom Wall Panel with audio, video, data, & fiber connectors and cabling to local AV Equipment Rack Gallery AV01 - Loudspeaker System 4 Renkus-Heinz CA121M-A Self-Powered Analog, SA625-A Amp Module 4 Whirlwind MK410 Cable - Microphone, MK4, XLRF to XLRM, 10', Accusonic+2 4 Renkus-Heinz UBRKT/CT121MB UBRKT/CT121MB Single U-Bracket (Weather Resistant) for the CA121 & CX121 Black 4 TheLightSource TCB TC Clamp, Black AV02 - Audio Mixing System 2 Miscellaneous Software Forward Thinking Designs - UCI EQ AV03 - Wireless Microphone System 1 Shure ULXD4Q=-G50 Quad Digital Wireless Receiver with internal power supply, 1/2 Wave Antenna and Rack Mounting Hardware 4 Shure ULXD1=-G50 Digital Wireless Bodypack Transmitter with Miniature 4-Pin Connector 4 Shure ULXD2/SM86=-G50 Handheld Transmitter with SM86 Microphone 2 Shure SBC200-US Dual Docking Charger with PS45US Power Supply 8 Shure SB900B RECHARGEABLE BATTERY 1 Point Source Audio CR-8D-XSH-BL SERIES8 CARDIOID Headset Microphone for Shure. Color: Black 1 Point Source Audio CR-8D-XSH-BE SERIES8 CARDIOID Headset Microphone for Shure. Color: Beige 4 Shure WL184 Microflex® Supercardioid Lavalier Microphone 1 Shure WA307 Premium Guitar Cable with Right Angle ¼ Inch Neutrik Connector AV05 - Video Presentation System 8 Crestron DM-NVX-E30 DM NVX 4K60 4:4:4 HDR Network AV Encoder 4 Crestron DM-NVX-D30 DM NVX 4K60 4:4:4 HDR Network AV Decoder 4 Epson V11HA67820 EPSON High Brightness EB-PU2216B Projector, 16,000 Lumens, WUXGA, Black 4 Epson V12H004X0B EPSON ULTRA SHORT THROW LENS (ELPLX02S), BLACK 1 Tascam BD-MP4K 4K UHD BLU-RAY MULTIMEDIA PLAYER 1 Mersive SP-8000-E3 Solstice Pod Gen3 Unlimited Enterprise with 3 year Solstice Subscription AV06 - Video Production System 2 AJA Video Systems FiDO-TR-12G 1-Channel 12G-SDI/LC Single Mode LC Fiber Transceiver AV09 - Intercom System 1 Clear-Com FSE-TCVR-50-IP-US FreeSpeak Edge Transceiver: 5GHz, IP, US for (10) FSE-BP50 beltpacks 2 Clear-Com FSE-BP50-X4 FreeSpeak Edge Beltpack: 5GHz with (9) assignable keys, 4 pin XLR-Male headset 2 Clear-Com HXII-BP-X4 HelixNet digital 2 Ch. dual listen monaural beltpack: HelixNet digital and IP two-channel dual listen monaural beltpack with a high-contrast OLED display and four-pin male headset connector. It has a three-pin female XLR for Digital PL and an RJ-45 EtherCON PoE intercom line connector. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 36 Carlsbad, California 4 Clear-Com CC-110-X4 LW Single-ear standard HS XLR-4F: Premium lightweight single on ear headset with superior audio quality and on/ off switch in gooseneck microphone boom, includes leatherette (fitted) and foam (option) ear pads and headset bag - field removable four-pin female XLR for standard Clear- Com connection. AV11 - Control & Processing 2 QSC TSC-101-G3 Q-SYS 10.1-inch• PoE Touch Screen Controller for In-Wall Mounting. Color - Black only AV12 - Assisted Listening 1 Williams AV FM T55 FM Plus - Large-area Dual FM and Wi-Fi base transmitter with network control, OLED display, DSP audio processing, analog XLR input and line output. Includes: (1) ANT 025 antenna, (1) TFP 048 power supply, (1) WCA 013 audio cable, (1) WLC 004 line cord. FM operates in the 72-76 MHz band. Replaces PPA T45 / PPA T45 NET 1 Williams AV RPK 005 Rack panel kit. For one transmitter or modulator in one IEC rack space. 1 Williams AV ANT 029 Rubber ducky antenna, with F connector, mounting bracket and coaxial cable for use with large-area FM transmitters. 8 Williams AV FM R38 Multi-channel FM receiver with OLED display. (1) EAR 022 surround earphone, and (1) BAT 001-2 AA alkaline battery. 8 Williams AV BAT 001-2 Two (2) 1.5-volt AA alkaline batteries. 8 Williams AV HED 024 Stereo folding headphones. Stereo 3.5 mm plug 2 Williams AV NKL 001-S Neckloop. 18" cord. 3.5mm stereo plug. For use only with WaveCAST receiver (WF R1). 1 Williams AV CHG 3512 PRO Multi-bay, drop-in charger with case for 12 FM or infrared body-pack transmitters and/or receivers. Power Supply Included. 1 Williams AV IDP 008 ADA wall plaque. AV13 - Infrastructure 15 Custom Medium Wall Panel Custom Floor Panel with audio, video, data, & fiber connectors and cabling to local AV Equipment Rack 4 Custom Small Wall Panel Custom Wall Panel with audio, video, data, & fiber connectors and cabling to local AV Equipment Rack 1 Middle Atlantic DWR-35-22 35SP/22D WALLRACK BLACK 1 Middle Atlantic LVFD-35 35SP LARGE PERF FR DOOR 2 Belden Data Patchbay - 24 Port 24 port data patchbay with modular connectors per specifcations 1 Bittree B96DC-FNAIT/E3 M2OU12B 2 RU, 2x48, Full Normal, Isolated Grounds, E3 Rear Interface, 12" Deep Chassis 1 Bittree S64T-1MWNBK 2 rows of 32 patch points, 2 RU, non-normalled, non-terminating, 12G+ SDI, 24 GHz END OF ATTACHMENT Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 37 Carlsbad, California SECTION 274134 ATTACHMENT B 1.1 Home Page: Startup page for rooms control panel. A. Display Icon: The icon will indicate a descriptive name for the display and show an icon or text for the current source. If display is off current source will say off. Press to open the display popup. B. Videowall Icon: The icon will display the current layout and primary source for the Videowall. If Videowall is off source will say off. Press to open the Videowall popup. C. Presets Button: Press to open the preset popup. D. Audio Control Button: Press to open the audio popup. E. Program Audio Volume: The “+” and “-“ speaker button and the fader control the volume of the program audio in the room. This will not control the volume of microphone inputs. The “x” speaker button controls program audio mute and unmute. F. Light Bulb Icon: Press to open the lighting popup. G. Thermometer Icon: Not included on this project. H. Power Icon: Press to open the Power popup. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 38 Carlsbad, California 1.2 DISPLAY Popup: Controls channel selection and power for DISPLAYs. A. Channel selection: The user will select the desired channel from a grid or scrolling list of in-house and satellite/cable channels. Selected channel will highlight. B. Power off display button: press to turn off display. When display is off the button will turn green and indicate “power on display”. If display is off, selecting display channel or HDMI wall plate will turn display on. C. Red X Button: Closes display popup to show the Home page. D. Where able add live preview of the input source. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 39 Carlsbad, California 1.3 Audio Popup: Control audio mix and program audio source to the speaker system. A. Microphone (Mic and WS): B. Level: Fader controls volume of microphone. C. Mute: Turns on and off microphone mute. Button turns red when microphone is muted. D. Program Audio: E. Level: Fader controls volume of program audio. F. Mute: Turns on and off program audio mute. Button turns red when microphone is muted. G. Sources: Selects which audio source is routed to PGM. H. Red X Button: Closes Audio popup to show the Home page. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 40 Carlsbad, California 1.4 Preset Popup: Allows uses to recall and save a preset. Preset includes all audio and video systems and lighting in the room. A. Recall Preset: Selecting a listed preset will recall all audio, video, and lighting settings stored in the selected preset. Presets configuration and name are user definable. Unused presets will appear with a dash and nothing will change if selected. B. Edit Preset Button: Popups up Preset Password Page. C. Red X Button: Closes Preset popup to show the Home page. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 41 Carlsbad, California 1.5 Preset Password Popup: User will enter numeric password to save a preset. A. Enter Passcode: The user will type in a four to six-digit numeric password. If the correct password is entered the Edit Preset Popup will be displayed. If the incorrect password is entered a message will say incorrect password. B. Back Button: Goes back to Preset Recall Popup. C. Red X Button: Closes Preset Password popup to show the Home page. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 42 Carlsbad, California 1.6 Edit Preset Popup: User can save the current configuration of the room to a preset or delete a current preset. A. Save Preset: Selecting a preset will save all current audio, video, and lighting settings. If preset is currently used a popup will ask for confirmation to save over the existing preset. Then a full alpha/numeric keyboard will pop up to allow to the user to give the preset a name and click save. Once the preset is saved the popups will close to show the Home page. B. Delete Existing Preset: See next page. C. Back Button: Goes back to Preset Recall Popup. D. Red X Button: Closes Preset Save popup to show the Home page. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 43 Carlsbad, California 1.7 Edit Preset Popup (Cont.) A. Delete Existing Preset: Selecting a preset trigger a popup asking for confirmation. If confirmed the selected preset configuration and name will be deleted. B. Back Button: Goes back to Preset Recall Popup. C. Red X Button: Closes Preset Save popup to show the Home page. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 44 Carlsbad, California 1.8 Lighting Popup: Control lighting and shades in the room. A. Lighting Presets: Recalls lighting presets. Coordinate lighting presets and labeling with lighting designer. Buttons to be labeled with descriptive text associated with each preset. B. Individual Lighting Control: On/Off control for specific lighting zones. Where able, individual level controls to also be present above or below the On/Off control for individual zonal control. Coordinate lighting presets and labeling with lighting designer. C. Red X Button: Closes Lighting popup to show the Home page. Project #222387 AV SYSTEMS Permit Schulman Auditorium and Cannon Art Gallery Copyright 2023 Idibri 274134 - 45 Carlsbad, California 1.9 Power Popup: Control Power to DISPLAY, audio system mute, and lighting. A. Turn On/Off All DISPLAYs and Audio: Powers down all displays in the room and mutes the audio system. B. If all systems are on, “Turn On” button will grey out. C. If systems are all off, “Turn Off” button will grey out. D. Turn On/Off Systems: Controls on/off status off all elements in a system. E. If system is currently on, a red button will display and text will read turn off. F. If system is currently off, a green button will display and text will read turn on. G. Red X Button: Closes Power popup to show the Home page. END OF ATTACHMENT Public Works Branch Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t February 8, 2024 ADDENDUM NO. 2 RE: PWS24-2264FAC - Ruby G. Schulman Auditorium Audiovisual Update Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum must be acknowledged via PlanetBids or submitted with your bid proposal. Please note change in due date for the above-mentioned bid. New date for bid opening is: February 21, 2024 Time remains the same: 11:00 a.m. JANEAN HAWNEY Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 __________________________________________________________ Bidder’s Signature Contractor Acknowledged Addendum No. 2 via Planetbids 1 Addendum No. 2 CITY OF CARLSBAD CONTRACT NO. PWS24-2264FAC RUBY G. SCHULMAN AUDITORIUM AUDIOVISUAL UPDATE PROJECT NUMBER 4753 ADDENDUM NO. 2 Addendum must be acknowledged via PlanetBids or included with your electronic response submittal From: Janean Hawney, Contract Administrator 442-339-2795 janean.hawney@carlsbadca.gov Public Works Branch 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 7 (including this page) Date: February 8, 2024 Original Bid Opening Date: Feb. 21, 2024, at 11 a.m. (changed) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and may modify portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Questions and Answers: 1.Page AV5.40 shows equipment rack model DWR-35-26 listed as "Not In Contract". AV Systems - Rack Schedule AV6.00 does not call it to be existing. Please confirm the rack and modules are N.I.C. Answer: The DWR-35-26 rack identified as "AVR.201 (Gallery)" is associated with the Gallery phase of the project which is NIC for this BID. 2.Please provide a manufacturer and model number for projector(s) and projector screen(s). Answer: Refer to 274134 Attachment-A Pg-33 & AV7.34. Rear Projector = Epson EB-PU2216B + ELPLX02S. Rear Projection Screen = Existing Screen. Front Projector = Barco UDM 4k22 + R9862030 + R9864003+ R9801970. Front Projection Screen = Stewart Filmscreen CASCADE GRANDE S6 Custom Size 22' x 11'-10", 1.85:1, Phantom HALR. 2 Addendum No. 2 3. Sheet TL4.5 shows theatrical lighting with tags which have not been identified. Please provide manufacturer, model numbers and quantities for each theatrical lighting system. Answer: See attached revised TL4-50 4. Can you provide an equipment list/BOM that is relevant to this project's system upgrade? Answer: The 11 61 00 Spec has the Equipment list & BOM. 5. Is there a deadline for the construction of this project? Answer: Targeted completion date is provided in Request for Bid 6. Who will have the responsibility to furnish the conduit/raceway for low voltage cables for this project? Answer: The General Contractor 7. Who will have the responsibility for any power and high-voltage electrical work for AV for this project? Answer: The General Contractor 8. Who will have the responsibility for after-demolition dry wall, wall patching, painting, fire blocking for this project? Answer: The General Contractor 9. Due to the supply chain constraints, the equipment has a long lead time to be delivered, which will lead to a delay in installation. Will the client be open to a revision of the schedule to accommodate this delay after award? Answer: It is also possible to provide alternates if there is equipment that has too long of a lead time. It depends on the specific equipment, and substitutions must be documented and submitted for “as equal” review within the constraints of the Contract Documents 10. Will the client provide progress payment upon equipment delivery? Answer: Materials delivered to site and secured may be invoiced for 11. Please provide a manufacturer and model number for projector(s) and projector screen(s). Answer: Please see the Contract Documents and answer in Addendum 1 12. Will electrical work be part of the requirement? Answer: General Contractor is responsible for coordination of the final system requirements 3 Addendum No. 2 13. Who will be responsible for conduit and raceways for AV cabling? Will there be a need to run new conduits and raceways? Answer: General Contractor is responsible for this. Yes, new conduit and raceway will be required. 14. Will there be Owner furnished contractor installed equipment? Or Owner furnished equipment or Owner installed? Answer: No 15. Who will provide wall backing support for displays? Answer: The General Contractor 16. Will there be any Structural Engineers stamp or certification needed for this project? If there is, who will shoulder the cost? Answer: Structural Engineers stamp is only required for scope that deviates from the reviewed and approved Contract documents. The General Contractor is responsible for any significant deviation that requires structural re-engineering. 17. Is there an existing network cabling and infrastructure that will be used by the AV system? Answer: No 18. Will network for AV be part of the requirement or do you have an existing network and switches that the AV system can use? Answer: Yes, system is new 19. Is substitution allowed? It is shown in the drawings that L Acoustics line array speakers and Renkus Heinz monitor speakers are specified. Answer: Substitutions must be documented and submitted for as equal review within the constraints of the Contract Documents 20. Will there be a need to run power/signal cabling for the new lighting fixtures in the auditorium? Answer: Power/signal won’t be added within the auditorium, but additional signal will be added in the equipment room. In the Auditorium, the new fixtures will require new temporary/portable cables to integrate into the existing system. Those are provided in the 116100 spec. 21. Are all of the theater lighting drawings part of this project's scope? This includes supply and installation of lighting fixtures and system. Answer: Yes 30 " x 4 8 " A p p r o a c h 30" x 4 8 " A p p r o a c h 60 " D i a T u r n i n g C i r c l e 60 " D i a T u r n i n g C i r c l e Remove existing storefront system and door for replacement with new Selective demolition and repair as required for installation of new wall outlets per AV, typ.; gypsum board finish to match existing, repaint typ. Remove existing single height drinking fountain and replace with new dual height fixture Theater Gallery Remove existing projector window, infill opening, patch and paint wall to match existing. Cut new opening at wall framing and finishes for new projection port window above. See AV drawings for additional information. 2 CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.25 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 28 Nov 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 2/ 1 / 2 0 2 4 2 : 5 5 : 5 8 P M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Fl o o r P l a n - D e m o l i t i o n A101a 1/8" = 1'-0"1 Floor Plan - Demolition N 2 Addendum 2 2024.02.01 Not in Contract 30 " x 4 8 " A p p r o a c h 30 " x 4 8 " A p p r o a c h 60 " D i a T u r n i n g C i r c l e 60 " D i a T u r n i n g C i r c l e Repaint existing walls PPG1010-1 Pegasus eggshell (Sherwin Williams, PPG, or approved equal) to ceiling line, typ., see Reflected Ceiling Plan for paint and finish above New interior partition for new AV cabinet per AV, see AV for additional information, paint to match repainted walls New hollow metal door and frame, paint to match new walls New exterior storefront door and sidelights; 1" Low-E glazing with black anodized window mullions; hardware finished black to match 2 A501 Repaint existing wall base to match walls, finish as noted above, typ. 2 A501 1 A501 Selective demolition and repair as required for installation of new wall outlets per AV, typ.; gypsum board finish to match existing, repaint typ. Note: Surface mounted conduit will not be accepted below the lower ceiling line Install new AV at existing punch outs, typ. see AV drawings for additional information A101b 4 A101b3 Paint existing door to match new Paint existing door to match new Typ. New semi-recessed fire extinguisher cabinet and fire extinguisher 12 A501 New accessible signage at exterior and interior; provide one room identification sign at exterior, one accessible entrance sign at exterior, one tactile exit sign at interior, and one blank at interior, see 11 A501 Connect new unit condensate to existing sink, seeNew dual height drinking fountain at removed single drinking fountain Note: For work at roof above, see 2 A101b 16 A501 Theater Gallery New projection port window, cut and frame opening at existing wall. See AV drawings for additional information. 2 Infill at Existing +/- 12' - 0" In f i l l a t E x i s t i n g +/ - 1 0 ' - 0 " 7' - 10" 1' - 0 " New glazed double door (tempered or laminated Low-E glazing) New side lite glazing (tempered or laminated Low-E) New black annodized aluminum storefront system 6" Typ. 8 A501 6 A501 5 A501 7 A501 Typ. Typ. 3' - 11"3' - 11" Provide new tactile signage: "CANON ART GALLERY" Provide new ISA sign Hardware Set 01 (Includes required panic hardware) Provide new tactile signage: "EXIT" opposite the exterior signage; provide blank plate over opposite second exterior sign Door Accessibility Notes: 1.Door hardware must be operable with one hand and does not require tight grasping, pinching, or twisting of the hand. 2.Door opening force is 5-pounds maximum. 3.Door opening hardware to be mounted between 34" and 44" above finish floor. 4.Lower 10 inches of the door surface is to be provided with a smooth surface for the full width of the door at the push side of the door. 9' - 4 " 3' - 0" 4 A501 3 A501 3 A501 Sim. Hardware Set 02 New mechanical pad with sheet metal cap, exact location to be located by Contractor with field conditions, verify manufacturer's minimum clearance requirements are maintained. For flashing and roof repair detail, see New outdoor condensing unit for AV equipment closetFrom Building Edge 10' - 0" Min. +/ - 2 ' - 8 " +/- 1' - 4" Core through roof, run electrical conduit and piping through ceiling space below. For penetration detail, see Split System Fan Coil Unit Schedule Tag Area Served Manufacturer Type Nominal Tons Cooling Total Btu/Hr Cooling Sensible EER/SEER COP (HSPF)Supply CFM (High)Volts/Phase Min. Ckt. Amps MOCP Amps Weight (Pounds)Remarks FC-1 AV Closet Carrier/Toshiba 40MHHQ24---3 2 Ton 22,000 15,400 Btu/Hr 10.5/16.8 2.9/9 553 208/230-1 0.45 25 40.12 *1,*2,*3,*4,*5,*6,*9,*10 CU-1 Split System Condensing Unit Schedule Tag Area Located Manufacturer Type Nominal Tons Cooling Total Btu/Hr EER/SEER COP (HSPF)Volts/Phase Min. Ckt. Amps MOCP Amps Weight (Pounds)Remarks CU-1 Roof Carrier/Toshiba 38MHRQ24A---3 2 Ton 22,000 10.5/16.8 2.9/9 208/230-1 18 25 105.2 *1,*2,*3,*4,*5,*6,*7,*8 MOCP = Maximum overcurrent protection Cooling capacities based on conditions of 95 dgrees outisde dry bulb and 67 degrees wet bulb entering air to coil *1 Provide refrigerant R-410A Puron (Non HCFC refrigerant) *2 Rerigeration piping (Suction and liquid copper Type L tubing) and rubitex insulation per manufacturers requirements. *3 Refrigeration piping and sizering per manufactuers requirements. *4 Refrigeration piping shut off valves at equipment for isolation and servicing *5 All control wiring in metal conduit. Contorl wiring gauge, quantity, type, size, routing preferences per manufactuers requirements for a complete system *6 Condensate drain pump kit 53DS-900---118 *7 Provide sheet metal capped roof platform for support of condensing unit with neoprene vibration isolation mounts and seismic restraints at each point of connection to the condensing unit. *8 Factory installed compressor start assist, capacitor and relay, crankcase heater, low ambient cooling, hard shut off expansion valve on indoor coil *9 Heating to be locked out *10 All condensate piping shall be continuously insulated 19 A501 20 A501 1/8" = 1'-0"1 Floor Plan - New N Keynotes CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.25 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 28 Nov 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 2/ 1 / 2 0 2 4 2 : 5 6 : 0 1 P M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Fl o o r P l a n - N e w A101b General Floor Plan Notes 1. Unless otherwise indicated, all wall dimensions are to face-of-stud or face-of-block. 2. All dimensions related to existing conditions shall be verified on site as necessary. Notify the Architect of any discrepancies/conflicts. 3. Fire Retardant Treated Wood Backing between the studs shall be coordinated and provided at items such as, but not limited to, toilet accessories, toilet partitions, mirrors, shelving, casework, handrails, etcetera. 4. All recessed equipment shall be installed within the depth of the wall or ceiling per the manufacturer's recommendations. Verify wall depth as necessary. 5. For Room Finishes, Doors, and Wall Assemblies see schedule sheets. 6. For Windows and Storefront see schedule sheets 1/4" = 1'-0"4 New Storefront Door 1/4" = 1'-0"3 New Interior Door 1/8" = 1'-0"2 Partial Roof/Mechanical Plan with Notes 2 Addendum 2 2024.02.01 Not in Contract Not in Contract Not in Contract HJ 26 50 261926261926 50 26 4 TL4.50 FOH ELECTRIC #1 3 TL4.50 2 TL4.50 ELECTRIC #1 ELECTRIC #2 FOH ELECTRIC #2 CL CURTAIN WARMERS CURTAIN WARMERS Podium Special Podium Special A B C E FD H IG A B CA B C D DE EF F G H I I A D AB B E BC F C A AB B BC CA AB B BC C D E F G H D E F ETC COLORSOURCE SPOT V -DIRECT MODE -8 Ch. CHAUVET E-2 FC -17 Ch. Mode ELATION PAR FC -EXTENDED MODE -18 Ch.E 26 BEAM ANGLE (COLORSOURCE ONLY) FOCUS AREA 1 CHANNEL NUMBER LIGHTING KEY: 1 2 3 4 5 6 7 8 9 11 12 13 14 15 16 17 18 19 21 26 22 23 27 24 28 25 31 32 33 34 3541 42 43 44 45 36 37 38 46 47 48 51 52 61 62 71 72 73 ELATION FUZE PROFILE -EXTENDED MODE -59 Ch. Ground Floor 0.00 MOUNT ON EXTENSTIONS TO GET BELOW CLOUD CL Ground Floor 0.00 CL Ground Floor 0.00 CL Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t er i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t ud i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a rc h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 1 / 2 6 / 2 0 2 4 1 1 : 3 5 : 0 8 A M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - S c h u l m a n L i g h t P l o t TL4.50 Scale:1/2" = 1'-0"1 TL -Schulman Light Plot Scale:1/4" = 1'-0"2 FOH ELECTRIC #1 Scale:1/4" = 1'-0"3 ELECTRIC #1 Scale:1/4" = 1'-0"4 ELECTRIC #2 Revision Schedule No. Revision Issue Date Addendum 2 02.01.20242 2 Public Works Branch Contract Administration 1635 Faraday Avenue  Carlsbad, CA 92008  760-602-4677 t February 20, 2024 ADDENDUM NO. 3 RE: PWS24-2264FAC - Ruby G. Schulman Auditorium Audiovisual Update Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum must be acknowledged via PlanetBids or submitted with your bid proposal. Please note change in due date for the above-mentioned bid. Date for bid opening is: February 21, 2024 (unchanged) Time remains the same: 11:00 a.m. JANEAN HAWNEY Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 __________________________________________________________ Bidder’s Signature Contractor Acknowledged Addendum No. 3 via Planetbids 1 Addendum No. 3 CITY OF CARLSBAD CONTRACT NO. PWS24-2264FAC RUBY G. SCHULMAN AUDITORIUM AUDIOVISUAL UPDATE PROJECT NUMBER 4753 ADDENDUM NO. 3 Addendum must be acknowledged via PlanetBids or included with your electronic response submittal From: Janean Hawney, Contract Administrator 442-339-2795 janean.hawney@carlsbadca.gov Public Works Branch 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 3 (including this page) Date: February 20, 2024 Original Bid Opening Date: Feb. 21, 2024, at 11 a.m. (unchanged) NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and may modify portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Edits and Clarifications to Bid Documents: Page 3; Section 10. California Air Resources Board (CARB) Advanced Clean Fleets Regulations has been corrected to refer to the correct Appendix which is attached to the bid documents as Appendix A not C. The revised page 3 is attached to this Addendum No. 3. 10.CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETSREGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please see Appendix C "A" and visit the CARB 2 Addendum No. 3 Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean- fleets. 00 11 10 NOTICE INVITING BIDS Date Printed: January 11, 2024 Document Version: 1.0 Current Update: October 2022 Page 3 successful Bidder fails to comply within these 10 Working Days. No interest will be paid on funds deposited with the Agency. All Bidders must upload Bidder’s Bond to the online bidding portal. The original Bid Bond for the 3 apparent low Bidders must be submitted to the city within 2 Business Days of Bid opening. The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Bond each in an amount equal to 100% of the Contract Price. Each bond shall be in the forms set forth in the Contract Documents, shall be secured from a surety company that meets all State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer. Pursuant to Public Contract Code Section 22300, the successful Bidder may substitute certain securities for funds withheld by Agency to ensure its performance under the Contract. 10. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please see Appendix C "A" and visit the CARB Advanced Clean Fleets webpage at https:// ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 11. PREVAILING WAGE RATES AND LABOR COMPLIANCE. This Project is subject to prevailing wages and labor compliance per the Labor Code. To this end, Bidder shall sign and submit with its Bid the California Department of Industrial Relations (DIR) Public Works Contractor Registration Certification on the form 00 45 00 provided. Failure to submit this form may render the bid non-responsive. In addition, each Bidder shall provide the registration number for each listed Subcontractor in the space provided in the Proposed Subcontractors form. In bidding this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this Contract and applicable law in its Bid. A copy of the prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. 12. PROJECT ADMINISTRATION/QUESTIONS. Requests for Information (RFI) or interpretations of Bid Documents during the bid period shall be submitted via Online Q&A in the online bidding portal. The cutoff date and time to submit questions or substitution request regarding this Project via Online Q&A in the online bidding portal is January 29, 2024, at 5 p.m. (PST). No questions will be entertained after that date. For further information, see the online bidding portal. END OF SECTION Addendum No. 3 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 60 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS INTRODUCTION The specifications contained in this 00 73 00 Agency Supplemental General Provisions take precedence over the specification language contained in the Standard Specifications for Public Works Construction, “The Greenbook,” latest edition and all errata. This specification addresses the unique conditions in Carlsbad that are not addressed in The Greenbook. Therefore, if there is a conflict, these specifications shall control. The Greenbook may be purchased at Bidder’s/Contractor’s local technical bookstore or directly from the publisher. These Supplemental General Provisions are available only for download from the online bidding portal with Contract Documents. The Agency does not provide hard copies. When used in the Contract Documents, statements, or command phrases (active voice and imperative mood) refer to and are directed at the “Bidder” or “Contractor” as applicable. The specifications are written to the “Bidder” before award and the “Contractor” after award. Before award, interpret sentences written in the imperative mood as starting with “The Bidder shall.” Interpret the term “you” as “the Bidder” and interpret the term “your” as “the Bidder’s.” After award, interpret sentences written in the imperative mood starting with “The Contractor shall.” Interpret the term “you” as “the Contractor” and interpret the term “your” as “the Contractor’s.” PART 1 GENERAL PROVISIONS SECTION 1 – GENERAL, TERMS AND DEFINITIONS, ABBREVIATIONS AND INSTITUTIONS 1-1 GENERAL ADD the following: 1. The word “provide” shall mean “furnish and install,” unless otherwise stated. 2. In reference to Drawings, where words “shown,” “indicated,” “detailed,” “noted,” “scheduled,” or words of similar import are used, it shall be understood that reference is made to the Plans accompanying these provisions, unless stated otherwise. 3. Where the words “equal,” “approved equal,” “equivalent,” and words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer,” unless otherwise stated. 4. The word “perform” shall be understood to mean that the Contractor, at its expense, shall “perform all operations and furnish labor, tools and equipment,” and further, “furnish and install materials that are indicated, specified or required” shall be understood to mean that the Contractor, at its expense, shall “furnish and install the Work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation.” 5. Where words “directed,” “designated,” “selected,” or words of similar import are used, it shall be understood that the direction, designation, or selection of the Engineer is intended, unless stated otherwise. The word “required” and words of similar import shall 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 61 be understood to mean “as required to properly complete the Work as required and as approved by the Engineer,” unless stated otherwise. Where the words “approved,” “approval,” “acceptance,” or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-2 TERMS AND DEFINITIONS Where applicable ADD/REPLACE the following: 1. Agency - The City of Carlsbad, the owner of the Project. 2. Agency Approval - Except where stated in this Contract to the contrary, the phrases “Agency approval,” and “Agency’s written approval” or such similar phrases shall mean approval by the City Manager for the City of Carlsbad, which approval shall not be unreasonably withheld. 3. Agency Forces – City of Carlsbad employees who coordinate construction work. 4. Agency Supplement - 00 73 00 Agency Supplemental General Provisions; 5. Allowance (AL) - Payment under Allowance Bid items, denoted as “AL,” shall be based on the actual expenditures and for pre-authorized items of the Work in accordance with the Contract Documents. The unused portions of the Allowances shall revert to the Agency upon acceptance of the Project or Work. 6. Apparent Low Bidder - The Bidder whose Bid having been publicly opened, initially meets the material requirements of the Bid Documents and whose Bid price is the lowest received. 7. Applicable Laws - Laws, statutes, ordinances, rules, orders, and regulations of governmental authorities and courts having jurisdiction over the Project. 8. As-Builts - The CAD drawings prepared from the approved Red-lines for record keeping purposes. 9. Award of Contract (Award) - The date on which the Board or designee executes the Contract. 10. Bid - Any proposal submitted to the Agency in competitive bidding for the construction, alteration, repair, or improvement of any structure, building, road or other improvement of any kind. 11. Bid Administrator – The City’s designated representative for soliciting and conducting bids on the City’s online bidding portal. 12. Board – The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad. 13. Business Day - See Working Day. 14. Calendar Day – Every day on the calendar, including weekends and holidays. 15. City - The term “City” or “the City” means, City of Carlsbad. See also Agency. 16. City Council - The legislative body that governs the City of Carlsbad and has the authority to pass ordinances and appropriate funds. 17. City Engineer - The term “City Engineer” is defined as the Transportation Director, or designee, and is the person authorized to perform the functions of the City Engineer as 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 62 defined in Government Code Section 66416.5. The City Engineer is the City's "duly authorized officer" for the purposes of Public Contract Code Sections 4107 and 4107.5. 18. City Manager – The appointed official who directs the administration of the City of Carlsbad, and the last appeal level for informal dispute resolution. 19. Construction Documents - Plans and details, including Plans showing installation of major systems, equipment, fixed furnishings and graphics, the technical specifications and all other technical drawings, schedules, diagrams and specifications, accepted Shop Drawings, Working Drawings, and submittals that are necessary to set forth in detail the requirements for the Project. 20. Construction Manager – The City’s Consultant Project Inspector and the Engineer’s designated representative for the first level of appeal for informal dispute resolution. Contractor to review all work progress, monthly payment applications, monthly schedule updates and project documentation (e.g., submittals, RFI’s, etc.) with Construction Manager. 21. Construction Work - The portion of the Work to construct the Project as set forth in the Contract Documents in conformance with 2-1, “WORK TO BE DONE.” 22. Contract – The written agreement between the Agency and the Contractor covering the Work. 23. Contract Documents - Contract Documents include the following: The signed Contract, Addenda, Notice Inviting Bids, funding agency provisions, Bid including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award when attached as an exhibit to the Contract, Bonds, Permits, CEQA documents, Standard Specifications (the “Greenbook”), Agency Supplement, Plans, Standard Plans, Construction Documents, Reference Specifications, and Change Orders. Contract Documents, when applicable, shall also include Site and Coastal development permits, NEPA documents, re-vegetation plans, biological letters or technical reports, habitat mitigation plans, storm water documents, and local, state, and federal resource agency permits. 24. Contract Time - The number of Working Days to complete the Work as specified in the Contract Documents. 25. Contractor – The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of Work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term “prime contractor” shall mean Contractor. 26. Critical Path – In the Construction Schedule, the sequence of activities that represents the longest path through the Project network of activities and the shortest possible Project duration. 27. Days – Days shall mean consecutive calendar days unless otherwise specified in this Contract. 28. Defective Work - Work that does not conform to the Contract Documents. 29. Delay Factor - The Delay Factor may be the basis for compensation for idle equipment time on an excusable delay. The factor has been calculated to include the ownership costs without including operating costs. The Delay Factor recovers all the Contractor’s non- 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 63 operating costs in an 8-hour day. If payment is made for equipment on an excusable delay, it is limited to 8 hours per day or 40 hours per week maximum. 30. Deputy City Engineer – For this project, this capacity will be served by the Public Works Manager. 31. Dispute Board – Persons designated by the City Manager of the City of Carlsbad, to hear and advise the City Manager on claims submitted by the Contractor. 32. Drawings - See Plans. 33. D-size Sheet - “D” size paper for engineering design applications refers to 22” x 34” paper. 34. Engineer - The Deputy City Manager, Public Works of the City of Carlsbad acting either directly or through designated representatives and the fourth level of appeal for informal dispute resolution. 35. Engineer of Record/Design Engineer – A registered Professional Engineer licensed in the State of California who is qualified to act as an agent of a Project Owner or to prepare Plans for facilities to be accepted by the City of Carlsbad. The term includes persons licensed in the State of California as Civil Engineers or Structural Engineers, as well as other licensed professionals like Architects and Landscape Architects. 36. Engineering Manager – For this project, this capacity will be served by the Public Works Manager. 37. Field Book - The Agency field maps showing sewer and water facilities. 38. Field Order - A Field Order is a written agreement by the Engineer to compensate the Contractor for work items in accordance with 2-8, “EXTRA WORK” or 2-9, “CHANGED CONDITIONS.” A Field Order does not change the Contract Price or Contract Time or the intent of the Contract. The unused portions of the Field Orders shall revert to the Agency upon acceptance of the Work. 39. Final Payment - The last payment for the Contract made to the Contractor, excluding Retention. 40. Fleet & Facilities Project Manager – The Project Manager with the Fleet & Facilities Division and the Construction Manager’s immediate supervisor and designated representative for the second level of appeal for informal dispute resolution. 41. Float – The number of days by which an activity in the Construction Schedule may be delayed from either its earliest start date or earliest completion date without extending the Contract Time (total float). Total float belongs to the Project and to any Party to accommodate changes in the Work or to mitigate the effect of events which may delay completion. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 64 42. Holiday - Holidays observed by the Agency are listed below: Holiday Observed On New Year’s Day January 1 Martin Luther King Day 3rd Monday in January Presidents’ Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Indigenous Peoples’ Day 2nd Monday in October Veteran’s Day November 11 Thanksgiving Day 4th Thursday/Friday in November Christmas Day December 25 If any Holiday listed falls on a Saturday, the Saturday and the preceding Friday are both legal Holidays. If the Holiday falls on a Sunday, both Sunday and the following Monday shall be legal Holidays. Unless specified otherwise in the Contract Documents or authorized by the Engineer, do not work on Holidays. 43. Minor Bid Item – a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. 44. Normal Working Hours - Unless specified otherwise, Normal Working Hours core periods shall be 8:00 AM to 5:00 PM, Monday through Friday, inclusive. Saturdays, Sundays, and Agency Holidays are excluded. For Traffic Control Permits, Normal Working Hours are defined as 8:30 AM to 3:30 PM, unless specified otherwise. 45. Notice of Completion (NOC) - A document recorded with the County of San Diego to signify that the Work has been completed to the satisfaction of the Construction Manager and accepted by the Agency. 46. Notice to Proceed (NTP) - A written notice to proceed with the work of the contract as mutually agreed in the Preconstruction Meeting. 47. Party or Parties - The Agency, the Contractor, or both, their respective permitted successors or assigns, and any other future signatories to the Contract. 48. Plans – The drawings, profiles, cross sections, Standard Plans, working drawings, and shop drawings, or reproductions thereof, approved by the City Engineer, which show the location, character, dimensions or details of the Work. 49. Prime Contractor - See Contractor. 50. Project Inspector – the Engineer’s designated representative for inspection, Contract administration and the first level for informal dispute resolution. For this project, this capacity will be fulfilled by the Construction Manager. 51. Project Site (Site) - Areas where the Work is performed pursuant to the Contract. 52. Public Works Manager – The Public Works Manager of the Fleet & Facilities Division and the Facilities Engineering Project Manager’s immediate supervisor and designated representative for the third level of appeal for informal dispute resolution. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 65 53. Punchlist - A list of items of Work or corrections generated after a Walk-through that is conducted when the Contractor considers that the Contract Work and associated Services are complete. 54. Quality Control Standards and Procedures - The standards and procedures that are stated in a written manual that can be furnished to the Engineer upon request. The standards and procedures are followed by the Supplier in the production of materials supplied for the Work Site. 55. Red-lines - Plans with annotations of changes made during construction to reflect the actual improvements or facilities built during construction whether concealed or visible. 56. Retention - The amount withheld from the money due to the Contractor in accordance with 7-3.2, “PARTIAL AND FINAL PAYMENT.” 57. Samples - Physical examples of the materials, equipment, or workmanship specified or required and which conform with the standards and specifications in the Contract Documents and by which the Work shall be evaluated. 58. Schedule - A Critical Path Method (CPM) schedule of construction activities and their durations to be performed during the Contract Time and prepared by the Contractor in accordance with 6-1, “CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK,” and accepted by the Engineer. 59. Scope of Work (SOW) - Labor, materials, equipment, facilities, and services required to be performed or provided by the Contractor to complete the entire Project or the various separately identifiable parts of the Project pursuant to the provisions of the Contract Documents. 60. Services - Work performed in connection with the layout, construction, testing, inspection, and commissioning of the Work or administration of the Contract and which may include professional services such as engineering, surveying, construction management and legal services that are required in accordance with the Contract Documents. Services are incidental to the Work. 61. Separate Contractors - Those individuals or entities that have entered into arrangements with the Agency for the provision of labor, materials, or other services in connection with the Project who are not under contract with the Contractor. 62. Supplemental Provisions – See Agency Supplement. 63. Walk-through - The procedure the Agency uses to evaluate the status of the Project and to generate a Punchlist prior to acceptance of the Work. 64. Work – All labor, materials, equipment, tools, and services and other requirements of the Contract Documents as modified by Change Order, whether completed or partially completed, provided or to be provided by Contractor to fulfill Contractor’s obligations. The Work may constitute the whole or a part of the Project. 65. Working Day - Any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: • Saturday; • Sunday; • any day designated as a holiday by the Agency; 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 66 • any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association; • any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1; or • any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6- 6.1. 66. Work Site - See Project Site (Site). 1-3 ABBREVIATIONS 1-3.2 Common Usage. ADD the following: AML Approved Material List CADD Computer Aided Design and Drafting CA MUTCD California Manual on Uniform Traffic Control Devices CCT Correlated Color Temperature CEQA California Environmental Quality Act. CFR Code of Federal Regulations CGP Construction General Permit CL Centerline CMS Content Management System Database CNC Computer Numerical Control CRI Color Rendering Index DBE Disadvantaged Business Enterprise DCE Data Computer Equipment DG Decomposed Granite DVBE Disabled Veteran Business Enterprise DWT Detectable Warning Tiles EOW Engineer of Work FRP Fiberglass Reinforced Plastic GFE Good Faith Effort GMT Greenwich Mean Time GPS Global Positioning System LCD Liquid Crystal Display M&M Maintenance and Monitoring MMC Mitigation and Monitoring Coordination NC Not Connected, Normally Closed NEPA National Environmental Policy Act of 1969 NOC Notice of Completion NPDES National Pollutant Discharge Elimination System NTP Notice to Proceed OC On Center 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 67 PB Pull Box PL Property Line RFP Request for Proposal RFI Request for Information SOW Statement of Work, Scope of Work SOV Schedule of Values SPDT Single Pole Double Throw SSD Surge Suppression Devices UF Underground Feeder VAC Volts AC VPC Vitrified Polymer Composite WBE Women Business Enterprise 1-3.3 INSTITUTIONS. ADD the following: ANSI American National Standards Institute AISC American Institute of Steel Construction ANSI American National Standards Institute ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society NFPA National Fire Protection Association PCI Prestressed Concrete Institute SANDAG San Diego Association of Governments UL Underwriters’ Laboratories Inc. USGS United States Geological Survey 1-6 BIDDING AND SUBMISSION OF THE BID 1-6.2 Subcontractor Listing. ADD the following: Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The use of Subcontractors in no way relieves the Contractor of any obligations or responsibilities under the Contract. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in Section 4104: “(a) The name and location of the place of business of each Subcontractor who will perform Work or Labor or render service to the prime Contractor in or about the construction of the Work or improvements, or a Subcontractor licensed by the State of California who, under 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 68 Subcontract to the prime Contractor, specially fabricates and installs a portion of the Work or improvement according to detailed Drawings contained in the Plans and Specifications, in an amount in excess of one-half of 1 percent of the prime Contractor’s total Bid, or, in the case of Bids or offers for the construction of streets or highways, including bridges, in excess of one- half of 1 percent of the prime Contractor’s total Bid or ten thousand dollars ($10,000), whichever is greater.” “(b) The portion of the Work which will be done by each such Subcontractor under this act. The prime Contractor shall list only one Subcontractor for each such portion as is defined by the prime Contractor in his Bid.” If the Contractor fails to specify a Subcontractor or specifies more than one Subcontractor for the same portion of the Work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor’s total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the Subcontract involved, after a public hearing. 1-7 AWARD AND EXECUTION OF THE CONTRACT 1-7.1 General. DELETE in its entirety and SUBSTITUTE with the following: 1-7.1 Standard Contract Provisions. 1-7.1.1 Successor’s Obligations. All grants, covenants, provisions and claims, rights, powers, privileges and abilities contained in the Contract Documents shall be read and held as made by and with, and granted to and imposed upon, the Contractor, the Agency, and the Contractor’s and the Agency’s respective heirs, executors, administrators, successors, and assigns. 1-7.1.2 Waiver of Legal Rights. 1. The Agency’s failure to insist, in any 1 or more instances, upon the performance of any provision of the Contract, or to exercise any right therein, shall not be construed as a waiver or relinquishment of such provisions or rights. 2. Any waiver of any breach of the Contract shall not be held to be a waiver of any other or subsequent breach. 3. Any waiver the Agency issues to any provision of the Contract shall only be effective if it is agreed upon in writing by the Agency and if it is specific to the matter concerned. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 69 1-7.1.3 Requests for Information (RFI). 1. Inquiries from the Contractor seeking clarification of the requirements of the Contract Documents shall be submitted in writing to the Agency as a Request for Information (RFI). 1-7.1.4 Assignment to Awarding Body. 1. In accordance with subdivision (b) of Public Contract Code Section 7103.5, the Contractor and the Contractor’s Subcontractors shall conform to the following requirements: a. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the Contractor or the Contractor’s Subcontractor offer and agree to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Business and Professions Code Section 16700 et seq.) arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. b. This assignment shall be made and become effective at the time the awarding body tenders to the Contractor, without further acknowledgment by the Parties. 1-7.2 Contract Bonds. ADD the following: 1. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a Surety, who is authorized to issue bonds in California, and whose bonding limitation shown in the circular is enough to provide bonds in the amount required by the Contract shall be deemed approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all documents enumerated in Code of Civil Procedure Section 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. 2. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. 3. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 Calendar Days after recordation of the Notice of Completion and will remain in full force and effect for the 1-year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bond to secure payment of laborers and materials suppliers shall be released 6 months plus 30 Calendar Days after recordation of the Notice of Completion if all claims have been paid. 4. All bonds are to be placed with a Surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed its liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 70 a. An original, or a certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument entitling or authorizing the person who executed the bond to do so. b. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. 5. If the Bid is accepted, the Agency may require a financial statement of the assets and liabilities of the Surety for the quarter calendar year preceding the date of the execution of the bond. The financial statement shall be made by an officer’s certificate as defined in Corporations Code Section 173. In the case of a foreign Surety, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 6. If the Surety on any bond furnished by the Contractor is declared bankrupt, becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located, immediately notify the Engineer; and immediately substitute another bond and Surety acceptable to the Agency. 7. The Contractor shall require the Surety to mail its standard “Bond Status” form to the Agency. SECTION 2 – SCOPE OF THE WORK 2-1 WORK TO BE DONE ADD the following: 1. Where approval or acceptance by the Agency is required, only a general approval is required. However, such approval does not relieve the Contractor from the Contractor’s responsibility for complying with all applicable laws, codes, and best industry practices. Contractor has its obligation to fulfill all conditions of the Contract. 2. In accordance with the provisions of California Law, the Contractor shall possess or require the Contractor’s Subcontractor(s) to possess valid appropriate license(s) for the Work being performed as conveyed in the Bidding Documents. 2-2 PERMITS ADD the following: 2-2 PERMITS, FEES, AND NOTICES 2-2.1 Building Permits. 1. The Contractor shall obtain the required building permits from Agency’s permitting departments. Any prior approval obtained for the Plans shall not in any way waive this requirement. The building permit fee has been paid for and only requires Contractor information and pickup. 2. Request inspections in accordance with the building codes in effect on the permitted Plans and by City’s Development Services Department, Building Division.. Any Work performed without the benefit of the required permit and subsequent inspection shall be removed and replaced at the discretion of the City Building Inspector at no additional cost. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 71 2-3 RIGHT-OF-WAY ADD the following: 1. The Contractor shall coordinate access to private property with the property owners and the timing of accessing private property when the Agency has already obtained rights of entry. Unless otherwise provided, the Contractor shall coordinate, pay for, and assume all responsibility for acquiring using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. The Contractor shall protect any private and public improvements. 2-4 COOPERATION AND COLLATERAL WORK ADD the following: 1. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 2. If work to be performed by the Agency or its separate Contractors is not shown or specified in the Contract Documents, the Engineer shall notify the Contractor in writing 10 Working Days prior to the start of such work and make available Plans or Specifications for work to be performed by others that may be pertinent to Contractor’s Work. If Contractor determines that the work to be performed by the Agency or its separate Contractors may interfere with or cause damage or delays to Contractor’s Work, notify the Engineer in writing within 3 Working Days of the Engineer’s notice. The Contractor shall diligently pursue with the Engineer resolution of potential conflicts with the work of others. 3. The Contractor shall prepare and submit to the Engineer for approval a plan and schedule to integrate the work of Contractor or its Subcontractors, Agency or the work of others. The plan shall conform to the tasks identified in the Construction Schedule and identify additional tasks as necessary and the sequencing of interrelated activities. 2-5 THE CONTRACTOR’S EQUIPMENT AND FACILITIES 2-5.2 Temporary Utility Services. ADD the following: 1. While the Contractor may use building electrical power for the operation of small tools, the Contractor shall furnish, install, maintain, and remove all temporary utility extension services, such as light, power, electrical, gas, and water, at its own expense for construction and maintenance activities until acceptance of Work. These utility extension services, include piping, wiring, lamps, and other equipment necessary for the Work. 2. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter, and any, and all, other charges, deposits and/or fees. The costs shall be 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 72 considered incidental to the items of Work that they are associated with and no additional payment will be made for them. 2-6 CHANGES REQUESTED BY THE CONTRACTOR ADD the following: 1. Any plan or method of work suggested to the Contractor by the Agency, but not specified or required by the Contract or Change Order, which is adopted or followed by the Contractor in whole or in part shall be done at the Contractor’s sole risk and responsibility. 2. The Contract Price is not subject to adjustment for any type of tax increases after the Award. ADD 2-6.1 Cost Reduction Proposal. 1. The Contractor may submit to the Engineer in writing, proposals for modifying the Plans, Specifications, or other requirements of the Contract for the sole purpose of reducing the total cost of construction. 2. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the Project such as service life, economy of operation, ease of maintenance, quality, desired appearance, or design and safety standards. 3. The following information must be included in the cost reduction proposal: a. A description of both the existing Contract requirements for performing the Work and the proposed changes. b. An itemization of the Contract requirements that shall be changed if the proposal is adopted. c. A detailed estimate of the cost of performing the Work under the existing Contract and under the proposed change. d. A statement of the time within which the Engineer shall act on the cost reduction proposal. e. The Contract items of Work affected by the proposed changes, including any quantity variation attributable thereto. 4. This subsection does not require the Engineer to consider any cost reduction proposal. The Agency shall not be liable to the Contractor for not approving or acting upon any cost reduction proposal the Contractor submitted nor for any delays to the Work attributable to the cost reduction proposal. 5. If a cost reduction proposal is similar to the information included in the Contract Documents or adopted by the Agency after the advertisement and prior to Award of the Contract, the Engineer will not accept such proposal and reserves the right to make such changes without compensation to the Contractor under the provisions of this subsection. 6. The Contractor shall continue to perform the Work in accordance with the requirements of the Contract until a Change Order incorporating the cost reduction proposal has been issued. 7. The Engineer is the sole judge of the acceptability of a cost reduction proposal and the estimated net savings. In determining the estimated net savings, the Agency has the right to 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 73 disregard the Contract Bid prices if, in the judgment of the Engineer, such prices do not represent a fair measure of the value of the Work to be performed or to be deleted. 8. The Agency reserves the right to require the Contractor to share in the Agency’s costs of investigating the Contractor’s cost reduction proposal. When this is required, the Contractor shall indicate the Contractor’s acceptance in writing allowing the Agency to deduct amounts payable to the Contractor. 9. If the Engineer accepts the Contractor’s cost reduction proposal in whole or in part, the Engineer shall issue a Change Order to incorporate the changes in the Plans and Specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted to be put into effect. If the Engineer’s approval is conditional, the Change Order shall include any conditions upon which the Engineer’s approval is based. 10. The Change Order also includes the estimated net savings in the cost of performing the Work due to the accepted cost reduction proposal and provides that the Contract cost be adjusted by crediting the Agency with 50% of estimated net savings amount. 11. The Contract Time shall not be extended by the acceptance of the cost reduction proposal and the performance of the Work unless specified otherwise in the Change Order. 12. The amount specified as payable to the Contractor in the Change Order is full compensation for the cost reduction proposal and the performance of the Work. 13. The Agency expressly reserves the right to adopt a cost reduction proposal for general use on contracts administered by the Agency when it determines that the proposal is suitable for application to other contracts. When an accepted cost reduction proposal is adopted for general use, only the Contractor who first submitted such proposal shall be eligible for compensation subject to this subsection, and in that case, only for contracts awarded prior to submission of the accepted cost reduction proposal. 14. The cost reduction proposals identical or similar to previously submitted proposals shall be eligible for consideration and compensation under the provisions of this subsection if the identical or similar previously submitted proposals were not adopted for general application to other contracts administered by the Agency. 15. Subject to the provisions contained in the Contract, the Agency or any other public agency shall have the right to use all or any part of any submitted cost reduction proposal without obligation or compensation of any kind to the Contractor. 16. The Contractor shall bear all costs to revise bonds for the Project to include the cost reduction incentive proposal work. 2-7 CHANGES INITIATED BY THE AGENCY 2-7.1 General. ADD the following: 1. The Agency may change the Plans, Specifications, character of the Work, or quantity of Work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written supplemental agreement 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 74 between the Contractor and Agency, unless both parties agree to proceed with the change, by Change Order. 2. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in Contract Time of completion, and when negotiated prices are involved, and shall provide for the Contractor’s signature indicating acceptance. 3. Unless expressly set forth in writing in a Change Order signed by the Agency and the Contractor, changes initiated by the Agency shall not be construed as the Agency directing the Contractor’s mean-and-methods in the execution of the Work. 2-7.2 Payment-Contract Unit Prices. Not Used 2-7.3 Payment – Increases of More than 50 Percent. Not Used 2-7.4 Payment – Decreases of More than 50 Percent. Note Used 2-7.5 Stipulated Unit Prices. Not Used 2-7.6 Agreed Prices. Agreed Prices are prices for new or unforeseen Work, or adjustments in Contract Unit Prices per Section 2-7.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance with Section 2-8, except as otherwise specified in Sections 2- 7.3 and 2-7.4. 2-7.7 Schedule of Values. Before construction, Contractor shall provide a schedule of values for all lump-sum Bid items in Schedule A of Section 00 41 00 BID FORM above. The Schedule A will be used for the purpose of monthly progress payments and the schedule of values will be used for the purpose of describing the categories of work included in each line item. The line item totals in the schedule of values shall be equal to the line item lump sum values for each bid item shown in Schedule A. 2-7.8 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned, and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used in this Agency Supplement, shall be computed on the basis of Extra Work per Section 2-8. 2-8 EXTRA WORK ADD the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 75 1. New or unforeseen Work will be classified as “Extra Work” when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 2. Any request by the Contractor for Extra Work shall be in writing to the Engineer and shall include itemized estimates and in accordance with Section 7-4. The Contractor shall fully itemize the Extra Work cost estimates such as labor and payroll costs, quantities, crew composition, production rates, material costs, Subcontractor and Supplier costs, equipment costs, supplemental costs, and time impact. 2-9 CHANGED CONDITIONS ADD the following: The Contractor shall promptly notify the Engineer of the following Work Site conditions (“Changed Conditions”), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Health and Safety Code Section 25117, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be Changed Conditions. If the Engineer determines that conditions are Changed Conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to Section 6-4.2. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor’s failure to give notice of Changed Conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection with them. 1. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a Change Order, or for the occurrence of any event or other cause, unless the Contractor shall have first given the Engineer written notice of potential claim as specified in this Section 2-9. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-4.2(4) Extensions of Time, nor to any claim that is based on differences in measurement or errors of computation as to Contract quantities. 2. The Contractor shall provide the Agency with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 76 Contractor believes additional compensation may be due and the nature of any and all costs involved within 20 Working Days of the date of service of the written notice of potential claim for Changed Conditions. Verbal notifications will not be accepted. 3. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12656. “The undersigned certifies that the above statements are made in full awareness of the California False Claims Act, Government Code Sections 12650-12656. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the Agency’s proposed final estimate for it to be further considered.” By: Title: Date: Company Name: 4. The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit proof of its actual costs to the Engineer within 20 Working Days after the affected Work is completed. Failure to do so shall be cause to deny any later-filed claim regarding a potential claim described in this Section 2-9. 5. The intent of this Section 2-9 is to have differences between the parties arising under the Contract brought to the attention of the Engineer at the earliest possible time so that such matters can be settled, if possible, or other appropriate action promptly taken. 2-10 DISPUTED WORK ADD 2-10.1 Claims. 1. A Claim is a written demand by the Contractor that seeks an adjustment in the Contract Price, Contract Time, or other relief associated with a dispute arising under or relating to the Contract, including a breach of any Contract provision. A voucher, invoice, or other routine request for payment is not a Claim. 2. A Claim shall conform to these specifications and may be considered after the Agency has previously denied a request by the Contractor for a Change Order seeking the demanded relief. 3. The Contractor shall submit a Claim to the Engineer if a dispute occurs that arises from or relates to the Contract. The Claim shall seek all relief to which the Contractor asserts the Contractor is entitled as a result of the event(s) giving rise to the dispute. The Contractor’s failure to process a Claim in accordance with these specifications shall constitute a waiver of all relief associated with the dispute. Claims are subject to 6-10, “Right to Audit.” 4. The Contractor shall continue to perform the Services and Work and shall maintain the Schedule during any dispute proceedings. The Engineer will continue to make payments for undisputed Services and Work. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 77 5. The Agency’s Claims process specified in the Agency Supplement shall not relieve the Contractor of the Contractor’s statutory obligations to present Claims prior to any action under the Government Code. 6. Except for those final payment items disputed in the written statement required in Section 7-3.2, all Claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 7-3.2 shall be submitted no later than 30 Calendar Days after receipt of the Final Payment estimate. No Claim will be considered that was not included in this written statement, nor will any Claim be allowed for which written notice or protest is required under any provision of this Contract, including Sections 2-9 Changed Conditions, 2-10 Disputed Work, 4-1(22) Protection, 6-4.4 Written Notice and Report, or 6-4.2(4) Extensions of Time, unless the Contractor has complied with notice or protest requirements. 7. The Engineer will consider Contractor’s filed Claims, which must be detailed enough so the Engineer can determine the basis and amount of the Claims. Contractor shall provide the Engineer additional information to determine the facts or contentions involved in a Claim if requested by the Engineer. If additional information is needed, Contractor must provide Engineer with this information within a reasonable time of being asked for additional information. Failure to submit such information and details will be sufficient cause for denying the Claims. 8. Payment for Claims shall be processed in the payment application following the resolution of those Claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 2-10, Disputed Work, for those Claims remaining in dispute. 2-10.1.1 Initiation of Claim. 1. A Claim is a written demand by the Contractor that seeks an adjustment in the Contract Price, Contract Time, or other relief associated with a dispute arising under or relating to the Contract, including a breach of any provision of the Contract. A voucher, invoice, payment application or other routine request for payment is not a Claim. A Claim shall conform to these specifications and may be considered after the City has previously denied a request from the Contractor for a Change Order seeking the demanded relief. The Contractor shall, consistent with 2-10.1.2, give the Agency written notice of Claim prior to commencing any Disputed Work. Failure to give the notice shall constitute a waiver of all Claims in connection with the Disputed Work. If the Contractor and the Agency are unable to reach agreement on Disputed Work, the Agency may direct the Contractor to proceed with the Work and such direction shall not be construed as the Agency directing the Contractor’s mean-and-methods in the execution of the Work. After the Agency has rejected a Change Order request and prior to proceeding with dispute resolution pursuant to the Public Contract Code, applicable provisions of which are specified below, the Contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: For claims with a monetary value of $50,000 or less: i. Construction Manager ii. Fleet and Facilities Project Manager iii. Public Works Manager 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 78 For claims with a monetary value greater than $50,000: iv. Construction Manager v. Fleet and Facilities Project Manager vi. Public Works Manager vii. Engineer viii. City Manager or Executive Manager 2. Consistent with Section 2-10.1.2, the Contractor shall submit a complete report within 20 Working Days after completion of the Disputed Work stating its position on the Claim, the contractual basis for the Claim, along with all documentation supporting the costs, Contract Time, and all other evidentiary materials. At each level of Claim or appeal of Claim the Agency will, within 10 Working Days of receipt of the Claim or appeal of Claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the Agency will provide its position within 10 Working Days of receipt of the additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the Public Works Manager for claims less than $50,000 and/or up to the City Manager for the City of Carlsbad for claims greater than $50,000 after which the Contractor may proceed under the provisions of the Public Contract Code. The Agency’s failure to state a position or otherwise respond to a Claim within the timeframes set forth above shall be deemed a rejection of the Claim by the Agency. 3. The authority within the dispute resolution chain of command is limited to recommending a resolution to a Claim to the City Manager for the City of Carlsbad. Actual approval of the Claim is subject to the Change Order provisions in the Contract. 4. Any remaining Claims not resolved by the informal dispute resolution process described above shall be resolved in accordance with Public Contract Code Section 9204, the relevant portion of which is included below: (d)(1)(A) Upon receipt of a Claim pursuant to this section, the public entity to which the Claim applies shall conduct a reasonable review of the Claim and, within a period not to exceed 45 days, shall provide the Claimant a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Upon receipt of a Claim, a public entity and a Contractor may, by mutual agreement, extend the time period provided in this subdivision. (B) The Claimant shall furnish reasonable documentation to support the Claim. (C) If the public entity needs approval from its governing body to provide the Claimant a written statement identifying the disputed portion and the undisputed portion of the Claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a Claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 79 the governing body after the 45-day period, or extension, expires to provide the Claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2)(A) If the Claimant disputes the public entity's written response, or if the public entity fails to respond to a Claim issued pursuant to this section within the time prescribed, the Claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the Claim or any portion of the Claim remains in dispute, the public entity shall provide the Claimant a written statement identifying the portion of the Claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the Claim, as identified by the Contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the Claimant sharing the associated costs equally. The public entity and Claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the Claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the Claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 80 (D) Unless otherwise agreed to by the public entity and the Contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program if mediation under this section does not resolve the parties' dispute. (3) Failure by the public entity to respond to a Claim from a Contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the Claim being deemed rejected in its entirety. A Claim that is denied by reason of the public entity's failure to have responded to a Claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the Claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a Subcontractor or a lower tier Subcontractor lacks legal standing to assert a Claim against a public entity because privity of Contract does not exist, the Contractor may present to the public entity a Claim on behalf of a Subcontractor or lower tier Subcontractor. A Subcontractor may request in writing, either on their own behalf or on behalf of a lower tier Subcontractor, that the Contractor present a Claim for work which was performed by the Subcontractor or by a lower tier Subcontractor on behalf of the Subcontractor. The Subcontractor requesting that the Claim be presented to the public entity shall furnish reasonable documentation to support the Claim. Within 45 days of receipt of this written request, the Contractor shall notify the Subcontractor in writing as to whether the Contractor presented the Claim to the public entity and, if the original Contractor did not present the Claim, provide the Subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shall be set forth in the Plans or Specifications for any Public Works Project that may give rise to a Claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a Claim, the 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 81 parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable Change Order, Claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2027, unless a later enacted statute that is enacted before January 1, 2027, deletes, or extends that date. In addition, all Claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code Section 20104 et seq., applicable provisions of which are included below: 20104.2 For any Claim subject to this article, the following requirements apply: (a) The Claim shall be in writing and include the documents necessary to substantiate the Claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of Claims. (b)(1) For Claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written Claim within 45 days of receipt of the Claim, or may request, in writing, within 30 days of receipt of the Claim, any additional documentation supporting the Claim or relating to defenses to the Claim the local agency may have against the Claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the Claimant. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 82 (3) The local agency's written response to the Claim, as further documented, shall be submitted to the Claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the Claimant in producing the additional information, whichever is greater. (c)(1) For Claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written Claims within 60 days of receipt of the Claim, or may request, in writing, within 30 days of receipt of the Claim, any additional documentation supporting the Claim or relating to defenses to the Claim the local agency may have against the Claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the Claimant. (3) The local agency's written response to the Claim, as further documented, shall be submitted to the Claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the Claimant in producing the additional information or requested documentation, whichever is greater. (d) If the Claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the Claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the Claim or any portion remains in dispute, the Claimant may file a Claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a Claim must be filed shall be tolled from the time the Claimant submits his or her written Claim pursuant to subdivision (a) until the time that Claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 83 (f) This article does not apply to tort Claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort Claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4 The following procedures are established for all civil actions filed to resolve Claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act (Title 4 (commencing with Section 2016.010) of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 84 costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (b) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6 Payment on undisputed portion of Claim; interest on arbitration awards or judgments: (a) No local agency shall fail to pay money as to any portion of a Claim which is undisputed except as otherwise provided in the Contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. 5. Although not to be construed as proceeding under Extra Work provisions, the Contractor shall keep and furnish records of disputed Work in accordance with Section 2-10. 2-10.1.2 Claim Certification Submittal. 1. If the Contractor’s Claim seeks an increase in the Contract Price, the Contract Time, or both, submit with the Claim an affidavit certifying the following: a. The Claim is made in good faith and covers all costs and delays to which the Contractor is entitled as a result of the event(s) giving rise to the Claim. b. The amount Claimed accurately reflects the adjustments in the Contract Price, the Contract Time, or both to which the Contractor believes the Contractor is entitled. c. All supporting costs and pricing data are current, accurate, and complete to the best of the Contractor’s knowledge. The Contractor shall supply a cost breakdown per item of Work. d. The Contractor shall ensure that the affidavit is executed by an official who has the authority to legally bind the Contractor. 2-10.1.3 Agency’s Final Determination. 1. If the Contractor disagrees with the City Manager final determination, as described in 2- 10.1.1(1-2), Contractor must notify the Engineer in writing of the Contractor’s objection within 15 Working Days after receipt of the written determination and file a “Request for Mediation” in accordance with 2-10.2, “Dispute Resolution Process.” 2. Failure to give notice of objection within the 15 Working Days period shall waive the Contractor’s right to pursue the Claim. 2-10.1.6 Mandatory Assistance. 1. If a third-party dispute, litigation, or both, arises out of or relates in any way to the Services provided under the Contract, upon the Agency’s request, the Contractor shall assist in 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 85 resolving the dispute or litigation. The Contractor’s assistance includes, but is not limited to the following: a. Providing requested documents in a timely manner. b. Providing professional consultations. c. Attending mediations, arbitrations, depositions, trials, or any event related to the dispute resolution and litigation. 2-10.1.6.1 Compensation for Mandatory Assistance. 1. The Agency will reimburse the Contractor for reasonable fees and expenses incurred by the Contractor for any required assistance rendered in accordance with 2-10.1.6, “Mandatory Assistance” as Extra Work. 2. The Engineer will determine whether these fees and expenses were necessary due to the Contractor’s conduct or failure to act. 3. If the Engineer determines that the basis of the dispute or litigation in which these fees and expenses were incurred were the result of the Contractor’s conduct or the Contractor’s failure to act in part or in whole, the Contractor shall reimburse the Agency for any payments made for these fees and expenses. Reimbursement may be through any legal means necessary, including the Agency’s withholding of the Contractor’s payment. ADD 2-10.2 Dispute Resolution Process 2-10.2.1 Mandatory Non-binding Mediation. 1. If a dispute arises out of or relates to the Contract, or the breach of it, and if the dispute cannot be settled through those procedures described in Section 2-10.1.1, the parties must attempt to settle the dispute in an amicable manner, using mandatory mediation under the Construction Industry Mediation Rules of the American Arbitration Association before having recourse in a court of law. 2. To initiate mediation, the initiating party shall serve a Request for Mediation at the American Arbitration Association (AAA). 2-10.2.2 Mandatory Mediation Costs. 1. The expenses of witnesses for either side shall be paid by the party producing such witnesses. All other expenses of the mediation, including required traveling and other expenses of the mediator and the cost of any proofs or expert advice produced at the direct request of the mediator, shall be borne equally by the parties, unless they agree otherwise. 2-10.2.3 Selection of Mediator. 1. A single mediator, knowledgeable in construction aspects and acceptable to both parties, shall be used to mediate the dispute. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 86 2. If AAA is used, the initiating party shall concurrently file with AAA a “Request for Mediation” along with the appropriate fees, a copy of requested mediators marked in preference order, and a preference for available dates. 3. If AAA is selected to coordinate the mediation (Administrator), within 10 Working Days from the receipt of the initiating party’s Request for Mediation, the opposing party shall file the following: a. A copy of the list of the preferred mediators listed in preference order after striking any mediators to which they have any objection. b. A preference for available dates. c. Appropriate fees. 4. If the parties cannot agree on a mediator, then each party shall select a mediator and those mediators shall select the neutral third party to mediate the matter. 2-10.2.4 Conduct of Mediation Sessions. 1. Mediation hearings shall be conducted in an informal manner and discovery shall not be allowed. 2. Discussions, statements, or admissions shall be confidential to the proceedings and shall not be used for any other purpose regarding the party’s legal position. The parties may agree to exchange any information they deem necessary. 3. Both parties shall have an authorized representative attend the mediation. Each representative shall have the authority to recommend entering into a settlement. Either party may have attorney(s), witnesses, or expert(s) present. Either party may request a list of witnesses and notifications of whether attorney(s) shall be present. 4. Any resulting agreements from mediation shall be documented in writing. Mediation results and documents, by themselves, shall be “non-binding” and inadmissible for any purpose in any legal proceeding, unless such admission is otherwise agreed upon in writing by both parties. Mediators shall not be subject to any subpoena or liability and their actions shall not be subject to discovery. ADD 2-10.3 Governing Law & Forum for Litigation. 1. This Contract shall be governed by and construed in accordance with the laws of the State of California. Any lawsuits, at law or in equity, between the parties arising out of this Contract shall be filed in a court of competent jurisdiction in the County of San Diego. With respect to venue, the parties agree that this Contract is made in and will be performed in the County of San Diego. The parties waive all provisions of law providing for a change of venue in these proceedings to any other county. ADD 2-10.4 Pre-judgment Interest. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 87 1. The parties stipulate that if a judgment is entered against a party for breaching this Contract, the pre-judgment interest shall be 2% per annum. SECTION 3 – CONTROL OF THE WORK 3-2 SELF-PERFORMANCE ADD the following: 1. If Contractor fails to satisfy the provisions requiring the Contractor to complete Work amounting to at least 20 percent of the Contract price with its own organization unless stipulated otherwise in the Contract Documents, the Agency may at its sole discretion elect to cancel the Contract or deduct an amount equal to 10 percent of the value of the Work performed in excess of 20 percent of the Contract Price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the Contractor, or prime Contractor, shall be entitled to a public hearing before the Board and shall be notified 10 Calendar Days in advance of the time and location of the hearing. The determination of the Board shall be final. 3-3 SUBCONTRACTORS ADD the following: 1. The Contractor shall incorporate these Specifications in the Contractor’s subcontracts for the work being performed by the Contractor’s Subcontractor. 2. The Contractor shall obtain or require that each Subcontractor obtains insurance policies in accordance with 5-4, “INSURANCE” which shall be kept in full force and effect for the duration of the Contract and in any attached supplemental agreements. 3. In any dispute between the Contractor and the Contractor’s Subcontractors, the Agency shall not be made a party to any judicial or administrative proceeding to resolve the dispute. 4. The Contractor shall ensure that the Contractor’s Subcontractors are appropriately licensed for the duration of the work that is performed under the Subcontracts in accordance with 2- 1, “WORK TO BE DONE.” If a Subcontractor is not properly licensed, the Contractor shall cease payment to the Subcontractor for all work performed when the Subcontractor was not properly licensed. The Contractor shall return to the Agency any payment the Contractor made to a Subcontractor for work performed when the Subcontractor was not licensed. 5. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 6. Where the Contract Documents require that a particular product be installed or applied by an applicator approved by the manufacturer, ensure the Subcontractor or Supplier employed for such work is approved by the manufacturer. 7. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the Work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the Work to be so subcontracted. This submittal will confirm the Subcontractor’s commitments in the Bid. 3-4 AUTHORITY OF THE ENGINEER ADD the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 88 1. The Engineer shall be the single point of contact and shall be included in all communications between Contractor and any Agency representative. 3-5 INSPECTION ADD the following: 1. Contractor shall make available to the Engineer accurate books and accounting records regarding all its activities. Contractor shall contractually require all Subcontractors to this Contract to do the same. The Engineer shall have access to the Contractor’s, and any Subcontractors documents described in this Section 3-5(1) within San Diego County. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its Subcontractor’s performance pursuant to this Contract. The Engineer’s monitoring, assessments, and evaluations will include, but shall not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all Subcontractors to this Contract. Upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all Subcontractors to this Contract, records with respect to all matters covered by this Contract. Contractor shall also permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. Any inspection described in this Section 3-5(1) shall occur as often as the Engineer deems necessary and during normal business hours. However, any such inspection shall not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all Subcontractors to this Contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2. The Agency may utilize consultants to assist the Engineer during construction in observing the Contractor’s performance. The consultant shall be the Agency’s Representative on the Site assisting the Engineer and must not be confused with a building inspector with the Agency or with a Special Inspector. 3. The Agency may utilize a Special Inspector for inspection of specialty work and materials, whose costs the Agency will pay for unless the Contractor fails inspection. If inspections or tests reveal non-compliance with the requirements of the Contract Documents, the Contractor shall pay for all corrective measures deemed necessary by the Engineer and also pay the cost of the Agency’s subsequent re-inspection and re-testing. 4. Inspections required by codes or ordinances are the Contractor’s responsibility. 5. The Contractor’s quality control testing and inspections are the Contractor’s responsibility. Contractor shall coordinate and schedule all inspections and tests. The Contractor shall give the Engineer notice of tests and inspections made by others. At least 5 Working Days of notice shall be given for offsite inspections. The Contractor shall wait until the Engineer has responded and agreed to Contractor’s schedule before scheduling test or inspections. 6. The Agency shall schedule any inspections and tests as the Agency deems necessary to ensure the Work is accomplished in accordance with the requirements of the Contract Documents (other than inspections for work performed in accordance with a permit). The Contractor is 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 89 responsible for the inspection of all Work performed in accordance with the Contract Documents. 7. Contractor shall provide access in accordance with Cal-OSHA Standards as necessary. 8. Contractor shall remove and replace any items of Work performed without the required permit or inspection. For required subsequent inspection, the Contractor shall remove and replace Work at the discretion of Engineer at no additional cost to the Agency. Inspection of the Work does not relieve the Contractor of full compliance with the Contract Documents. 9. Contractor shall not conceal the Work prior to inspection, testing, or approval required by the Contract Documents, the Engineer’s prior written request, or by other agencies. If any item of Work is done prior to obtaining the required approvals when requested by the Engineer, Contractor shall expose the Work for inspection, testing, and/or approval. Upon successful completion of the inspection, testing, or approval, the Contractor shall proceed with the Work. The Contractor shall bear all direct and indirect costs and damages of such uncovering and re-covering and shall not be entitled to an increase in the Contract Price or the Contract Time, unless the Contractor has given the Engineer and any other affected agencies written notice of the Contractor’s intention to cover the Work and the Engineer has not acted in response to such notice. 10. When specified, Contractor shall make arrangements for tests, inspections, and approvals with an independent testing laboratory or entity acceptable to the Engineer, or with the appropriate public authority. The payment for such tests, inspections, and approvals are included in the Contract Price. 11. Unless specified otherwise, the Contractor shall pay the cost of inspections and tests. If inspections or tests reveal non-compliance with the requirements of the Contract Documents, the Contractor shall bear the cost of corrective measures deemed necessary by the Engineer and the cost of the Agency’s subsequent re-inspection and re-testing. 12. The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or Subcontractor’s possession pertaining to the Work that the Engineer may request. 13. Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books, and accounting records relative to all its activities and to contractually require all Subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its Subcontractors performance pursuant to this Contract, the monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all Subcontractors to this Contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all of its Subcontractors’ records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all Subcontractors 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 90 to this Contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 3-6 THE CONTRACTOR’S REPRESENTATIVE ADD the following: 1. Both the representative and alternative representative shall be the Contractor’s employees and shall not be assigned to a Subcontractor unless otherwise approved by the Agency in writing. 2. The Contractor’s Project team shall attend scheduled construction meetings as required by the Engineer. If any of Contractor’s staff cannot attend, the Contractor shall notify the Engineer a minimum of 24 hours in advance, prior to the start of the scheduled meeting. If the Contractor does not provide the required notification, the Contractor shall pay for the costs of the Agency’s staff, consultants, or both that attended. The Contractor shall be charged a minimum of 2 hours of the attendee’s time. 3. The payment for the Contractor’s attendance at Project meetings is included in the Contract Price. The Engineer shall deduct costs assessed to the Contractor for not attending the meetings from the monthly progress payment via Change Order. 3-7 CONTRACT DOCUMENTS 3-7.1 General. ADD the following: 1. Specifications and Plans are divided into groups by engineering discipline for the Agency’s convenience. These divisions are not for the purpose of apportioning the Work or responsibility for the Work among Subcontractors and Suppliers. 2. The Contractor shall supply any Work that may reasonably be inferred from the Specifications or Plans as being required to produce the intended result whether or not it is specifically called for, at no additional cost to the Agency. 3. If referenced documents have been discontinued or updated by the issuing organization, the replacement documents issued or otherwise identified by that organization shall be used or, if there are no replacement documents, the last version of the document before it was discontinued. 4. Scaled dimensions on Contract Documents are approximate. Before ordering materials or commencing the Work, the Contractor shall measure the Site for proper size and fit and verify dimensions and quantities by taking measurements in the field. The Contractor shall be responsible for their accuracy. 5. The Contractor shall verify any conditions affecting the cost of the Work through a reasonable examination of the Work Site prior to submitting the Bid. 6. Existing improvements visible at the Work Site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed, and disposed of by the Contractor. 7. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 91 Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. 8. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. 9. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work Site prior to submitting the Bid. 10. Existing improvements visible at the Work Site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed, and disposed of by the Contractor. 11. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 3-7.2 Precedence of the Contract Documents. DELETE in its entirety and REPLACE with the following: 1. If there is a conflict between any of the Contract Documents, the document highest in the order of precedence, and most recent in edition, shall control. The order of precedence, from highest to lowest, shall be as follows: a. Permits (issued by jurisdictional regulatory agencies including environmental documents). b. Change Orders and supplemental agreements; whichever occurs last. c. Contract Addenda, whichever occurs last. d. The signed written Contract. e. Bid/Proposal. f. Project Plans. g. Technical Specifications/Project Manual h. Agency Supplemental General Provisions (Section 00 73 00). i. Agency Supplemental Technical Provisions (Section 00 74 00). j. Standard Drawings. k. Standard Plans i. City of Carlsbad Standard Drawings. ii. Carlsbad Municipal Water District Standard Drawings. iii. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. iv. Traffic Signal Design Guidelines and Standards. v. State of California Department of Transportation Standard Plans. vi. California Manual on Uniform Traffic Control Devices (CA MUTCD). l. “Greenbook” (Standard Specifications for Public Works Construction). m. Reference Specifications. 2. When additional small business/minority/women-owned/veteran or other special requirements by funding sources are included in the Contract Documents, the funding source’s requirements shall govern. a. With reference to the Drawings, the order of precedence shall be as follows: Figures govern over scaled dimensions. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 92 b. Detail Drawings govern over general Drawings. c. Addenda and Change Order Drawings govern over Plans. d. Plans govern over Standard Drawings. 3. When a conflict exists between the ADA requirements of Title 24, and the Agency Supplemental Provisions, the most restrictive requirement shall be followed. ADD: 3-7.3 Red-lines and Record Documents. 3-7.3.1 General. 1. The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or Subcontractor’s possession pertaining to the Work that the Engineer may request. 2. The Contractor shall keep the Red-lines current with entries checked by the Engineer before the Work is covered. Contractor’s failure to update and deliver Red-lines information monthly to the Engineer for review and approval may result in the withholding of monthly progress payments. 3. The Contractor shall note the source identification, such as RFI numbers and Change Order numbers, as required identifying the source of the change to the Contract Documents. 4. The Contractor shall deliver the Red-lines to the Engineer upon completion of the Construction Work. 5. The Contractor shall legibly annotate a full-size set of Plans daily, in red ink, to record additions, deletions or changes to the Work and changes in location, elevation or character of the Work not otherwise shown or noted in the Contract Documents. This “redline” set of drawings shall be kept on the Job Site, shall be used only as a record set, and shall be delivered to the Engineer within 10 Calendar Days of completion of the Work. Contractor shall immediately give written notice of any conflicts between these documents to the Engineer. 6. As-built information shall represent field measurements, approved Shop Drawings, Working Drawings, samples, product data, and other pertinent data discovered during the performance of the Work. The Contractor shall note the source of the change such as RFI or Change Order numbers, as required. The Contractor shall clearly record additions or changes in the Work and depth of underground facilities by dimensioning from 2, known, fixed points. 7. Payment for Record Drawings and Documents shall be included in the various Bid items and no additional payment will be made therefore. 3-7.3.2 Asset Specific Red-lines. 1. Building Red-lines: Building Red-lines shall show any changes from the Plans for the following: a. Location by dimension and the depth by elevation of underground lines, valves, plugged tees, and capped ends. b. By dimension or scale Plans, wiring, conduits, and pull boxes as installed. c. Information necessary to maintain and service concealed items of Work. d. Dimensional changes to the Drawings. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 93 e. Revisions to details shown on the Drawings. f. Depths of foundations below the first floor. g. Locations and depths of underground utilities. h. Revisions to the routing of piping and conduits. i. Revisions to electrical circuitry. j. Actual equipment locations. k. Duct size and routing. l. Locations of concealed internal utilities. m. Changes made by Change Orders. n. Details not shown on original Plans. 2. Fiber Optic and Wi-Fi Device Red-lines: Fiber Optic and Wi-Fi Device Red-lines shall clearly record by dimension from 2 known fixed points and by depth of underground facilities all deviations, modifications, and changes in the Work. Records, deviations, modifications, and changes on the day the Work is performed shall reflect the actual Work location and shall be marked in red at the scale of the Plan sheet on which they are recorded. Red- lines shall show the equipment locations and associated information for the following: a. Locations and depths of underground utilities. b. Revisions to the routing of piping and conduits. c. Actual equipment locations. d. Pull Boxes. e. Electrical Meter, including meter address. f. Items abandoned in place. 3-7.3.3 Payment. 1. The payment for Red-lines Drawings shall be included in the Contract Price. Contractor shall be responsible for their accuracy. 3-8 SUBMITTALS 3-8.1 General Add the following: 1. Shop Drawings and engineering data (submittals) covering all equipment and all fabricated components and building materials which will become a permanent part of the Goods and Special Services under this Contract shall be submitted to Engineer for review, as required. Submittals shall verify compliance with the Contract Documents and shall include Drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and the operation of component materials and devices; the external connections, anchorages, and supports required; the performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. 2. Each submittal shall cover items from only one section of the specification unless the item consists of components from several sources. Contractor shall submit a complete initial submittal including all components. When an item consists of components from several sources, Contractor's initial submittal shall be complete including all components. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 94 3. All submittals, regardless of origin, shall be approved by Contractor and clearly identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each copy of all submittals, regardless of origin, shall be stamped or affixed with an approval statement of Contractor. Each submittal shall indicate the intended use of the item in the Goods and Special Services. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all Drawings and other descriptive data. 4. Contractor shall be solely responsible for the completeness of each submittal. Contractor’s stamp or affixed approval statement of a submittal is a representation to Engineer that Contractor accepts sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that Contractor has reviewed and coordinated each submittal with the requirements of the Goods and Special Services and the Contract Documents. 5. All deviations from the Contract Documents shall be identified as deviations on each submittal and shall be tabulated in Contractor's letter of transmittal using Figure P-01300-2. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. 6. Engineer will not accept submittals from any entity except but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 7. For electronic submittals, drawings and the necessary data shall be submitted electronically to Engineer as specified below. Submittal documents shall be in black and white unless color is required for the review of the submittal. All electronic files shall be in PDF as generated by Adobe Acrobat Professional latest version. The PDF file(s) shall be fully indexed using the Table of Contents, searchable with thumbnails generated. PDF images must be at a readable resolution. For most documents, they should be scanned or generated at 300 dots per inch (dpi). Optical Character Recognition (OCR) capture must be performed on these images so that text can be searched, selected and copied from the generated PDF file. The PDF documents shall have a bookmark created in the navigation frame for each major entry (“Section” or “Chapter”) in the Table of Contents. Thumbnails shall be generated for each page or graphic in the PDF file. The opening view for each PDF document shall be as follows: 1. Initial View: Bookmarks and Page 2. Magnification: Fit In Window 3. The file shall open to the Contractor’s transmittal letter, with bookmarks to the left. The first bookmark shall be linked to the Table of Contents. PDF document properties shall include the submittal number for the document title and the Contractor’s name for the author. 8. Electronic submittal file sizes shall be limited to 10 MB. When multiple files are required for a submittal the least number of files possible shall be created. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 95 9. The Contractor shall post submittals and retrieve the Engineer’s submittal review comments through the Engineer’s (Consulting Engineer’s) Project website accessible through the Internet. Instruction on procedures for posting and retrieving submittals will be provided after award of the Contract. 10. Facsimiles (fax) will not be acceptable. Engineer will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 3.8.1.2 Resubmittal of Drawings and Data 1. Contractor shall accept full responsibility for the completeness of each resubmittal. Contractor shall verify that all corrected data and additional information previously requested by Engineer are provided on the resubmittal. 2. When corrected copies are resubmitted, Contractor shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by Engineer on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) or a unique identification that indicates the initial submittal and correct sequence of each resubmittal. 3. If more than 1 resubmittal is required because of failure of Contractor to provide all previously requested corrected data or additional information, Contractor shall reimburse Agency for the charges of Engineer for review of the additional resubmittals. This does not include initial submittal data such as shop tests and field tests that are submitted after initial submittal. 4. Resubmittals shall be made within 30 Calendar Days of the date of the letter returning the material to be modified or corrected, unless within 14 Calendar Days Contractor submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be completed within that time. 5. The need for more than 1 resubmittal, or any other delay in obtaining Engineer's review of submittals, will not entitle Contractor to extension of the Contract Times unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of Engineer to review and return any submittal to Contractor within the specified review period. 3-8.1.3 Color Selection 1. Contractor shall submit samples of colors and finishes for all accepted products before Engineer will coordinate the selection of colors and finishes with Agency. Engineer will prepare a schedule of finishes that include the colors and finishes selected for both manufactured products and for surfaces to be field painted or finished and will furnish this schedule to Contractor within 60 Calendar Days after the date of acceptance of the last color or finish sample. 3-8.1.4 Operations and Maintenance Data and Manuals 1. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment supplier shall prepare a Project 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 96 specific operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. 2. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. 3. Operation and maintenance manuals shall include the following: a) Equipment function, normal operating characteristics, and limiting conditions. b) Assembly, installation, alignment, adjustment, and checking instructions. c) Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d) Lubrication and maintenance instructions. e) Guide to troubleshooting. f) Parts lists and predicted life of parts subject to wear. g) Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. h) Test data and performance curves, where applicable. 4. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. 5. Manuals shall be submitted in electronic format to the Engineer prior to the date of shipment of the equipment. The manuals shall be submitted and the Engineer’s review comments retrieved, through the Project website accessible through the Internet. Instruction on procedures for posting and retrieving O&M submittals and review comments will be provided after award of the Contract. When the O&M manuals are reviewed "RETURNED FOR CORRECTION,” the corrections shall be made as instructed by the Engineer or Consulting Engineer, and corrected manuals resubmitted to the Engineer or Consulting Engineer. When review by the Engineer is complete, 3 copies of each electronic O&M manual shall be delivered on CD-ROM to the Engineer. Each CD shall contain only 1 copy of 1 manual. Delivery of the final O&M shall be made 30 Calendar Days prior to placing the equipment in operation. 6. All material shall be marked with Project identification, and inapplicable information shall be marked out or deleted. 7. Shipment of equipment will not be considered complete until all required manuals and data have been received. 3-8.1.5 Electronic Operations and Maintenance Manuals 1. Electronic manuals shall be in Adobe Acrobat’s PDF and shall be prepared at a resolution between 300 and 600 dpi, depending on document type. OCR capture shall be performed on these documents. OCR settings shall be performed with the “original image with hidden text” option in Adobe Acrobat Exchange. 2. File size shall be limited to 10 MB. When multiple files are required the least number of files possible shall be created. File names shall be in the format OMXXXXX-YYYZ-V.pdf, where XXXXX is the 5-digit number corresponding to the specification section, YYY is a 3-digit O&M manual number, e.g., 001, Z is the letter signifying a resubmittal, A, B, C, etc, and V is a number used only when more than one 10 MB file is required for an O&M manual. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 97 3. Documents prepared in PDF format shall be processed as follows: Pages shall be searchable (processed for optical character recognition) and indexed when multiple files are required. a) Of material to update the manual provided by the manufacturer. Pages shall be rotated for viewing in proper orientation. b) A bookmark shall be provided in the navigation frame for each entry in the Table of Contents. c) Embedded thumbnails shall be generated for each completed PDF file. d) The opening view for PDF files shall be as follows: e) Initial View: Bookmarks and Page f) Page Number: Title Page (usually Page 1) g) Magnification: Set to Fit in Window h) Page: Single Page i) Where the bookmark structure is longer than 1 page, the bookmarks shall be collapsed to show the chapter headings only. j) When multiple files are required the first file of the series (the parent file) shall list every major topic in the Table of Contents. The parent file shall also include minor headings bookmarked based on the Table of Contents. Major headings, whose content is contained in subsequent files (children) shall be linked to be called from the parent to the specific location in the child file. The child file shall contain bookmark entries for both major and minor headings contained in the child file. The first bookmark of any child file shall link back to the parent file and shall read as follows "Return to the Equipment Name Table of Contents," e.g., Return to the Polymer Feed System Table of Contents. k) Drawings shall be bookmarked individually. l) Files shall be delivered without security settings to permit editing, insertion and deletion 3-8.1.6 Labeling 1. At a minimum, the following information shall be included on all final O&M manual materials, including thumb drives and hard copy manuals: a) Equipment name and/or O&M title spelled out in complete words. b) Project Name. c) Agency Project/Contract Number. d) Specification Section Number. Example: “Section 15 55 00” e) Manufacturer’s name. f) File Name and Date. 3-8.4 Supporting Information ADD the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 98 The Contractor shall provide and keep up to date a complete “As-Built” record set of blue- line prints, which shall be corrected in red daily and show every change from the original Drawings and Specifications and the exact “As-Built” locations, sizes and kinds of equipment, underground piping, valves, and all other Work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of Drawings shall be kept on the job and shall be used only as a Record Set and shall be delivered to the Engineer within 10 Calendar Days of completion of the Work. Payment for performing the Work required by Section 3-8.4 shall be included in the various Bid items and no additional payment will be made. 3-8.6 Manufacturer’s Operation, Maintenance, and Warranty Instructions. To sentence (1), DELETE in its entirety and SUBSTITUTE with the following: For each pre-manufactured product covered by a manufacturer’s warranty, Contractor shall submit 1 electronic copy and 3 bound original or legal copies prior to acceptance of the Contract. 3-12 WORK SITE MAINTENANCE 3-12.1 General. ADD the following: 1. Maintain Site improvements including any temporary facilities, equipment, or other materials. Remove graffiti encountered on the Site within 24 hours. See also SECTION 400 - PROTECTION AND RESTORATION. 2. As a condition of Final Payment, the Contractor shall submit a signed and notarized affidavit stating that all brush, trash, debris, and surplus materials resulting from this Project have been disposed of in a legal manner. The cost of disposal is the Contractor’s responsibility. 3. If required in the Special Provisions, the Contractor shall provide and maintain enclosed toilets for the use of the Agency’s and Contractor’s officers, employees, or agents. Toilets must be kept in a neat and sanitary condition and ensure that they comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. The cost of such is the Contractor’s responsibility. 4. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted, when necessary, by the SWPPP and/ or BMP plan. Such dams shall be removed from the Site as soon as their use is no longer necessary. 5. Work Site maintenance shall be conducted on non-workdays when increased levels of maintenance are deemed necessary, in the opinion of the Engineer, to preserve the health safety or welfare of the public and or to comply with applicable regulations. 6. Disposal of all rubbish and surplus materials is incidental to Work Site maintenance. Disposal shall be made off the Site and shall be in accordance with: a. Local codes and ordinances that govern locations and methods of disposal. b. All applicable safety laws. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 99 c. Requirements of Subpart H, Section 1926.252 of the OSHA Safety and Health Standards for Construction. 7. Work Site maintenance is considered incidental to the items of work that they are associated therewith, and no additional payment will be made. 8. Cleanup and Dust Control. Throughout all phases of construction, including suspension of the Work, and until the final acceptance, the Contractor shall keep the Site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping, and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. 3-12.2 Air Pollution Control. ADD the following: 1. Contractor shall carry out effective measures whenever and as often as necessary to prevent Contractor’s operation from producing dust in amounts damaging to property, cultivated vegetation, domestic animals, or causing a nuisance to persons living or occupying buildings in the vicinity. Contractor shall be responsible for any damage resulting from any dust originating from Contractor’s operations. The dust abatement measures shall be continued until Contractor is relieved of further responsibility by the Engineer. 2. Contractor shall adhere to Air Pollution Control District County of San Diego regulations for equipment used on the Job Site. 3-12.3 Noise Control. ADD the following: 1. All internal combustion engines used in the Work shall be equipped with mufflers in good repair and are subject to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 3-12.4 Storage of Equipment and Materials. 3-12.4.1 General. ADD the following: 1. Equipment and material storage shall be confined to areas approved by the Engineer. Disposal of all rubbish and surplus materials shall be at the Contractor’s expense. 2. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. 3. Materials shall be delivered to the Work Site only during Working Hours and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the Project name and number, address of delivery and name of consignor and a description of the material(s) shipped. 4. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the City’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 100 clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. 5. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Storage of hazardous wastes, construction equipment material, and parking and fueling of equipment shall not occur in biologically sensitive areas. 6. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work is a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. 7. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 8. Restore the storage area to an equal or better condition as deemed necessary by the Engineer and at no additional cost to the Agency. 9. When required by the Engineer, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each Working Day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. 10. Materials and equipment shall be removed from the Site as soon as they are no longer necessary. Before the final inspection, the Site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor’s Bid. 11. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately, and the area cleaned. 12. Excess excavation material from catch basins or similar structures shall be removed from the Site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the Site as soon as practicable after stripping. 13. Failure of the Contractor to comply with the Engineer’s cleanup orders may result in an order to suspend Work until the condition is corrected. No additional compensation will be allowed because of such suspension. 14. Cleanup and dust control required in the Contract shall also be executed on weekends and other non-Working Days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of Work that they are associated with, and no additional payment will be made for them. 15. Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 101 authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 16. Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all utility extension services of temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this Contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of utility extension services for temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees for them. These costs shall be considered incidental to the items of Work that they are associated with, and no additional payment will be made for them. 3-12.6.5 Payment. DELETE in its entirety and SUBSTITUTE with the following: 1. Unless otherwise specified, payment for water pollution control, including implementation and maintenance of BMPs, shall be considered as included in the Contract Unit Price for each item in the Bid. ADD 3-12.7 Vermin Control. 1. The Site and structures constructed under the Contract shall be kept free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 3-13 COMPLETION, ACCEPTANCE, AND WARRANTY 3-13.1 Completion. DELETE in its entirety and SUBSTITUTE with the following: 1. The Contractor shall comply with the following prior to requesting a Pre-Final inspection of the Work and filing of a written assertion that the Work has been completed: a. Provide completed and signed redline drawings and record documents including installation, maintenance and operation instructions, manuals and/or tools for installed equipment. b. Provide and properly label all keys for existing facilities or new permanent work. c. Provide all items specified to be supplied as extra stock and spare parts. Wrap, seal, or place in a container all items as necessary to allow for storage by the Agency for future use. Verify the specified quantities. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 102 d. Provide all final Special Inspection reports and certifications required by equipment manufacturers to demonstrate compliance with applicable codes and standards. e. Remove temporary facilities from the Site. f. Thoroughly clean the Site and remove all mark-outs. 2. The Construction Manager serving as the Project Inspector, will schedule the Pre-Final inspection within 5 Working Days of receipt of the Contractor’s request. The Inspector will generate a list of deficiencies (Punchlist) within 5 Working Days after the Pre-Final inspection. 3. The Contractor shall have no more than 30 Working Days to correct the deficiencies and provide a written response to each Punchlist item. The Inspector will review the corrective work within 5 Working Days of receipt of the Contractor’s written response to each Punchlist item. Any outstanding deficiencies will be considered incomplete Work and the Punchlist will be returned to Contractor. Full payment will not be made for any Bid item with outstanding deficiencies and a Final Inspection will not be scheduled until all deficiencies are completed to the satisfaction of the Inspector. 4. The Contractor shall submit a request for Final Inspection which shall include a written assertion that the Work has been completed in accordance with the Contract Documents and a written response describing the corrective Work completed for all punch list items identified in the Pre-Final inspection(s). The request for Final Inspection will not be considered without the Contractor’s written response to the punch list items. The Inspector will schedule the Final Inspection within 10 Working Days of receipt of the Contractor’s request and invitees will include the Construction Manager, Engineer and representatives from agencies or utility companies having jurisdiction over the Work. The Contractor’s attendance is mandatory. 5. If, in the Engineer’s judgment, the Work has been completed in accordance with the Contract Documents, the Engineer will set forth in writing the date the Work was completed. This will be the date when the Contractor is relieved from responsibility to protect and maintain the Work, and to which liquidated damages will be computed. 3-13.2 Acceptance DELETE in its entirety and SUBSTITUTE with the following: 1. Acceptance of the Work will occur after all the requirements of the Contract Documents have been fulfilled. If, in the Engineer’s judgment, the Contractor has fully performed the Contract, the Engineer will recommend to the City Manager for the City of Carlsbad that the Contractor’s performance of the Contract be accepted. Upon such certification by the Engineer, the City Manager or Executive Manager may accept the Work. Upon the acceptance of the Work by the City Manager or Executive Manager, a “Notice of Completion” will be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of acceptance of the Work. 3-13.3 Warranty. DELETE in its entirety and SUBSTITUTE with the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 103 1. Contractor shall warranty and repair all defective materials and workmanship for a period of 2 years. This warranty period shall start on the date the Work was recorded by the “Notice of Completion” unless the Agency has beneficial use of the Project (excluding water, sewer, and storm drain projects). In addition, Contractor shall warranty the Work against all latent and patent defects for a period of 10 years. 2. The warranty period for specific items covered under manufacturers’ or suppliers’ warranties shall commence on the date they are placed into service at the direction of or as approved by the Engineer in writing. 3. All warranties, express or implied, from Subcontractors, manufacturers, or suppliers, of any tier, for the materials furnished and work performed shall be assigned, in writing, to the Agency, and shall be delivered to the Engineer prior to the acceptance of the Contractor’s performance of the Contract. 4. Replace or repair defective materials and workmanship in a manner satisfactory to the Engineer after notice to do so from the Engineer and within the time specified in the notice. If Contractor fails to make such replacements or repairs within the time specified in the notice, the Agency may perform the replacement or repairs at Contractor’s expense. If Contractor fails to reimburse the Agency for the actual costs, Contractor’s Surety shall be liable for the cost. 5. If, during the warranty period, any item of the Work is found to be Defective Work, Contractor shall correct it promptly after receipt of written notice from the Agency to do so. The warranty period shall be extended with respect to portions of the Work corrected as part of the warranty requirements. ADD 3-13.3.1 Defective Work. 1. If the Engineer finds any part of the Work, to be defective or not in compliance with the Contract Documents, the Contractor shall correct the Defective Work in accordance with the Engineer’s written instructions and within the specified time limits. 2. The Engineer may order Contractor to stop all or part of the Project if, upon notice, Contractor fails to immediately correct the Defective Work in conformance with the Contract Documents. The Contractor bears all direct and indirect costs and damages that result from the Agency’s Stop Work notice. 3. The Engineer may determine in its sole discretion to accept Defective Work instead of having the Contractor correct the Defective Work. However, the Contractor will still be financially responsible for the Defective Work. The Engineer shall issue a deductive Change Order and will incorporate the necessary revisions in the Contract Documents for the Defective Work, the diminished value to the Project, or for the cost to repair the Defective Work. 4. If the Contractor fails to correct Defective Work within the specified time limits, the Engineer may correct the Contractor’s Defective Work. The Agency has the right to correct any Defective Work without notice in the event of an emergency. Contractor shall bear all direct and indirect costs of the Defective Work that the Agency corrects. 5. When undertaking remedial action under this section, the Agency may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 104 Work and or services, and incorporate into the Project all materials and equipment stored at the Site or for which the Agency has paid but Contractor has stored elsewhere. 6. For Building Projects which require a certificate of occupancy, not including sewer and water facilities, if the Contractor fails to correct the Defective Work listed on the Agency’s Punchlist within 30 Working Days in accordance with 6-1.1, “Construction Schedule,” the Contractor shall reimburse the Agency for all costs to provide inspection services required to monitor the Contractor’s Work beyond the 30 Working Days. The Agency shall bill the Contractor for the additional inspection at the Agency’s established rates. 7. If the Contractor completes the Project or portions of the Project prior to NOC, the Contractor shall preserve equipment by developing and implementing a preventive maintenance program in compliance with manufacturer’s recommendations. ADD 3-13.3.2 Warranty Format Requirements. 1. Written warranties, except manufacturer’s standard printed warranties, shall be on the Contractor’s and Contractor’s agents’, material suppliers’, installers’, or manufacturers’ own letterhead, addressed to and for the Agency’s benefit. Submit warranties in the format described in this section, modified as approved by Engineer to suit the conditions pertaining to the warranty. 2. The Contractor shall obtain warranties, executed in triplicate by responsible Subcontractors and Suppliers, within 10 Working Days after completion of the applicable item of Work. Except for items put into use with the Engineer’s permission with date mutually agreed upon in writing, ensure that the beginning time of the warranty is the Project completion date. 3. The Contractor shall verify that the documents are in proper form, contain full information, and are notarized. 4. The Contractor shall verify that warranties are signed by both the Contractor and the appropriate party. 5. The Contractor shall provide warranties to the Engineer with a neatly typed table of contents, identifying each warranty with the number and title of the applicable specification section requiring the warranty and the name of the product or work item. 6. The Contractor shall separate each warranty with index tab sheets keyed to the table of contents listing. Provide complete information using separate typed sheets as necessary. The information shall include a list of Subcontractors and Suppliers with the name, address, and telephone number of the responsible principals. ADD 3-14 SITE ACTIVITIES BY THE AGENCY OR SEPARATE CONTRACTORS 3-14.1 The Agency’s Right to Award Separate Contracts. 1. The Agency reserves the right to perform work or operations outside the Scope of Work of the Contract related to the Project with Agency Forces, Separate Contractors, or both. If work to be performed by another party was not noted in the Contract, the Agency shall give written notice to Contractor 10 Working Days prior to the start of any Work. If Contractor determines that the work being performed by the Agency or others may interfere with or cause damage to Work being performed by Contractor, notify the Engineer in writing within 3 Working Days of the Engineer’s notice. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 105 3-14.2 Integration of the Work with Separate Contractors. 1. When specified in the Contract Documents, prepare a plan to integrate the work performed by Separate Contractors, Agency Forces, or both with the performance of the Work and submit the plan to the Engineer for approval. The plan shall be fair and reasonable for Contractor and the Separate Contractors. Work with Separate Contractors to reach an agreement for the prepared plan. Arrange the performance of the work so that the Work and the work of the Separate Contractors are, to the extent applicable, properly integrated and jointed in a manner that avoids any damage to the Work or to the work of the Separate Contractors. 3-14.3 Coordination. 1. Coordinate Contractor’s activities and the Schedule with the activities and schedules of the Separate Contractors and make any revisions to the Schedule deemed necessary to avoid any disruption to the Work or to the work of the Separate Contractors. 3-14.4 Use of Site. 1. Provide the Agency and the Separate Contractors reasonable opportunities for the storage of materials and equipment and performance of their work. Connect and coordinate work and operations with the work and operations of the Agency and the Separate Contractors as required by the Contract Documents. 2. Coordinate traffic control with the Separate Contractors for other projects and minimize the impact to the community. Prior to the start of construction, submit Contractor’s plan for coordination. 3-14.5 Deficiency in Work of Separate Contractors. 1. If part of Contractor’s Work depends on proper execution or results upon construction or operations by the Agency or a Separate Contractor, prior to proceeding with that portion of the Work, promptly report to the Separate Contractor and the Engineer any apparent discrepancies or defects in construction that would render it unsuitable for proper execution and results. Use good faith efforts to resolve any such discrepancies or defects or any related disagreements. Contractor’s failure to report constitutes Contractor’s acceptance of the Work of Separate Contractors as fit, proper, and coordinated with the Work. 3-14.6 Payment. 1. Payment for reporting deficiencies, coordinating, and resolving discrepancies shall be included in the Contract Price. ADD 3-15 PUBLIC CONVENIENCE 1. The Contractor shall provide and maintain safe and adequate pedestrian and vehicular access to fire hydrants; hospitals; police and fire stations; commercial and industrial establishments including churches, schools and parking lots; service stations; public transportation; pedestrian crossing; motels and establishments of similar nature. Access shall be continuous and unobstructed unless otherwise approved by the Engineer. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 106 2. The Contractor shall provide access for emergency vehicles and mail delivery and trash collection services. The trash hauling schedule can be obtained by contacting Republic Services at Customer Support | Republic Services. 3. Payment for public convenience shall be considered as included in the Contract Price for each item in the Bid and no additional payment will be made. SECTION 4 – CONTROL OF MATERIALS 4-1 PROTECTION ADD the following: 1. The Contractor shall repair or replace any equipment and materials in the event of vandalism, damage, or theft at no additional cost to the Agency. 2. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. 3. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 4. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the Work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this Work, full compensation for such Work shall be considered as included in the prices Bid for other items of Work. 6. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. 7. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish, and place the necessary protection at its expense. 8. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for. 9. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located. 4-2 INSPECTION 4-2.1 General ADD the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 107 1. All costs of inspection at the source, including salaries and mileage costs, shall be paid by the Contractor. 2. Materials typically accepted by Certificate of Compliance shall not require inspection at the source unless specified in the Contract Documents. For a list of these items or materials, Contractor may refer to the Summary of Work. 3. Location changes to the source of materials requiring inspection without the required 24- hour notification may result in non-compliant material subject to rejection. Contractor shall be responsible for staff charges resulting from last minute changes or cancellations once staff has been deployed. The Engineer shall issue a deductive Field Order for a minimum of 2 hours of staff time to reimburse the Agency for misdirected staff charges. The Contractor shall be notified in writing of the additional staff charges incurred. 4. Agency staff or a qualified inspection agency approved by the Engineer shall witness all welding, lining, coating, and testing. Contractor shall incur additional inspection costs outlined in 4-2.3, “Inspection of Items Not Locally Produced.” 5. All parts of production (including but not limited to product fabrication, welding, testing, lining, and coating of straight pieces and specials) shall be performed or produced in the United States. 6. Welding and all testing shall be performed by certified welders and testing staff with credentials traceable in the United States. 7. The Contractor shall provide the Engineer free and safe access to any and all parts of Work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the Work or materials incorporated in the Work shall not relieve Contractor from any obligation to fulfill this Contract. 4-2.3 Inspection of Items Not Locally Produced ADD the following: 1. The Engineer may elect Agency staff or Consultants to perform inspection of an out-of-town manufacturers. The Contractor shall incur additional inspection costs of the Engineer including lodging, meals, and incidental expenses based on Federal Per Diem Rates, along with travel and car rental expenses. If the manufacturing plant operates a double shift, a double shift shall be figured in the inspection costs. a. At the option of the Engineer, full time inspection shall continue for the length of the manufacturing period. If the manufacturing period will exceed 3 consecutive weeks, Contractor shall incur additional inspection expenses of the Engineer’s supervisor for a trip of 2 Working Days to the site per month. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 108 b. When the Engineer elects Agency staff or Consultants to perform out-of-town inspections, the wages of staff employed by the Agency shall not be part of the additional inspection expenses paid by Contractor. c. Federal Per Diem Rates can be determined at the location below: https://www.gsa.gov/portal/content/104877 2. Specialty Testing of Foreign Materials. a. Materials that are manufactured, produced, or fabricated outside of the United States shall be delivered to a distribution point in California, unless otherwise specified. Quality Control and related testing shall be performed to all applicable specified US standards. Manufacturer’s testing and staff certification shall be traceable to a United States regulatory agency. Retain the materials for a sufficient period of time to permit inspection, sampling, and testing. The Contractor shall not be entitled to an extension of time for acts or events occurring outside of, at point of entry, or during transport to the United States, unless the extension is acceptable to the Engineer. ADD 4-2.4 Specialty Inspection Paid for by the Contractor 1. Contractor shall employ and pay for the services of a qualified inspection agency to perform specialty inspection services as required by the Contract Documents. 2. The payment for the specialty inspection service Work shall be included under the Bid item for “Specialty Inspection Paid For By the Contractor.” 3. When an Allowance Bid item for “Specialty Testing Under the Direction of the Engineer” is provided, Contractor shall employ and pay for the services of a qualified third party independent laboratory to perform the required testing. Contractor shall be reimbursed for the cost of testing under this Bid item. 4. Contractor shall be reimbursed for the cost of specialty inspections when an Allowance Bid item is included in the Bid otherwise the cost is the responsibility of the Contractor if the manufacturer requires a specialty inspection service. 4-3 TESTING ADD the following: 1. Except as specified in these Special Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. 2. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the Work and shall be removed from the Project Site all at the Contractor’s expense. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 109 4-4 TRADE NAMES ADD the following: 1. Whenever materials or equipment are indicated in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function, and quality required. 2. Unless stated otherwise, materials or equipment of other suppliers may be accepted if sufficient information is submitted to the Engineer for review to determine whether the material or equipment proposed is equivalent or equal to that named. 3. For reviews prior to Bid: a. If the Engineer fails to respond to Contractor’s substitution proposal before the Bid due date, the substitution proposal shall be deemed denied. b. Contractor may bring forward a substitution proposal after Award that was denied based on the Engineer’s failure to respond by submitting a Cost Reduction Proposal in accordance with 2-6.1, “Cost Reduction Proposal.” 4. Include the following information in the request for substitution: a. Whether or not acceptance of the substitute for use in the Work shall require a change in any of the Contract Documents to adopt the design to the proposed substitute. b. Whether or not incorporation or use of the substitute in connection with the Work is subject to the payment of any license fee or royalty. c. All variations of the proposed substitute from the items originally specified shall be identified. d. Available maintenance, repair, and replacement service requirements. The manufacturer shall have a local service agency within 50 miles (80.5 km) of the Site which maintains properly trained personnel and adequate spare parts and is able to respond and complete repairs within 24 hours. e. Certifications from the manufacturer or service provider that the proposed substitute shall perform the intended function adequately under the expected service conditions, achieve the results called for by the general design, and be similar and of equal substance to that indicated. 5. There is no guaranteed time frame for the Engineer’s review of the substitution requests. Any lack of action on the Engineer’s side within Contractor’s requested time does not constitute acceptance of the substitution. 6. If, in the opinion of the Engineer, substitute items are determined to be unsatisfactory in performance, appearance, durability, compatibility with existing equipment or systems, availability of repair parts and suitability of application, the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 7. The burden of proof as to the type, function, and quality of any such substitute product, material or equipment shall be upon Contractor. The Engineer may require at Contractor’s expense additional data about the proposed substitute. 8. Acceptance by the Engineer of a substitute item does not relieve Contractor of the responsibility for full compliance with the Contract Documents. If the Engineer takes no exceptions to the proposed substitution, it shall not relieve Contractor from Contractor’s responsibility to the efficiency, sufficiency, quality, and performance of the substitute 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 110 material or equipment in the same manner and degree as the material and equipment specified by name. 9. The Bid submittal shall be based on the material and equipment specified by name in the Contract. If the proposal is rejected by the Engineer, Contractor shall not be entitled to either an extension in Contract Time, an increase in the Contract Price, or both. 10. As applicable, no Shop Drawing or Working Drawing submittals shall be made for a substitute item nor shall any substitute item be ordered, installed, or utilized without the Engineer’s prior written approval. 11. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. SECTION 5 – LEGAL RELATIONS AND RESPONSIBILITIES 5-1 LAWS AND REGULATIONS ADD the following: 1. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and prohibitions against discrimination, harassment, and retaliation. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. 2. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. 3. The Contractor’s attention is directed to Labor Code Section 1776 which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the Project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 4. Municipal ordinances that affect this Work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction Project which would be subject to Fish and Game Code Section 1601 or 1603, the conditions established in Fish and Game Code Section 1601 et seq. shall become conditions of the Contract. 5-3.3 Payroll Records. ADD the following: 1. If requested by the Agency, the Contractor and its Subcontractors shall maintain and furnish to the Agency, at a designated time, a certified copy of each weekly payroll reflecting the wages containing all of Contractor’s and Subcontractors’ employees engaged in the Work and a statement of compliance signed under penalty of perjury. 5-3.4 Hours of Labor ADD the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 111 1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 AM and 5:00 PM on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside these hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the stated hours and/or days when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 2. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 5-4 INSURANCE 5-4.1 General. ADD the following: 1. Contractor shall procure and maintain for the duration of the Contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the Work by the Contractor, his or her agents, representatives, employees or Subcontractors. The insurance shall meet the City’s policy for insurance as stated in City Council Policy No. 70. a. Coverages and Limits: Contractor shall maintain the types of coverages and minimum limits specified in these Agency Supplemental General Provisions (00 73 00): i. Commercial General Liability (CGL) Insurance: Insurance written on an “occurrence” basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. ii. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the Contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. iii. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits as required by the Labor Code and Employers’ Liability limits of $1,000,000 per incident. Workers’ compensation offered by the State Compensation Insurance Fund is acceptable to the City. b. Additional Provisions: Contractor shall ensure that the policies of insurance required under this Contract with the exception of Workers’ Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 112 i. The Agency, its officials, employees and volunteers must be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Agency, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; 1 for each company affording general liability, and employers’ liability coverage. ii. The Contractor’s insurance coverage shall be primary insurance as respects the Agency, its officials, employees and volunteers. Any insurance or self- insurance maintained by the Agency, its officials, employees or volunteers shall be in excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Agency, its officials, employees or volunteers. iv. Coverage shall state that the Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. c. Notice of Cancellation. Each insurance policy required by this Contract shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after 10 Calendar Days’ prior written notice has been sent to the Agency by certified mail, return receipt requested. d. Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self- insured retention levels must be declared to and approved by the Agency. At the option of the Agency, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the Agency, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. e. Waiver of Subrogation. All policies of insurance required under this Contract shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the Agency or any of its officials or employees. f. Subcontractors. Contractor shall include all Subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each Subcontractor. Coverages for Subcontractors shall be subject to all of the requirements stated in these Agency Supplemental General Provisions (00 73 00). g. Acceptability of Insurers. Insurance must be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy No. 70. h. Verification of Coverage. Contractor shall furnish the Agency with certificates of insurance and original endorsements affecting coverage required by this clause. The 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 113 certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the Agency and are to be received and approved by the Agency before the Contract is executed by the Agency. i. Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below unless the Risk Manager or City Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor’s indemnification obligations under this Contract. Agency, its officers, agents, and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Contract are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor’s sole expense. The full limits available to the named insured shall also be available and applicable to the Agency as an additional insured. j. Cost of Insurance. The Cost of all insurance required under this Contract shall be included in the Contractor’s Bid. 5-6 PATENTS FEES AND ROYALTIES. DELETE in its entirety and SUBSTITUTE with the following: 1. Contractor shall pay, at no additional cost to the Agency, all applicable royalties and license fees arising from the Work. Contractor shall indemnify and defend all claims and lawsuits for infringement of patent, trademark, and copyright against the Agency and shall hold the Agency harmless from any loss. 5-7 SAFETY 5-7.1.1 General. ADD the following: 1. The Contractor shall respond and initiate corrective action in accordance with OSHA and within 24 hours of the notice of the nonconforming Work that poses an imminent threat to person or property. 2. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the Work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. ADD: 5-7.1.3 Health and Safety Plan (HSP). 1. The Contractor is ultimately responsible for the health and safety of Contractor’s employees. These specifications shall not be construed to limit Contractor’s liability nor to assume that the Agency, its employees, or designees shall assume any of Contractor’s liability associated with Site safety considerations. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 114 2. Contractor shall have a HSP in effect at least 1 week prior to the commencement of the Work. The HSP shall comply with all OSHA and other applicable requirements. 3. The HSP shall specifically address procedures and protocols that shall be followed to monitor for or respond to the presence of hazardous atmosphere, possibility for engulfment, gasses due to organic soils or proximity to landfills, exposure to hazardous products such as may be released when grinding, cutting, or torching galvanized or painted surfaces or asbestos containing materials, contaminated soil, and groundwater. Identify response actions that shall be taken when these conditions are encountered. 4. The Agency shall not assume any role in determining the adequacy of the HSP on Contractor’s behalf. 5-7.7 Security and Protective Devices. Not Used ADD 5-8 INDEMNIFICATION AND HOLD HARMLESS AGREEMENT 1. Contractor agrees to defend, indemnify, and hold harmless Agency, its affiliated and subsidiary entities, and its elected and appointed officials, officers, directors, managers, employees and agents (“Indemnified Parties”) from and against all claims asserted, liability established, or judgments for damages or injuries to any person or property, including to Contractor’s officers, employees, agents, or subcontractors, arising directly or indirectly out of the Work, which arise from, are connected with, or are caused or claimed to be caused by the acts or omissions of Contractor, its officers, employees, agents or subcontractors. Contractor’s duty to defend, indemnify, and hold harmless shall not include any claims or liabilities arising from the sole negligence or sole willful misconduct of the Indemnified Parties. Contractor further agrees that its duty to defend includes all attorney fees and costs associated with enforcement of this indemnification provision, defense of any claims arising from this Contract, and, where a conflict of interest exists or may exist between Contractor and Agency, the reasonable value of attorney fees and costs if Agency chooses, at its own election, to conduct its own defense or participate in its own defense of any claim related to this Contract. 2. Contractor shall also defend and indemnify the Indemnified Parties against any challenges to the Award of the Contract to Contractor, and Contractor will pay all costs, including defense costs for the Agency. Defense costs include the cost of separate counsel for the Indemnified Parties, if the Indemnified Parties request separate counsel. 3. Contractor shall also defend and indemnify the Indemnified Parties against any challenges to the Award of the Contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the Agency. Defense costs include the cost of separate counsel for the Indemnified Parties, if the Indemnified Parties request separate counsel. 4. Contractor shall defend, indemnify, protect and hold the Indemnified Parties harmless from and against any dispute between Contractor and Contractor’s Subcontractors if the Indemnified Parties are made a party to any judicial or administrative proceeding. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 115 ADD 5-9 CONFLICT OF INTEREST 1. Establish and make known to Contractor’s employees appropriate safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by desire for private gain for themselves or others and particularly those with whom they have family, business, or other relationships. Project personnel shall not accept gratuities or any other favors from Subcontractors or potential Subcontractors. 2. Contractor is subject to all federal, state, and local conflict of interest laws, regulations, and policies applicable to public contracts and procurement practices (Government Code Sections 1090 et. seq. and 81000 et. seq., the Agency’s Ordinances, and the City of Carlsbad Municipal Code). If, in performing the Work, Contractor makes or participates in a “governmental decision” in accordance with Title 2, Section 18701, subdivision (a)(2) of the California Code of Regulations, or performs the same or substantially all the same duties for Agency that would otherwise be performed by an Agency employee holding a position specified in the Agency’s conflict of interest code, Contractor shall be subject to a conflict of interest code requiring the completion of 1 or more statements of economic interests disclosing Contractor’s relevant financial interests. 3. Statements of economic interests shall be made on Fair Political Practices Commission Form 700 and filed with the City of Carlsbad’s City Clerk. Contractor shall file a Form 700 (Assuming Office Statement) within 30 Calendar Days of the Agency’s written determination that Contractor shall be subject to a conflict of interest code and file a Form 700 (Annual Statement) on or before April 1st disclosing any financial interests held during the previous calendar year for which Contractor was subject to a conflict of interest code. 4. If the Agency requires Contractor to file a statement of economic interests as a result of the Work performed, Contractor shall be considered an “Agency Official” for conflict of interest purposes, including the prohibition against lobbying the Agency for 1 year following the expiration or termination of the Contract. 5. Contractor’s personnel employed on the Project shall not accept gratuities or any other favors from any Subcontractors or potential Subcontractors. Contractor shall not recommend or specify any product, supplier, or other Contractor with whom Contractor has a direct or indirect financial or organizational interest or relationship that would violate conflict of interest laws, regulations, or policies. 6. If Contractor violates any conflict of interest laws or any of these conflict of interest provisions, the violation shall be grounds for immediate termination of this Contract. Further, the violation subjects Contractor to liability to the Agency for all damages sustained as a result of the violation. ADD 5-10 ELECTRONIC COMMUNICATION 1. When specified in the Contract Documents, Contractor shall post all communications addressed to the Engineer concerning construction including RFIs, submittals, daily logs, and transmittals to the Project management website established for the Project. The Contractor shall maintain a list of scheduled activities including planned and actual execution dates for all major construction activities and milestones defined in the approved Schedule. The Contractor shall review and act on all communications addressed to the Contractor in the 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 116 Project management website. A user’s guide to the Project management system may be available on the City’s website and shall be provided to Contractor at the Pre-construction Meeting. 2. The payment for electronic communications shall be included in the Contract Price. ADD 5-11 STATUTORY REFERENCES 1. All references in these Agency Supplemental General Provisions (00 73 00) to any statute, rule or regulation are to the statute, rule or regulation as amended, modified, supplemented, or replaced from time to time by the corresponding legislative or regulatory body. SECTION 6 – PROSECUTION AND PROGRESS OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK ADD the following: 1. Payment for the initial creation and monthly maintenance of the Construction Schedule shall be included in the Contract Price and no separate payment will be made, therefore. The approval of each monthly payment application will be made following the Engineer’s approval of the updated monthly schedule update for that month. Such approval shall require that necessary edits to previous monthly schedule updates are corrected. 6-2 PROSECUTION OF WORK ADD the following: 1. As soon as possible under the provisions of the Contract, the Contractor shall start the Work. 2. When a Subcontractor fails to prosecute a portion of the Work in a manner satisfactory to the Agency, Contractor shall remove such Subcontractor immediately upon written request of the Agency and shall request approval of a replacement Subcontractor to perform the Work in accordance with the Subletting and Subcontracting Fair Practices Act (Pub. Contract Code, § 4100 et seq.) at no added cost to the Agency. ADD 6-2.1 Order of Work. 1. The Contractor shall incorporate the requirements of the city, utility companies or agencies having jurisdiction over the Work in accordance with 2-4 Cooperation and Collateral Work, including any phasing requirements identified on the Plans or Special Provisions. 2. If construction and demolition operations are within an active public space, the Contractor shall submit a phasing plan to the Engineer to accommodate accessibility to the public and Agency staff. Phasing plan must be approved before Work starts. Phasing plan will be considered part of the mobilization Bid item and shall include any revisions or implementation of the Plan. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 117 ADD 6-2.2 Moratoriums. 1. When moratorium periods are specified in the Special Provisions, Contractor shall stop Work and completely demobilize all construction related activity, equipment, and materials within the stated limits prior to the beginning of the moratorium periods at no additional cost to the Agency. The Contractor shall complete any Work that has been started prior to the start of the moratorium. 2. Contractor shall restore and clean the Site prior to each moratorium. The Contractor shall not leave equipment, materials, or traffic control on the Site during the moratorium periods. Trenches shall be backfilled during moratorium periods. Temporary resurfacing or steel plate covers over trenches shall not be used. 3. The payment for complying with moratorium requirements shall be included in the Contract Bid. Contractor shall not be entitled to any additional costs for repeated mobilization and demobilization to continue the Work after the moratorium periods. 6-3 TIME OF COMPLETION 6-3.1 General. ADD the following: 1. Unless otherwise specified in the Contract, the time of completion of the Contract shall be expressed in Working Days. 2. The number of Working Days specified for the walk-through, preparation, and the completion of Punchlist items until acceptance shall be included in the stipulated Contract Time. 3. The Contractor shall obtain the written approval of the Engineer to perform any Work outside of normal Work hours. This approval must be obtained at least 48 hours prior to commencement of such Work. The Contractor shall pay any additional costs for inspection or testing of such Work. 4. The Contractor shall not perform Work during moratoriums per 6-2.2 or during any periods of restriction identified in agency permits or Project environmental documents and shall include all such schedule constraints in the Construction Schedule. 5. No additional payment or adjustment of Bid item prices or adjustment of Contract Time will be made for the Contractor’s inability to work outside of normal Work hours if Contractor’s request is denied by the Engineer or during prohibited periods. 6-4 DELAYS AND EXTENSIONS OF TIME 6-4.1 General. ADD the following: 1. The Agency shall only grant an extension of time if the Extra Work or unforeseen condition impacts the Project’s critical path. All requests for an extension in Contract Time for any Extra Work or unforeseen event shall be demonstrated by using the CPM. No other scheduling method shall be used to calculate the Project’s schedule. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 118 6-4.2 Extensions of Time. DELETE in its entirety and SUBSTITUTE with the following: 1. The Contract Time shall be modified only by Change Order. 2. Contractor shall immediately submit to the Agency a written request for a Change Order to modify the Contract Time, but in no event later than 1 Working Day after the occurrence and discovery of the events giving rise to the request. Contractor shall include in Contractor’s request a general description of the basis for and the estimated length of any extension and submit supporting data, including a time impact analysis setting forth the claimed Critical Path impacts to the Construction Schedule consistent with Section 1.14 (Change Orders, Delays, and Extensions of Time). 3. The Engineer shall not grant an extension of Contract Time unless Contractor demonstrates, through an analysis of the critical path, the following: a. The event causing the delay impacted the activities along the Project’s critical path. b. The increases in the time to perform all or part of the Project beyond the Contract Time arose from unforeseeable causes beyond Contractor’s control and without Contractor’s fault or negligence. c. All Project float has been used. 4. The Construction Manager shall document the CPM justified Contract Time extension. If Contractor does not agree with this document, Contractor shall submit to the Engineer for review a written protest supporting Contractor’s objections to the document within 15 Working Days after receipt of the weekly document. Contractor’s failure to file a timely protest shall constitute Contractor’s acceptance of the Construction Manager’s CPM justified extension document. a. Contractor’s protest will be considered a claim for time extension and shall be subject to 2-10.1, “Claims.” 6-4.4 Written Notice and Report. DELETE in its entirety and SUBSTITUTE with the following: 1. Contractor’s failure to file with the Engineer a written request and report of cause within 24 hours will be considered grounds for refusal by the Agency to consider such request. 2. The Contractor shall provide written notice to the Engineer within 2 hours after the beginning of the delay, or when the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each Working Day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each worker and supervisor and the make and model of all equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 119 3. The request for payment or extension must be made at least 15 Calendar Days prior to the specified completion date. Failure by the Contractor to provide notices and reports as specified in the Contract will be considered grounds for refusal by the Agency to consider such request. 6-7 TERMINATION OF THE CONTRACT FOR DEFAULT 6-7.1 General. DELETE in its entirety and SUBSTITUTE with the following: 1. Prior to the Acceptance of the Work, Contractor shall be found in default of the Contract if: a. Contractor becomes insolvent, assign Contractor’s assets for the benefit of Contractor’s creditors, are unable to pay Contractor’s debts as they become due, or are otherwise financially unable to complete the Work. b. Contractor abandons the Work by failing to report to the Site and by failing to diligently execute the Work to completion. c. Contractor disregards written instruction from the Engineer or materially violates provisions of the Contract Documents. d. Contractor fails to execute the Work according to the Schedule approved by the Engineer. e. Contractor disregards laws or regulations of any public body having jurisdiction. f. Contractor commits continuous or repeated violations of regulatory or statutory safety requirements. 6-8 TERMINATION OF THE CONTRACT FOR CONVENIENCE. DELETE in its entirety and SUBSTITUTE with the following: 1. At any time, the Agency may at its sole discretion terminate this Contract in whole or in part. If the Agency decides to terminate this Contract for convenience, the Agency shall issue a written notice of termination for convenience. Upon receipt of this notice, Contractor shall immediately proceed as follows: a. Stop Work immediately or in accordance with the Notice of Termination. b. Notify Subcontractors and Suppliers to immediately cease their Work and place no further subcontracts for materials, services, or facilities except as necessary to complete any authorized continued portion of the Contract. c. Terminate all subcontracts to the extent that they relate to the Work terminated. d. With approval by the Engineer, settle all outstanding obligations arising from the termination of subcontracts. This approval shall be final for the purposes of this section. e. As directed by the Engineer, transfer and deliver completed or partially completed drawings, plans, calculations, specifications, and any other documents and records that, if the Contract had been completed, would be required to be furnished to the Agency. f. Complete the performance of the Work not terminated. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 120 g. Take all necessary steps and actions to minimize all costs to the Agency as a result of the termination. h. Take any action that may be necessary or that the Engineer may direct for the protection and preservation of the property related to the Contract that is in Contractor’s possession and in which the Agency has or may acquire an interest. 6-8.1 Termination Cost. 1. The Agency shall determine and pay Contractor the fair and reasonable amounts for Contractor’s termination cost as follows: a. The Contract Price for completed services accepted by the Engineer not previously paid or adjusted for any saving of freight and other charges. b. The fair and reasonable cost of settling and paying termination settlements for terminated subcontracts that are chargeable to the terminated portion of the Contract. c. The Agency shall pay Contractor a prorated amount of profit for Work that Contractor performed. The Agency shall not pay for lost profit on Work that was not performed by Contractor. 6-8.2 Termination Settlement. 1. After termination, Contractor shall submit a final termination settlement proposal to the Engineer no later than 3 months from the effective date of termination, unless extended in writing by the Engineer. 2. If Contractor fails to submit the proposal within the time allowed, the Agency may determine and pay the fair and reasonable amount that may be due Contractor as a result of the termination. If Contractor does not agree that the amount determined by the Engineer is fair and reasonable, Contractor must notify the Engineer within 30 Calendar Days of receipt of payment. 6-8.3 Determination of Amount Due the Contractor. 1. In determining the amount due Contractor, the Agency shall deduct the following: a. The fair value of property destroyed, lost, stolen, or damaged that has become undeliverable to the Agency. b. Any claim which the Agency has against Contractor under the Contract. 6-8.4 Records and Documents Relating to Termination. 1. The Engineer will file an Agreement of Mutual Rescission of Contract with the Board. Once the Agreement is executed and a Notice of Completion is recorded, retention can be released. 2. Unless otherwise specified or required by statute, Contractor shall maintain all records and documents relating to the terminated portion of the Contract for 3 years after final settlement. This includes all books and other evidence bearing on Contractor’s costs, expenses, and settlement under the Contract. Contractor shall make these records and documents available to the Agency, at Contractor’s office, at all reasonable times, without any direct charge. If approved by the Engineer, Contractor may maintain photographs, microphotographs, and other authentic reproductions instead of original records and documents. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 121 6-8.5 The Agency’s Right to Terminate or Suspend for Loss of Project Funds. 1. The Agency may terminate or suspend the Contract at its sole discretion if the State of California or its agents render the funds being used to fund this Project unavailable. If the Agency chooses to suspend the Contract, that suspension shall last until funds are identified and approved by the Board, whichever is appropriate, to be used to complete this Project. If the Agency elects under this provision to terminate the Contract, then neither Party is entitled to compensation from the other Party for any costs arising from such termination. The Agency may also elect to terminate after invoking a suspension under this provision. 6-9 LIQUIDATED DAMAGES DELETE in its entirety and SUBSTITUTE with the following: 1. Contractor’s failure to complete the Work within the time allowed shall result in damages being sustained by the Agency. Such damages are, and shall continue to be, impracticable and extremely difficult to determine. For each consecutive Working Day in excess of the time specified for the completion of the Work, as adjusted in accordance with 6-4, “DELAYS AND EXTENSIONS OF TIME,” Contractor shall pay to the Agency, or have withheld from monies due it, the sum described in the table below, along with any other damages that may be sustained by the Agency during the Project, unless otherwise specified in the Special Provisions. 2. The execution of the Contract shall constitute agreement between Contractor and the Agency that the liquidated damage amount described in the table below is the value of the damage caused by Contractor’s failure to complete the Work within the allotted time. Such sum shall not be construed as a penalty and may be deducted from Contractor’s payments if such delay occurs. Contract Value Liquidated Damage Daily Amount Less than $100,000 $1,000 $100,000 and more $2,500 3. Any progress payments made to Contractor after the specified completion date shall not constitute a waiver of payment for damages sustained by the Agency under this section. ADD 6-10 RIGHT TO AUDIT 6-10.1 General. 1. The Agency retains the right to review, audit, reasonably access Contractor’s and all Contractor’s Subcontractor’s premises to review and audit Contractor’s compliance with the provisions of the Contract. This includes the right to inspect, photocopy, and retain copies, outside of Contractor’s premises, of all records with appropriate safeguards if such retention is deemed necessary by the Agency in its sole discretion. The Agency will keep this information in strictest confidence. 2. Contractor shall include the Agency’s right to audit in its subcontracts and ensure that these specifications are binding upon all Subcontractors. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 122 6-10.2 Audit. 1. The right to audit includes the right to examine any and all books, records, documents, and any other evidence of procedures and practices that the Agency determines is necessary to discover and verify that Contractor are in compliance with all requirements under the Contract. 2. If there is a claim for additional compensation or for changes in Work, the right to audit also includes the right to verify all direct and indirect costs which are claimed to have been incurred, anticipated to be incurred, or for which a claim for additional compensation or for changes in the Work have been submitted. 3. Contractor shall maintain complete and accurate records in accordance with generally accepted accounting practices in the construction industry. Contractor shall also make available to the Engineer for review and audit all Project-related accounting records and documents and any other financial data. Upon the Engineer’s request, Contractor shall submit exact duplicates of originals of all requested records to the Engineer. 6-10.3 Compliance Required Before Mediation and Litigation. 1. As a condition precedent to proceeding with mandatory mediation and further litigation under 2-10.2, “Dispute Resolution Process” Contractor shall comply with the audit specifications within 60 Calendar Days of the Engineer’s notice to review and audit compliance. See 5-2, “SPECIAL NOTICES.” 6-10.4 Access to Records on Federally Funded Projects. 1. Contractor shall retain all records, books, papers, and documents directly pertinent to the Contract for a minimum of 5 years after the Agency makes final payments and all other pending matters are closed and shall allow access to those records to the Agency, the Federal grantor agency, the Comptroller General of the United States, or any duly authorized representatives. SECTION 7 – MEASUREMENT AND PAYMENT 7-2 LUMP SUM WORK ADD 7-2.1 Schedule of Values (SOV). 1. Submit a SOV for the lump sum Bid items of the Work to the Engineer for review and approval at the pre-construction meeting. The total value for the work described in the contract documents shall be shown in the SOV with category totals reflective of those values presented in Section 00 41 00 BID FORM, Bid Schedule A and B in the contract. 2. The SOV shall: a) Subdivide the Work into its respective parts. b) Include values for all items comprising the Work. 3. The Engineer is the sole judge of acceptable numbers, details, and description of values established. If, in the opinion of the Engineer, a greater number of SOV items than proposed by Contractor is necessary, add the additional items identified by the Engineer. When requested by the Engineer, provide substantiating data in support of the SOV. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 123 4. The Contractor shall develop the SOV independently but simultaneously with the development of the Schedule activities and logic. Incorporate phase funding impacts, if applicable, into the Schedule. 5. The Contractor shall break down the Work not specifically included in the Bid as necessary for establishment of cost and Schedule activity. 6. The Contractor shall update and submit these listings in conjunction with the monthly Schedule update submittals. 7. The Contractor shall incorporate issued Change Orders or Field Orders in the Schedule into the SOV as single units identified by the Change Order or Field Order number. 8. Changes to the Schedule which add activities not included in the original Schedule but included in the original Work (schedule omissions) shall have values assigned as accepted by the Engineer. Other activity values shall be reduced to provide equal value adjustment increases for added activities as accepted by the Engineer. 9. In the event that the Contractor and the Engineer agree to make adjustments to the original SOV because of inequities discovered in the original accepted SOV, increases and equal decreases to values for activities may be made. 10. The payment for the preparation of the SOV shall be included in the Contract Price. 7-3 PAYMENT 7-3.1 General. To paragraph (8), DELETE in its entirety and SUBSTITUTE with the following: If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor’s failure to pay for labor or materials used in the Work, all money plus 25 percent due for such labor or materials will be withheld from payment in accordance with applicable laws. At the expiration of 30 Calendar Days from the date of recording the NOC, the amount deducted from the final estimate and retained by the Agency shall be paid to Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment. ADD the following: 1. Unless specified otherwise, the Contract Price includes use, consumer, and other taxes mandated by applicable legal requirements. The Contract Price is not subject to adjustment for tax increases. 2. As provided in California Public Contract Code Section 7105, if the Contract is not financed by revenue bonds, Contractor is not responsible for the cost of repairing or restoring damage to the Project when damage was proximately caused by an Act of God, in excess of 5% of the Contract Price, if the following occur: a. The damaged portion of the Project was built in accordance with the Contract requirements. b. There are no insurance requirements in the Contract for the damages. 3. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the Notice of Completion. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 124 7-3.2 Partial and Final Payment. To paragraph (5), DELETE in its entirety and SUBSTITUTE with the following: Pursuant to Public Contract Code Section 22300, Contractor shall have the option, at Contractor’s expense, to substitute for any money withheld by the Agency, securities equivalent to the amount being withheld. Securities eligible for such substitution are bank or savings and loans certificates of deposit or such securities which are eligible for investment pursuant to Government Code Section 16430. As to any such security or securities so substituted for monies withheld, Contractor shall be the beneficial owner of same and shall receive any accrued interest. Such security shall, at Contractor’s request and expense, be deposited with the Agency or with a State or Federally Chartered bank as the escrow agent who shall pay such monies to Contractor upon notification by the Engineer that payment can be made. Such notification shall be given at the expiration of 30 Calendar Days from the date of NOC, or as prescribed by law, provided however, that there shall be a continued retention of the necessary securities to cover such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. ADD the following: 1. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the Contract Bid item and Change Order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the Contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 Calendar Days from receipt of the Final Payment Estimate to make a written statement disputing any Bid item or Change Order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all Contract Bid items and Change Order items. If the Contractor submits a written statement with supporting documents within 30 Calendar Days from receipt of the Final Payment Estimate, the Engineer will review the disputed item within 30 Calendar Days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 2-10.1.1, Initiation of Claim. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of the disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 125 Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 2. Final Payment and release of Retention shall be paid after Contractor submits the following: a. An affidavit that payrolls and bills for materials, equipment, and other indebtedness connected with the Work for which the Agency or the Agency’s property might be responsible for or encumbered by. Fewer amounts withheld by the Agency shall have been paid for or otherwise satisfied. b. A certificate evidencing that insurances required by the Contract Documents shall remain in force after Final Payment is currently in effect and shall not be canceled or allowed to expire until at least a 30 Calendar Days prior written notice has been given to the Engineer. c. Consent of Surety to Final Payment. d. If required by the Engineer, other data establishing payment or satisfaction of obligations such as receipts, releases and waivers of liens, claims, and security interests or encumbrances arising out of the Contract Documents. If a Subcontractor refuses to furnish a release or waiver required by the Agency, Contractor may furnish a bond satisfactory to the Engineer to indemnify the Agency against such lien. e. If required in the Contract Documents, the successful completion and submittal of the required reports such as construction demolition, waste recycling, and hydrostatic discharge reports. f. Required documentation, record drawings, operations manuals, test reports, warranty documentation, and UL labels shall be submitted before requesting the release of retention. ADD 7-3.2.1 Application for Progress Payment. 1. Using Application for Payment Form provided by Engineer, and by the 5th day of each month, sign, fill out, and submit to the Engineer a partial payment estimate that identifies acceptable Work performed during the previous month, or since the last partial payment estimate was submitted. If requested by the Construction Manager, provide such additional data as may be required to support the payment estimate. Such data may include submission of signed field orders and satisfactory evidence of payment for equipment, materials, and labor, including payments to Subcontractors and Suppliers. 2. Monthly schedule updates must be submitted for Engineer’s approval on monthly basis also and payment application approval will be contingent on schedule update approval. 3. Each month, the Engineer will make an approximate measurement of the Work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on completed Contract and Change Order Work. Progress payments shall be made no later than 30 Calendar Days after the closure date. Five Working Days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s review. Should the Contractor assert that additional payment is due, the Contractor shall within 10 Calendar Days of receipt of the progress estimate, submit adequate justification supporting the amount of supplemental payment request to 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 126 the Engineer. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than 7 Calendar Days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. Consistent with Public Contract Code Section 20104.50, the Agency shall make payments within 30 Calendar Days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within 30 Calendar Days after receipt by the Engineer, then the Agency shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Code of Civil Procedure Code Section 685.010. 4. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the Contract Bid item and Change Order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the Contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. 5. The Contractor shall have 30 Calendar Days from receipt of the Final Payment Estimate to make a written statement disputing any Bid item or Change Order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all Contract Bid items and Change Order items. 6. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 Calendar Days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 2-10, Disputed Work. 7. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of the disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 8. Progress payments shall be signed, and the date of the invoice shall be the date that the invoice is submitted. 9. The Agency shall not pay progress or partial payments until Contractor submits to the Engineer an updated Schedule. It is solely the Contractor’s responsibility to prepare and submit the Schedule updates. 10. Disputed or incorrect applications shall be returned to the Contractor within 7 Calendar Days with documentation describing the reason for the rejection of the payment request. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 127 ADD 7-3.2.2 Amount of Progress Payments. 1. If an undisputed and properly submitted application for payment is received by the Engineer, the Agency shall pay Contractor within 30 Calendar Days after the Engineer receives the application for Payment consistent with Public Contract Code Section 20104.50. The Agency shall pay Contractor for the Work performed, including the payment for offsite stored materials per section 7-3.3.1.2, through the period covered by the application for payment if the payment amount before Retention does not exceed the percentage of completion of the Work as set forth in the SOV. ADD 7-3.2.3 Waiver of Claims at Final Payment. 1. Contractor’s acceptance of Final Payment constitutes a waiver of affirmative claims by Contractor, except those previously made in writing and identified as unsettled at the time of Final Payment, which are expressly reserved by Contractor from operation of its Release of Claims pursuant to Public Contract Code Section 7100 or other Applicable Law. ADD 7-3.2.4 Withholding of Payment and Back Charge. 1. The Engineer may withhold payment for any of the following reasons: a. Defective or incomplete Work. b. Stop notices, wage orders, or other withholdings required by Applicable Law. c. Contractor’s failure to comply with 5-3.3, “Payroll Records” and the Contractor Registration and Electronic Reporting System requirements of the Contract Documents. d. Failure to submit monthly Construction Schedule updates. e. Failure to address punch list items in reasonable timeframe. 2. The Engineer may back charge the Contractor for any of the following reasons: a. Defective or incorrect Work not remedied. b. Damage to Agency property or a third party’s property that was caused by Contractor. c. Liquidated Damages. d. Non-attendance at meetings without prior cancellation notice. e. Lack of monthly schedule updates incorporating noted edits from previous monthly schedule updates. f. Failed inspections or re-inspections paid by the Agency. 7-3.3 Delivered Materials ADD 7-3.3.1 Payment for Stored Materials on Site. ADD 7-3.3.1.1 General. 1. When authorized, Contractor may request payment for materials and equipment which has not been incorporated into the Work but will be at a later date and will be delivered and stored at the Project Site within the month payment is requested. 2. The material shall meet the Contract requirements and the material’s required test results and certifications shall be filed with the Engineer. 3. Only non-perishable materials for major items of Work or Materials Subject to Price Adjustment shall be considered for payment for on-site storage. However, each individual 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 128 item has a value of more than 1% of the Contract Price and shall become a permanent part of the Work. 4. Materials cost shall be evidenced by the manufacturer’s paid invoice bearing the statement that Contractor has paid all invoices in full. 5. The payments for the stored materials shall not exceed the invoice price or 60% of the Bid prices for the pay items into which the materials are to be incorporated, whichever is less, unless otherwise approved by the Engineer. 6. Apply for the payment for materials stored on a form provided by the Engineer and attach documentation to show the following: a. The amount paid on the invoice (or other record of production cost) for the stored items. b. The dollar amount of the material incorporated into each of the various Work items for the month. c. The amount that should be retained for stored materials. d. That Contractor has received the materials and equipment free and are clear of all liens, charges, secured interests, and encumbrances. e. That the materials and equipment are covered by the appropriate property insurance in accordance with the insurance provisions and other arrangements that protect the Agency’s interest. 7. Contractor shall provide the Engineer, upon request and prior to any partial payment, documentation which transfers full legal title to such materials to the Agency conditional only upon receipt of the Final Payment. Such transfer of title or any partial payment shall not constitute acceptance by the Agency of the materials, nor shall it void the right to reject materials subsequently found to be unsatisfactory in accordance with SECTION 4 – CONTROL OF MATERIALS. This shall also not relieve Contractor of any obligation arising under the Contract Documents. 8. The payments for materials on-site are subject to retention as set forth in 7-3.2, “Partial and Final Payment.” 9. Contractor shall assume all risks associated with the loss or damage to the stored products for which payment has or has not been received. 10. Equipment and materials shall be stored in accordance with manufacturer’s recommendations. The stored products shall be in a form ready for installation. The Agency shall not pay for raw materials or parts and pieces of equipment. 11. Any and all surplus materials that are not incorporated in the Work shall become Contractor’s property at no additional cost to the Agency. 12. Unless specifically provided in the Contract, payment for the materials on hand shall not be included when determining the percentage of Work completed. 13. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary, for the progress of the Work. No markup shall be applied to any material provided by the Agency. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 129 ADD 7-3.3.1.2 Payment for Stored Materials Offsite. 1. The payment of materials and equipment delivered and stored offsite in a bonded warehouse shall be contingent upon Contractor’s compliance with the storage and protective maintenance requirements set forth in the Contract Documents and all other requirements necessary to preserve equipment warranties for the benefit of the Agency. 2. The Agency reserves the right to refuse approval for the payment of any equipment or materials suitably stored offsite in its sole discretion, regardless of whether all conditions in the Contract Documents have been met. 3. Partial payment may be made for products eligible for offsite delivery and storage only upon Contractor’s presentation of a bill of sale, a paid invoice, or an affidavit certifying that the material is received by the Contractor free and clear of all liens, encumbrances, and secured interest of any kind including offsite delivery. 4. Partial payment for products delivered and stored offsite shall be contingent upon Contractor’s compliance with the storage and protective maintenance requirements set forth in the Contract Documents and all other requirements necessary to preserve equipment warranties for the benefit of the Agency. 5. The cost of materials and equipment delivered but not incorporated into the Work will not be included in the progress estimate. 6. Costs associated with the delivery to and storage at an offsite bonded facility shall be at Contractor’s expense regardless of the Engineer’s approval to deliver and store the materials. 7. Contractor shall provide written evidence to the Engineer of having made arrangements for unrestricted access by the Agency and the Agency’s authorized representatives to the materials wherever stored, including provisions for the Agency to take control and possession of such materials at any time and without restriction. Contractor shall furnish the Engineer a permit of entry, from the owner of the property, for at least 6 months after the NOC has been filed. The permit of entry shall contain information similar to the following: PERMIT OF ENTRY: Permission is granted to the Agency and its designated employees or agents to enter upon the property described in this permit for a period of not less than 6 months after the NOC has been filed for Ruby G. Schulman Auditorium Audiovisual Update for the purpose of removing materials for which advance materials on hand payment has been made to (Contractor’s Name). The property is owned by (Owner’s Name) and is described as follows: (Address and Description of Property). (Include signature(s) and date(s) for owner and lessee or purchaser, and, if appropriate, attach a copy of a warehouse receipt or contract for storage. 8. The material shall be clearly marked and identified as being specifically fabricated, produced, and reserved for use on the Project. The Contractor shall provide payment documentation for the materials. 7-3.4 Mobilization. ADD the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 130 1. Mobilization consists of Work necessary for the movement of personnel, equipment, supplies, and incidentals to and from the Site; for establishment of all offices, buildings, storage yards, and other facilities necessary for the Work; and for all other Work and operations which shall be performed prior to beginning the Work and after completion of the Work on the various Contract items on the Site. 2. Contractor shall properly design the Project parameters to incorporate construction mobility for moving on and off the Site in a manner that limits disturbance to the surrounding residences, businesses, and any other citizens. This includes the designated staging areas, loading areas, and assemblage areas. Contractor shall consider and address access rights of the public at all times. Prepare a mobilization plan that shall describe and govern Contractor’s mobilization activities. 3. When a Bid item has been provided for “Mobilization,” payment for mobilization Work shall be distributed equally over the first 2 progress payments up to the Bid amount of the “Mobilization” Bid item but shall not exceed 3% of the Contract Price. If Contractor’s Bid item for “Mobilization” exceeds 3% of the Contract Price, then anything above 3% of the Contract Price shall be paid as a part of the Final Payment. 4. The complete dismantling and removal of all of Contractor’s properties, temporary facilities, equipment, materials, construction wastes, and personnel at the Site referred to as demobilization is included in the payment for mobilization, unless there is a Bid item for demobilization. 5. If a separate Bid item has not been provided for mobilization, the payment for mobilization is included in the Contract Price. ADD 7-3.9 Field Orders. Not Used 7-4 PAYMENT FOR EXTRA WORK 7-4.1 General. ADD the following: 1. With every request for payment, Contractor shall submit to the Engineer a breakdown showing monthly and cumulative amounts of the Work performed under the Change Order by Contractor and Contractor’s Subcontractors. The reporting format shall be approved by the Engineer. 2. When the price for the Extra Work cannot be agreed upon, the Agency will pay for the Extra Work based on the accumulation of costs. 7-4.2 Basis for Establishing Costs. 7-4.2.1 Labor. ADD the following: 1. The costs of labor will be the actual cost for wages of workers performing the Extra Work at the time the Extra Work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 131 apprenticeship funds, and other direct costs, resulting from federal, state, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. 2. The use of a labor classification which would increase the Extra Work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportionate to all their assigned work and only that applicable to Extra Work will be paid. 3. Non-direct labor costs, including superintendence, shall be considered part of the markup of Section 7-4.2.1(1). 4. The Agency reserves the right to request the following: a. Financial records of salaries for an employee. b. Wage rates/Certified Payroll. c. Bonuses and deductions. 5. Contractor shall list the labor rates of its personnel and Subcontractors who work on the Project. The payment for payroll records is included in the Contract Price. 6. If Contractor’s proposal for Extra Work is based upon services and Work to be performed outside Normal Working Hours, the labor charges associated with the Extra Work shall consist of straight time wages and burdens plus the appropriate overtime or shift premium with no additional burdens, such as fringe benefits, on the premium portion. 7-4.2.3 Tool and Equipment Rental. DELETE in its entirety and SUBSTITUTE with the following: 1. No payment shall be made for the use of tools which have a replacement value of $200 or less. 2. Regardless of ownership, the rates and delay factors to be used in determining equipment rental costs shall not exceed those listed in the latest edition of the Caltrans publication entitled “Labor Surcharge and Equipment Rental Rates” preceding the date the Work is accomplished. The latest edition of the Caltrans publication is available at www.dot.ca.gov. The delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and Subcontractors, if any. The labor surcharge rates published therein are not a part of this Contract. 3. Contractor shall be entitled to a rental rate adjustment when Contractor can substantiate that the rental rates prevailing locally exceed the published rates by more than 15%. For equipment not listed in the Caltrans publication, rental rates shall not exceed listed rates prevailing locally at equipment rental agencies or distributors at the time the Work is performed. 4. Whenever possible, Extra Work shall be accomplished using equipment available on Site or owned by Contractor. If a specific piece of equipment shall be rented to be used exclusively for the Extra Work, the rental rate shall be the invoiced rate. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the Extra Work shall be included. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 132 5. If rental equipment is not being used or used intermittently and could be returned to its rental source rather than holding it at the Work Site, the Contractor shall return the equipment at no expense to the Agency unless Contractor elects to keep it at the Work Site at Contractor’s expense. 6. The reported rental time for equipment already at the Work Site shall be the duration of its use on the Extra Work. This time shall begin when equipment is first used on Extra Work, plus the time required to move it from its previous site and back or from its previous site to a closer site. 7. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. 7-4.2.5 Invoices. Vendors’ invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 7-4.3 Markup. 7-4.3.1 Work by the Contractor. DELETE in its entirety 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 profits: Labor 20 Materials 15 Equipment Rental 15 Other Items and Expenditures 15 To the sum of the costs and markups provided for in this section, 1% shall be added as compensation for bonding. 7-4.3.2 Work by a Subcontractor. DELETE in its entirety and REPLACE with the following: When all or any part of the Extra Work is performed by a Subcontractor, the markup established in 7-4.3.1 shall be applied to the Subcontractor’s actual cost of such Work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the Extra Work and a markup of 5 percent on Work added in excess of $5,000 of the subcontracted portion of the Extra Work may be added by the Contractor. 7-4.4 Daily Reports. ADD the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 133 Payment for Extra Work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. When the price for the Extra Work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for Extra Work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next Working Day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. END OF SECTION 00 74 00 AGENCY SUPPLEMENTAL TECHNICAL PROVISIONS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 134 SECTION 2 01 41 26 PERMIT REQUIREMENTS PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS a. The Contractor is responsible to obtain all local, state and federal permits and licenses required to perform the Work. Payment for obtaining and complying with permits and licenses including, but not limited to, general construction permits, building permits, and Federal, State and local taxes shall be borne by the Contractor and shall be included in prices Bid for Work for which such costs are appurtenant. b. The Contractor shall obtain and pay for all permits for the disposal of all waste or surplus materials removed from the Project. The cost of the permit(s) shall be included in the price for the Bid items requiring the permits and no additional compensation will be allowed for them. c. The Contractor shall provide a copy of the permit or license to the Agency prior to performing the Work requiring the permit or license. d. Contractor shall pay for all fees applicable to Contractor’s operations. e. Contractor shall not begin Work until all permits applicable to the Work are obtained. Permits shall be maintained in valid status until acceptance of the Work by the Agency. f. The Contractor shall pay all business taxes or license fees required for the Work. 1. To the extent that there is a change in the type or cost of any permits, fees, licenses, or inspections after Contract award, there shall be an equitable adjustment in the Contract Price on account of such change under the Extra Work provisions. 2. The Contractor shall comply with and give notices required by Applicable Laws. The Contractor is not entitled to damages or additional payment for delays attributable to the acquisition of permits. 3. The Contractor shall pay the Agency for regulatory fees, fines, or penalties imposed on the Agency arising from the Contractor’s failure to complete the Work in accordance with the Contract Documents. g. The Contractor shall obtain, pay for, and comply with required permits, licenses, work permits, and authorizations from appropriate agencies, including the following: 1. Licenses i. Before submitting Bids, Contractors shall be licensed in accordance with provisions of Chapter 9, Division 3, of the Business and Professions Code. ii. City of Carlsbad Business License. h. The Agency will obtain for the Contractor, the following: 1. CEQA Notice of Exemption 2. NEPA documents 3. City of Carlsbad Building Permit 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 135 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 PAYMENT (Not Used) 1.03 WATER (Not Used) 1.04 POWER a. Contractor shall provide all power for heating, lighting, operation of Contractor's plant or equipment, or for any other use by Contractor. Temporary heat and lighting shall be maintained until the Work is accepted. b. Construction Operations. Each Contractor shall provide all power for operation of its plant and equipment, or for any other use, except building heating and lighting. All building heating and lighting shall be provided under Contract. c. Temporary Lighting and Heating. Contractor under Contract shall provide temporary heat and light for all buildings, to protect the Work and maintain suitable working conditions. Temporary heat and light shall be maintained until Work under Contract has been accepted by Agency. d. When operational, the permanent heating and ventilating system and the permanent lighting system shall be used by Contractor under Contract to provide temporary heat and light. Before use of the permanent heating and ventilation system in the XXX building, Contractor shall install a filter with MERV of 8 at each return air grille in the system and remove the filter at end of construction. e. Temporary heat shall be provided when the temperature falls below 50°F (10°C) and as otherwise required to maintain reasonable working conditions and protect all Work, materials, and equipment against damage from dampness or cold, to dry out the structure, or to maintain proper conditions for the installation and curing of materials. f. Heating equipment and fuels shall be suitable for the particular purpose and shall include adequate safety devices. Combustion type heaters shall not be used without proper venting nor in areas where such equipment might introduce a hazard. Heat from Owner's existing facilities shall not be used. g. All enclosed areas shall be ventilated (using forced-draft equipment when necessary) as required to maintain proper conditions for workers and the Work and to avoid any accumulation of hazardous dust or fumes. h. Power for heating, lighting, and operation of Contractor's plant and equipment in connection with the Work to be done under this Contract shall be provided by Agency without charge to Contractor, subject to the following conditions: 1. The existing heating system at each location will remain in operation and may be utilized by Contractor to the extent available. 2. Existing lighting systems at each location may be utilized by Contractor to the extent available. Any necessary additional or temporary lighting systems shall be provided by Contractor at no additional cost to Owner. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 136 3. Power will be available at 120 volts, 60 Hz, single phase and 240/ 480 volts, 60 Hz, 3 phase. 4. Contractor at its own expense shall make authorized connections to the existing power sources and shall extend temporary service lines to the required areas. Temporary wiring shall conform to Article 305 of the NEC. 5. Contractor shall at all times provide adequately against waste and needless use of power. Electrical power shall be used only in such quantities as will not interfere with Owner's requirements, and care shall be taken not to overload the existing facilities. Contractor shall provide any additional or temporary electrical power or power of other voltages it may require for prosecution of the Work. i. These provisions shall not be construed as a guarantee by Agency of the uninterrupted continuation of power, and interruptions beyond the control of Agency shall not be reason for claims for additional costs nor for extensions of time. Contractor shall provide, at no additional cost to Agency, any necessary power required for prosecution of the Work during such interruptions. 1.05 SANITARY FACILITIES (Not Used) 1.06 VOICE AND DATA SERVICES (Not Used) 1.07 CONSTRUCTION AIDS a. Contractor shall furnish, install, maintain, and operate all construction aids required by it and its Subcontractors in the performance of the Work, except as otherwise provided in the Contract. b. Contractor under Contract shall provide construction aids necessary for the performance of Work by other Contractors on the Project. Such construction aids shall be suitable for conditions encountered and shall include: 1. Elevators and hoists 2. Cranes 3. Temporary enclosures 4. Swing staging 5. Scaffolding 6. Temporary stairs c. Construction aids shall be furnished without charge to the other Contractors, and all necessary erection, maintenance, and operating personnel shall be included. In the event of conflict, the Contractor furnishing the equipment shall determine priorities in the best interest of the Project. d. The use of any plant equipment, whether furnished and installed under this Contract or not, including elevators, shop cranes, heating, ventilating, air conditioning, and plumbing fixtures, shall be only with Agency's written permission. 1.08 MAINTENANCE OF TRAFFIC a. Contractor shall conduct its Work to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 137 roads, driveways, and walks, whether public or private, Contractor shall provide and maintain suitable and safe bridges, detours, or other temporary expedients for the accommodation of public and private travel, and shall give reasonable notice to owners of private drives before interfering with them. Such maintenance of traffic will not be required when Contractor has obtained permission from the Agency and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. 1.09 BARRICADES AND LIGHTS (Not Used) 1.10 FENCES (Not Used) 1.11 PROTECTION OF PUBLIC AND PRIVATE PROPERTY a. Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by its construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. b. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work Site or any part of it, whether by Contractor or its Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement, or payment of costs incurred in connection with the damage. c. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. 1.12 DAMAGE TO EXISTING PROPERTY a. Contractor will be held responsible for any damage to existing structures, Work, materials, or equipment because of its operations and shall repair or replace any damaged structures, Work, materials, or equipment to the satisfaction of, and at no additional cost to, Agency. b. Contractor shall protect all existing structures and property from damage and shall provide bracing, shoring, or other work necessary for such protection. c. Contractor shall be responsible for all damage to streets, roads, curbs, sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property, which may be caused by transporting equipment, materials, or workers to or from the Work Site. Contractor shall make satisfactory and acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair or replacement. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 138 1.13 TREE AND PLANT PROTECTION (Not Used) 1.14 SECURITY a. Contractor shall be responsible for protection of the Site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. b. No claim shall be made against Agency by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Agency’s property resulting from Contractor's failure to provide security measures as specified. c. Security measures shall be at least equal to those usually provided by Agency’s to protect Agency’s existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, watchman services, and other measures as required to protect the Site. 1.15 ACCESS ROADS (Not Used) 1.16 PARKING a. Contractor parking will be allowed on the south side of the library (behind the Schulman Auditorium) but specific location and limits of contractor parking area, will be determined by the City. Contractor parking area will be for the use of all workers and others performing Work or furnishing services in connection with the Project, to minimize potential interference with public traffic or Agency’s operations. 1.17 NOISE CONTROL a. Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound- muffling devices and operated in a manner to cause the least noise consistent with efficient performance of the Work. b. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct its operations to avoid unnecessary noise which might interfere with the activities of building occupants. 1.18 DUST CONTROL a. Contractor shall take reasonable measures to prevent unnecessary dust. Selective demolition work subject to creating dust shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. b. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: March 20, 2024 Document Version: 1.0 Current Update: October 2022 Page 139 1.19 TEMPORARY DRAINAGE PROVISIONS (Not Used) 1.20 EROSION CONTROL (Not Used) 1.21 POLLUTION CONTROL a. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes shall be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris, or other substance shall be permitted to enter sanitary sewers, and reasonable measures shall be taken to prevent such materials from entering any drain or watercourse. 1.22 PEST CONTROL (NOT USED) 1.23 RODENT CONTROL (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION AGENCY TECHNICAL SPECIFICATIONS / PROJECT MANUAL See Contract Drawings – technical specifications are provided on drawings sheets. TYPE DESCRIPTION OWNERSHIP AGREEMENT SHEET NO.FREQUENCY MAINTENANCE STRUCTURAL (POST-CONSTRUCTION) BMP TABLE MAINTENANCE STORMWATER REQUIREMENTS THAT APPLY: STANDARD STORMWATER REQUIREMENTS PRIORITY PROJECT REQUIREMENTS YES (SEE SWMP FOR DOCUMENTATION) NO EXEMPT FROM HYDROMODIFICATION? INDEX OF SHEETS "DECLARATION OF RESPONSIBLE CHARGE" I HEREBY DECLARE THAT I AM THE ENGINEER OF WORK FOR THIS PROJECT, THAT I HAVE EXERCISED RESPONSIBLE CHARGE OVER THE DESIGN OF THE PROJECT AS DEFINED IN SECTION 6703 OF THE BUSINESS AND PROFESSIONS CODE, AND THAT THE DESIGN IS CONSISTENT WITH CURRENT STANDARDS. I UNDERSTAND THAT THE CHECK OF PROJECT DRAWINGS AND SPECIFICATIONS BY THE CITY OF CARLSBAD DOES NOT RELIEVE ME AS ENGINEER OF WORK, OF MY RESPONSIBILITIES FOR PROJECT DESIGN. FIRM: ADDRESS: CITY, ST.: TELEPHONE: BY:DATE: (NAME OF ARCHITECT) R.C.E. NO.: REGISTRATION EXPIRATION DATE: WORK TO BE DONE THE IMPROVEMENT WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE FOLLOWING DOCUMENTS, CURRENT AT THE TIME OF CONSTRUCTION, AS DIRECTED BY THE CIVIL ENGINEER. 1. CARLSBAD MUNICIPAL CODE 2. CITY OF CARLSBAD ENGINEERING STANDARDS 3. THIS SET OF PLANS 4. RESOLUTION NO. DATED 5. THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK). 6. THE SAN DIEGO AREA REGIONAL STANDARD DRAWINGS AND AS MAY BE MODIFIED BY THE CITY OF CARLSBAD STANDARDS. ALL STANDARD DRAWINGS ARE SAND DIEGO REGIONAL STANDARD DRAWINGS (SDRSD) UNLESS NOTED OTHERWISE: * CITY OF CARLSBAD STANDARD ** CARLSBAD MUINICIPAL WATER DISTRICT STANDARD DRAWING *** SDRSD AS MODIFIED BY CITY OF CARLSBAD GENERAL NOTES OF-WORK FROM RESPONSIBILITY FOR THE CORRECTION OF ERRORS AND BE PROMPTLY SUBMITTED TO THE CITY ENGINEER FOR APPROVAL. AN ADDITIONAL INSURED ON THE PERMITTEE'S POLICY IN THE MINIMUM AMOUNT OF $1,000,000.00 FOR EACH OCCURRENCE OF LIABILITY. THE INSURANCE COMPANY WRITING THE POLICY MUST HAVE A RATING OF "A-" OR BETTER AND A SIZE CATEGORY OF CLASS VII OR BETTER AS ESTABLISHED BY "BESTS" KEY IMPROVEMENTS ARE NOT CONSTRUCTED PRIOR TO THE DEADLINE DATE OF THE IMPROVEMENT AGREEMENT. OF THE CITY ENGINEER, NOTED WITHIN THE REVISION BLOCK, ON THE APPROPRIATE SHEET OF THE PLANS AND TITLE SHEET. THE PROJECT SITE AT ALL TIMES DURING CONSTRUCTION. (A) SUMMARY SHEET, (B) LABORATORY WORK SHEETS AND (C) COMPACTION CURVES, SHALL BE SUBMITTED BY A PROFESSIONAL ENGINEER OF THE STATE OF CALIFORNIA, PRINCIPALLY DOING BUSINESS IN THE FIELD OF APPLIED SOILS MECHANICS. THE SOILS REPORT WILL BE SUBMITTED TO THE CITY ENGINEERING INSPECTOR WITHIN TWO WORKING DAYS OF COMPLETION OF FIELD TESTS. THE SIGNED BY THE CITY ENGINEER. BY THE ENGINEER-OF-WORK PRIOR TO FINAL ACCEPTANCE OF THE WORK BY THE CITY. SHALL DESIGN, CONSTRUCT AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SHORING, AND SHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE AND FEDERAL SAFETY AND HEALTH STANDARDS, LAWS AND REGULATIONS. A DETAIL PLAN TO THE CITY ENGINEER AND/OR CONCERNED AGENCY SHOWING THE DESIGN OF SHORING, BRACING SLOPE OR OTHER PROVISIONS TO BE MADE OF WORKER PROTECTION FROM THE HAZARD OF CAVING GROUND DURING THE EXCAVATION OF SUCH TRENCH OR TRENCHES OR DURING THE PIPE INSTALLATION THEREIN. THIS PLAN MUST BE PREPARED FOR ALL TRENCHES FIVE FEET (5') OR MORE IN DEPTH AND APPROVED BY THE CITY ENGINEER AND/OR CONCERNED AGENCY PRIOR TO EXCAVATION. IF THE PLAN VARIES FROM THE SHORING SYSTEM STANDARDS ESTABLISHED BY THE CONSTRUCTION SAFETY ORDERS, TITLE 8 CALIFORNIA ADMINISTRATIVE CODE, THE PLAN SHALL BE PREPARED BY A ON THE CONSTRUCTION PLANS WERE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. ATTENTION IS CALLED TO THE POSSIBLE EXISTENCE OF OTHER UTILITY FACILITIES OR STRUCTURES NOT SHOWN OR IN A LOCATION DIFFERENT FROM THAT SHOWN ON THE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN ON THE PLANS AND ANY OTHER EXISTING FACILITIES OR STRUCTURES NOT SHOWN. AHEAD OF THE CONSTRUCTION TO PERMIT THE REVISIONS OF THE CONSTRUCTION PLANS IF IT IS FOUND THAT THE ACTUAL LOCATIONS ARE IN CONFLICT WITH THE PROPOSED WORK. LEAST TWO FULL WORKING DAYS PRIOR TO STARTING CONSTRUCTION NEAR THEIR FACILITIES AND SHALL COORDINATE WORK WITH A COMPANY REPRESENTATIVE. UNDERGROUND SERVICE ALERT (DIG ALERT) SDG&E AT&T SPECTRUM CABLE CITY OF CARLSBAD(STREETS AND STORM DRAIN) CITY OF CARLSBAD(SEWER,WATER & RECLAIMED WATER) SAN DIEGUITO WATER DISTRICT VALLECITOS WATER DISTRICT OLIVENHAIN WATER DISTRICT AS APPROPRIATE * * * * * * BUENA SANITATION DISTRICT* OMISSIONS DISCOVERED DURING CONSTRUCTION. ALL PLAN REVISIONS SHALL 2. APPROVAL OF THIS PLAN DOES NOT LESSEN OR WAIVE ANY PORTION OF THE CARLSBAD MUNICIPAL CODE, RESOLUTION OF CONDITIONAL APPROVAL, CITY STANDARDS OR OTHER ADDITIONAL DOCUMENTS LISTED HEREON AS THEY MAY PERTAIN TO THIS PROJECT. THE ENGINEER IN RESPONSIBLE CHARGE SHALL REVISE THESE PLANS WHEN NON-CONFORMANCE IS DISCOVERED. 3. CITY APPROVAL OF PLANS DOES NOT RELIEVE THE DEVELOPER OR ENGINEER- 5. NO WORK SHALL BE COMMENCED UNTIL ALL PERMITS HAVE BEEN OBTAINED FROM 6. REVISION OF THESE PLANS MAY BE REQUIRED IF THE PROPOSED 7. NO REVISIONS WILL BE MADE TO THESE PLANS WITHOUT THE WRITTEN APPROVAL D:\DRAWING FILES\TITLE SHEETS\IMPROVEMENT TITLE SHEET.DWG REVISED: 2/23/17 THE CITY AND OTHER APPROPRIATE AGENCIES. 8. ORIGINAL DRAWINGS SHALL BECOME THE PROPERTY OF THE CITY UPON BEING 9. THE ORIGINAL DRAWING SHALL BE REVISED TO REFLECT AS-BUILT CONDITIONS 10. ACCESS FOR FIRE AND OTHER EMERGENCY VEHICLES SHALL BE MAINTAINED TO 11. WHERE TRENCHES ARE WITHIN CITY EASEMENTS, A SOILS REPORT COMPRISED OF: 13. ALL INSPECTION REQUESTS OTHER THAN FOR PRECONSTRUCTION MEETING WILL BE MADE BY CALLING THE ENGINEERING 24-HOUR INSPECTION REQUEST LINE AT (760) 438-3891. INSPECTION REQUESTS MUST BE RECEIVED PRIOR TO 2:00 P.M. ON THE DAY BEFORE THE INSPECTION IS NEEDED. INSPECTIONS WILL BE MADE THE NEXT WORK DAY UNLESS YOU REQUEST OTHERWISE. REQUESTS MADE AFTER 2:00 P.M. WILL BE SCHEDULED FOR TWO FULL WORK DAYS LATER. 14. THE OWNER AND/OR APPLICANT THROUGH THE DEVELOPER AND/OR CONTRACTOR 15. THE CONTRACTOR SHALL CONFORM TO LABOR CODE SECTION 6705 BY SUBMITTING BLASTING PROGRAM AND BLASTING PERMIT. 17. ALL OPERATIONS CONDUCTED ON THE SITE OR ADJACENT THERETO, INCLUDING WARMING UP, REPAIR, ARRIVAL, DEPARTURE OR OPERATION OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT AND ANY OTHER ASSOCIATED GRADING EQUIPMENT SHALL BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 6:00 P.M. EACH DAY, MONDAY THRU FRIDAY AND NO EARTHMOVING OR GRADING OPERATIONS SHALL BE CONDUCTED ON WEEKENDS OR HOLIDAYS. (A LIST OF CITY HOLIDAYS IS AVAILABLE AT THE ENGINEERING DEPARTMENT COUNTER.) 18. ALL OFF-SITE HAUL ROUTES SHALL BE SUBMITTED BY THE CONTRACTOR TO THE CITY ENGINEER FOR APPROVAL TWO FULL WORKING DAYS PRIOR TO BEGINNING OF WORK. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DEBRIS OR DAMAGE OCCURRING ALONG THE HAUL ROUTE OR ADJACENT STREETS AS A RESULT OF THE GRADING OPERATION. DURING CONSTRUCTION, OPERATIONS WILL CEASE IMMEDIATELY, AND THE PERMITTEE WILL NOTIFY THE CITY ENGINEER. OPERATIONS WILL NOT RESTART UNTIL THE PERMITTEE HAS RECEIVED WRITTEN AUTHORITY FROM THE CITY ENGINEER TO DO SO. 21. THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL EXISTING FACILITIES 22. THE CONTRACTOR SHALL NOTIFY AFFECTED UTILITY COMPANIES (SEE BELOW) AT 1. THIS PLAN SUPERSEDES ALL OTHER PLANS PREVIOUSLY APPROVED BY THE CITY OF CARLSBAD REGARDING IMPROVEMENTS SHOWN ON THIS SET OF PLANS. CERTIFICATE OF INSURANCE MUST BE FILED NAMING THE CITY OF CARLSBAD AS WRITTEN FIELD COMPACTION REPORT(S) SHALL BE IMMEDIATELY SUBMITTED TO THE CITY ENGINEERING INSPECTOR UPON COMPLETION OF THE FIELD TESTS. 12. A PRECONSTRUCTION MEETING SHALL BE HELD AT THE SITE PRIOR TO THE BEGINNING OF WORK AND SHALL BE ATTENDED BY ALL REPRESENTATIVES RESPONSIBLE FOR CONSTRUCTION, INSPECTION, SUPERVISION, TESTING AND ALL OTHER ASPECTS OF THE WORK. THE CONTRACTOR SHALL SCHEDULE THE MEETING BY CALLING THE INSPECTION LINE AT (760) 438-3891 AT LEAST FIVE (5) WORKING DAYS PRIOR TO STARTING CONSTRUCTION. APPROVED DRAWINGS MUST BE AVAILABLE PRIOR TO SCHEDULING. REGISTERED ENGINEER AT THE CONTRACTORS EXPENSE. A COPY OF THE OSHA EXCAVATION PERMIT MUST BE SUBMITTED TO THE INSPECTOR PRIOR TO 19. NO BLASTING SHALL BE COMMENCED WITHOUT A CITY ENGINEER APPROVED 16. IF ANY ARCHAEOLOGICAL RESOURCES ARE DISCOVERED WITHIN ANY WORK ZONE 20. THE EXISTENCE AND LOCATION OF UTILITY STRUCTURES AND FACILITIES SHOWN ( ABOVEGROUND AND UNDERGROUND ) WITHIN THE PROJECT SITE SUFFICIENTLY LEUCADIA WASTEWATER DISTRICT 4. A RIGHT-OF-WAY PERMIT FROM THE CITY ENGINEER WILL BE REQUIRED FOR ANY WORK IN THE PUBLIC RIGHT OF WAY. PRIOR TO PERMIT ISSUANCE, A EXCAVATION. COX COMMUNICATIONS 811 (800)411-7343 (619)237-2787 (800)227-2600 (760)434-2980 (760)438-2722 (760)633-2650 (760)744-0460 (760)753-6466 (760)726-1340 x1330 (760)753-0155 (619)262-1122 RATING GUIDE. SANTA FE CITY OF ENCINITAS OCEAN PACIFIC B L V D LA COSTA AVE RANCHO R E A L C I T Y O F C A R L S B A D CANNON PALOMAR C A R L S B A D A V I A R A PKWY. A IR P O R T CITY OF OCEANSIDE I N T E R S T A T E 5 HIGHWAY 78 R D. EL CAMINO R O A D CITY OF VISTA ROAD ALGA ROAD MARCOS CITY OF SAN SCALE NOT TO VICINITY MAP C O L LE GE B L . POIN S E TTIA L N . COLLEGE BLVD. N REVISION DESCRIPTION CITY APPROVAL INITIALDATE ENGINEER OF WORK INITIALDATE ENGINEERING DEPARTMENT DRAWING NO.PROJECT NO. CHKD BY: DWN BY: APPROVED: SHEETSSHEET DATE INITIAL OTHER APPROVAL RVWD BY: CITY OF CARLSBAD "AS BUILT" DATE INSPECTOR DATE REVIEWED BY: CITY TRAFFIC ENGINEER APPROVAL BY:DATE: IMPROVEMENT PLANS FOR: P.E.EXP. 1 PUBLIC WORKS MANAGER RCE 61909 EXP.9/30/25 DATE TITLE SHEET John Maashoff 4753 370-8 CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.25 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 28 Nov 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 11 / 3 0 / 2 0 2 3 4 : 1 8 : 4 5 P M Pr o j e c t N o . : Pro j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Car l s b a d C A 9 2 0 1 1 Ci t y o f C a r l s b a d T i t l e S h e e t T000 541 Schulman Auditorium and Cannon Art Gallery - AudioVisual Update domusstudio architecture 2800 Third Ave San Diego, CA 92103 619-692-9393 Wayne Holtan 2023.11.14 C12113 09.30.2025 T000 City of Carlsbad Title Sheet T001 Title Sheet T002a Code Compliance Plans T002b Code Compliance Details T003a CALGreen Checklist T003b CALGreen Checklist T003c CALGreen Checklist A101a Floor Plan - Demolition A101b Floor Plan - New A102a Reflected Ceiling Plan - Demolition A102b Reflected Ceiling Plan - New A501 Details S0.1 Structural Notes and Typical Details AV0.00 General Notes & Legends AV1.00 AV Overall Floor Plan AV1.01 AV Overall Reflected Ceiling Plan AV2.00 AV Enlarged Auditorium AV2.01 AV Enlarged Gallery AV3.00 AV Sections and Elevations AV3.01 AV Sections and Elevations AV3.02 AV Sections and Elevations AV5.00 AV Connector Details AV5.01 AV Standard Details AV5.02 AV Standard Details AV5.20 AV Panel Details AV5.40 AV Rack Details AV6.00 AV - Systems Schedules AV7.00 AV Schematic Legend AV7.30 AV Schematics AV7.31 AV Schematics AV7.32 AV Schematics AV7.33 AV Schematics AV7.34 AV Schematics AV7.35 AV Schematics AV7.36 AV Schematics AV7.37 AV Schematics TL0.00 General Notes & Legends TL1.00 TL Overall Floor Plan TL1.01 TL Overall Reflected Ceiling Plan TL2.00 TL Enlarged Gallery TL3.00 TL Sections TL4.00 TL RCP Gallery TL4.50 TL Schulman Light Plot TL5.00 TL Details TL6.00 TL Systems Schedules TL7.00 TL Schematic E000 Note Sheet E100 Overall Power Plan E101 Enlarged Auditorium Poewr Plan E102 Enlarged Gallery Power Plan E200 Overall Lighting Plan E201 Enlarged Auditorium Lighting Plan E202 Enlarged Gallery Lighting Plan E300 Panel Schedule Cover Sheets Architecture Structural Audio Visual Theatrical Lighting Electrical Revision Schedule No. Revision Issue Date 12/01/2023 C.B.C. Table 601 Building Element TYPE I TYPE II TYPE III TYPE IV TYPE V A Primary Structural Frame (f) (See Section 202) Bearing Walls Exterior (e,f) Interior Nonbearing walls and partitions - exterior Nonbearing walls and partitions - interior (d) Floor construction and associated secondary structural members (see Section 202) Roof construction and associated secondary structural members (see Section 202) SEE TABLE 705.5 Fire Resistance Rating Requirements for Building Elements (In hours) B A B A B HT A B 3(a ,b) 2(a, b,c) 1(b, c) 0(c)1(b ,c) 0 HT 1 0 3 3(a) 2 2(a) 1 1 0 0 2 1 2 0 2 1/HT (g) 1 1 0 0 0 0 0 0 0 0 SEE SEC 2304.11.2 0 0 2 2 1 0 1 0 HT 1 0 1-1/2 (b) 1 (b,c) 1 (b,c) 0 (c) 1 (b,c) 0 HT 1 (b,c) 0 A B 1(b ,c) 0 3 3 2 2 0 0 2 2 1-1/2 1 B 0 2 2 0 2 1 C.B.C. Table 705.5 Fire resistance rating requirements for exterior walls based on fire separation distance (a,d,g) TYPE OF CONSTRUCTION OCC GROUP H(e), L OCC GROUP F-1, M, S-1(f) OCC GROUP A, B, E, F-2, I, R(i), S-2, U(h) X < 5 (b) 5 < X < 10 10 < X < 30 X > 30 All IA, IVA Others IA, IB, IVA, IVB IIB, VB Others All 3 2 1 3 2 2 1 1 1 2 1 1 1 0 1 1(c) 0 1(c) 0 0 0 0 < 3' Unprotected, Non- Sprinklered Maximum Area of Exterior Wall Openings C.B.C. Table 705.8 Unprotected, Non- Sprinklered Protected Classification of Opening 3' < 5'5' < 10'10' < 15'15' < 20'20' < 25'25' < 30'<30' Not Permited Not Permited Not Permited Not Permited No Limit Not Required Not Required No Limit No Limit No Limit No Limit 70%45%25%15%10% 15%25%45%75% 75%45%25%15% NVicinity Map Project Site 1775 Dove Ln. Carlsbad CA 92011 CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.25 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 14 Nov 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 11 / 1 4 / 2 0 2 3 1 : 5 4 : 3 6 P M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Ti t l e S h e e t T001 Schulman Auditorium and Cannon Art Gallery -AudioVisual Update Carlsbad City Library Technology Upgrades T000 City of Carlsbad Title Sheet T001 Title Sheet T002a Code Compliance Plans T002b Code Compliance Details T003a CALGreen Checklist T003b CALGreen Checklist T003c CALGreen Checklist Project Team Owner:City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 442.339.2938 Contact: Steven Stewart Architect:domusstudio architecture 2800 Third Avenue San Diego, CA 92103 619.692.9393 x15 Contact: Wayne Holtan Structural Engineer:BWE 9449 Balboa Ave San Diego, CA 92123 619.299.5550 Contact: Dave Adams Electrical Engineer:Akela Engineering 858.812.9154 Contact: Guy Carpino Audio/Visual Designer:Idibri 1935 N Marshall Ave El Cajon, CA 92020 619.569.2027 Contact: Vance Breshears Sheet Index 54 Total Sheets Project Data Project Description:Technology Upgrades to the Carlsbad City Library Schulman Auditorium and Cannon Art Gallery, including specialty lighting system upgrades, technology infrastructure improvements, new structural grid for gallery space, replacement access door, additional partitions for AV equipment closet, and minor interior finish maintenance. Owner:City of Carlsbad Project Address:1775 Dove Ln. Carlsbad CA 92011 Historic:No Assessor's Parcel No.:- Existing Use:Theater and Art Gallery Proposed Use:Theater and Art Gallery (No Change) Existing Occupancy:A-3 Proposed Occupancy:A-3 (No Change) Existing Construction Type:II-B Sprinklered Proposed Construction Type:II-B Sprinklered (No Change) Allowable Area:No Change Total Area of Work:+/-4,400 sf Allowable Height:No Change Actual Height:36'-6" (No Change) Allowable Stories:No Change Actual Stories:2 (No Change) Commercial Fire Notes 1.0 General Requirements 1.1 All decorative materials shall be maintained in a flame retardant condition. 1.2 Wall, floor and ceiling finishes and materials shall not exceed the flame spread classifications in CFC table 803.3. Decorative materials shall be properly treated by a product or process approved by the state Fire Marshal with appropriate documentation provided to the building official. 1.3 Cutting, welding, or other hot work shall be in conformance with CFC Chapter 35. 2.0 Exiting 2.1 Exits, exit signs, fire alarm panels, hose cabinets, fire extinguisher locations, and standpipe connections shall not be concealed by curtains, mirrors, or other decorative material. 2.2 The egress path shall remain free and clear of all obstructions at all times. No storage is permitted in aisles. 2.3 The exit path shall be illuminated at all times in accordance with CBC 1008. Emergency lighting shall be provided with 90-minute back-up, and not less than one footcandle at the walking surface. 2.4 Exit doors shall be openable from the inside without the use of a key or any special knowledge or effort. Doors shall not be provided with thumb-turn locks or deadbolts that do not unlatch in tandem with the normal operating lever. The opening force for interior doors without closers shall not exceed 5 pounds. The unlatching and opening force for other doors, including fire doors, shall not exceed 15 pounds. CBC 1008 2.5 The exit path shall be clearly identified with exit signs conforming to CBC 1011. Stairs serving 4+ stories shall have stairwell signs conforming to CBC 1022.8. Illuminated exit signs must have 90-minute emergency power back-up. Tactile signs shall be provided in commercial buildings, public buildings and accommodations, and publicly funded housing subject to CBC chapter 11B and shall conform to 11B-703, be located five feet above finish floor level and, whenever possible, on the strike side of the door. Lettering shall be between 5/8” and 2” high. CBC 1011.3 Demolition Notes 1.1 The word "Demolish" shall mean to remove. Make good existing any surface damaged during demolition and disposal of the demolished materials off site entirely at the general contractors expense. 1.2 Extent of demolition work is only graphically shown, full scope of demolition work shall be determined by the general contractor to accommodate new construction. 1.3 Refer to consultants plans for additional demolition notes. 1.4 Refer to plans and details for the interface between new and existing construction, in order to determine the full scope of demolition. 2.0 Verify Existing Conditions 2.1 The drawings reflect general information only. Examine the site to determine the exact existing conditions, character and extent of the work to be performed and operations required. Verify the location of existing utilities prior to demolition and start of work. 2.2 Verify existing dimensions before proceeding with the work. Obtain field measurements for work required to be accurately fitted to other construction. Contractor's responsible for the accuracy of such measurements and precise fitting and assembly of finished work. 2.3 Verify that items to be recessed or semi-recessed in existing walls can be installed properly prior to ordering such items. 2.4 Notify the architect in writing of any discrepancies prior to proceeding with any work. 3.0 Protection 3.1 Protect all existing and new construction especially finishes, equipment and adjacent work which is to remain or to be reused from damage. 3.2 Provide weather protection and waterproofing as needed to prevent damage to remaining existing work and to new work. 3.3 Erect and maintain temporary partitions as required to separate work areas from existing building. To prevent the spread of dust, debris, odors and noise. 3.4 Protect all active utilities, fixtures, pipes and other appurtenances within building and site. Disconnect and cap pipes and services as required by company, utility, or local authority having jurisdiction, and as required for demolition work. Bypass utility services such as pipe and conduit before cutting, where such utility services are shown or required to be removed. After bypass and cutting, cap valve or plug and seal tight remaining portion of pipe and conduit to prevent entrance of moisture or other foreign matter. 3.5 Provide barricades, maintenance and supervision thereof, in accordance with applicable federal, state and local codes and their respective requirements. Install temporary barricades, enclosures and protections before demolition work is started. 3.6 If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws and ordinances concerning removal, handling and protection against exposure or environmental pollution. 3.7 Protect adjoining property from damage during construction and demolition work. Provide protection for footings, foundations, walls, chimneys, skylights, and roofs. Control water runoff and erosion during construction or demolition activities. 3.8 The person making or causing an excavation to be made shall provide written notice to the owners of adjoining buildings advising them that the excavation is to be made and that the adjoining buildings should be protected, delivered not less than 10 days prior to the scheduled excavation starting date 4.0 Removal of Material 4.1 Provide all demolition as shown on these drawings and as required for a complete and proper installation of new work. 4.2 Remove debris and abandoned items from area and from concealed spaces. Remove rubbish and debris from project site and dispose of in a legal disposal site. Upon completion of work, leave area in clean condition. 4.3 Items that shall be removed and later reinstalled as indicated on the drawings, remove such items with care, protect and store to prevent damage. Replace material or items damaged in its removal with similar new material as required. Other materials and equipment removed from existing building or site shall not be reused in this project except with specific written approval by architect in each case. 4.4 Remove existing work items which are required to be removed in such a manner that minimum damage and disturbance is caused to adjacent and connection work scheduled to remain. Repair or replace, at the discretion of the architect, existing work scheduled to remain which is damaged by these operations. 4.5 Perform the removal, cutting, drilling of existing work with extreme care, in order not to jeopardize the structural integrity of the building. For interior slabs on grade, use removal methods that will not crack or structurally disturb adjacent slabs or partitions. Prevent movement of structure; provide bracing and shoring as required if structure appears to be in danger, cease work at once and notify the architect. 4.6 Drilling or cutting of columns, beams, joists, girders, elevated floor/roof slab, or other structural supporting elements will not be permitted, unless specifically approved by the architect. 4.7 Remove anchorage's to at least 1/2 inch below the surface of concrete or masonry and patch depressions to provide a flush surface. 4.8 Maintain protected egress and access to the work at all times, 5.0 Patching and Replacing 5.1 Patch areas requiring patching, including damage caused by removing, relocating or adding fixtures and equipment, and damages caused by demolition of adjacent materials. 5.2 Replace and restore existing items which have been removed to allow the installation of new work. Restore exposed finishes to patched areas, U.N.O. 5.3 Match existing products, finishes, textures and work for patching and extending work, U.N.O. provide same products or types of construction as that in existing structure, as needed to patch, extend or match existing work. 5.4 Where removal of partitions or wall results in adjacent spaces becoming one, rework floors, walls, and ceiling to a smooth plane without breaks, steps or bulkheads, unless specifically shown in the drawings. Patch and repair floor and wall surfaces in the new space to provide an even surface of uniform color and appearance. If necessary to achieve uniform color and appearance, remove existing floor and wall coverings and replace with new materials. 5.5 Where new work abuts or aligns with existing, perform a smooth and even transition, U.N.O. patched work to match existing adjacent work in texture, color and appearance. Repaint entire plane to achieve even uniform appearance. 5.6 When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and provide trim appropriate to the finished surface. Finish patches to produce uniform finish and texture over entire area. When finish cannot be matched, refinish entire surface to nearest intersections. 5.7 Where a 1/4 inch or more change in surface occurs, submit recommendations for providing smooth transition for architects review. General Notes 1. Do not scale drawings, dimensions prevail. 2. Contractor shall field verify all existing conditions prior to bidding and construction. 3. Contractor shall report in writing all conflicts, discrepancies, and defects promptly to the Architect and prior to proceeding with any subsequent work. 4. Where details are not shown or referenced for part of the work, the details shall be the same as for other similar areas of work and the Architect shall be promptly notified of all such discrepancies. 5. All products purchased for incorporation into the Work shall consist of items that have not previously been incorporated into another project or facility, or otherwise recycled, except that products consisting of recycled-content materials are allowed. All products shall be new at the time of construction unless explicitly stated otherwise. 6. To prevent galvanic corrosion, provide separation between all items made of dissimilar metals and between metals and corrosive substrates, substances, or adhesives. 7. The location of all devices installed in floor, on walls and ceilings, associated with mechanical electrical, fire protection, security and other such systems, including access panels, not specifically indicated on the drawings but part of the construction contract, shall be approved by the Architect. Failure to receive approval shall be cause for removal and relocation at no cost to the owner. 8. Waste Management Plan Required. (CGBSC 5.408.1) A minimum of 65 percent of the non-hazardous construction and demolition waste shall be recycled and/or salvaged for reuse. Contractor shall provide and coordinate a "Waste Management Plan" on site in accordance with the local jurisdiction's requirements and/or applicable building codes. 9. Systems Manual Required. (CGBSC 5.410.2.5.1) A "Systems Manual" that documents the operational aspects of the building systems shall be provided to the building owner or facilities operator 10. Operation and Maintenance (O&M) Manual Required. (CGBSC 5.410.4.5) An "O&M Manual" that contains detailed operating and maintenance instructions to the owner, copies of warranties for each system, and copies of all inspection reports shall be provided to the building owner. Special General Notes 1. To promote clear communication in the field, all questions and clarifications shall be submitted, in writing, to the Architect in a timely manner. Official resolutions to these issues shall be issued in writing only. 2. All work shall be performed in strict accordance with the highest standards of practice related to the trades involved, and shall be complete and properly coordinated with all adjacent or related work. 3. The Contractor shall coordinate, anticipate the locations of, accommodate, and remedy conflicts between the framing and all lighting, mechanical registers, and all other recessed or surface-mounted fixtures prior to proceeding with subsequent work. The Contractor shall bear all cost associated with correcting all such conflicts. California Green Building Standards Notes 1. Contractor shall prepare and submit to the regulating agency a "Waste Management Plan" that outlines the items listed in CGBSC Section 5.408.1. The waste management plan shall be updated as necessary and shall be accessible during construction for examination by the enforcing agency. (CGBSC sec. 5.408.1.4) 2. A minimum of 50% of the non-hazardous construction waste is to be recycled and / or salvaged for reuse per CGBSC Section 5.408.1. 3. Contractor to provide a building "Systems Manual" as listed in CGBSC Section 5.410.2.5. and deliver to the building owner or representative and the facilities operator. The "Systems Manual" shall contain the required features listed in CGBSC Section 5.410.2.5.1. 4. During storage and rough installation, the ends of duct openings are to be sealed and mechanical equipment is to be covered to prevent dust, water and debris from entering the system per CGBSC Section 5.504.3. 5. The installations of HVAC, refrigeration and fire suppression systems will not contain CFC's or halons, per CGBSC Sections 5.508.1 and 5.508.1.2. 6. Adhesives, sealants, caulks: Adhesive and sealants used on the project shall meet the requirements of the following standards. (Section 5.504.4.1 of CALGREEN) Adhesives, adhesive bonding primers, adhesive primers, sealants, sealant primers, and caulks shall comply with local or regional air pollution control or air quality management district rules where applicable, or SCAQMD Rule 1168 VOC limits, as shown in Tables 5.504.4.1 and 5.504.4.2 of CALGREEN. (Sec. 5.504.4.1) 7. Aerosol adhesives, and smaller unit sizes of adhesives, and sealant or caulking compounds (in units of product, less packaging, which do not weigh more than one pound and do not consist of more than 16 fluid ounces) shall comply with statewide VOC standards and other requirements, including prohibitions on use of certain toxic compounds, of California Code of Regulations, Title 17, commencing with Section 94507. 8. Architectural paints and coatings shall comply with Table 5.504.2 unless more stringent local limits apply (Section 5.504.3 of CALGREEN) 9. Aerosol Paints and Coatings: Aerosol paints and coatings shall meet the Product-Weighted MIR Limits for ROC in section 94522(a)(3) and other requirements, including prohibitions on use of certain toxic compounds and ozone depleting substances (CCR, Title 17, Section 94520 et seq.). (Section 5.504.4.3.1) 10. The in-place HVAC system shall only be used during construction if necessary to condition the building or areas of alteration within the required temperature range for material and equipment installation. If the HVAC system is used during construction at the areas of improvement, use return air filters with a Minimum Efficieiency Reporting Value (MERV) or 8, based on ASHRAE 52.2-1999, or an average efficiency of 30% based on ASHRAE 52.1-1992. Replace all filters immediately at the conclusion of construction. S0.1 Structural Notes and Typical Details A101a Floor Plan - Demolition A101b Floor Plan - New A102a Reflected Ceiling Plan - Demolition A102b Reflected Ceiling Plan - New A501 Details Cover Sheets Architecture Structural Audio Visual Theatrical Lighting TL0.00 General Notes & Legends TL1.00 TL Overall Floor Plan TL1.01 TL Overall Reflected Ceiling Plan TL2.00 TL Enlarged Gallery TL3.00 TL Sections TL4.00 TL RCP Gallery TL4.50 TL Schulman Light Plot TL5.00 TL Details TL6.00 TL Systems Schedules TL7.00 TL Schematic Electrical AV0.00 General Notes & Legends AV1.00 AV Overall Floor Plan AV1.01 AV Overall Reflected Ceiling Plan AV2.00 AV Enlarged Auditorium AV2.01 AV Enlarged Gallery AV3.00 AV Sections and Elevations AV3.01 AV Sections and Elevations AV3.02 AV Sections and Elevations AV5.00 AV Connector Details AV5.01 AV Standard Details AV5.02 AV Standard Details AV5.20 AV Panel Details AV5.40 AV Rack Details AV6.00 AV - Systems Schedules AV7.00 AV Schematic Legend AV7.30 AV Schematics AV7.31 AV Schematics AV7.32 AV Schematics AV7.33 AV Schematics AV7.34 AV Schematics AV7.35 AV Schematics AV7.36 AV Schematics AV7.37 AV Schematics E000 Note Sheet E100 Overall Power Plan E101 Enlarged Auditorium Poewr Plan E102 Enlarged Gallery Power Plan E200 Overall Lighting Plan E201 Enlarged Auditorium Lighting Plan E202 Enlarged Gallery Lighting Plan E300 Panel Schedule Governing Codes It is the intent of these contract documents that the new construction of the project when completed shall conform to regulations at the time of plan check, of the following governing codes; perform all work in accordance with the latest edition of California administrative codes and the following adopted codes and regulations, and standards: - California And Federal Occupational Health And Safety Act (OSHA) - California Green Building Standards Code 2022 - California Building Code 2022 (CBC) - California Mechanical Code 2022 (which Adopts The 2021 UMC) (CMC) - California Plumbing Code 2022 (which Adopts The 2021 UPC) (CPC) - California Electrical Code 2022 (which Adopts The 2020 NEC) (CEC) - California Title 24 2022 - California Fire Code 2022 (which Adopts The 2021 IFC) - National Fire Protection Assoc. - American Concrete Code - Americans with Disabilities Act - TCNA Ceramic Tile Installation 2022 - Masonry Association - California Energy Efficiency Standards 2022 Revision Schedule No. Revision Issue Date 28 Nov 2023 30 " x 4 8 " A p p r o a c h 30 " x 4 8 " A p p r o a c h 60 " D i a T u r n i n g C i r c l e 60 " D i a T u r n i n g C i r c l e FC+4 8 " Ui. A F2G+1 8 " iO F 2G+18"iO F 2G+18"iO F 2G+1 8 " iO F 2G+1 8 " iO F 2G+18"iOF 2G+18"iO F2G +1 8 " iO F 4S 2 +4 8 " Ts . 1 0 F 4S 2 +4 0 " Bt . 2 F5G +1 8 " Av . 5 F 5G+18"Av.5 F 5G+1 8 " Av . 5 F 5G+1 8 " Av . 5 F 5G+18"Av.5 F5G +1 8 " Av . 5 F FBiO F FBiO F FBiO F FBiO +18 "iO +18"iO +2 4 " iO +24"iO +1 8 " iO +18"iO FC +1 8 " Av . 7 FC +1 8 " Av . 7 F C+18"Av.7 F C+18"Av.7 +39"iO +34"iO 30 " x 4 8 " A p p r o a c h 30 " x 4 8 " A p p r o a c h 60 " D i a T u r n i n g C i r c l e 60" D i a T u r n i n g C i r c l e Function of Space: Assembly without Fixed Seats (Standing Space) Occupant Load Factor: 5 Occupant Load: 372 Exits Required: 2 Function of Space: Assembly with fixed seats Occupant Load Factor: (217 Seats) + OLF 15 Occupant Load: 271 Exits Required: 2 6 2' - 0" (2 0' - 8 " M i n .)4 3' - 8 " S e p a r a ti o n 6 3' - 0" (2 1 ' M i n i m u m ) 28 ' - 0 " S e p a r a t i o n 271 Width Required: 40.7" Width Provided: 72.0" 136 Width Required: 32.0" Width Provided: 72.0" 372 Width Required: 55.8" Width Provided: 72.0" 186 Width Required: 32.0" Width Provided: 34.0" Existing exit door with panic hardware and existing tactile exit signage and illuminated exit signage New storefront double swing door with panic hardware, see new work plans for additional information Existing double doors with panic hardware and existing tactile identification signage, tactile exit signage, and illuminated exit signage Existing double doors with panic hardware and existing tactile identification signage, tactile exit signage, and illuminated exit signage New fire extinguisher (2A:10BC) Existing fire extinguisher R 75' - 0" R 75' - 0" Existing accessible women's restrooms Existing accessible men's restrooms New dual height drinking fountain to be installed at location of existing drinking fountain, see new work plans for additional information (3' - 0" Min.) 3' - 2"(4 4 " M i n . ) 4' - 8 " (5' - 0" Min.) 5' - 0" (5' - 0" Min.) 5' - 2" (4 4 " M i n . ) 3' - 1 0 " Existing tactile wall room identification signage Existing accessible restroom door signage Existing illuminated exit signage New tactile signage, see new work plans for additional information Theater Gallery AV Closet 18" Min.18" Min. 18 " M i n . Note: For Accessible Mounting height and dimensions requirements for water closets, grab bars, mirrors, teoilet papers, and other accessories, see 1 T002b 18 " M i n . Existing accessible parking, typ. Existing path of travel (Does not exceed 5% maximum running slope with 2% cross slope) Existing truncated domes (zero curb), typ. (E) +/- 85' - 6" (E ) + / - 6 3 ' - 9 " (E) +/- 269' - 2" (E ) + / - 2 5 9 ' - 1 1 " (E) +/- 89' - 6" T002a 2 Existing Library Building 9' - 0 " 5' - 0 " 9' - 0 " 5' - 0 " 9' - 0 " 5' - 0 " 9' - 0 " 8' - 0 " 18' - 0"4' - 0"18' - 0" 4' - 0" Existing wheel stops, typ. Existing white striping (3' O.C.) inside blue border, typ. Existing ISA, typ. Existing van accessible parking sign Existing accessible parking sign, typ. of (6) D ove Ln. (Existing parking dimensions) (E x i s t i n g p a r k i n g di m e n s i o n s ) Existing tow away signage Existing tow away signage Existing Entry Driveway Ex i s t i n g D r i v e w a y Existing Driveway 4 T002a 5 T002a 5 T002a 6 T002a 6 T002a 6 T002a NOTE: The finish of curb ramp and flared sides shall be stable, firm and slip resistant. Transitions from curb ramps to adjoining surfaces shall be flush and free of abrupt change, with 1:20 counter slope within 24" of curb ramp. Existing curb where occurs Detectable warning per1 4 Flared sides, 1:10 max. slope Running slope 1:12 max., cross slope 1:48 max. 2 MIN 48" Top landing, 1:48 max. slope3 6" - 8 " 36 " M I N 48 " M I N 3 2 44 1 Face of curb 22 148 " M I N 48" MIN 6" - 8 " 36 " M I N Face of existing curb Curb ramp slope Adjoining surface max. slope 20 1 4 T002a 0. 6 5 " m i n . 0. 1 8 " - 0 . 2 2 " Base diameter of 0.9" - 0.92" Top diameter of 0.45" - 0.47" Detectable warning surfaces shall be an integral part of the surface. They shall be yellow to match color no. FS 33538 in Federal Standard 595c or shall provide a 70% min. visual contrast with adjacent walking surfaces per 11B-705.1.1.3.2. Detectable warning surfaces shall differ from adjoining surfaces in resiliency or sound-on-cane contact per 11B-705.1.1.4. 2.3" - 2.4" 2. 3 " - 2 . 4 " Existing detectable warning tile Existing adjacent paving as occurs Existing concrete Existing identification signs, see Existing accessible pedestrian route: 5% maximum slope. 2% maximum cross slope. Exitsing wheel stops Existing blue painted borderline and stripes. Existing 2% max. surface slope in any direction. Within the access aisle, existing painted 'NO PARKING' in 12" min. high white letters. Measured from center of parking stripes 3' - 0 " 18 ' - 0 " M i n . Van Space 12' - 0" Min.5' - 0" Min.9' - 0" Min. O.C. 3' - 0" Existing 2" wide border, painted white Existing background painted blue, approximate FS 15090 in Federal Standard 595C Existing International Symbol of Accessibility complying with CBC 2019 Figure 11B-703.7.2.1, painted white Note to Existing: The centerline of the International Symbol of Accessibilty shall be a maximum of 6 inches from the centerline of the parking spaces, its sides parallel to the length of the parking space and its lower corner at, or lower side aligned with the end of the parking space length Typ. 3' - 0 " Typ. 3' - 0" 6 T002a Notes for Existing: 1. Van space:9'-0" min. wide when access aisle is 8'-0" min.Standard accessible space: 9'-0" min. wide. 2. Access aisle: Must be located on passenger side at van spaces. Existing reflectorized sign with the ISA constructed of porcelain steel with beaded text or equal. Area of sign to be a min. of 70 square inches with white profile on blue background equal to color no.15090 in Federal Standard 595b. Designated "VAN ACCESSIBLE" at Van Parking Space. Existing additional language at sign below the ISA stating "$250 MINIMUM FINE" Existing 2" diameter galvanized steel post. Existing post set in concrete pier PARKING ONLYVAN ACCESSIBLE $250MINIMUM FINE 80 " m i n . Existing Finish Surface UNAUTHORIZED VEHICLES PARKED IN DESIGNATEDACCESSIBLE SPACES NOT DISPLAYINGDISTINGUISHING PLACARDS OR LICENSE PLATESISSUED FOR PERSONS WITH DISABILITIES MAY BETOWED AWAY AT OWNER'S EXPENSE. TOWEDVEHICLES MAY BE RECLAIMED AT_________________ OR BY TELEPHONING____________ le t t e r s 1" m i n . 17" Min. 22 " M i n . Note: This sign existing at each entrance to off-street parking facilities. See site plan for locations. CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 25 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 2 5 / 2 0 2 3 2 : 1 1 : 0 7 P M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Co d e C o m p l i a n c e P l a n s T002a 1/8" = 1'-0"2 Floor Plan - Code Review 1" = 40'-0"1 Site Plan - Code Review Egress path of travel Accessible path of travel 100 Occupant Load (5% maximum slope in the direction of travel with maximum 2% cross slope) Existing Illuminated Exit Sign 1/4" = 1'-0"3 Curb Ramps - Existing 3" = 1'-0"4 Detectable Warning - Existing 1/8" = 1'-0"5 Accessible Parking Requirements - Existing 3/4" = 1'-0"6 Accessible Parking Signage - Existing Revision Schedule No. Revision Issue Date Accessible path of travel (5% maximum slope in the direction of travel with maximum 2% cross slope) OR BY TELEPHONING SDPD(619) 531-2844 Not In Contract 28 Nov 2023 34 " m a x . 8" min. 6" max.11" -19" 29 " m i n . 27 " m i n . 9" m i n . Existing mirror Existing wall finish Existing Lavatory Existing under-lavatory accessibility clearance Trap with existing under-lavatory guard Existing Finish Floor Existing wall & finish Existing blocking Cover plate Existing grab bar, 1-1/4" minimum to 2" maximum diameter Note: Allowable stresses shall not be exceeded for materials used when a vertical or horizontal force of 250 lbs is applied at any point on the grab bar, fastener, mounting device or supporting structure. Existing 1 1/2" Clear Ex i s t i n g 6 " m i n . Ex i s t i n g 1 1 / 2 " m i n . Ex i s t i n g 3 3 " - 3 6 " A F F Notes: 1.Use these typical fixture and accessory locations, unless noted otherwise 2.For additional grab bar information, see 3.Provide backing at all accessories 4.For additional lavatory clearance requirements see 5.For additional accessible toilet compartment clearance requirements see 12" max.42" min. C min. 24"12" min. C A B 7" - 9" D 13 1/2" min. Dimension Water Closet C.L. Toilet Seat A B Grab BarC DispenserD 54" min. min. 24" 36" min. B 17 " m a x . Mounting Dimensions Al l o p e r a b l e p a r t s o f ac c e s s o r i e s 40 " m a x . Urinal Note #4 34 " m a x . min. 18" Edge of reflective surface Coat hook 40 " m a x . All operable parts of accessories Typical 19" min. 33"-36" 17"-19" 17"-18" Where occurs, flush control on open side of water closet 4 T002b 3 T002b 2 T002b Accessible Compartment Side Opening Inswing 60 " m i n . 59" min at floor-mount 56" min. at wall-hung 60" min. 36" min. Accessible Compartment Side Opening Outswing 60 " m i n . 59" min. at floor-mount 56" min. at wall-hung 60" min. Notes: 1.Fixture and accessory mounting requirements per 2.Lavatory knee and toe clearance requirements per 3.All clearances measured to finish face of materials 4.Doors shall be self-closing. Provide door pull on both sides of the door near the latch. Clear 34" min. max. 4" max. 4"Clear 34" min. 1 T002b 4 T002b CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 25 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 2 5 / 2 0 2 3 2 : 1 1 : 0 7 P M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Co d e C o m p l i a n c e D e t a i l s T002b 1" = 1'-0"4 Accessible Lavatory - Existing 3" = 1'-0"3 Grab Bar Requirements - Existing 1/4" = 1'-0"1 Restroom Mounting Requirements 1/4" = 1'-0"2 Accessible Toilet Compartment Dimensions - For Reference of Existing Revision Schedule No. Revision Issue Date 28 Nov 2023 CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 1 0 / 2 0 2 3 9 : 1 5 : 2 3 A M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 CA L G r e e n C h e c k l i s t T003a x x x x x x x Revision Schedule No. Revision Issue Date 28 Nov 2023 CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 1 0 / 2 0 2 3 9 : 1 5 : 2 4 A M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 CA L G r e e n C h e c k l i s t T003b x x x x x x x x x x x x x See T001 - California Green Building Standards Notes See T001 - California Green Building Standards Notes x x x x x See T001 - California Green Building Standards Notes See T001 - California Green Building Standards Notes Revision Schedule No. Revision Issue Date 28 Nov 2023 CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 1 0 / 2 0 2 3 9 : 1 5 : 2 5 A M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 CA L G r e e n C h e c k l i s t T003c x x x x x x x x x See T001 - California Green Building Standards Notes See T001 - California Green Building Standards Notes Revision Schedule No. Revision Issue Date 28 Nov 2023 30 " x 4 8 " A p p r o a c h 30" x 4 8 " A p p r o a c h 60 " D i a T u r n i n g C i r c l e 60 " D i a T u r n i n g C i r c l e Remove existing storefront system and door for replacement with new Selective demolition and repair as required for installation of new wall outlets per AV, typ.; gypsum board finish to match existing, repaint typ. Remove existing single height drinking fountain and replace with new dual height fixture CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 1 0 / 2 0 2 3 9 : 1 5 : 1 1 A M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Fl o o r P l a n - D e m o l i t i o n A101a 1/8" = 1'-0"1 Floor Plan - Demolition N Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023 30 " x 4 8 " A p p r o a c h 30 " x 4 8 " A p p r o a c h 60 " D i a T u r n i n g C i r c l e 60 " D i a T u r n i n g C i r c l e Repaint existing walls PPG1010-1 Pegasus eggshell (Sherwin Williams, PPG, or approved equal) to ceiling line, typ., see Reflected Ceiling Plan for paint and finish above New interior partition for new AV cabinet per AV, see AV for additional information, paint to match repainted walls New hollow metal door and frame, paint to match new walls New exterior storefront door and sidelights; 1" Low-E glazing with black anodized window mullions; hardware finished black to match 2 A501 Repaint existing wall base to match walls, finish as noted above, typ. 2 A501 1 A501 Selective demolition and repair as required for installation of new wall outlets per AV, typ.; gypsum board finish to match existing, repaint typ. Note: Surface mounted conduit will not be accepted below the lower ceiling line Install new AV at existing punch outs, typ. see AV drawings for additional information A101b 4 A101b3 Paint existing door to match new Paint existing door to match new Typ. New semi-recessed fire extinguisher cabinet and fire extinguisher 12 A501 New accessible signage at exterior and interior; provide one room identification sign at exterior, one accessible entrance sign at exterior, one tactile exit sign at interior, and one blank at interior, see 11 A501 Connect new unit condensate to existing sink, seeNew dual height drinking fountain at removed single drinking fountain Note: For work at roof above, see 2 A101b 16 A501 Infill at Existing +/- 12' - 0" In f i l l a t E x i s t i n g +/ - 1 0 ' - 0 " 7' - 10" 1' - 0 " New glazed double door (tempered or laminated Low-E glazing) New side lite glazing (tempered or laminated Low-E) New black annodized aluminum storefront system 6" Typ. 8 A501 6 A501 5 A501 7 A501 Typ. Typ. 3' - 11"3' - 11" Provide new tactile signage: "CANON ART GALLERY" Provide new ISA sign Hardware Set 01 (Includes required panic hardware) Provide new tactile signage: "EXIT" opposite the exterior signage; provide blank plate over opposite second exterior sign Door Accessibility Notes: 1.Door hardware must be operable with one hand and does not require tight grasping, pinching, or twisting of the hand. 2.Door opening force is 5-pounds maximum. 3.Door opening hardware to be mounted between 34" and 44" above finish floor. 4.Lower 10 inches of the door surface is to be provided with a smooth surface for the full width of the door at the push side of the door. 9' - 4 " 3' - 0" 4 A501 3 A501 3 A501 Sim. Hardware Set 02 New mechanical pad with sheet metal cap, exact location to be located by Contractor with field conditions, verify manufacturer's minimum clearance requirements are maintained. For flashing and roof repair detail, see New outdoor condensing unit for AV equipment closetFrom Building Edge 10' - 0" Min. +/ - 2 ' - 8 " +/- 1' - 4" Core through roof, run electrical conduit and piping through ceiling space below. For penetration detail, see Split System Fan Coil Unit Schedule Tag Area Served Manufacturer Type Nominal Tons Cooling Total Btu/Hr Cooling Sensible EER/SEER COP (HSPF)Supply CFM (High)Volts/Phase Min. Ckt. Amps MOCP Amps Weight (Pounds)Remarks FC-1 AV Closet Carrier/Toshiba 40MHHQ24---3 2 Ton 22,000 15,400 Btu/Hr 10.5/16.8 2.9/9 553 208/230-1 0.45 25 40.12 *1,*2,*3,*4,*5,*6,*9,*10 CU-1 Split System Condensing Unit Schedule Tag Area Located Manufacturer Type Nominal Tons Cooling Total Btu/Hr EER/SEER COP (HSPF)Volts/Phase Min. Ckt. Amps MOCP Amps Weight (Pounds)Remarks CU-1 Roof Carrier/Toshiba 38MHRQ24A---3 2 Ton 22,000 10.5/16.8 2.9/9 208/230-1 18 25 105.2 *1,*2,*3,*4,*5,*6,*7,*8 MOCP = Maximum overcurrent protection Cooling capacities based on conditions of 95 dgrees outisde dry bulb and 67 degrees wet bulb entering air to coil *1 Provide refrigerant R-410A Puron (Non HCFC refrigerant) *2 Rerigeration piping (Suction and liquid copper Type L tubing) and rubitex insulation per manufacturers requirements. *3 Refrigeration piping and sizering per manufactuers requirements. *4 Refrigeration piping shut off valves at equipment for isolation and servicing *5 All control wiring in metal conduit. Contorl wiring gauge, quantity, type, size, routing preferences per manufactuers requirements for a complete system *6 Condensate drain pump kit 53DS-900---118 *7 Provide sheet metal capped roof platform for support of condensing unit with neoprene vibration isolation mounts and seismic restraints at each point of connection to the condensing unit. *8 Factory installed compressor start assist, capacitor and relay, crankcase heater, low ambient cooling, hard shut off expansion valve on indoor coil *9 Heating to be locked out *10 All condensate piping shall be continuously insulated 19 A501 20 A501 1/8" = 1'-0"1 Floor Plan - New N Keynotes CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 1 0 / 2 0 2 3 9 : 1 5 : 1 3 A M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Fl o o r P l a n - N e w A101b General Floor Plan Notes 1. Unless otherwise indicated, all wall dimensions are to face-of-stud or face-of-block. 2. All dimensions related to existing conditions shall be verified on site as necessary. Notify the Architect of any discrepancies/conflicts. 3. Fire Retardant Treated Wood Backing between the studs shall be coordinated and provided at items such as, but not limited to, toilet accessories, toilet partitions, mirrors, shelving, casework, handrails, etcetera. 4. All recessed equipment shall be installed within the depth of the wall or ceiling per the manufacturer's recommendations. Verify wall depth as necessary. 5. For Room Finishes, Doors, and Wall Assemblies see schedule sheets. 6. For Windows and Storefront see schedule sheets 1/4" = 1'-0"4 New Storefront Door 1/4" = 1'-0"3 New Interior Door 1/8" = 1'-0"2 Partial Roof/Mechanical Plan with Notes Revision Schedule No. Revision Issue Date Not In Contract Not In Contract Not In Contract 28 Nov 2023 Demolish existing track system for replacement with new, remove all attached systems( light fixtures, conduits, etc.) as required, see AV and Electrical for additional information Remove existing storefront system and door for replacement with new Replace existing house light fixtures, typ. See Electrical for addtional information CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 1 0 / 2 0 2 3 9 : 1 5 : 1 6 A M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Re f l e c t e d C e i l i n g P l a n - D e m o l i t i o n A102a N 1/8" = 1'-0"1 Reflected Ceiling Plan - Demolition Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023 All ceiling, grilles, fixture escutcheons, upper soffit walls, structural members, decking, and exposed conduits above to be painted PPG1009-6 Armory flat or eggshell (Sherwin Williams, PPG, or approved equal) New support grid in black finish, see AV for additional information New acoustical panels installed in upper ceiling; Tectum panels (or approved equal) direct attached and painted to match adjacent elements New speakers, typ. see AV for additional information New projectors and connections at ceiling grid, typ., see AV for additional information New speakers at ceiling grid, typ. see AV for additional information New speakers at courtyard, typ. see AV for additional information New theatrical lighting, typ. see AV for additional information New house lighting, typ. see Electrical for additional information New connections for monitor installations, see AV for additional information 9 A501 Existing punch outs for new AV system, new punch outs where required (existing wall is double layer of gypsum board over 3 5/8" metal framing where patch is required) Provide 4' high acoustic panels full width of interior soffit face, all four sides Note: For acoustic panels, paint above ceiling to match as noted above New projector and connections, typ. see AV for additional information Typ. Existing architectural lighting fixtures to be changed out, typ. see Electrical for additional information New fire sprinkler extension from existing system, as required New wall mounted fan coil unit with condensate pump Condensate, mechanical piping, and electrical conduit above ceiling, typ.; run condensate to existing sink for new connection as required Flexible joint at seismic separation 17 A501 FC-1 Note: For additional mechanical information see 2 A101b 18 A501 Note: Patch and repair existing ceiling to extents required for installation of all new overhead connections of replacement grid CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 1 0 / 2 0 2 3 9 : 3 7 : 4 5 A M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 Re f l e c t e d C e i l i n g P l a n - N e w A102b 1/8" = 1'-0"1 Reflected Ceiling Plan - New N General Reflected Ceiling Plan Notes 1. Refer to Electrical Plans for Fixture Types 2. All exposed metal ductwork, grilles, fire-lines, water lines, pipes, and conduits shall be primed and painted. The Architect shall select the color prior to painting. 3. At exposed ceilings, all visible mechanical, electrical, and plumbing components shall be run in a neat and orderly manner. All runs shall be perpendicular or parallel to the framing. Prior to installation review and coordinate routing with the Architect. 4. All fixture/device locations shall be verified and coordinated. Notify the Architect of any discrepancies / conflicts. 5. All Mechanical grilles shall be painted to match the adjacent ceiling color; See Mechanical Plans for grilles and fans. Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023 Hilti KB-TZ2 with 2" minimum effective embed per ICC ESR-4266 at 32" O.C. Continuous sealant. At rated conditions use approved fire rated sealant. 5/8" Type 'X' gypsum board each side, unless noted otherwise - fasten to studs with 1 1/4" type W bugle head screws at 24" O.C. maximum vertical 2x4 metal studs full height at 16" O.C. unless noted otherwise, install with minimum 3 1/2" insulation for acoustic dampening. Ceiling per plans and assembly schedule As Required Ex i s t i n g - P a t c h a n d R e p a i r Base reglet at gypsum board, install wood base over to match existing, paint Existing truss chord GalleryIT Closet Existing roof deck (2) #10 (Min.) TEKS-type screws or Hilti X-U shot pins at 48" O.C. max. Slotted deflection slip track (MaxTrak or approved equal), typ. Existing wall New wall, metal stud at 16" O.C. with acoustic insulation New backer stud installed to existing framed wall, see Structural 2/S0.1 Patch existing gypsum board as required for installation of new nailer New gypsum board finish, typ. Paint existing, typ. New door New threshold set in continuous bed of mastic, 1/2" high maximum Existing floor 1/ 4 1/ 4 1/ 2 1 2 Beveled Change in Level New glazing New sill mullion Existing interior floor finish over structural slab Existing exterior paver New continuous sealant, both sides, typ. color to be selected by Architect prior to installation Anchorage per storefront manufacturer New interior door Existing floor No threshold, protect transition finish from existing to new enclosed space New door New door jamb New wall Double stud at jamb/wall opening Head Sim. At head condition provide vertical stud box frame header in lieu of double stud Existing wall New mullion -reinstall at location of removed storefront system to minimize finish rework, repair damaged plaster and/or drywall finishes as required New glazing New attachment per storefront manufacturer New continuous sealant, both sides, typ. color to be selected by Architect prior to installation New shim as required Existing wall New shim as required New attachment per storefront manufacturer New glazed storefront door New storefront door mullion, reinstall at location of removed storefront system to minimize finish rework Existing beams as occur, typ. new paint Existing roof deck, typ. New sheet metal screw direct attachment per acoustic panel manufacturer, screws installed to lower rib only New acoustic treatment tectum panel or approved equal, painted typ. 48" Above Finish Floor Existing wall Semi-Recessed prefabricated fire extinguisher cabinet per specs. -Verify extinguisher size before ordering and installation Gypsum wall board cut and patched as required for installation of semi- recessed cabinet 4" Maximum Continuous sealant, all around 1/8" thick backplate, acrylic 1/8" thick acrylic panel to adhere to backplate using VHB (very high bond) membrane tape from 3M and silicone adhesive (RTV108 or approved equal) Adhere to storefront glass with VHB membrane tape from 3M Storefront glass Side Align sign panels and blanks at opposite face of glass with exterior sign Type A TEXT Type B 5 1/2" 5 1/ 2 " BUILDING ENTRANCE ACCESSIBILITY TACTILE 5 1/2" 5 1/ 2 " General Notes: 1.Substrate: 1/4" Black matt acrylic 2.Face: Laminate per Specifications 3.Pictoral / Lettering (graphic art): minimum 1/32" raised applique with color to contrast background. See Specifications. 4.Lettering Height (5/8" minimum -2" maximum, sized per reading distance): 5/8" tall typ., unless noted otherwise. 5.Lettering Font: Sans Serif 6.Braille: Grade 2. Dots shall be 1/10" on center in each cell with 2/10" space between cells. Dots shall be raised a minimum of 1.40" above the background. 7.Attach door signs with 3M VBH heavy duty double-sided mounting tape. At storefront and glass, provide matching blank on opposite of glass to hide tape marks. 8.Sign mounting heights per 9.Edges of signs shall be eased and corners rounded with 1/8" radius. 15 A501 Door sign where occurs (Existing -for reference only) Wall sign where occurs per plans. Mount on latch side of door. Where there is no wall space on the latch side, signs shall be placed on the nearest adjacent wall (preferably on the right). MENMEN Sign Centerline 5/ 8 " - 2 " 60 " m a x . A . F . F . 60 " A . F . F . Door Centerline to b a s e l i n e o f h i g h e s t l i n e of r a i s e d c h a r a c t e r to b a s e l i n e o f l o w e s t b r a i l l e ce l l 48 " A . F . F . 9" min. 14" typ. 3/ 8 " - 1 / 2 " 3/ 8 " m i n . Pipe Stainless steel hose clamp 8" M i n i m u m Sealant all around Metal flange, prime, set in mastic, and fasten Lap repair roofing over new metal flange Continuous sealant, all around Pack void with fire insulation Existing roof assembly, core new hole as required for penetration New blocking for nailing as required Backing per Structural, see S0.1 for additional information Header and door frame 2 ton wall mounted heat pump ductless system with condensate pump accessory -heating mode to be locked out for cooling only; see Electrical for additional information (o r a s r e q u i r e d b y M a n u f a c t u r e r ) 6' M i n . A . F . F . (or as required by Manufacturer) 6" M i n . C l e a r t o C e i l i n g +/ - 8 " Side wall beyond -provide 8" clear both sides (minimum 5") for required maintenance clearance (or as otherwise required by Manufacturer) Wall per plan Note: For fan coil condensate requirements, see 13 A501 Note: Core through existing walls for new piping and conduit; locate and avoid existing reinforcing bar where required at existing CMU walls Le n g t h Liv e Length Live Existing wall at seismic separation -pack with fire rated insulation and provide continuous fire sealant all around both sides Pipe hanger, typ. Flexible metal hose assembly Elbow Pipe Piping anchored on each side of building separation for movement transmission to flexible assembly Piping anchored on each side of building separation for movement transmission to flexible assembly Hose Size (ID) Live Length Schedule 3/4" 19" 1" 20" 1-1/4" 21-3/4" 1-1/2" 23" 2" 25-1/2" 2-1/2" 27-1/2" 3" 29-1/2" 4" 33" 5" 48-1/2" 6" 52" 4" M I N Rooftop mechanical unit Wood framed mechanical pad per Structural with additional framing as required for minimum height Grommetted fastener at 12" O.C. Galvanized Sheet metal platform cap, extend over edges Continuous sealant Roofing system wrap and patch to existing Existing roofing over existing roof assembly Neoprene pad at each attachment, attachment per mechanical unit manufacturer Lap roofing at interior of framed pad prior to installation of sheet metal cap Existing sink/lavatory 3/4" condensate line from mechanical unit, see plan for location of unit Existing casework as occurs Patch and repair drywall to extents necessary for installation of new/replacement plumbing connections 1-1/2" washing machine tee Protective and insulation cover Slip ring, typ. Escutcheon, typ. Existing waste line Existing wall -open, patch and repair to extents required for installation of new 90° elbow (3 6 " m i n . i f al c o v e d e p t h is > 2 4 " ) Existing alcove walls Plan Section 9" B A 8" min. knee clearance 6" max. toe celarance Notes: 1.Flow of water shall be activated by a manually operated system that is front or side mounted and located within 6" of the front edge of the fountain or an automatic electronically controlled device. Controls and operating mechanisms shall be operable with one hand and shall not require tight grasping, pinching or twisting of the wrist. the force required to activate controls shall be no greater than 5 pounds of force. (CBC 11B-309.4) 2.Spout shall provide a flow of water 4" min. high. Where spouts are located <3" from the front of the unit, the angle of the water steam shall be 30 degrees max.; spouts located 3"-5" shall be 15 degrees max. 5" max. 15" min. CBC 11B-211 & 11B-602or 3 1/2" max. when spout is 30" max. A.F.F. (children's use) Mounting Heights Dimension Spout Height Knee Clearance Required Accessible 36" max. 27" min. A B Standing drinking fountain 18"-19" Accessible drinking fountain with 30"x48" front approach (18" min.) as deep as fountain Required Standing N/A 38"-43" 32 " m i n . 32 " m i n . Provide dual height drinking fountain at location of existing; provide Elkay Model LZSTL8WSLK or approved equal, with required plumbing connection extensions, any additional required backing, electrical changeover, and drywall patch and repair as required for a completed installation. Install per code minimum dimensions as identified in this detail. 12" Max. Flex hose adapter connector 3/4" condensate 3/4" air vent riser minimum 8" tall2" M i n . 3/4" air vent tee Typical 6' Maximum Hanger, see Structural for additional information Fan coil with condensate pump accessory Fan coil with condensate pump accessory: All condensate piping shall be copper with minimum 3/4" insulation. Condensate piping to have minimum 1/4" per foot slope. Note: Manufacturer's requirements supersede Condensate to terminate at existing sink, for continuation see 14 A501 CRADES No. C12113 YA S E A T T L W NECI A O R CFO FILA IN N A IHHENTLO T C E T REN 9.30.23 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p r o t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m a t e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s s t u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 25 July 2023 Drawing Set Issue Schedule Description Issue DateQ: \ 7 . 0 P r o j e c t F i l e s \ 2 2 1 9 C a r l s b a d S c h u l m a n A u d i t o r i u m & G a l l e r y \ 7 . 0 6 D r a w i n g s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - A r c h ( 2 0 2 2 ) . r v t 7/ 2 5 / 2 0 2 3 2 : 1 1 : 0 3 P M Pr o j e c t N o . : Pr o j e c t N u m b e r Sc h u l m a n A u d i t o r i u m a n d C a n n o n A r t G a l l e r y - A u d i o V i s u a l U p d a t e 17 7 5 D o v e L n , Ca r l s b a d C A 9 2 0 1 1 De t a i l s A501 1 1/2" = 1'-0"1 Interior Partition 1 1/2" = 1'-0"2 New Partition Wall to Existing Wall 1 1/2" = 1'-0"8 Storefront Door Sill Detail 1 1/2" = 1'-0"6 Storefront Sill Detail 1 1/2" = 1'-0"4 Interior Door Sill 1 1/2" = 1'-0"3 Interior Door Jamb 1 1/2" = 1'-0"5 Storefront Jamb Detail 1 1/2" = 1'-0"7 Storefront Head Detail 1 1/2" = 1'-0"9 Acoustic Treatment at Deck 1 1/2" = 1'-0"12 Fire Extinguisher Cabinet Detail 6" = 1'-0"10 Sign Installation 1" = 1'-0"11 Accessible Signage 1/2" = 1'-0"15 Accessible Signage Mounting Location 3" = 1'-0"19 Pipe Penetration through Roof 1 1/2" = 1'-0"17 Wall Mounted Mechanical Unit 1/2" = 1'-0"18 Pipe Penetration at Seismic Gap 3" = 1'-0"20 Mechanical Pad for Rooftop Unit 1 1/2" = 1'-0"14 Condensate Connection to Existing Sink Trap 1/4" = 1'-0"16 Drinking Fountain 1" = 1'-0"13 Condensate Piping Requirements Revision Schedule No. Revision Issue Date 28 Nov 2023 AA 12" MAX 1/4"x2" EMBED HILTI KB-3 (ESR-1385), MIN (1) PER CORNER IN MANUFACTURER'S MOUNTING HOLES, USE LARGER BOLT IF MOUNTING HOLES ARE LARGER EQUIPMENT (WEIGHT = 100lbs MAX) CMU WALL EQUIPMENT (WEIGHT = 50lbs MAX) 12" MAX #10 SMS, (1) MIN PER CORNER STUD WALL BACKING TYP PER 2 S0.1 WALL STUD WHERE OCCURS CONTINUOUS 600T150-54 WITH (3) #10 SMS TO EACH STUD, CLIP FLANGES AT STUD NOTE: AT ISOLATED BACKING, SPAN BACKING TRACK OVER (3) STUDS MINIMUM. WALL STUD BACKING GAP TYP 1/4" MAX A-A (2) #8 SELF-TAPPING SCREWS 3" WIDE x 4" LONG x 12ga STEEL STRAP BRACING WIRE (9GA MIN, TYP)P = 140 LBS MAX PROVIDE (4) TIGHT TURNS IN 1 1/2", TYP AT STEEL ROOF DECK SHEET METAL SCREW 16ga x 1" PREPUNCHED CLIP HANGER P = 100 LBS MAX AT STEEL BEAMS STRUCTURAL SHAPES ONLY HILTI CLIP OR EQUAL PER ICC ESR-2184 HANGER WIRE 1" WIDE x 2" LONG x 12ga STEEL STRAP BRACING WIRE NOTE: REMOVE AND RE-APPLY FIREPROOFING WHERE REQUIRED TO INSTALL HANGERS. (E) ROOFING (2) 3x6 P.T. DFL #1 (LAID FLAT) WITH (4) 1/4"dia. SELF-TAPPING SCREWS EACH (4-THREADS MINIMUM THROUGH METAL DECK, 1-SCREW PER FLUTE), FLAT HEAD OR COUNTER-SUNK 1/2" MAX. MAY BE INSTALLED OVER ROOFING. WATER- PROOFING IS PER ARCHITECTURAL. VERIFY ANY WARRANTY CONCERNS. (E) 1 1/2" x 18-GAGE METAL ROOF DECK ANCHORAGE OF UNIT TO SLEEPERS PER MANUFACTURER HEAT PUMP PER ARCH (W = 200 LBS MAX) RT S R U A S No. S 4226 ER FOE D PR ET E IS G R K.va e D S E AL SION I EER Nm s N G Ada L T F C A ET O T UC O R NIA FALI Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ g v a l l e j o \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u lm a n - S t r u c t ( 2 0 2 2 ) _ g v a l l e j o T Q Q 2 J . r v t 7 / 1 0 / 2 0 2 3 1 : 5 0 :0 6 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 ST R U C T U R A L N O T E S A N D T Y P I C A L D E T A I L S S0.1 JULY 10, 2023 1. THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS, ELEVATIONS, AND EXISTING CONDITIONS BEFORE STARTING WORK AND NOTIFY THE ARCHITECT IMMEDIATELY OF ANY DISCREPANCIES THAT ARE FOUND. 2. DO NOT SCALE DETAILS OR DRAWINGS. SEE ARCHITECTURAL DRAWINGS FOR ADDITIONAL DIMENSIONS WHERE REQUIRED. 3. SPECIFIC NOTES AND DETAILS SHALL TAKE PRECEDENCE OVER GENERAL NOTES AND TYPICAL DETAILS. 4. WHERE NO CONSTRUCTION DETAILS ARE SHOWN OR NOTED FOR ANY PART OF THE WORK, THE DETAILS USED SHALL BE THE SAME AS FOR OTHER SIMILAR WORK. 5. WHEN A DETAIL IS IDENTIFIED AS TYPICAL, THE CONTRACTOR IS TO APPLY THIS DETAIL IN ESTIMATION AND CONSTRUCTION TO EVERY LIKE CONDITION WHETHER OR NOT THE REFERENCE IS REPEATED IN EVERY INSTANCE. 6. ALL WORK SHALL CONFORM TO THE 2022 EDITION OF THE CALIFORNIA BUILDING CODE (CBC) AND OTHER REGULATORY AGENCIES WHO MAY HAVE AUTHORITY OVER THE WORK. 7. THESE DRAWINGS REPRESENT THE STRUCTURE IN ITS FINAL CONFIGURATION. IT IS THE RESPONSIBILITY OF THE CONTRACTOR FOR ALL MEANS AND METHODS ASSOCIATED WITH ACHIEVING THIS FINAL CONFIGURATION, INCLUDING BUT NOT LIMITED TO SHORING, BRACING OR SOILS EXCAVATIONS. 8. THE CONTRACTOR SHALL COORDINATE WITH ALL TRADES ANY ITEMS THAT ARE TO BE INTEGRATED INTO THE STRUCTURAL SYSTEM SUCH AS OPENINGS, PENETRATIONS, MECHANICAL AND ELECTRICAL EQUIPMENT, ETC. SIZES AND LOCATIONS OF MECHANICAL AND OTHER EQUIPMENT THAT DIFFERS FROM THOSE SHOWN ON THE CONTRACT DRAWINGS SHALL BE REPORTED TO THE ARCHITECT/ENGINEER. CONTRACTOR SHALL TAKE MEASURES AS REQUIRED TO ENSURE THAT CONSTRUCTION LOADS SHALL NOT EXCEED DESIGN LOADS FOR THE STRUCTURE. 9. ALL REFERENCED CODES AND STANDARDS SHALL BE THE LATEST APPROVED EDITION, U.O.N. 10. IN THE CASE OF DISCREPANCIES BETWEEN THE STRUCTURAL DRAWINGS AND SPECIFICATIONS, THE INFORMATION SHOWN ON THE STRUCTURAL DRAWINGS SHALL GOVERN. 1. APPLICABLE CODES: CALIFORNIA BUILDING CODE, 2022 EDITION 2. LIVE LOADS, UNIFORM AS FOLLOWS (REDUCIBLE U.O.N.): a. ROOF .............................................................. 20psf 3. SEISMIC DESIGN CRITERIA: SITE CLASS D SEISMIC DESIGN CATEGORY D RISK CATEGORY II SS = 0.995 I = 1.00 S1 = 0.362 SDS = 0.796 SD1 = 0.471 (EQUIVALENT LATERAL FORCE PROCEDURE) 4. WIND DESIGN CRITERIA: WIND EXPOSURE C V = 96mph RISK CATEGORY II Kd = 0.85 GCpi = ± 0.18 Kzt = 1.0 P = qh (GCp - GCpi) Ke = 1.0 GENERAL DESIGN CRITERIA COPYRIGHT © BWE BY USING THIS PERMITTED SET OF CONSTRUCTION DRAWINGS FOR CONSTRUCTION AND/OR INSTALLATION OF THE WORK SPECIFIED HEREIN, YOU AGREE TO COMPLY WITH THE REQUIREMENTS OF THE CITY OR JURISDICTION HAVING AUTHORITY OVER THE WORK FOR SPECIAL INSPECTIONS, STRUCTURAL OBSERVATIONS, CONSTRUCTION MATERIALS TESTING AND OFF-SITE FABRICATION OF BUILDING COMPONENTS CONTAINED IN THE STATEMENT OF SPECIAL INSPECTIONS AND AS REQUIRED BY THE CALIFORNIA CONSTRUCTION CODES. BY USING THIS PERMITTED SET OF CONSTRUCTION DRAWINGS FOR CONSTRUCTION AND/OR INSTALLATION OF THE WORK SPECIFIED HEREIN, YOU ACKNOWLEDGE AND ARE AWARE OF THE REQUIREMENTS CONTAINED IN THE STATEMENT OF SPECIAL INSPECTIONS. YOU AGREE TO COMPLY WITH THE REQUIREMENTS OF THE CITY OR JURISDICTION HAVING AUTHORITY OVER THE WORK FOR SPECIAL INSPECTIONS, STRUCTURAL OBSERVATIONS, CONSTRUCTION MATERIALS TESTING AND OFF-SITE FABRICATION OF BUILDING COMPONENTS CONTAINED IN THE STATEMENT OF SPECIAL INSPECTIONS AND AS REQUIRED BY THE CALIFORNIA CONSTRUCTION CODES. NOTICE TO CONTRACTOR NOTICE TO OWNER / OWNER'S AGENT EQUIPMENT AND COMPONENT NOTES 1. THE STRUCTURAL PLANS INDICATE THE APPROXIMATE LOCATION OF EQUIPMENT, AS WELL AS RATED FRAMING NECESSARY TO SUPPORT SUCH EQUIPMENT. THE FINAL POSITION OF THESE ITEMS IS DEPENDENT ON THE SPECIFIC EQUIPMENT PROVIDED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WORK BETWEEN SUBCONTRACTORS AND MANUFACTURERS. 2. ALL MECHANICAL, PLUMBING, AND ELECTRICAL COMPONENTS SHALL BE ANCHORED AND INSTALLED PER THE DETAILS ON THE APPROVED CONSTRUCTION DOCUMENTS. WHERE NO DETAIL IS INDICATED, THE FOLLOWING COMPONENTS SHALL BE ANCHORED OR BRACED TO MEET THE FORCE AND DISPLACEMENT REQUIREMENTS PRESCRIBED IN THE [IBC/CBC] CHAPTER 16 AND ASCE [7-16] CHAPTER 13, 15, 26, AND 30. A. ALL PERMANENT EQUIPMENT AND COMPONENTS. B. TEMPORARY OR MOVABLE EQUIPMENT THAT IS PERMANENTLY ATTACHED (E.G. HARD WIRED) TO THE BUILDING UTILITY SERVICES SUCH AS ELECTRICITY, GAS OR WATER. C. MOVABLE EQUIPMENT WHICH IS STATIONED IN ONE PLACE FOR MORE THAN 8 HOURS AND HEAVIER THAN 400 POUNDS ARE REQUIRED TO BE ANCHORED WITH TEMPORARY ATTACHMENTS. 3. THE FOLLOWING MECHANICAL AND ELECTRICAL COMPONENTS SHALL BE POSITIVELY ATTACHED TO THE STRUCTURE, BUT THE ATTACHMENT NEED NOT BE DETAILED ON THE PLANS. THESE COMPONENTS SHALL HAVE FLEXIBLE CONNECTIONS PROVIDED BETWEEN THE COMPONENT AND ASSOCIATED DUCTWORK, PIPING, AND CONDUIT. A. COMPONENTS WEIGHING LESS THAN 40O POUNDS AND HAVE A CENTER OF MASS LOCATED 4 FEET OR LESS ABOVE THE ADJACENT FLOOR OR ROOF LEVEL THAT DIRECTLY SUPPORT THE COMPONENT. B. COMPONENTS WEIGHING LESS THAN 20 POUNDS, OR IN THE CASE OF DISTRIBUTED SYSTEMS, LESS THAN 5 POUNDS PER FOOT, WHICH ARE SUSPENDED FROM A ROOF OR FLOOR OR HUNG FROM A WALL. 4. FOR THOSE ELEMENTS THAT DO NOT REQUIRE DETAILS ON THE APPROVED DRAWINGS, THE INSTALLATION SHALL BE SUBJECT TO THE APPROVAL OF THE DESIGN PROFESSIONAL IN GENERAL RESPONSIBLE CHARGE OR STRUCTURAL ENGINEER DELEGATED RESPONSIBILITY. 5. THE PROJECT INSPECTOR WILL VERIFY THAT ALL COMPONENTS AND EQUIPMENT HAVE BEEN ANCHORED IN ACCORDANCE WITH ABOVE REQUIREMENTS. S0.1 1EQUIPMENT ANCHORAGE - WALL MOUNTED S0.1 2STEEL STUD BACKING DETAIL S0.1 3HANGER WIRE DETAIL S0.1 4ROOFTOP HEAT PUMP ANCHORAGE Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents Box Function (YY): An Antenna Av Av Connectivity Bt Bluetooth Input Cm Camera C Ceiling Speaker Fb Floorbox Hi HDMI Input Ht HDMI Transmitter iC Intercom iO Input/Output P Pendent Speaker Pb Push Button Ctr Pj Projector Pt Poke Thru Sb Subwoofer Sp Loudspeaker Sn Projection Screen Ts Touch Screen Tv Television/Display Ui User Interface Vc Volume Control F +48" 2G YY.X Mounting Height: Height shown is from finish floor (AFF) to center of installed box UON. Box Size: A standard trade size, size is given in number of gangs or inches. If custom size "C" is shown. Ref schedule(s). Cable Tray ID: TCT.Level+Area TCT = Technical Cable Tray Example: TCT.101 Conduit Destination: AC = Accessible Ceiling CT = Cable Tray Cable Destination: Cable Destination = Conduit Destination U.O.N. Existing Wall-Mounted Junction Box Mounting Type Mounting Height Box Size YY L1.AWB.01 1A | EXISTING | TCT.101 Existing Floor-Mounted Junction Box YY Ceiling Speaker AV Symbols Examples and Nomenclature Box Size Mounting Height Mounting Type Box Function Box Type Box Info Tag Box ID Conduit Destination Conduit Size (Field Verify "Existing") Conduit Fill (See Cable Schedule) Box ID Nomenclature: Group.(Discipline+BoxStyle).Box# ex: L1.AWB.01 = Level 1.Audio+ Wall Box.Box #01 System Prefixes: A = Audio or AV V = Video Box Style: CB = Ceiling-Mount Box FB = Floor-Mount Box JB = Junction Box PB = Pipe-Mount Box WB = Wall-Mount Box Box w/ Info Tag Existing Ceiling- Mounted Junction Box YY Mounting Type Box Size Mounting Type: F = Flush Mount S = Surface Mount SR = Semi-Recessed Mount PM = Pedestal Mount New Wall-Mounted Junction Box Mounting Type Mounting Height Box Size YY.X New Floor/Ceiling-Mounted Junction Box Mounting Type Mounting Height Box Size YY.X Box Size C.# TV Location TV.Size.Height.Mount TV Tag Nomenclature: Size = Diagonal Size in Inches Height = Mounting Height to Center of TV Mount = TV Mount Type W = Tilting Wall Mount C = Ceiling Mount S = Swing Arm Mount P = Portrait Wall Mount N = Ultra Narrow Bezel Pull-Out Mount Each TV Location Receives a Duplex Power Outlet by Div 26. Outlet installed in TV Backbox. Mounting Type Remove all existing cable to box and provide new cabling, connectors, and panels. Provide new box, pathways, cabling, connectors, and panels. Group A -Microphone and other sensitive wiring (0 -100mV) Group B -Line Level wiring (100mV -10V) Group C -Loudspeaker and Control wiring (10V -70V) Refer to the Junction Box Schedule for Special Conditions. 1. Field conditions may require audio/video device locations to deviate from the locations illustrated on the drawings. The specific, installed, location of all audio/video devices shall be coordinated with the owner and the audio/visual system designer prior to installation. 2. A minimum of 36" clearance is required at both the front and rear of audio/video equipment racks. Access must be provided to the rear of the equipment racks. 3. All mounting height dimensions are to center of box unless otherwise noted. ALT-N4 Belden 5543FE 6543FE Intercom 4 Pair #22 Stranded Shielded 0.246 6.25 B ALT-P Belden 5504UE 6504UE Control 6 Conductor, #22 AWG, Stranded, Jacketed 0.168 4.27 B ALT-Q Belden 5301UE 6301UE Control 3 Conductor, #18 AWG, Stranded, Jacketed 0.167 4.24 B ALT-Z Belden HD200x Series HDMI HDMI Compsite Cable 0.548 13.92 B D12 Gepco GA618012GFC GA618012PEF 6612HS Line Level Audio 12 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.635 16.13 B D16 Gepco GA618016GFC Line Level Audio 16 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.71 18.03 B E Belden 9451 West Penn AQC291 9451P Mic Level Audio 1 Shielded PR #22 AWG Stranded Twisted Orange PVC Jacket 0.135 3.43 A E4 Gepco GA61804GFC Mic Level Audio 4 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.4 10.16 A E6 Gepco GA61806GFC GA618006PEF Mic Level Audio 6 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.475 12.07 A E8 Gepco GA61808GFC Mic Level Audio 8 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.57 14.48 A E12 Gepco GA618012GFC GA618012PEF 6612HS Mic Level Audio 12 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.635 16.13 A E16 Gepco GA618016GFC Mic Level Audio 16 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.71 18.03 A F Belden 7810A Antenna 50 Ohm Coax #10 AWG RG-8 0.403 10.24 B G Belden 9311 Antenna 50 Ohm Coax #20 AWG RG-58 0.193 4.9 B H Belden 1694A 1829BC 1695A Digital Video 75 Ohm Precision Video Cable #18 AWG 0.274 6.96 B HH Belden 7731A 7731WB 7732A Digital Video 75 Ohm, Precision Video Cable, #14 AWG 0.4 10.16 B J Belden 1855A 1855P Digital Video 75 Ohm Precision Video Cable #23 AWG 0.159 4.038 B K Belden 9116 9116P MATV Series 6 #18 AWG MATV CABLE 0.27 6.86 B L Belden 9011 MATV Series 11 #14 AWG MATV CABLE 0.4 10.16 B M Gepco HDP221 HDP221P Camera Power (2) 16 AWG Stranded, (2) 22AWG Stranded 0.135 3.423 B N Belden 9207 9815 89207 Intercom 1 Pair #20 Stranded Shielded 0.33 8.382 B P West Penn 270 25270B Control 6 Conductor #22 AWG Stranded Jacketed 0.163 4.14 B AV Cable Schedule Name Manufacturer Standard Part Number Under Ground Wet Part Number Plenum Part Number Application Description Nominal OD (in) Nominal OD (mm) Signal Group A10 West Penn HA210 C210 25210 Speaker 1 PR #10 AWG Stranded Twisted Jacketed 0.28 7.11 C A12 West Penn 227 AQ227 25227B Speaker 1 PR #12 AWG Stranded Twisted PVC Jacket 0.26 6.6 C A14 West Penn 226 AQ226 25226B Speaker 1 PR #14 AWG Stranded Twisted PVC Jacket 0.23 5.84 C D Belden 9451 West Penn AQC291 9451P Line Level Audio 1 Shielded PR #22 AWG Stranded Twisted Green PVC Jacket 0.135 3.43 B D4 Gepco GA61804GFC 6604HS Line Level Audio 4 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.4 10.16 B D6 Gepco GA61806GFC GA618006PEF Line Level Audio 6 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.475 12.07 B D8 Gepco GA61808GFC 6608HS Line Level Audio 8 Shielded PR #22 AWG Stranded Twisted individually Jacketed Polyethylene Jacket CMR 0.57 14.48 B Q West Penn 234 Belden 5302U1 25234B Control 3 Conductor #18 AWG Stranded Jacketed 0.168 4.27 B R Belden 1419A 88102 Control-RS422 2 Pair #24 AWG Stranded Overall Shield 0.248 6.3 B S Belden 7804R 7804P SMPTE 311M 2 Fiber, 2 Conductor 24 AWG, 4 Conductor 20 AWG,Belflex Jacket, CMR 0.357 9.06 B S3 Belden 7824R 7824P Triple SMPTE 311M 3 Channel Stadium Cable, 6 Fiber, 6 Conductor 18AWG, 6 Conductor 24 AWG 0.525 13.335 B T Belden 1857A Gepco VT61811PEF Camera 75 ohm Superflex Triax Video Cable #22 AWG stranded 0.36 9.14 B U5 Belden 1700A 1701A CAT5e Data 4 PR #24 AWG BONDED PAIR UTP CAT5e RJ45 Compatible 0.195 4.95 B U6 Belden 2412 7997A 2413 CAT6 Data 4 PR #23 AWG UTP CAT6 RJ45 Comp.0.23 5.84 B U6A Belden 10GX62F 10GX63F Cat6A 4 Bonded PR #23 AWG Shielded F/UTP CAT6A 0.295 7.49 B U6S Belden 2412F OSP6U 2413F CAT6 Data 4 PR #23 AWG Shielded UTP CAT6 RJ45 Comp.0.29 7.37 B UH Crestron DM-CBL-ULTRA-P DM-CBL-ULTRA-P DigitalMedia Cable 4 PR #22 AWG Shielded S/FTP CAT7a 0.304 7.7 B W Belden B9W039T B9W202 B9W202 Single Mode Fiber OS2 Six Strand Singlemode Fiber 0.22 5.59 B W12 Belden B9W231 B9W241 Single Mode Fiber OS2 Twelve Strand Singlemode Fiber Armored Jacket 0.62 15.75 B W24 Belden B9W233 B9W242 Single Mode Fiber OS2 Twenty-Four Strand Singlemode Fiber Armored Jacket 0.57 14.48 B WA Belden B9W240 B9W240 Single Mode Fiber OS2 Six Strand Singlemode Fiber Armored Jacket 0.506 12.85 B X Belden 1696A Custom TBD Digital Audio 1 PR #22 AWG Stranded Twisted PVC Jacket 0.235 5.97 B Y Belden B9C039T B9C202 B9C202 Multi-Mode Fiber OM3 50/125 Six Strand Multimode Fiber 0.22 5.59 B YA Belden B9C240 B9C240 Multi-Mode Fiber OM3 50/125 Six Strand Multimode Fiber Armored Jacket 0.506 12.85 B Z West Penn CN-SHRHDMI-xxm HDMI 0.548 13.92 B ALT-D16 Belden 1819R 6549PA Line Level Audio 16 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.776 19.71 A ALT-E West Penn (X)454 AQC291 D25454 Mic Level Audio 1 Shielded PR #22 AWG, Stranded, Twisted, Orange PVC Jacket 0.135 3.43 A ALT-E Gepco 61801EZ 61801HS Mic Level Audio 1 Shielded PR #22 AWG, Stranded, Twisted, Orange PVC Jacket 0.138 3.51 A ALT-E4 Belden 1815R 1815WB 1815P Mic Level Audio 4 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.384 9.75 A ALT-E6 Belden 1816R 1816WB 1816P Mic Level Audio 6 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.462 11.73 A ALT-E8 Belden 1817R 1817WB 1817P Mic Level Audio 8 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.503 12.78 A ALT-E12 Belden 1818R 1818WB 1818P Mic Level Audio 12 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.638 16.21 A ALT-E16 Belden 1819R 1819WB Mic Level Audio 16 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.776 19.71 A ALT-M Belden 7825R 7825P Camera Control (2) 16 AWG Stranded, (2) 22AWG Stranded 0.25 6.35 B ALT-A10 Belden 5T00UP 8810WB 6T00UP Speaker 1 PR #10 AWG, Stranded, Twisted, Jacketed 0.356 9.04 C ALT-A12 Belden 5000UE 5000U1 6000UE Speaker 1 PR #12 AWG, Stranded, Twisted, PVC Jacket 0.26 6.66 C ALT-A14 Belden 5100UE 5100U1 6100UE Speaker 1 PR #14 AWG, Stranded, Twisted, PVC Jacket 0.218 5.54 C ALT-D West Penn (X)454 AQC291 D25454 Line Level Audio 1 Shielded PR #22 AWG, Stranded, Twisted, Green PVC Jacket 0.135 3.43 B ALT-D Gepco 61801EZ 61801HS Line Level Audio 1 Shielded PR #22 AWG, Stranded, Twisted, Green PVC Jacket 0.138 3.51 B ALT-D4 Belden 1815R 1815WB 1815P Line Level Audio 4 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.384 9.75 B ALT-D6 Belden 1816R 1816WB 1816P Line Level Audio 6 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.462 11.73 B ALT-D8 Belden 1817R 1817WB 1817P Line Level Audio 8 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.503 12.78 B ALT-D12 Belden 1818R 1818WB 1818P Line Level Audio 12 Shielded PR #22 AWG, Stranded, Twisted, individually Jacketed, Polyethylene Jacket, CMR 0.638 16.21 B All cabling originating from a box with an "A" prefix (AWB, AFB, etc.) to be provided and installed by the 27 41 36 contractor. All cabling originating from a box with a "V" prefix (VWP, VFB, etc.) to be provided and installed by the 27 41 39 contractor. Terms and Definitions: Provide = Supply and install equipment High Voltage = >100V Furnish = Supply to another contractor for installation Install = Install equipment provided by another contractor AV Specific Abbreviations CB Ceiling Box AR Audio Equipment Rack AVR Audio-Video Equipment Rack FB Floor Box H Horizontal HDSDI High Definition Serial Digital Interface i/O Input/Output PRJ Projector SDI Serial Digital Interface SP Speaker STC Sound Transmission Coefficient TCT Technical Cable Tray TV Display/Television Ui User Interface V Vertical VR Video Equipment Rack WB Wall Box 1. All systems wiring will be in conduit unless approved by the Consultant or otherwise noted on drawings. 2. There are minimum conduit separations that must be maintained between conduits carrying wire of different signal groups. It is important to note that while different signals may exist in a single box, it is not appropriate to run more than one signal group in a single conduit. Refer to tables below for conduit separation distances. 3. It will be necessary at times for conduits of different signal groups to cross in close proximity. The conduit paths must be designed to cross at 90 degrees to each other. 4. The minimum conduit size shall be 3/4" and the conduit should be sized for max. 40% fill, or less if required by prevailing code. 5. Per TIA 569-E, indoor conduit runs shall have access to a pull box every 100' if there are more than (2) 90-degree bends. Pull boxes shall be placed in a straight section of the conduit. 6. Conduit for Outside Plant (OSP) optical fiber should have pull boxes placed at intervals no greater than 300'. 7. Conduit bend radius will be no less than 6 times the diameter for conduits less than 2"⌀, and no less than 10 times the diameter for conduits greater than 2"⌀. 8. The design will require pull lines to be left in all conduit by the Contractor installing the conduit. 9. The conduit system shall incorporate additional pull boxes as required to match the pull tensions of the wiring to be installed. 10. The installing contractor shall determine from the cable specifications the appropriate pull tensions, and lubricate to ensure that the cable insulation will not be abraded or cut during installation. 11. Signal conduits should be mechanically and electrically connected to the receptacle boxes. These conduits and boxes should connect to the building safety grounding system. 12. PVC conduit may only be used in underground applications. All above slab conduit shall be EMT. 13. The tables below define minimum spacing requirements for conduits containing different types and levels of audio, video and communication signals that will be part of the complete systems. It is important that each group be installed in raceways discreet from other group levels. 14. In a situation where there will exist a heavy current demand in adjacent conduits, or where there will be parallel runs >100', there will need to be additional separation between those conduits and the Signal Group A/B/C conduits. 15. Any wiring that is classified within a group can be combined in a raceway carrying other wiring that is in the same group. Common junction boxes/wire raceways that combine different signal groups shall not be used. 16. The different levels of signal grouping are defined as follows: Common Architectural Abbreviations AFF Above Finished Floor Bot Bottom Clg Ceiling Col Column Cont Continuous Dia Diameter Dim(s)Dimension(s) Dn Down Dwg Drawing Ea Each El Elevation Elec Electrical Eq Equal Exist Existing Ext Exterior Flr Floor Ga Gauge GWB Gypsum Wall Board HVAC Heating, Ventilating, and Air Conditioning Int Interior Max Maximum Mech Mechanical Min Minimum NIC Not in Contract Nom Nominal OC On Center PVC Polyvinyl Chloride RCP Reflected Ceiling Plan Reqd Required Rm Room Sim Similar Spec Specified OR Specification Stl Steel Struct Structure OR Structural T&G Tongue and Groove TME To Match Existing TO Top Of Typ Typical UNO Unless Noted Otherwise UON Unless Otherwise Noted W/With Minimum Cable Lengths Outside of Boxes Note Box Function Box Size Condition Length Outside of Box 1 CM N/A 2 Feet 2 xCT Cable Tray 20 Feet 3 xER Equipment Rack 20 Feet 4 JB 24"x24" or larger 20 Feet 5 JB Less than 24"x24"4 Feet 6 iC N/A 2 Feet 7 Ui N/A 2 Feet 8 iO N/A 2 Feet 9 VC N/A 2 Feet 10 SP N/A 2 Feet 11 TV N/A 2 Feet Separations - EMT or Rigid Group A Group B Group C Group A Adjacent Adjacent 3" Group B Adjacent Adjacent 3" Group C 3" 3" Adjacent Branch Circuits (<30A) 6" 6" 6" Branch Circuits (30A - 60A) 6" 6" 6" Branch Circuits (>60A) 12" 12" 12" Dimmer Controlled Lighting 12" 12" 12" SCR Controlled Devices 12" 12" 12" 208/480V Feeder Circuits 24" 24" 24" All Others (Plumbing, Heat, Etc.) 12" 12" 12" AV Division of Responsibilities Category Description Other 27 41 34 1 Power Provide all AC power circuits, receptacles (except those in the AV Racks), and standard power panels. TP circuits to utilize commercial grade receptacles.DIV 26 2 Power Provide AC power connections and circuits within audio-video equipment racks. Provide an appropriately sized J-box at the top of each rack with power circuit cabling terminating in 24" pigtails. - Label each circuit with circuit number. X 3 Conduit & Boxes Provide all conduit (with measured pull string), gang boxes, pull boxes, wall panel back boxes, pull string and raceways required for the audio and video systems. Clearly label with permanent marker all boxes and conduits listed above. DIV 26 4 Conduit & Boxes Provide all cable tray(s). Refer to plans and specifications for sizes and locations.DIV 26 5 Conduit & Boxes Provide cable hooks and/or wireway as shown in drawings.DIV 26 6 Conduit & Boxes Furnish speaker backcans and floorbox backcans to installing contractor.X 7 Conduit & Boxes Install speaker backcans and floorbox backcans (provided by contractor above).DIV 26 8 Low Voltage Cabling Provide low voltage cabling.X 9 Low Voltage Cabling Verify all conduit and cable fills for accuracy. Provide to the installing contractor a run list of all wire pulls, including wire numbers.X 10 Low Voltage Cabling Terminate all low voltage cables related to the audio systems as shown on drawings AV7.01 thru AV7.49.X 11 Low Voltage Cabling Terminate all low voltage cables related to the video systems as shown on drawings AV7.50 thru AV7.99 12 Structural Provide support structure for loudspeaker clusters/arrays weighing less than 500 lbs.X 13 Structural Provide support structure for loudspeaker clusters/arrays weighing greater than 500 lbs. Coordinate with 27 41 36 Contractor.DIV 5 14 Structural Install all speakers and speaker clusters.X 15 Equipment Provide all equipment noted on AV series sheets.X 16 Millwork Furnish all millwork at the front-of-house control booth including half-height walls, countertop, and cabinetry. Refer to drawings for exact specifications.DIV 6 17 Millwork Provide and install all loudspeaker grills and/or covers with exceptions noted below. Refer to architectural drawings for extent of grill cloth. Exceptions: Coaxial ceiling speakers with self-contained grills.DIV 9 18 Other Provide a contact closure to the audio-video racks for emergency muting of audio system in Fire Alarm Condition (if required by local code authority).DIV 28 Separations - PVC Group A Group B Group C Group A Adjacent Adjacent 6" Group B Adjacent Adjacent 6" Group C 6" 6" Adjacent Branch Circuits (<30A) 6" 6" 6" Branch Circuits (30A - 60A) 6" 6" 6" Branch Circuits (>60A) 12" 12" 12" Dimmer Controlled Lighting 12" 12" 12" SCR Controlled Devices 12" 12" 12" 208/480V Feeder Circuits 24" 24" 24" All Others (Plumbing, Heat, Etc.) 12" 12" 12" 1 AV Plan Symbols Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 4 9 : 3 8 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 Ge n e r a l N o t e s & L e g e n d s AV0.00 3 Conduit Notes 6 Minimum Cable Lengths Outside of Boxes 2 General Notes 5 AV Cable Schedule 7 Division of Responsibilities 4 Abbreviations Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents FC +1 8 " Av . 7 FC +1 8 " Av . 7 F C +18"Av.7 F C +18"Av.7 1 2 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 10 F.1 F.2 G H J K 1.4 1.8 2.2 3.5 4.6 8.6 10.1 VOM. 130.4 STORAGE 132 PRODUCTION 131 VOM. 130.3 AUDITORIUM 130 STORAGE 130.2 VEST. 130.1 BOH 129 PLATFORM 128 GALLERY 155 GALLERY WORK ROOM 154STORAGE 153 CORTYARD 00 AV2.01 1 AV2.00 1 AV3.01 2 3 1 4 AV3.004 1 3 2 AV3.024 1 3 2 CL AV-20 AV-20 AV-20 AV-20 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 4 9 : 4 6 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - O v e r a l l F l o o r P l a n AV1.00 Scale:1/8" = 1'-0"1 AV -Floor Plan AV Keynote Legend Key Keynote AV-20 AV Connectivity Panel. DIV 26 to provide 20A, 120V duplex utility power receptacle inside of AV box. (1) Circuit per every (2) AV wall mounted box. Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents F 4S 1 +1 0 8 " S.2 F4S 1 +1 0 8 " S.2 F 4S 1+1 0 8 " S.2 F 4S 1 +1 0 8 " S.2 F4S 1 +1 0 8 " An . 1 F4S 1 +1 0 8 " An . 1 1 2 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 10 F.1 F.2 G H J K 1.4 1.8 2.2 3.5 4.6 8.6 10.1 VOM. 130.4 STORAGE 132 PRODUCTION 131 VOM. 130.3 AUDITORIUM 130 STORAGE 130.2 VEST. 130.1 BOH 129 PLATFORM 128 GALLERY 155 GALLERY WORK ROOM 154STORAGE 153 CORTYARD 00 AV2.01 2 AV2.00 2 AV3.01 2 3 1 4AV3.004 1 3 2 AV3.024 1 3 2 CL AV-21 AV-21 AV-21 AV-21 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 4 9 : 5 7 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - O v e r a l l R e f l e c t e d C e i l i n g P l a n AV1.01 Scale:1/8" = 1'-0"1 AV -Reflected Ceiling Plan AV Keynote Legend Key Keynote AV-21 Cortyard Speaker. Support is required for ~74lbs. 274134 to provide appropriately sized wall mount. 274134 to coordinate mounting conditions with GC. DIV 26 to provide 20A, 120V simplex utility power receptacle adjacent to AV box for speaker power. (1) Circuit per every (2) AV wall mounted box. Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents F FBiO F FBiO F FBiO F FBiO +1 8"iO +18"iO F x+102"iO F x+102 "i O +2 4 " iO +24"iO +1 8 " iO +1 0 2 " iO +18"iO +39"iO +30"iO +1 1 4 " iO S.1 S.1 S.1 S.1 S.1 S.1 S. 1 S.1 Scn.1 Prj.1 F C iO F C iO F C iOF C iO S C iO S.1 S.1 1 2 2.4 3 4 4.5 H J 1.4 1.8 2.2 3.5 4.6 VOM. 130.4 STORAGE 132 PRODUCTION 131 VOM. 130.3AUDITORIUM 130 STORAGE 130.2 VEST. 130.1 BOH 129 PLATFORM 128 AV3.004 1 3 2 AVR.104 AVR.101AVR.102 AVR.103 AV-01AV-01 AV-01 AV-01 AV-02 AV-03 AV-03 AVFB.108 2E,2D | EXISTING | AVWB.101 2H,2U6S,1UH | EXISTING | AVWB.101 AVFB.109 2E,2D | EXISTING | AVWB.101 2H,2U6S,1UH | EXISTING | AVWB.101 AVFB.110 2E,2D | EXISTING | AVWB.101 2H,2U6S,1UH | EXISTING | AVWB.101 AVFB.111 2E,2D | EXISTING | AVWB.101 2H,2U6S,1UH | EXISTING | AVWB.101 AVWB.138 2E,2D,1Y | EXISTING | AVWB.101 2H,4U6S,1UH | EXISTING | AVWB.101 AVWB.143 2E,2D | EXISTING | AVWB.101 2H,4U6S,1UH | EXISTING | AVWB.101 AVWB.100 16U6S | EXISTING | AVWB.101 6H, 6D | EXISTING | AVWB.101 AVWB.101 AVWB.142 2E | EXISTING | AVWB.101 2H,4U6S | EXISTING | AVWB.101 AVWB.129 2E,2D,1Y | EXISTING | AVWB.101 2H,4U6S,1UH | EXISTING | AVWB.101 PTZ CAMERA PTZ CAMERA AVWB.113 2U6S,1H | EXISTING | AVWB.101 AVWB.115 2U6S,1H | EXISTING | AVWB.101 CL PTZ CAMERAS AVWB.145 4U6S,2H | EXISTING | AVWB.101 AV3.00 5 AV3.00 6 AVWB.143.A 2U6 | EXISTING | AVWB.101 AVWB.143.B 1U6 | EXISTING 4U6S, 4H, 1Y12 | EXISTING | AVWB.101 1 2 2.4 3 4 4.5 H J 1.4 1.8 2.2 3.5 4.6 VOM. 130.4 STORAGE 132 PRODUCTION 131 VOM. 130.3 AUDITORIUM 130 STORAGE 130.2 VEST. 130.1 BOH 129 PLATFORM 128 AV-11 AV-10 RSS.101 RSS.102 RSS.103 RRS.101 LRS.101 LSS.103LSS.102LSS.101 RMA.101 RMA.102 RMA.103 RSW.101 CMA.103 CMA.102 CMA.101 AV-13 SCN.101 PRJ.101 AV-12 AV-11 LMA.101 LMA.102 LMA.103 LSW.101 3A12 | 3/4" | AVR.103 3A12 | 3/4" | AVR.103 2A12 | 3/4"1A12 | 3/4" 2A12 | 3/4"1A12 | 3/4" 1A12 | 3/4" | AVR.103 AVCB.128 4A10 | EXISTING | AVR.103 AVCB.127 4A10 | EXISTING | AVR.103 3A10 | EXISTING | AVR.103 1A12 | 3/4" | AVR.103 EX I S T I N G P R O J E C T I O N S C R E E N 2U6S,1H | EXISTING | AVR.101 PRJ.102 CL WIRELESS MIC ANTENNA 2F | EXISTING | AVWB.101AVCB.190 2U6S,1H | EXISTING | AVR.101 SFS.101 SFS.102 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 0 : 1 8 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - E n l a r g e d - A u d i t o r i u m AV2.00 Scale:1/4" = 1'-0"1 AV -Floor Plan -Auditorium Scale:1/4" = 1'-0"2 AV -Reflected Ceiling Plan -Auditorium AV Keynote Legend Key Keynote AV-01 Existing Equipment Rack. Label and disconnect all wires from all equipment. Remove all equipment from rack. Rack to remain for population and retermination of new equipment. Cabling to be removed or augmented to accommodate new equipment. Itemize, catalogue, palletize, store, and protect all equipment during construction. Submit itemized list to owner for review. Discard all owner approved equipment to surplus, landfill, or recycling centers. Update itemized catalogue to reflect remaining inventory and store equipment in areas designated by the owner on provided storage racks at the completion of construction. AV-02 Existing Production Desk. Label and disconnect wires from all equipment. Remove all equipment from desk. Desk to remain for population and retermination to new equipment. Cabling to be removed or augmented to accommodate new equipment. Itemize, catalogue, palletize, store, and protect all equipment during construction. Submit itemized list to owner for review. Discard all owner approved equipment to surplus, landfill, or recycling centers. Update itemized catalogue to reflect remaining inventory and store equipment in areas designated by the owner on provided storage racks at the completion of construction. AV-03 Existing Storage. Remove all equipment. Itemize, catalogue, palletize, store, and protect all equipment during construction. Submit itemized list to owner for review. Discard all owner approved equipment to surplus, landfill, or recycling centers. Update itemized catalogue to reflect remaining inventory and store equipment in areas designated by the owner on provided storage racks at the completion of construction. AV-10 Auditorium Center Speaker Array. Support is required for ~165lbs. Structural support will require a minimum of (2) attachment points from the top rigging frame comprised of aircraft cable. Miscellaneous steel, attachment points, & rigging hardware to be designed & installed by 274134 & stamped by Licensed Structural Engineer. Coordinate color of speakers & rigging hardware with Architect. 274134 to coordinate mounting conditions with GC. AV-11 Auditorium Side Speaker Arrays. Support is required for ~270lbs. Structural support will require a minimum of (2) attachment points from the top rigging frame comprised of aircraft cable. Miscellaneous steel, attachment points, & rigging hardware to be designed & installed by 274134 & stamped by Licensed Structural Engineer. Coordinate color of speakers & rigging hardware with Architect. 274134 to coordinate mounting conditions with GC. AV-12 Auditorium Projector. Support is required for ~152lbs. 274134 to provide appropriately sized projector mount, projector lensing, & control. Miscellaneous steel by 274134 to support the projector. 274134 to coordinate mounting conditions with GC. DIV 26 to provide (1) dedicated 30A, 208V simplex power receptacle adjacent to AV box. AV-13 Auditorium Projection Screen. Support is required for ~900lbs. 274134 to provide miscellaneous steel, attachment points, & rigging hardware to support the screen from structure above. 274134 to coordinate mounting conditions with Rigging Contractor and GC. DIV 26 to provide dedicated 20A, 120V direct wire power to screen housing. Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents F 4S 2 +4 8 " Ts . 1 0 F 4S 2 +4 0 " B t . 2 F5G +1 8 " Av . 5 F 5G +18"Av.5 F 5G+1 8 " Av . 5 F 5G+1 8 " Av . 5 F 5G+18"Av.5 F5G +1 8 " A v . 5 Pb.4 Pb.4 Pb.4 Pb.4 Pb.4 Pb.4 Pb.4 Pb.4 Pb.4 F4S 1 +1 5 0 " An . 1 F 4S 2 +1 5 0 " A n . 2 8.5 9 10 G H J 8.6 10.1 GALLERY 155 GALLERY WORK ROOM 154 STORAGE 153 AV-30 AV-30 AV-30 AV-30 AV-30 AV-30 AV3.01 2 3 1 4 AV3.01 5 AV-32 AVR.201 1Y12 | 1-1/4" | AVWB.101 8.5 9 10 G H J 8.6 10.1 GALLERY 155 GALLERY WORK ROOM 154 STORAGE 153 AV-31 AV-31 AV-31 AV-31 AV-31 AV-31 AV-31 AV-31 AV-31 AV-33 AV-33 AV-33AV-33 SPK.201 SPK.202 SPK.204SPK.203 PRJ.202 PRJ.204 PRJ.203 PRJ.201 AV-34 AV-34 AV-34 AV-34 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 0 : 3 3 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - E n l a r g e d - G a l l e r y AV2.01 Scale:1/4" = 1'-0"1 AV -Floor Plan -Gallery Scale:1/4" = 1'-0"2 AV -Reflected Ceiling Plan -Gallery AV Keynote Legend Key Keynote AV-30 AV Connectivity Panel. DIV 26 to provide 20A, 120V duplex utility power receptacle adjacent to AV box. If an existing utility receptacle exists 4' on either side of the AV box, then a new receptacle is not required. (1) Circuit per every (2) AV wall mounted box. AV-31 AV Connectivity Pipe Mount Panel. DIV 26 to provide 20A, 120V duplex utility power receptacle to AV box faceplate. (1) Circuit per every (2) AV pipe mounted box. AV-32 AV Wall Equipment Rack. DIV 26 to provide (3) dedicated 20A, 120V circuits inside of a 6x6x4 enclosure. Box mounted above rack on wall with FMC extending to internal rack power distribution. In-rack power distribution by 274134. AV-33 Gallery Portable Speaker. Support is required for ~46lbs. 274134 to provide pipe grid attachment & rigging hardware and coordinate portable mounting conditions with Rigging Contractor. Power and connectivity to the speaker are provided by adjacent pipe mounted box and temporary cabling. AV-34 Gallery Portable Projectors. Support is required for ~57lbs. 274134 to provide pipe grid attachment & rigging hardware and coordinate portable mounting conditions with Rigging Contractor. Power and connectivity to the projector are provided by adjacent pipe mounted box and temporary cabling. Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents Ground Floor 0.00 1 2 2.4 3 4 4.51.4 1.8 2.2 3.5 4.6 AVR.101AVR.102 AV-01AV-01 AV-02 RSS.101 RSS.102 RSS.103 RRS.101 PRJ.101 10 ' - 8 3 / 8 " AV-12 AV-13 SCN.101 46'-0 1/4" 18 ' - 6 " PTZ CAMERA PTZ CAMERAS PROJECTION PORT WINDOW PRJ.102 PTZ CAMERA 4' - 6 " EX I S T I N G P R O J E C T I O N S C R E E N AVR.103 AV-01 AVWB.138 CMA.101 CMA.102 CMA.103 AV-10 SFS.101 Ground Floor 0.00 122.4344.5 1.41.82.23.54.6 AV-02 CMA.101 CMA.102 CMA.103 AV-10 10 ' - 8 3 / 8 " LSS.101LSS.102LSS.103 LRS.101 PRJ.101 SCN.101 AV-13 AV-12 PTZ CAMERAPTZ CAMERAS WIRELESS MIC ANTENNA PROJECTION PORT WINDOW PTZ CAMERA PRJ.102 4' - 6 " EX I S T I N G P R O J E C T I O N S C R E E N AVWB.143 AVWB.129 SFS.102 AVWB.143.A AVWB.143.B Ground Floor 0.00 H J RRS.101 LRS.101 2'-0" 2'- 0 " 10 ' - 0 " CL PTZ CAMERAS WIRELESS MIC ANTENNA PROJECTION PORT WINDOW Ground Floor 0.00 HJ RMA.101 RMA.102 RMA.103 RSW.101 CMA.101 CMA.102 CMA.103 AV-10 AV-11 AV-13 23'-0" 9' - 9 1 / 2 " SCN.101 LMA.101 LMA.102 LMA.103 LSW.101 AV-11 CL 3' - 7 " RMA.101 RMA.102 RMA.103 RSW.101AV-11 5' - 8 3 / 8 " 9' - 2 3 / 8 " LSW.101 LMA.101 LMA.102 LMA.103 AV-11 5' - 8 3 / 8 " 9' - 2 3 / 8 " Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 0 : 5 2 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - S e c t i o n s & E l e v a t i o n s AV3.00 Scale:1/4" = 1'-0"1 Auditorium -North Scale:1/4" = 1'-0"2 Auditorium -South Scale:1/4" = 1'-0"3 Auditorium -East Scale:1/4" = 1'-0"4 Auditorium -West Scale:1/8" = 1'-0"5 Right Main Array Scale:1/8" = 1'-0"6 Left Main Array AV Keynote Legend Key Keynote AV-01 Existing Equipment Rack. Label and disconnect all wires from all equipment. Remove all equipment from rack. Rack to remain for population and retermination of new equipment. Cabling to be removed or augmented to accommodate new equipment. Itemize, catalogue, palletize, store, and protect all equipment during construction. Submit itemized list to owner for review. Discard all owner approved equipment to surplus, landfill, or recycling centers. Update itemized catalogue to reflect remaining inventory and store equipment in areas designated by the owner on provided storage racks at the completion of construction. AV-02 Existing Production Desk. Label and disconnect wires from all equipment. Remove all equipment from desk. Desk to remain for population and retermination to new equipment. Cabling to be removed or augmented to accommodate new equipment. Itemize, catalogue, palletize, store, and protect all equipment during construction. Submit itemized list to owner for review. Discard all owner approved equipment to surplus, landfill, or recycling centers. Update itemized catalogue to reflect remaining inventory and store equipment in areas designated by the owner on provided storage racks at the completion of construction. AV-10 Auditorium Center Speaker Array. Support is required for ~165lbs. Structural support will require a minimum of (2) attachment points from the top rigging frame comprised of aircraft cable. Miscellaneous steel, attachment points, & rigging hardware to be designed & installed by 274134 & stamped by Licensed Structural Engineer. Coordinate color of speakers & rigging hardware with Architect. 274134 to coordinate mounting conditions with GC. AV-11 Auditorium Side Speaker Arrays. Support is required for ~270lbs. Structural support will require a minimum of (2) attachment points from the top rigging frame comprised of aircraft cable. Miscellaneous steel, attachment points, & rigging hardware to be designed & installed by 274134 & stamped by Licensed Structural Engineer. Coordinate color of speakers & rigging hardware with Architect. 274134 to coordinate mounting conditions with GC. AV-12 Auditorium Projector. Support is required for ~152lbs. 274134 to provide appropriately sized projector mount, projector lensing, & control. Miscellaneous steel by 274134 to support the projector. 274134 to coordinate mounting conditions with GC. DIV 26 to provide (1) dedicated 30A, 208V simplex power receptacle adjacent to AV box. AV-13 Auditorium Projection Screen. Support is required for ~900lbs. 274134 to provide miscellaneous steel, attachment points, & rigging hardware to support the screen from structure above. 274134 to coordinate mounting conditions with Rigging Contractor and GC. DIV 26 to provide dedicated 20A, 120V direct wire power to screen housing. Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents Ground Floor 0.00 8.5 9 108.6 10.1 Av.5 Av.5 Pb.4 Pb.4 Pb.4 1' - 6 " AV-30 AV-30 1' - 6 " AV-31 AV-31 AV-31 An.2 12 ' - 6 " AV-33 AV-34 AV-33 SPK.201 PRJ.201 SPK.202 Ground Floor 0.00 8.5910 8.610.1 Av.5 Av.5 Pb.4Pb.4Pb.4 AV-31 AV-31 AV-31 AV-30AV-30 1' - 6 " AV-33 AV-34 AV-33 SPK.204 PRJ.202 SPK.203 Ground Floor 0.00 H J Av.5 Av.5 Pb.4 Pb.4 Pb.4 AV-30AV-30 1' - 6 " 1' - 6 " AV-31 AV-31 AV-31 AV-34 AV-34 AV-34 AV-34 AV-33AV-33 PRJ.201 PRJ.203 PRJ.204 PRJ.202 SPK.204SPK.202 Ground Floor 0.00 HJ 4'- 0 " Ts.10 Bt.2 SPK.201 PRJ.201PRJ.202 SPK.203 AV-33 AV-34 AV-34 AV-33 Av.5 Av.5 AV-30 AV-30 1' - 6 " 1' - 6 " 8.5 8.6 AVR.201 AV-32 3' - 0 " Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 1 : 2 0 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - S e c t i o n s & E l e v a t i o n s AV3.01 Scale:1/4" = 1'-0"1 Gallery -North Scale:1/4" = 1'-0"2 Gallery -South Scale:1/4" = 1'-0"3 Gallery -East Scale:1/4" = 1'-0"4 Gallery -West Scale:1/4" = 1'-0"5 Gallery -Rack AV Keynote Legend Key Keynote AV-30 AV Connectivity Panel. DIV 26 to provide 20A, 120V duplex utility power receptacle adjacent to AV box. If an existing utility receptacle exists 4' on either side of the AV box, then a new receptacle is not required. (1) Circuit per every (2) AV wall mounted box. AV-31 AV Connectivity Pipe Mount Panel. DIV 26 to provide 20A, 120V duplex utility power receptacle to AV box faceplate. (1) Circuit per every (2) AV pipe mounted box. AV-32 AV Wall Equipment Rack. DIV 26 to provide (3) dedicated 20A, 120V circuits inside of a 6x6x4 enclosure. Box mounted above rack on wall with FMC extending to internal rack power distribution. In-rack power distribution by 274134. AV-33 Gallery Portable Speaker. Support is required for ~46lbs. 274134 to provide pipe grid attachment & rigging hardware and coordinate portable mounting conditions with Rigging Contractor. Power and connectivity to the speaker are provided by adjacent pipe mounted box and temporary cabling. AV-34 Gallery Portable Projectors. Support is required for ~57lbs. 274134 to provide pipe grid attachment & rigging hardware and coordinate portable mounting conditions with Rigging Contractor. Power and connectivity to the projector are provided by adjacent pipe mounted box and temporary cabling. Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents Ground Floor 0.00 5 5.5 6 7 7.5 8 8.54.6 8.6 3' - 2 " 8' - 9 " 3' - 2 " 8' - 9 " 1' - 6 " AV.7 AV-20 Ground Floor 0.00 55.5677.588.5 4.68.6 AV.7 AV-20 1' - 6 " 8' - 9 " 3' - 2 " AV-21 S.2 AV-21 S.2 8' - 9 " 3' - 2 " Ground Floor 0.00 H J S.2 S.2 AV-21AV-21 3' - 2 " 8' - 9 " 8' - 9 " 3' - 2 " Ground Floor 0.00 HJCL Av.7 Av.7 AV-20AV-20 1' - 6 " 1' - 6 " S.2 S.2 3' - 2 " 8' - 9 " 3' - 2 " 8' - 9 " AV-21 AV-21 An.1An.1 9' - 0 " Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 1 : 2 7 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - S e c t i o n s & E l e v a t i o n s AV3.02 Scale:1/4" = 1'-0"1 Cortyard -North Scale:1/4" = 1'-0"2 Cortyard -South Scale:1/4" = 1'-0"3 Cortyard -East Scale:1/4" = 1'-0"4 Cortyard -West AV Keynote Legend Key Keynote AV-20 AV Connectivity Panel. DIV 26 to provide 20A, 120V duplex utility power receptacle inside of AV box. (1) Circuit per every (2) AV wall mounted box. AV-21 Cortyard Speaker. Support is required for ~74lbs. 274134 to provide appropriately sized wall mount. 274134 to coordinate mounting conditions with GC. DIV 26 to provide 20A, 120V simplex utility power receptacle adjacent to AV box for speaker power. (1) Circuit per every (2) AV wall mounted box. Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents Scale:Scale:Scale:Scale: Scale:Scale:Scale: Scale: Scale: Scale: Scale: 2 1 3 1 2 3 PUSH 1 2 3 Use Green Heat Shrink on Shield Black Heat Shrink Collar Tubing 1_ 2" 1_ 4" XXXXX Use Green Heat Shrink on Shield Black Heat Shrink Collar Tubing 1_ 2" 1_ 4" S +- Use Green Heat Shrink on ShieldBlack Heat Shrink Collar Tubing 1_ 2" 3__ 16" Verify Connector Pinout per device Use Green Heat Shrink on Shield Black Heat Shrink Collar Tubing 1_ 2" Printed label with clear heat shrink 1_ 4" Use Green Heat Shrink on Shield Black Heat Shrink Collar Tubing 1_ 2" 1_ 4" 1_ 4" Use Green Heat Shrink on Shield Fold Black wire under heat shrink Black Heat Shrink Collar Tubing 1_ 2" XXXXX XXXXX XXXXX XXXXXXXXXX Use Green Heat Shrink on Shield Use printed heat shrink wire labels, place over snake skin Black Heat Shrink Collar Tubing 1_ 2" 1_ 4" XXXXX 1 1 Snake skin sheathing Snake skin sheathing to be captured by heat shrink 1_ 4" 1_ 4" Use Green Heat Shrink on ShieldBlack Heat Shrink Collar Tubing 1_ 2" XXXXX 1_ 4" Use Green Heat Shrink on ShieldBlack Heat Shrink Collar Tubing 1_ 2" XXXXX Fold Black wire under heat shrink 1 3 2 1 3 2 2 3 1 2 3 1 Printed label with clear heat shrink Printed label with clear heat shrink Printed label with clear heat shrink Printed label with clear heat shrink Printed label with clear heat shrink Printed label with clear heat shrink Printed label with clear heat shrink XXXXX Device ID, printed on self-laminating label 1_ 2"1_ 2" XXXXX Typical of all power connections within a rack including IEC, PowerCon, Direct Connections and Wall Warts. 1- 1- In 1+1+ 1+ 2- 2- 2+ 2+ 1- 1- 1+ 1+ In 1- In 2+ In 2+ XXXXX XXXXX XXXXX XXXXX XXXXX SPK ID SPK ID SPK ID AMP ID AMP ID Black Heat Shrink Collar Tubing Printed label with clear heat shrink 1_ 4" Panduit CMVDRxx Series Vertical Cable Management D-Rings. Wago Insulated Ferrule P/N 216-2xx Wago End/Intermediate Plate P/N 2010-1392 / 2010-1391 Wago DIN rail P/N 210-112 For Parallel connections use Wago Push-In Jumper P/N 2010-4xx Wago Rail-Mounted Terminal Block P/N 2010-1302 Wago Rail-Mounted Terminal Block P/N 2010-1301 Crimp Ferrules with Wago Crimping tool P/N 206-2xx Align label stating amplifier feeding terminal block with top of positive connection block.Align label stating speaker being fed from terminal block with top of positive connection block. Separate unique signals with bold line 1 XLR FEMALE PANEL MOUNT None 2 XLR FEMALE CABLE MOUNT None 3 RCA MALE CABLE MOUNT None 4 1/4" TRS CABLE MOUNT None 5 XLR MALE PANEL MOUNT None 6 XLR MALE CABLE MOUNT None 7 PHOENIX CONNECTOR None 11 FANOUT XLR CONNECTOR None 8 1/4" TS CABLE MOUNT None 10 POWER CONNECTIONS None 9 SPEAKER LEVEL TERMINAL BLOCKS None This detail applies to all mixer and mixing system inputs. Inputs originating at wall/floor boxes: Engraved numbered connectors, Whirlwind p/n WI3M-XX-# A new boot color shall be used for every group of 8 inputs. The engraved number shall match the plate number. Black snake skin sheathing. Inputs from devices with Stereo Outputs: Engraved connectors, Whirlwind p/n WI3M-BK-# Left Outputs shall be engraved "#L" and have a white boot Right Outputs shall be engraved "#R" and have a red boot Blue snake skin sheathing Inputs from Wireless Microphones: Engraved connectors, Whirlwind p/n WI3M-BK-# Outputs shall be numbered and connectors engraved "WXX" White snake skin sheathing Wires shall have sufficient length to allow patching to any input. Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 1 : 3 3 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV C o n n e c t o r D e t a i l s AV5.00 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents Scale: Scale:Scale: Scale: Scale: Scale: Scale: Scale:Scale: Scale:Scale:Scale: Ceiling Refer to AV details for in-wall conduit requirements & AV Drawings for pathway conditions per instance. TV / Display Refer to AV Drawings for sizing. Provided & installed by 274134. Refer to Details 6 & 7 for backing & pathway requirements. TV Backbox Refer to AV Drawings for model. Provided & installed by DIV 26. Height per AV Drawings ADA Accessibility Note: TV & mount should not protrude from the wall more than 4”. Notify architect if mount & display exceeds 4". TV backing provided & installed per Division of Responsibilities chart on AV Drawings. Backing to span between a minimum of (4) studs. Height per AV Drawings 36" min 48" min 32" min Conduit supports provided & installed by DIV 26. Height per AV Drawings unless a Project Outlet Height has been defined by Architect Ceiling Face plate height & orientation to match adjacent electrical outlets & other devices. Bottom of face plate not to fall below 15" per ADA. Electrical box supports provided & installed by DIV 26. Height per AV Drawings 36" min Ceiling EQ EQ Refer to Detail 1 for overhead conduit requirements. Ceiling Refer to Details 1, 2, & 3 for overhead conduit requirements. Single Gang Data Face Plate, mounted horizontally in top of TV backbox by telecom contractor. 1-Gang Box, 3-1/2 in. (Raco 592 or similar) by telecom contractor.1-Gang Box, 3-1/2 in. (Raco 592 or similar) by DIV 26. Duplex Receptacle by DIV 26. Pathway type, quantity & size per AV Drawings. Pathways provided & installed by DIV 26. To AV device below, if indicated on plans, by DIV 26. Single Gang Data Face Plate, mounted horizontally in top of TV backbox by telecom contractor. 1-Gang Box, 3-1/2 in. (Raco 592 or similar) by telecom contractor. 1-Gang Box, 3-1/2 in. (Raco 592 or similar) by DIV 26. Duplex Receptacle by DIV 26. Ceiling TV backing provided & installed by DIV 5. 3/4" plywood, light gauge steel, or equivalent. Reference project manual for approved blocking. Blocking to span between a minimum of (4) studs. To AV device below, if indicated on plans, by DIV 26. Pathway type, quantity & size per AV Drawings by 274134. Requirements related to pathways provided & installed by DIV 26. EQ EQ TV Mount Refer to AV Drawings for sizing. Provided & installed by 274134. Refer to Details 6 & 7 for backing & pathway requirements. Refer to Detail 1 for overhead conduit requirements. AV floor device, size, & mounting condition requirements per AV Drawings. AV floor device by DIV 26. Pathway type, quantity, & size per AV Drawings. Cable termination, device and/or panel provided by AV contractor. TV Backbox Height per AV Drawings unless a Project Switch Height has been defined by Architect Ceiling Refer to Detail 1 for overhead conduit requirements. Cable termination, device and/or panel provided by AV contractor. AV backbox type, size, mounting condition & mud-ring requirements per AV Drawings. Pathway type, quantity, & size per AV Drawings. Face plate and/or device height to match adjacent electrical switches & other devices. Top of face plate and/or device not to exceed 48" per ADA. Electrical box supports provided & installed by DIV 26. Stub to Cable Tray by DIV 26 Stub to J-Hooks by AV Contractor Cabling to be in conduit in hard-lid or open ceilings till conduit reaches the nearest accessible ceiling, pull box, cable tray, or associated AV equipment room by DIV 26. Conduit to be provided until above condition is met. Cable to then continue to nearest associated AV equipment room by AV Contractor. Over open or hard-lid ceiling cabling to continue in conduits. Refer to Detail 1 for overhead conduit requirements. Pathway type, quantity, & size per AV Drawings. Cable termination, device and/or panel provided by AV contractor. AV backbox type, size, mounting condition & mud-ring requirements per AV Drawings. Rack backing provided & installed by DIV 5. 3/4" plywood, light gauge steel, or equivalent. Reference project manual for approved blocking. Blocking to span between a minimum of (4) studs. 4" min 48" min 4" min Cable tray provided & installed by 270528 Height per DT Drawings 1'-2" max Height per AV Drawings FRONT Rack design, installation, grounding, & bonding to be in accordance with: AVIXA F502.02:2020 ANSI/NECA/BICSI 607 ANSI/TIA-607-B Variable speed fan top provided & installed by 274134. Vertical multi-circuit modular power raceway. Circuit quantity & module types determined by connected loads. Provided & installed by 274134. Conduit & cabling from AV electrical panel by DIV 26 Vertical multi-circuit modular power raceway. Circuit quantity & module types determined by connected loads. Provided & installed by 274134. Conduit & cabling from AV electrical panel by DIV 26 DIV 26 to provided & install electrical circuits to power connection box mounted to cable tray above & FMC tail from box to rack mounted raceway. 274134 to coordinate required circuit count & loads with DIV 26. Cable tray provided & installed by 270528 FR O N T BA C K Height per DT Drawings 1'-2" max BACK AV Equipment Rack (AVR) & associated accessories provided & installed by 274134. Rack design, installation, grounding, & bonding to be in accordance with: AVIXA F502.02:2020 ANSI/NECA/BICSI 607 ANSI/TIA-607-B Variable speed fan top provided & installed by 274134. Rack to be electrically decoupled from flooring. 274134 to provide & install a rubber mat-style isolation or equivalent between rack and floor.SIDE DIV 26 to provided & install electrical circuits to power connection box mounted to cable tray above & FMC tail from box to rack mounted raceway. Electrical contractor to provide & terminate power to a duplex receptacle at the projector attachment location. Coordinate location with AV contractor. Height per AV Drawings Ceiling Projector provided & installed by AV contractor. AV contractor to reference all current manufacture installation literature. Attachment to structure including miscellaneous steel supports, a minimum of (3) lateral braces on vertical spans greater than 60", extension columns & attachment points provided & installed by AV contractor. Projector mount & associated mounting accessories provided & installed by AV contractor. Decorative trim ring provided & installed by AV contractor. Projection image cone as indicated on AV drawings. AV contractor to confirm projector lensing based on mounting & project conditions. Projection screen provided & installed by AV contractor. AV contractor to reference all current manufacture installation literature. AV contractor to coordinate length of black drop & or cable drop with AV Drawings & project conditions Height per AV Drawings Electrical contractor to provide & terminate power into junction box at screen end. Coordinate side with AV contractor. Height per AV Drawings A minimum of (4) vertical supports with a minimum of (3) lateral braces on vertical spans greater than 60" are required per screen. Attachment to structure including miscellaneous steel supports, bracing, & attachment points provided & installed by AV contractor. Height per AV Drawings Blocking in wall Backing provided & installed by DIV 5. 3/4" plywood, light gauge steel, or equivalent. Reference project manual for approved blocking. Blocking to extend 1 stud bay wider than screen on each side. Projection screen provided & installed by 274134. Attachment to structure including miscellaneous supports provided & installed by 274134. Height per AV Drawings Electrical contractor to provide & terminate power into junction box at screen end. Coordinate side with 274134. 274134 to coordinate length of black drop with AV Drawings & project conditions Height per AV Drawings 1 Overhead - Conduit Accommodations None 5 Typical TV Mounting Details None 6 Typical TV Backing & Pathways 4-Studs None 7 Typical TV Backing & Pathways 3-Studs None 3 Typical Wall-Mounted AV Input Panel None 4 Typical Floor-Mounted Devices w/ AV None 2 Typical Wall-Mounted AV Control Device None 9 Wall-Mounted Rack Detail None8 Floor-Standing AV Rack Details None 10 Typical Projector Mounting None 11 TypicalSuspended Projection Screen None 12 Typical Wall-Mounted Screen None Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 1 : 3 7 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - S t a n d a r d D e t a i l s AV5.01 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents 1 2 3LAL-ACOUSTICS A10i SERIES. TOTAL WEIGHT: 165 LBS. ATTACHED WITH L- ACOUSTICS A10i SERIES RIGGING HARDWARE. REF AV6.00 FOR AIMING. 1/2" ALL THREAD SECURED ABOVE & BELOW TO UNISTRUT P1000-T W/ UNISTRUT P1010 SPRING NUTS, UNISTRUT P1064 BACKING PLATE, & 1/2" HARDWARE. UNISTRUT P1000-T. LA LA 11 2 2 2 1 UNISTRUT P2875, BEAM CLAMP. 3 3 3 3 3 3 4 UNISTRUT P2486 , SEISMIC ROD STIFFENER. 4 4 4 10 " T Y P . 4 4 4 4 4 4 1 5 CROSBY HG-228 (1032554), TURNBUCKLE. 5 5 5 6 7 FINISHED CEILING. CEILING OPENING W/ PROTECTIVE SLEEVED INSERT & FLANGE. LOUDSPEAKER ATTACHMENT TO BE FIELD VERIFIED WITH SITE CONDITIONS. ADDITIONAL ACCOMMODATIONS OR HARDWARE TO BE DESIGNED & INSTALLED BY 27 41 34. DESIGN STAMPED BY 27 41 34 PE. PROJECT STRUCTURAL ENGINEER TO REVIEW & APPROVE ATTACHMENT METHOD. * B B SECTION A A A SECTION B 8 STRUCTURAL STEEL. 6 4" DIA. MIN 6 777 8 8 8 1 2 3LAL-ACOUSTICS A10i SERIES. TOTAL WEIGHT: 270 LBS. ATTACHED WITH L- ACOUSTICS A10i SERIES RIGGING HARDWARE. REF AV6.00 FOR AIMING. 1/2" ALL THREAD SECURED ABOVE & BELOW TO UNISTRUT P1000-T W/ UNISTRUT P1010 SPRING NUTS, UNISTRUT P1064 BACKING PLATE, & 1/2" HARDWARE. UNISTRUT P1000-T. LA LA 11 2 2 2 1 UNISTRUT P2875, BEAM CLAMP. 3 3 3 3 3 3 4 UNISTRUT P2486 , SEISMIC ROD STIFFENER. 4 4 4 10 " T Y P . 4 4 4 4 4 4 1 5 CROSBY HG-228 (1032554), TURNBUCKLE. 5 5 5 6 7 FINISHED CEILING. CEILING OPENING W/ PROTECTIVE SLEEVED INSERT & FLANGE. LOUDSPEAKER ATTACHMENT TO BE FIELD VERIFIED WITH SITE CONDITIONS. ADDITIONAL ACCOMMODATIONS OR HARDWARE TO BE DESIGNED & INSTALLED BY 27 41 34. DESIGN STAMPED BY 27 41 34 PE. PROJECT STRUCTURAL ENGINEER TO REVIEW & APPROVE ATTACHMENT METHOD. * B B SECTION A A A SECTION B 8 STRUCTURAL STEEL. 6 4" DIA. MIN 6 777 8 8 8 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Drawing Set Issue Schedule Description Issue DateAu t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 7 / 7 / 2 0 2 3 7 : 2 4 : 3 4 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - S t a n d a r d D e t a i l s AV5.02 Scale:1" = 1'-0"2 Auditorium Center Main Array -Attachment Detail Scale:1" = 1'-0"1 Auditorium Left & Right Main Array -Attachment Detail Revision Schedule No. Revision Issue Date Attachment Details 07.07.202328 Nov 2023Construction Documents Scale:Scale: Scale: Scale: Scale:Scale: Scale: Scale: Scale:Scale:Scale:Scale:Scale: Scale: 50Ω 50Ω Scale:Scale: PAIR IN 3/4 A IN 3/4 B OUT 1/2 A Scale:Scale: Scale:Scale: PAIR IN 3/4 A IN 3/4 B OUT 1/2 A Scale: Scale: 50Ω Scale: 50Ω Scale: Scale: 4" Panel if Surface1_ 2" 4" P a n e l i f S u r f a c e 5" Panel if Flush 5" P a n e l i f F l u s h Typical for all wall boxes: ·Flush mounted boxes shall have panels with 1/2" overhang on all sides. ·Surface mounted boxes, the panel shall match the dimension of the box. ·ALL plates shall be engraved with unique box number. System Designed by:System Installed by: Place in top RU of video/audio racks, one per row of racks. Contractor Logo Integrator's logo not to extend past the center, placed on right side. TH WP-### Typical Connector ID to Incorporate the Following: ## Two letter room abbreviation ATIE, ETIE, FTIE, or VTIE system designation ## Two number connector number ID abbreviation & numbering populated by 274134 (ex. TH ATIE-12). Panels, plates, patchbays, & all loose connection points to have consistent ID's. SSRC PM-##/01-520R 4 Gang, 1 duplex receptacle, 3 Gang low voltage EXAMPLE OF TYPICAL BOX & PANEL CONDITIONS. Typical Connector blank: Where shown, provide pre-punched connector hole and blank cover plate/screws. Neutrik DBA-BL or equal ET H E R N E T T I E S VI D E O T I E S AUDIO INPUTS AUDIO TIES VIDEO TIES ETHERNET TIES FIBER TIES Crestron DM-TX-4KZ-100-C-1G-B-T VIDEO TX AUDIO INPUTS AUDIO TIES VIDEO TIES ETHERNET TIES Crestron DM-TX-4KZ-100-C-1G-B-T FIBER TIES AUDIO INPUTS AUDIO TIES VIDEO TIES ETHERNET TIES Crestron DM-TX-4KZ-100-C-1G-B-T Crestron DM-TX-4KZ-100-C-1G-B-T FSR Inc. FL-540P Floor Boxes FSR Inc. OWB-500P-FM Boxes Crestron DM-TX-4KZ-100-C-1G-B-T FSR Inc. FL-540P Floor Boxes Crestron DM-TX-4KZ-100-C-1G-B-T FSR Inc. FL-540P Floor Boxes INPUT-## AU D I O I N P U T S INPUT-## ET H E R N E T T I E S VI D E O T I E S ET H E R N E T T I E S VI D E O T I E S ET H E R N E T T I E S VI D E O T I E S RF Venue DFIN Wall Mounted Adjacent TSC-101-G3 Junction Box AtteroTech unD6IO-BT ET H E R N E T T I E S VI D E O T I E S INPUT-## AU D I O I N P U T S INPUT-## ATIE-## AU D I O T I E S ATIE-## ET H E R N E T T I E S VI D E O T I E S ATIE-## AU D I O T I E S ATIE-## TSC-101-G3 Junction Box AtteroTech unD6IO-BT Crestron DM-TX-4KZ-100-C-1G-B-T FSR Inc. FL-540P Floor Boxes Shure UA860SWB Wall Mounted Adjacent Shure UA860SWB + Williams AV 029 Wall Mounted Adjacent INPUT-## INPUT-## VIDEO TX VIDEO TX 1 Typical Box & Panel Dimensions 6" = 1'-0" 3 Typical Logo Panel 6" = 1'-0" ## ATIE-## 4 AVWB.138 NTS 2 Typical Connector Annotations 6" = 1'-0" ETIE-## ETIE-##VTIE-## VTIE-## INPUT-## INPUT-##ATIE-## ATIE-## VTIE-## VTIE-## ETIE-## ETIE-## ETIE-## ETIE-## FTIE-## FTIE-## 5 AVWB.129 NTS INPUT-## INPUT-##ATIE-## ATIE-## VTIE-## VTIE-## ETIE-## ETIE-## ETIE-## ETIE-## FTIE-## FTIE-## 6 AVWB.143 NTS INPUT-## INPUT-##ATIE-## ATIE-## VTIE-## VTIE-## ETIE-## ETIE-## ETIE-## ETIE-## 7 AVFB.108 6" = 1'-0" INPUT-## INPUT-## ATIE-## ATIE-## VTIE-## VTIE-## ETIE-## ETIE-## 17 Type Av.7 Cortyard (QTY: 4) 6" = 1'-0" INPUT-## INPUT-## ATIE-## ATIE-## VTIE-## VTIE-## ETIE-## ETIE-## 8 AVFB.110 6" = 1'-0" INPUT-## INPUT-## ATIE-## ATIE-## VTIE-## VTIE-## ETIE-## ETIE-## 9 AVFB.111 6" = 1'-0" INPUT-## INPUT-## ATIE-## ATIE-## VTIE-## VTIE-## ETIE-## ETIE-## 10 AVWB.142 6" = 1'-0" ETIE-## ETIE-##VTIE-## 11 AVWB.113 6" = 1'-0" ETIE-## ETIE-##VTIE-## 12 AVWB.115 6" = 1'-0" ETIE-## ETIE-## ETIE-## ETIE-##VTIE-## VTIE-## 13 Rear PTZ Twin Cameras 6" = 1'-0" ETIE-## ETIE-## Wireless A Wireless B 14 Rear Wireless Mic Antanna 6" = 1'-0"15 AVWB.143.A 6" = 1'-0"16 AVWB.143.B 6" = 1'-0" INPUT-## INPUT-## ETIE-## ETIE-## VTIE-## VTIE-## 18 Type Av.4 Gallery (QTY: 6) 6" = 1'-0" ETIE-## ETIE-## VTIE-## VTIE-## 19 Type Pb.4 Gallery (QTY: 9) 6" = 1'-0"20 Type Ts.10 Gallery (QTY: 1) 6" = 1'-0"21 Type Bt.2 Gallery (QTY: 1) 6" = 1'-0" 7 AVFB.109 6" = 1'-0" INPUT-## INPUT-## ATIE-## ATIE-## VTIE-## VTIE-## ETIE-## ETIE-## Wireless A 22 Type An.1 Gallery (QTY: 3) 6" = 1'-0" Wireless B 23 Type An.2 Gallery (QTY: 1) 6" = 1'-0" ALS 24 SRP.01 6" = 1'-0" ETIE-## ETIE-## ETIE-## ETIE-##VTIE-## VTIE-##VTIE-## VTIE-## Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 1 : 4 2 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV P a n e l D e t a i l s AV5.20 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 O F E O F E O F E O F E All critical networking enable equipment connected to UPS. Including but not limited to: switches, AV control processors, Mixers, & AV signal processors. All critical networking enable equipment connected to UPS. Including but not limited to: switches, AV control processors, Mixers, & AV signal processors. Attach charging stations to sliding shelf. Provide Fan Top DWR-FK32 Provide MPR Series Modular Power Raceway System RACK SWING DIRECTION Platform BOH (129)Production Equipment Room (131) All critical networking enable equipment connected to UPS. Including but not limited to: switches, AV control processors, Mixers, & AV signal processors. Gallery Rack (###) FLOOR All critical networking enable equipment connected to UPS. Including but not limited to: switches, AV control processors, Mixers, & AV signal processors. Existing RackExisting Rack UPS Middle Atlantic UPX-2000R-2 Ethernet Patch Panel Belden Per Spec Owner Furnished Contractor Installed (48) Port Minimum Owner Furnished Contractor Installed (48) Port Minimum 2U Brush Middle Atlantic BR2 Digital Signal Processor QSC Core 110F-V2 4CH Wireless Receiver Shure ULXD4Q 4CH Wireless Receiver Shure ULXD4Q TT Audio Patchbay Bittree Per Spec Ethernet Patch Panel Belden Per Spec Ethernet Patch Panel Belden Per Spec 48x16 Channel Stagebox Allen & Heath GX4816 2U Brush Middle Atlantic BR2 BLANK Assisted Listening Williams Sound FM T55 2U Brush Middle Atlantic BR2 UPS Middle Atlantic UPX-2000R-2 2U Brush Middle Atlantic BR2 5U Vented Middle Atlantic SS5-23VTR Middle Atlantic Products DWR Series (DWR-35-26) Existing Rack Wireless Zones RF Venue 4Zone BLANK Dante to AES3 Focusrite PRO RedNet D16R MkII 1U Brush Middle Atlantic BR1 4CH Wireless Receiver Shure ULXD4Q Assisted Listening Williams Sound FM T55 BLANK Fiber Patch Bay Belden Per Spec 1U Brush Middle Atlantic BR1 Dante Audio I/O Attero Tech D16Mio Video Patchbay Bittree Per Spec Ethernet Patch Panel Belden AX103114 (24) AX104596 Ethernet Patch Panel Belden AX103114 (24) AX104596 Owner Furnished Contractor Installed (48) Port Minimum 2U Brush Middle Atlantic BR2 13U Reserved For Theatrical Lighting Systems (11 61 00) Power Amplifier L-Acoustics LA2Xi Power Amplifier L-Acoustics LA2Xi BLANK Power Amplifier L-Acoustics LA2Xi Power Amplifier L-Acoustics LA2Xi BLANK Power Conditioner with Lights Furman PL-8C Power Conditioner with Lights Furman PL-8C BLANK Power Amplifier L-Acoustics LA2Xi Power Amplifier L-Acoustics LA2Xi BLANK UPS Middle Atlantic UPX-2000R-2 BLANK Power Amplifier L-Acoustics LA2Xi 3U Drawer Middle Atlantic D3 2U Drawer Middle Atlantic D2 Fiber Patch Bay Belden Per Spec 1U Brush Middle Atlantic BR1 Owner Furnished Contractor Installed (12) Port Minimum 2U Brush Middle Atlantic BR2 BLANK Dual 9" Monitor JVC DT-X93HX2 Remote Com Station Clear Com HRM-4X 1U Brush Middle Atlantic BR1 BLANK BLANK BLANK Cinema Audio Processor QSC QSC DCIO-H BLANK Main Com Station Clear-Com ARCADIA-X4-16P BLANK Dual 9" Monitor JVC DT-X93HX2 3U Drawer Middle Atlantic D3 Crestron DMF-CI-8 MAP UFA-8 Tascam BD-MP4K BLANK Dual 7" Monitor Recorder JVC DT-X93HX2 BLANK 40x40 12G Router Blackmagic Design VHUBSMAS12G4040 BLANK Video Production Switcher NewTek TC1 BLANK Video Patchbay Bittree Per Spec BLANK Fiber Patch Bay Belden Per Spec 1U Brush Middle Atlantic BR1 BLANK 2U Drawer Middle Atlantic D2 BLANK BLANK BLANK UPS Middle Atlantic UPX-2000R-2 BLANK BLANK Dante Audio I/O Attero Tech D16Mio TT Audio Patchbay Bittree Per Spec BLANK BLANK BLANK Crestron DMF-CI-8 BLANK BLANK BLANK BLANK BLANK 2U Drawer Middle Atlantic D2 AVR.103 (Auditorium) AV Equipment Rack AVR.101 (Auditorium) AV Equipment Rack UPS.01 EPB.01 NWS.01 NWS.02 DSP.01 WRX.01 WRX.02 APB.01 EPB.03 EPB.02 SBX.01 ALS.01 UPS.03 Sliding Shelf AVR.201 (Gallery) AV Equipment Rack AVR.102 (Auditorium) AV Equipment Rack WZC.01 DTD.## WRX.03 ALS.02 FPB.03 AIO.01 VPB.02 EPB.04 EPB.05 NWS.04 AMP.01 AMP.02 AMP.03 AMP.04 AMP.05 AMP.06 UPS.02 AMP.07 FPB.02 NWS.03 MON.02 ICR.01 SRP.01 CAP.01 ICM.01 MON.01 IVC.##IP Matrix Chassis Device Shelf BLR.01Blueray Player REC.01 RTR.01 VPS.01 VPB.01 FPB.01 UPS.04 AIO.02 APB.02 IVC.##IP Matrix Chassis Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 1 : 5 0 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV R a c k D e t a i l s AV5.40 Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 1 : 5 5 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV - S y s t e m s S c h e d u l e s AV6.00 AV Systems - New Junction Box Schedule Typical Box ID Device Description Device Manufacturer Device Model Mounting Height Box Manufacturer Box Model Box Description Flush Mount NEMA Type Box Supplied and Installed By: Panel Supplied and Installed By: Conduit & Cable (Unless Otherwise Shown on Plan)Notes An.1 Wireless Antenna n/a n/a <varies> Raco or Equivalent 260 4-11/16" square welded steel electrical box, 3.25" depth, with 1G mudring. Yes 1 DIV 26 N/A (1) 1" Conduit with 1F cable to local associated AVR. An.2 Wireless Antenna n/a n/a 12'-6" Raco or Equivalent 260 4-11/16" square welded steel electrical box, 3.25" depth, with 2G mudring. Yes 1 DIV 26 N/A (1) 1" Conduit with 1F,1H cables to local associated AVR. Av.5 AV Connectivity Panel n/a n/a 1'-6" Raco or Equivalent 694 5-Gang welded steel electrical box, 2.5" depth. Yes 1 DIV 26 27 41 34 (1) 1" & (1) 1-1/4" Conduit stub to accessible ceiling. 4E, 2D, 2H, 2U6S to local AVR. Av.7 Exterior AV Connectivity Box n/a n/a 1'-6" FSR Inc.OWB-500P-FM Steel junction/pull box with screw cover.Yes 1 DIV 26 27 41 34 (2) 1" Conduit with 4E,2D,2U6S,2H to AVR.101. Bt.2 Bluetooth IO Panel Attero Tech unD6IO-BT 3'-4" Raco or Equivalent 260 4-11/16" square welded steel electrical box, 3.25" depth, with 2G mudring. Yes 1 DIV 26 N/A (1) 1" Conduit stub to accessible ceiling. 1U6 to local AVR. Clearance of 6" required on all sides of junction box center line for adjacent boxes. Pb.4 AV Connectivity Pipe Box n/a n/a SSRC or Equivalent 9104 4 Gang pipe moutn box w/rigging hardware (3G Low Voltage 1G High Voltage) Yes DIV 26 27 41 34 (1) 1-1/4" FMC with 2D,2U6S,2H cables to local associated AVR. Prj.1 Ceiling Mounted Projector Christie Projector Projector n/a Cable freerun in accessible ceiling. No Box required. Yes 1 n/a 27 41 34 2U6S,1H Cable freerun to local AVR. S.1 Surface Mounted Speaker L-Acoustics X8 <varies> Raco or Equivalent 260 4-11/16" square welded steel electrical box, 3.25" depth, with 1G mudring. Yes 1 DIV 26 N/A Refer to plan drawings. S.2 Surface Mounted Speaker EAW AC6 9'-0" Raco or Equivalent 260 4-11/16" square welded steel electrical box, 3.25" depth, with 1G mudring. Yes 1 DIV 26 N/A (1) 3/4" Conduit with 1U6S,1D to AVR.101. Scn.1 Surface Mounted Projection Screen Stewert Film Screen Screen Motorized Screen n/a Cable freerun in accessible ceiling. No Box required. Yes 1 n/a 27 41 34 1U6 Cable freerun to local AVR. Ts.10 10" Touchscreen QSC TSC-101-G3 4'-0" Raco or Equivalent 260 4-11/16" square welded steel electrical box, 3.25" depth, with 2G mudring. Yes 1 DIV 26 N/A (1) 3/4" Conduit stub to accessible ceiling. 1U6 to local AVR. Clearance of 3" required on all sides of junction box center line for adjacent boxes. AV Systems - Existing Junction Box Schedule Box ID Level Mounting Height Flush Mount Box Manufacturer Box Model Box Description Box Dimensions NEMA Type Custom Panel NotesHeight Width Depth AVCB.127 Ground Floor Yes Field Verify Field Verify Existing AV Ceiling Box 4" 4" 3" N/A Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVCB.128 Ground Floor Yes Field Verify Field Verify Existing AV Ceiling Box 4" 4" 3" N/A Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVCB.180 Ground Floor Yes Field Verify Field Verify Existing AV Ceiling Box 4" 4" 3" N/A Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVCB.190 Ground Floor No Field Verify Field Verify Existing AV Ceiling Box 4" 4" 3" N/A Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVFB.108 Ground Floor Yes Field Verify Field Verify Existing AV Floor Box 10" 10" 6" 1 Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVFB.109 Ground Floor Yes Field Verify Field Verify Existing AV Floor Box 10" 10" 6" 1 Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVFB.110 Ground Floor Yes Field Verify Field Verify Existing AV Floor Box 10" 10" 6" 1 Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVFB.111 Ground Floor Yes Field Verify Field Verify Existing AV Floor Box 10" 10" 6" 1 Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.100 Ground Floor 2'-0" Yes Field Verify Field Verify Existing AV Wall Box 1'-8" 1'-8" 4" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.101 Ground Floor 2'-0" Yes Field Verify Field Verify Existing AV Wall Box 1'-8" 1'-8" 4" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.113 Ground Floor 8'-6" Yes Field Verify Field Verify Existing AV Wall Box 0" 0" 0" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.115 Ground Floor 8'-6" Yes Field Verify Field Verify Existing AV Wall Box 0" 0" 0" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.118 Ground Floor 9'-6" Yes Field Verify Field Verify Existing AV Wall Box 0" 0" 0" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.129 Ground Floor 1'-6" Yes Field Verify Field Verify Existing AV Wall Box 1'-0" 1'-0" 4" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.138 Ground Floor 1'-6" Yes Field Verify Field Verify Existing AV Wall Box 1'-0" 1'-0" 4" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.142 Ground Floor 1'-6" Yes Field Verify Field Verify Existing AV Wall Box 0" 0" 0" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.143 Ground Floor 1'-6" Yes Field Verify Field Verify Existing AV Wall Box 1'-0" 1'-0" 4" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AVWB.145 Ground Floor 8'-6" Yes Field Verify Field Verify Existing AV Wall Box 0" 0" 0" Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. LSW.114 Ground Floor Yes Field Verify Field Verify Existing AV Ceiling Box 4" 4" 3" N/A Yes PULL BACK ALL EXISTING CABLES TO THE ASSOCIATE EQUIPMENT ROOM. RE-PULL NEW CABLING & TERMINATE TO NEW CONNECTIVITY PANEL. AV Systems - Rack Schedule Rack ID Level Manufacturer Model Description Rack Dimensions Device NotesHeight Width Depth Supplied By Installed By AVR.101 Ground Floor Middle Atlantic Products, Inc. Field Verify Existing AV Equipment Rack. 35-41RU. 6'-3 7/8" 1'-11" 2'-8" EXISTING EXISTING AVR.102 Ground Floor Middle Atlantic Products, Inc. Field Verify Existing AV Equipment Rack. 35-41RU. 6'-3 7/8" 1'-11" 2'-8" EXISTING EXISTING AVR.103 Ground Floor Middle Atlantic Products, Inc. Field Verify Existing AV Equipment Rack. 35-41RU. 6'-3 7/8" 1'-11" 2'-8" EXISTING EXISTING AVR.104 Ground Floor Middle Atlantic Products, Inc. Field Verify Existing AV Equipment Rack. 35-41RU. 6'-3 7/8" 1'-11" 2'-8" EXISTING EXISTING AVR.201 Ground Floor Middle Atlantic Products DWR-35-26 35 SPACE (61 1/4”) SECTIONAL WALL RACK, FITS 24” DEEP EQUIPMENT, BLACK FINISH 5'-8 3/8" 1'-11 3/8" 2'-2" 27 41 34 27 41 34 Speaker Aiming Schedule Mark Level Manufacturer Model Azimuth Pitch Rotation Weight Height Width Depth Notes CMA.101 Ground Floor L-Acoustics A10i Focus 0.00° -12.00° 0.00° 42 1'-10 3/8" 1'-1 3/4" 1'-1 1/4" CMA.102 Ground Floor L-Acoustics A10i Wide 0.00° -32.00°0.00° 40 1'-10 3/8" 1'-1 3/4" 1'-1 3/4" CMA.103 Ground Floor L-Acoustics A10i Wide 0.00° -62.00°0.00° 40 1'-10 3/8" 1'-1 3/4" 1'-1 3/4" LMA.101 Ground Floor L-Acoustics A10i Focus 38.00° -7.00° 0.00° 42 1'-10 3/8" 1'-1 3/4" 1'-1 1/4" LMA.102 Ground Floor L-Acoustics A10i Focus 38.00° -12.00° 0.00° 42 1'-10 3/8" 1'-1 3/4" 1'-1 1/4" LMA.103 Ground Floor L-Acoustics A10i Wide 38.00° -32.00° 0.00° 40 1'-10 3/8" 1'-1 3/4" 1'-1 3/4" LRS.101 Ground Floor L-Acoustics X8 0.00° -38.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" LSS.101 Ground Floor L-Acoustics X8 0.00° -38.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" LSS.102 Ground Floor L-Acoustics X8 0.00° -38.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" LSS.103 Ground Floor L-Acoustics X8 0.00° -38.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" LSW.101 Ground Floor L-Acoustics KS21i 38.00° -7.00° 0.00° 101 1'-10 3/8" 2'-5 5/8" 2'-0 3/4" RMA.101 Ground Floor L-Acoustics A10i Focus 38.00° -7.00° 0.00° 42 1'-10 3/8" 1'-1 3/4" 1'-1 1/4" RMA.102 Ground Floor L-Acoustics A10i Focus 38.00° -12.00° 0.00° 42 1'-10 3/8" 1'-1 3/4" 1'-1 1/4" RMA.103 Ground Floor L-Acoustics A10i Wide 38.00° -32.00° 0.00° 40 1'-10 3/8" 1'-1 3/4" 1'-1 3/4" RRS.101 Ground Floor L-Acoustics X8 0.00° -38.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" RSS.101 Ground Floor L-Acoustics X8 0.00° -38.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" RSS.102 Ground Floor L-Acoustics X8 0.00° -38.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" RSS.103 Ground Floor L-Acoustics X8 0.00° -38.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" RSW.101 Ground Floor L-Acoustics KS21i 38.00° -7.00° 0.00° 101 1'-10 3/8" 2'-5 5/8" 2'-0 3/4" SFS.101 Ground Floor L-Acoustics X8 0.00° -90.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" SFS.102 Ground Floor L-Acoustics X8 0.00° -90.00° 0.00° 26.5 1'-4 3/4" 9 3/4" 10 3/8" SPK.201 Ground Floor Renkus-Heinz CA121M-RD 40.00° -30.00° 0.00° 32 1'-5" 1'-5" 1'-0 5/8" SPK.202 Ground Floor Renkus-Heinz CA121M-RD -40.00° -30.00° 0.00° 32 1'-5" 1'-5" 1'-0 5/8" SPK.203 Ground Floor Renkus-Heinz CA121M-RD 40.00° -30.00° 0.00° 32 1'-5" 1'-5" 1'-0 5/8" SPK.204 Ground Floor Renkus-Heinz CA121M-RD -40.00° -30.00° 0.00° 32 1'-5" 1'-5" 1'-0 5/8" Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents Fm: To: Fm: To: Scale: Scale: Scale: In Out Fm: To: Fm: To: In Out Scale: Scale: In Out In Out DSP 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1 2 3 4 In Out Total Tap at Watts Total Tap at Watts Total Tap at Watts 1 2 3 4 In Out LE N S In Out In Out Scale: Fiber connection on rear of patchbay Fiber Patch cord from front of patch bay to equipment 8Ω 8Ω 8Ω 8Ω 8Ω Non-Normalled Patch Bay Normalled Patch Bay Half-Normalled Patch Bay Source Device Destination Device Destination Sheet Number Source Sheet Number Source Device Destination Device Patch Bay ID Female Connector Male Connector Panel Mount Loose, Connectorized Use Looping Plug Parallel (barrier strip) Connection These signals are not physically combined. They remain two discreet signals. Cable passes through box unspliced Headphones Power Supply Headset Microphone Wired keyboard and Mouse per manufacturer's recommendation AV Device AV Display/Touchscreen Amplifier w/DSP Helical RX Antenna Diversity TX Antenna Omni TX Antenna Omni RX Antenna 70V Surface-Mounted Speakers 70V Pendant-Mounted Speakers 70V Ceiling-Mounted Speakers Amplifier w/o DSP Directional TX Antenna Directional RX Antenna Camera LensPTZ Camera 1-Way/Coaxial Loudspeaker 2-Way Loudspeaker Dual Driver Subwoofer Loudspeaker Rigging Volume Control Parallel (screw terminal) Connection Card Inserted in AV Device Outbound Device SignalInbound Device Signal Dual LC Fiber Optic Patch Point Bay Point Number Populated by the contractor Patch Bay ID Data Patch Bay Point Connection on rear of patchbayConnection on rear of patchbay Bay Point Number Populated by the contractor Panel Connector ID Numbering Populated by the contractor Designates Signal Type Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture ModelManufacture Model Manufacture Model Manufacture Model Manufacture Model Manufacture Model Ma n u f a c t u r e Mo d e l ## Bay ID ## Bay ID Bay ID ## Bay ID ## ## Bay ID CCU.101 RTR.101 AV-752 CCU.101 RTR.101AV-751 ConnectorSignal ID-## Signal Type ConnectorSignal ID-## Signal Type Panel ConnectorSignal ID-## Signal Type ConnectorSignal ID-## Signal Type Bay ID ## 1 Audio & Video Patch Bay Key None 4 Page Flag Key None 3 Connector Key None Device Mixer Recorder AV-701 Mixer RecorderAV-751 Device 5 Flag Signal Combining None Device ID Description 6 Equipment Legend None Device ID Description Device ID Description Device ID Description Device ID Description Diagonal Size Description Device ID Device ID Device ID QTY Description ## Device ID Description Device ID Description Device ID Description Device ID Description Device ID Device ID QTY Description ## Device ID Device ID QTY Description ## Description Device ID Device ID Description Device ID Description Device ID Description Device ID Description Device ID Device ID Device ID Manufacture Model Description Device ID Device ID Ca r d I D De s c r i p t i o n Signal ID Connector Signal ID Connector 2 Data & Fiber Patch Bay Key None ## FPB.01 ## Sys.DPB ## Sys.DPB Panel Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 1 : 5 9 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c L e g e n d AV7.00 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents In Out Fm: To: In Out Fm: To: Fm: To:Fm: To: Scale: Scale: In Out Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: O F E O F E O F E O F E Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: 27 41 34 to coordinate connection to fire alarm control panel with DIV 28 for AV system operation, as directed by local AHJ, during an emergency event. Port numbers on switches dependant on logical VLAN configuration. Equipment with primary & secondary connections to have matching port numbers on primary & secondary switches. Connection to facility LAN shall be coordinated with building IT staff. AV devices on Facility LAN shall be controlled by DSP.##. AUDITORIUM PLATFORM COURTYARD AUDITORIUM AVL EQUIPMENT ROOM AUDITORIUM AVL EQUIPMENT ROOM 27 41 34 to provide a method for controlling all associated architectural & theatrical lighting systems, shade systems, acoustical banner systems, & building management control systems. Av a i l a b l e p o r t s w i l l b e p a t c h e d t o E T I E ' s f o r I C O M LA N ( I n t e r c o m ) c o n n e c t i v i t y . La s t E T I E c o n n e c t i o n o n a l l a s s o c i a t e d p a n e l s t o b e a c t i v a t e d f o r t h e I C O M L A N . Av a i l a b l e p o r t s w i l l b e p a t c h e d t o E T I E ' s f o r D a n t e c o n n e c t i v i t y . F i r s t E T I E co n n e c t i o n o n a l l a s s o c i a t e d p a n e l s t o b e a c t i v a t e d f o r t h e D a n t e L A N . AUDITORIUM CATWALK Av a i l a b l e p o r t s w i l l b e a s s i g n e d Q - S Y S c o n t r o l & V I P L A N ( V i d e o o v e r I P ) . COURTYARD Av a i l a b l e p o r t s w i l l b e a s s i g n e d Q - S Y S c o n t r o l & V I P L A N ( V i d e o o v e r I P ) . AUDITORIUM AVL EQUIPMENT ROOM Av a i l a b l e p o r t s w i l l b e a s s i g n e d Q - S Y S co n t r o l & V I P L A N ( V i d e o o v e r I P ) . Av a i l a b l e p o r t s w i l l b e a s s i g n e d Q - S Y S co n t r o l & V I P L A N ( V i d e o o v e r I P ) . GALLERY AVL EQUIPMENT ROOM QSC Core 110F-V2 Owner Furnished Contractor Installed Williams Sound FM T55 Williams Sound ANT 024 QSC TSC-101-G3 Atterotech unD6IO-BT Clear-Com ARCADIA-X4-16P Clear-Com 110/100 Owner Furnished Contractor Installed EAW AC6 EAW AC6 EAW AC6 EAW AC6 Owner Furnished Contractor Installed Owner Furnished Contractor Installed DSP.## Digital Signal Processor Out PHNX QLAN-A RJ45 GPIO PHNX Out PHNX In PHNX Out PHNX In PHNX Out PHNX In PHNX Out PHNX In PHNX Out PHNX In PHNX Out PHNX NWS.01 (48) Port Minimum Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 10G Port-## RJ45 ALS.## Assisted Listening In-1 XLR3-F Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 10G Port-## RJ45 Port-## RJ45 Port-## RJ45 APB.## ## APB.## ## ALS.ANT Wall Mount AntennaALS RF F LAN RJ45 ALS.## LAN NWS.## LAN TSC.## 10" Touchscreen AVWB.## QLAN RJ45 ## EPB.## BTN.## Bluetooth I/O Dante RJ45 AVWB.## ## EPB.## BTN.## Dante NWS.## Dante TSC.## QL-A NWS.## QL-A NWS.## QL-A DSP.## QL-A 2 Core Audio DSP & Control Processor | Intercom Processor | Prefunction Audio I/O None 1 Core Technical AV Network System None RS-232 PHNX GPIO|RS-232|CC|TCPiP PHNX ICM.# Main Com Station Stage Annouunce XLR3-M Program In XLR3-F LAN ETHCON GIM.## ICM.## ICOM LAN NWS.## ICOM LAN NWS.02 (48) Port Minimum Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 10G Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Av.7-1 ETHCON ETIE-## AV Data ETHCON ETIE-## AV Data ## EPB.## ## EPB.## XLR3-F INPUT-## Mic/Line Level XLR3-F ATIE-## Line Level APB.## ## Out PHNX APB.## ## FALS RF Cable (G)F AVWB.## APB.## ##XLR3-F INPUT-## Mic/Line Level APB.## ##XLR3-F ATIE-## Line Level APB.## ##XLR3-F INPUT-## Mic/Line Level APB.## ##XLR3-F INPUT-## Mic/Line Level BNC VTIE-## HD-SDI BNC VTIE-## HD-SDI ## VPB.## ## VPB.## APB.## ## Av.7-4 ETHCON ETIE-## AV Data ETHCON ETIE-## AV Data ## EPB.## ## EPB.## XLR3-F INPUT-## Mic/Line Level XLR3-F ATIE-## Line Level APB.## ## APB.## ##XLR3-F INPUT-## Mic/Line Level APB.## ##XLR3-F ATIE-## Line Level APB.## ##XLR3-F INPUT-## Mic/Line Level APB.## ##XLR3-F INPUT-## Mic/Line Level BNC VTIE-## HD-SDI BNC VTIE-## HD-SDI ## VPB.## ## VPB.## TYP OF 4 TYP OF 4 S.2 CCS.## S.2 CCS.## S.2 CCS.## S.2 CCS.## LAN RJ45 ## EPB.## ## EPB.## ## EPB.## ## EPB.## 10G Port-## RJ45 NWS.03 (12) Port Minimum Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 10G Port-## RJ45 10G Port-## RJ45 10G Port-## RJ45 P/O NWS.04 (48) Port Minimum 10G Port-## RJ45 10G Port-## RJ45 ## FPB.## ## FPB.## ## FPB.## ## FPB.## NWS.## DANTE LAN CCS.## DANTE LAN LAN RJ45 NWS.## DANTE LAN CCS.## DANTE LAN LAN RJ45 NWS.## DANTE LAN CCS.## DANTE LAN LAN RJ45 NWS.## DANTE LAN CCS.## DANTE LAN In PHNX In PHNX In PHNX Flex PHNX Flex PHNX Flex PHNX Flex PHNX Flex PHNX Flex PHNX Flex PHNX Flex PHNX COURTYARD Av.7-2 DSP.## COURTYARD Av.7-2 DSP.## COURTYARD Av.7-2 DSP.## COURTYARD Av.7-2 DSP.## COURTYARD Av.7-3 DSP.## COURTYARD Av.7-3 DSP.## COURTYARD Av.7-3 DSP.## COURTYARD Av.7-3 DSP.## DSP.## COURTYARD Av.7-2 DSP.## COURTYARD Av.7-2 DSP.## COURTYARD Av.7-3 DSP.## COURTYARD Av.7-3 Out PHNX Out PHNX DSP.## COURTYARD Av.7-4 DSP.## COURTYARD Av.7-4 DSP.## COURTYARD Av.7-1 DSP.## COURTYARD Av.7-1 DSP.## COURTYARD Av.7-4 DSP.## COURTYARD Av.7-4 DSP.## COURTYARD Av.7-1 DSP.## COURTYARD Av.7-1 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 2 : 0 4 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c s AV7.30 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents Scale: Scale:Scale: Scale: Scale: TYP OF TYP OF TYP OF TYP OF TYP OF TYP OF 4 TYP OF 4 Labels to match what is scheduled for the floor boxes & wall panels. AUDITORIUM AVL EQUIPMENT ROOM AUDITORIUM AVL EQUIPMENT ROOM AUDITORIUM AVL EQUIPMENT ROOM AUDITORIUM AVL EQUIPMENT ROOM AUDITORIUM AVL EQUIPMENT ROOM AUDITORIUM AUDITORIUM AUDITORIUM AUDITORIUM AUDITORIUM Allow enough length so that-any Microphone can be plugged into any stage rack input on SBX.##. Microphone lines shall be covered in techflex & bundled in groups that correspond to the audio panel or box they are associated with a separate color for each bundle. Refer to AV5.00. AUDITORIUM Box INPUT Qty AVWB.138 INPUT 1-2 2 AVWB.129 INPUT 3-4 2 AVWB.143 INPUT 5-6 2 AVFB.108 INPUT 7-8 2 AVFB.109 INPUT 9-10 2 AVFB.110 INPUT 11-12 2 AVFB.111 INPUT 13-14 2 AVWB.142 INPUT 15-16 2 Box ATIE Qty Gender AVWB.138 ATIE 1-2 2 2M AVWB.129 ATIE 3-4 2 2M AVWB.143 ATIE 5-6 2 2M AVFB.108 ATIE 7-8 2 2M AVFB.109 ATIE 9-10 2 2M AVFB.110 ATIE 11-12 2 2M AVFB.111 ATIE 13-14 2 2M AVWB.100 ATIE 15-20 6 6M Box ETIE Qty AVWB.138 ETIE 1-4 4 AVWB.129 ETIE 5-8 4 AVWB.143 ETIE 9-12 4 AVFB.108 ETIE 13-14 2 AVFB.109 ETIE 15-16 2 AVFB.110 ETIE 17-18 2 AVFB.111 ETIE 19-20 2 AVWB.142 ETIE 21-24 4 AVWB.113 ETIE 25-26 2 AVWB.115 ETIE 27-28 2 AVWB.145 ETIE 29-32 4 AVCB.190 ETIE 33-34 2 AVWB.100 ETIE 35-50 16 AVR.103 ETIE 51-54 4 Box VTIE Qty AVWB.138 VTIE 1-2 2 AVWB.129 VTIE 3-4 2 AVWB.143 VTIE 5-6 2 AVFB.108 VTIE 7-8 2 AVFB.109 VTIE 9-10 2 AVFB.110 VTIE 11-12 2 AVFB.111 VTIE 13-14 2 AVWB.142 VTIE 15-16 2 AVWB.113 VTIE 17 1 AVWB.115 VTIE 18 1 AVWB.145 VTIE 19-20 2 AVCB.190 VTIE 21 1 AVWB.100 VTIE 22-27 6 AVR.103 VTIE 28-31 4 Box FTIE Strands AVWB.138 FTIE 1-2 4 AVWB.129 FTIE 3-4 4 All associated EtherCON cables, headsets, & accessories shall be provided Patchable to all ETIE's All associated EtherCON cables, headsets, & accessories shall be provided Patchable to all ETIE's Patchable to all ETIE's with provided 25' ethercon cables by 274134. Patchable to all ETIE's with provided 25' ethercon cables by 274134. Patchable to all ATIE's with provided 25' XLR and power cables per speaker by 274134. Patchable to all ATIE's with provided 25' XLR and power cables per speaker by 274134. AUDITORIUMAUDITORIUM BOH RACK GALLERY AVL EQUIPMENT ROOM All associated EtherCON cables & accessories shall be provided Patchable to all ETIE's Patchable to all ETIE's with provided 25' ethercon cables by 274134. Belden Per Spec Belden Per Spec Belden Per Spec Bittree Per Spec Bittree B64T-2MWNHD Belden Per Spec Clear-Com CC-110-X4 Clear-Com Helix Net HXII-BP-X4 Clear-Com CC-110-X4 Clear-Com Helix Net HXII-BP-X4 Renkus CA121M-AB Renkus CA121M-AB Belden Per Spec Belden Per Spec Allen & Heath AH-DT168 P/O AVFB.## ETHCON ETIE-1 AV Data ETHCON ETIE-2 AV Data TYP OF 2 P/O AVPB.## ETHCON ETIE-65 AV Data ETHCON ETIE-66 AV Data TYP OF 2 EPB.## Ethernet Patch Panel Port 1 RJ45 Port 24 RJ45 3 Auditorium - Ethernet Tie Line System None 4 Auditorium - Audio Tie Line System None XLR3-MINPUT-1 MIC-Level XLR3-MINPUT-16 MIC-Level TYP OF 16 P/O AVFB.## XLR3-F INPUT-4 INPUT-Level TYP OF 4 P/O AVPB.## XLR3-F INPUT-1 INPUT-Level P/O AVFB.## XLR3-MATIE-1 Line Level XLR3-MATIE-2 Line Level TYP OF 2 XLR3-F INPUT-81 INPUT-Level TYP OF 2 XLR3-F INPUT-80 INPUT-Level EPB.## Ethernet Patch Panel Port 25 RJ45 Port 48 RJ45 P/O AVWB.## OPTICON FTIE-1 Line Level OPTICON FTIE-2 Line Level TYP OF 2 P/O AVWB.## OPTICON FTIE-6 Line Level OPTICON FTIE-7 Line Level TYP OF 2 TYP OF 4 5 Auditorium - Fiber Tie Line System None FPB.## Fiber Patch Bay Port 1 Dual LC Port 4 Dual LC APB.## TT Audio Patchbay 1 Auditorium - Mic/Line Level Input System None P/O AVFB.## BNC-75 VTIE-1 Line Level BNC-75 VTIE-2 Line Level TYP OF 2 P/O AVPB.## BNC-75 VTIE-48 Line Level VPB.## Video Patch Panel Port 1 BNC-75 Port 48 BNC-75 TYP OF31 2 Auditorium - Video Tie Line System None EPB.## Ethernet Patch Panel Port 49 RJ45 Port 66 RJ45 TYP OF 6 TYP OF 24 TYP OF 24 Intercom Headsets Intercom Digital Beltpack Intercom Headsets Intercom Digital Beltpack ETHCON ETHCON ETHCON ETHCON P/O AVFB.## XLR3-MATIE-1 Line Level XLR3-MATIE-2 Line Level TYP OF 6 Active Speakers Active Speakers XLR3-FM XLR3-M XLR3-FM XLR3-M TYP OF 6 FPB.## Fiber Patch Bay Port 1 Dual LC Port 6 Dual LC TYP OF 6 Port 5 Dual LC Port 10 Dual LC TYP OF 6 FPB.## Fiber Patch Bay Port 1 Dual LC Port 6 Dual LC TYP OF 6 Port 11 Dual LC Port 16 Dual LC SBX.## 16x8 Stage Box ETHCON ETHCON Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 2 : 0 8 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c s AV7.31 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents O F EOFE In Out Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Scale: Fm: To: Scale: Scale: Fm: To: DSP 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1 2 3 4 In Out Fm: To: 8Ω 8Ω 8Ω 8Ω Use ETIE on AVWB.## Use ETIE on AVWB.## Use ETIE on AVWB.## Use ETIE on AVWB.## Microphone inputs from i/o panels. All cables to associated audio & video wall panels shall be bundled together in braided cable sleeves to form continuous cable looms. Provide adequate slack, spare cables, & power in looms. Provided & installed by 27 41 34 Use ETIE on AVWB.## AUDITORIUM AUDITORIUM AVL FOH BOOTH AUDITORIUM AVL EQUIPMENT ROOM Ou t p u t s n o r m a l l e d to A T I E ' s 1 - 2 0 From ETIE on AVWB.##0 AUDITORIUM AVL EQUIPMENT ROOMAUDITORIUM PLATFORMAUDITORIUM WIRELESS LOOSE INVENTORY All associated rechargeable batteries, charging station, & accessories shall be provided All associated rechargeable batteries, charging station, headsets, lavalieres & accessories shall be provided Use ETIE on AVWB.##Provide tabletop mount TSC-710t-G3 274134 shall install all pertinent software to interface with the system: Dante Controller Wireless Workbench Q-SYS Designer Avantis Director Vision Lite Ki Pro Ultra Mosaic CCM for HelixNet Provide Q-Lab licence. COURTYARD RF Venue DFIN Allen & Heath AVANTIS-W-dPACK Radial Engineering USB-PRO Apple Mac Mini or Equivalent BenQ PD2700U Shure ULXD4Q All e n & H e a t h M- D L - D A N T E 6 4 - A Allen & Heath GX4816 Shure ULXD4Q Visionary Solutions DuetE-5 Shure ULXD2/SM86 Shure ULXD1 QSC TSC-101-G3 RF Venue 4Zone Shure UA860SWB Shure UA860SWB L-Acoustics LA2Xi L-Acoustics X8 L-Acoustics X8 ANT.## Wall Mount Antenna BNC-50 BNC-50 MIX.## Digital Mixing Console In-1 XLR3-F SLink ETHCON USA.## Stereo USB DI - Audio Left XLR3-M Right XLR3-M In-2 XLR3-F USB Type-B CPU.## OFE Computer - Audio USB Type C USB Type C Video Out HDMI MON.## Monitor 27" In HDMI USB Type B USB Type-A NWS.## LAN CPU.## LANAV7.## LAN RJ45 ETHCON RJ45s MIX.## SLink SBX.## GX MIX.## LAN NWS.## LAN AV7.## WRX.## 4CH Wireless Receiver BNC-50 Wireless A RF Cable (F) BNC-50 Wireless B RF Cable (F) ANT-A BNC-50 ANT-B BNC-50 WRX.## D-Pri NWS.## D-Pri AV7.## MI X . # # . B Ca r d S l o t Dante Pri. RJ45 ETHCON MIX.##.B D-Pri NWS.## D-Pri AV7.## Dante Pri. RJ45 SBX.## 48x16 Channel Stagebox GX Link ETHCON In-1 XLR3-F In-16 XLR3-F Typical of 16 XLR3-MINPUT-1 MIC-Level XLR3-MINPUT-16 MIC-Level TYP OF 16 WRX.## 4CH Wireless Receiver ANT-A BNC-50 ANT-B BNC-50 WRX.## D-Pri NWS.## D-Pri AV7.##Dante Pri. RJ45 VEN.## IP AV Encoder - HDMI In-1 HDMI Loop-Out HDMI USB Type B LAN RJ45 USB Type-A USB Type-A LAN RJ45 VEN.## VIP LAN NWS.## VIP LAN AV7.## 1 Auditorium - Front of House Audio Control Position None MIX.## SLink SBX.## GX APB.## ## APB.## ## Out-1 XLR3-M Out-20 XLR3-M Typical of 20 2 Auditorium - Remote Audio I/O Stagebox None AVWB.## Handheld Transmitters Quantity (4) Bodypack Transmitters Quantity (8) 3 Auditorium - Wireless Microphone System None TSC.## QL-A NWS.## QL-A AV7.## TSC.## 10" Touchscreen LAN RJ45 WZC.## Wireless Zones ANT-A1 BNC-50 ANT-B1 BNC-50 ANT-A BNC-50 ANT-B BNC-50 CASCADE-A BNC-50 CASCADE-B BNC-50 CASCADE-A BNC-50 CASCADE-B BNC-50 ANT.## Wall Mount Antenna BNC-50 BNC-50 Wireless A RF Cable (F) An.1 ANT.## Wall Mount Antenna BNC-50 BNC-50 Wireless A RF Cable (F) An.1 ANT-A2 BNC-50 ANT-B2 BNC-50 Power Amplifier AMP.## Out 1 TB Out 2 TB Out 3 TB Out 4 TB AES A&B PHNX AES C&D PHNX LAN RJ45 NWS.## LAN AMP.## LANAV7.## BMS.## BMS.## Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 2 : 1 2 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c s AV7.32 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents DSP 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1 2 3 4 In Out DSP 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1 2 3 4 In Out Fm: To: Fm: To: Scale: Fm: To: Fm: To: DSP 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1 2 3 4 In Out Fm: To: DSP 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1 2 3 4 In Out Fm: To: Fm: To: Fm: To: In Out DSP 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1 2 3 4 In Out Fm: To: DSP 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 0100 0100 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1011 1011 0110 0110 1101 1101 1001 1001 0110 0110 0110 0110 1001 1001 0110 0110 1 2 3 4 In Out Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω 8Ω AUDITORIUM - FLOWNAUDITORIUM BOH RACK AUDITORIUM - SURROUNDS PLATFORM - FOLD BACK MONITOR L-Acoustics A15i-BUMP & A10i-TILT L-Acoustics A10i Focus (35|35) L-Acoustics KS21i L-Acoustics A15i-BUMP & A10i-TILT L-Acoustics A10i Focus (55|55) L-Acoustics A10i Wide (55|55) L-Acoustics LA2Xi L-Acoustics LA2Xi L-Acoustics A10i Focus (35|35) L-Acoustics KS21i L-Acoustics A10i Focus (55|55) L-Acoustics A10i Wide (55|55) L-Acoustics A10i-BUMP L-Acoustics LA2Xi L-Acoustics A10i Focus (35|35) L-Acoustics A10i Focus (55|55) L-Acoustics A10i Wide (55|55) L-Acoustics LA2Xi L-Acoustics X8 L-Acoustics X8 L-Acoustics X8 L-Acoustics X8 L-Acoustics X8 L-Acoustics X8 L-Acoustics X8 L-Acoustics X8 Focusrite PRO RedNet D16R MkII L-Acoustics LA2Xi L-Acoustics LA2Xi L-Acoustics X8 L-Acoustics X8 Left Main Array RMA.## SUB.## Right Main Array RMA.## RMA.## Power Amplifier AMP.## Out 1 TB Out 2 TB Out 3 TB Out 4 TB AVJB.## Power Amplifier AMP.## Out 1 TB Out 2 TB Out 3 TB Out 4 TB AVJB.## AES A&B PHNX LAN RJ45 AES A&B PHNX LAN RJ45 NWS.## LAN AMP.## LANAV7.## NWS.## LAN AMP.## LANAV7.## 1 Auditorium - Loudspeaker System None RMA.## SUB.## RMA.## RMA.## AMP.## SUB.## AMP.## SUB.## Left Main Array Power Amplifier AMP.## Out 1 TB Out 2 TB Out 3 TB Out 4 TB AVJB.## AES A&B PHNX LAN RJ45 NWS.## LAN AMP.## LANAV7.## RMA.## RMA.## RMA.## Power Amplifier AMP.## Out 1 TB Out 3 TB AES A&B PHNX LAN RJ45 NWS.## LAN AMP.## LANAV7.## AMP.## SUB.## AMP.## SUB.## S.1 S.1 S.1 SUR.## SUR.## SUR.## S.1 S.1 S.1 SUR.## SUR.## SUR.## S.1 S.1 SUR.## SUR.## DTD.## Dante to AES3 AES #|# PHNX Power Amplifier AMP.## Out 1 TB Out 2 TB Out 3 TB Out 4 TB AES A&B PHNX LAN RJ45 NWS.## LAN AMP.## LANAV7.## Power Amplifier AMP.## Out 1 TB Out 2 TB Out 3 TB Out 4 TB AES A&B PHNX LAN RJ45 NWS.## LAN AMP.## LANAV7.## AES #|# PHNX AES #|# PHNX AES #|# PHNX AES #|# PHNX AES #|# PHNX LAN RJ45 NWS.## LAN DTD.##AV7.## S.1 S.1 SFS.## SFS.## AMP.## SFS.## AMP.## SFS.## AMP.## SFS.## AMP.## SFS.## Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 2 : 1 6 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c s AV7.33 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents Fm: To: Fm: To: Fm: To: Fm: To: Scale: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: In Out In Out In Out In Out In Out In Out In Out In Out Fm: To: Fm: To: Fm: To: In Out In Out Fm: To: In Out Fm: To: In Out Fm: To: In Out Fm: To: In Out Fm: To: In Out In Out Fm: To: Fm: To: Fm: To: AUDITORIUM PROJECTION SYSTEMAUDITORIUM AVL EQUIPMENT ROOMAUDITORIUM PLATFORM Provide Loose 12' HDMI Cable TO VIDEO ROUTER TO VIDEO ROUTER FROM VIDEO ROUTER FROM VIDEO ROUTER OFE COMPUTER OFE COMPUTER Tascam BD-MP4K Barco UDM 4k22 Barco R9862030 Crestron DM-NVX-D30 Crestron DM-TX-4KZ-100-C-1G-B-T Crestron DM-TX-4KZ-100-C-1G-B-T Mersive SP-8000-E3 Stewart Filmscreen CASCADE GRANDE S6 Crestron DM-TX-4KZ-100-C-1G-B-T Crestron DM-TX-4KZ-100-C-1G-B-T Crestron DM-TX-4KZ-100-C-1G-B-T Crestron DM-TX-4KZ-100-C-1G-B-T EPSON EB-PU2216B Epson ELPLX02S Crestron DM-NVX-D30 QSC QSC DCIO-H Crestron DM-TX-4KZ-100-C-1G-B-T Crestron DMF-CI-8 Cr e s t r o n DM - N V X - E 7 6 0 C Cr e s t r o n DM - N V X - E 7 6 0 C Cr e s t r o n DM - N V X - E 7 6 0 C Cr e s t r o n DM - N V X - E 7 6 0 C Cr e s t r o n DM - N V X - E 7 6 0 C Cr e s t r o n DM - N V X - E 7 6 0 C Cr e s t r o n DM - N V X - E 7 6 0 C Cr e s t r o n DM - N V X - D 3 0 C Stewart Filmscreen CASCADE GRANDE S6 Crestron DMF-CI-8 Cr e s t r o n DM - N V X - E 3 0 C Cr e s t r o n DM - N V X - D 3 0 C Cr e s t r o n DM - N V X - E 3 0 C Cr e s t r o n DM - N V X - E 3 0 C Cr e s t r o n DM - N V X - E 3 0 C Cr e s t r o n DM - N V X - E 3 0 C Cr e s t r o n DM - N V X - E 3 0 C Cr e s t r o n DM - N V X - D 3 0 C BRP.## Blu-Ray Player NWS.## LAN BRP.## LANAV7.##LAN RJ45 OUT HDMI PRJ.## Projector Lens.## 2.8-4.5:1 VCB.## Video Input HDMI RS-232 DB9 VDE.## IP AV Decoder - HDMI Out HDMI RS-232 PHNX LAN RJ45 NWS.## VIP LAN VDE.## VIP LANAV7.#### EPB.## P/O AVWB.## VEN.## HDMI Transmitter IN HDMI DTP RJ45sHDMI HDMI P/O AVWB.## VEN.## HDMI Transmitter IN HDMI DTP RJ45s VEN.## VIP LAN NWS.## VIP LAN AV7.## WPG.## Wireless Presentation OUT HDMI LAN RJ45 NWS.## LAN WPG.## LANAV7.## 1 Auditorium - Presentational Video System None SCN.## 22' x 11'-10" 1.85:1 P/O AVWB.## VEN.## HDMI Transmitter IN HDMI DTP RJ45s VEN.## VIP LAN NWS.## VIP LAN AV7.## VEN.## VIP LAN NWS.## VIP LAN AV7.## Control CC P/O AVFB.## VEN.## HDMI Transmitter IN HDMI DTP RJ45s P/O AVFB.## VEN.## HDMI Transmitter IN HDMI DTP RJ45s VEN.## VIP LAN NWS.## VIP LAN AV7.## P/O AVFB.## VEN.## HDMI Transmitter IN HDMI DTP RJ45s VEN.## VIP LAN NWS.## VIP LAN AV7.## VEN.## VIP LAN NWS.## VIP LAN AV7.## PRJ.## Projector SDI BNC-75 LAN RJ45 Lens.## .35 VCB.## ## VPB.## Video Input HDMI RS-232 DB9 VDE.## IP AV Decoder - HDMI Out HDMI RS-232 PHNX LAN RJ45 NWS.## VIP LAN VDE.## VIP LANAV7.#### EPB.## NWS.## VIP VDE.## VIPAV7.## CAP.## Cinema Audio Processor In HDMI LAN RJ45 CAP.## QL-A NWS.## QL-A AV7.## NWS.## LAN PRJ.## LANAV7.#### EPB.## SDI BNC-75 LAN RJ45 ## VPB.## NWS.## LAN PRJ.## LANAV7.#### EPB.## P/O AVFB.## VEN.## HDMI Transmitter IN HDMI DTP RJ45s IVC.## IP Matrix Chassis VE N . # # IP E n c o d e r DTP RJ45s VE N . # # IP E n c o d e r DTP RJ45s VE N . # # IP E n c o d e r DTP RJ45s VE N . # # IP E n c o d e r DTP RJ45s VE N . # # IP E n c o d e r DTP RJ45s VE N . # # IP E n c o d e r DTP RJ45s VE N . # # IP E n c o d e r DTP RJ45s VD E . # # IP D e c o d e r LAN RJ45 LAN RJ45 LAN RJ45 LAN RJ45 LAN RJ45 LAN RJ45 LAN RJ45 LAN RJ45 Out HDMI VEN.## VIP LAN NWS.## VIP LAN AV7.## SCN.## 22' x 11'-10" 1.85:1 Control CC VEN.## VIP LAN NWS.## VIP LAN AV7.## NWS.## VIP VDE.## VIPAV7.## IVC.## IP Matrix Chassis VE N . # # IP E n c o d e r VD E . # # IP D e c o d e r LAN RJ45 LAN RJ45 Out HDMI VEN.## VIP LAN NWS.## VIP LAN AV7.## VE N . # # IP E n c o d e r LAN RJ45 VEN.## VIP LAN NWS.## VIP LAN AV7.## VE N . # # IP E n c o d e r LAN RJ45 VEN.## VIP LAN NWS.## VIP LAN AV7.## VE N . # # IP E n c o d e r LAN RJ45 VEN.## VIP LAN NWS.## VIP LAN AV7.## VE N . # # IP E n c o d e r LAN RJ45 VEN.## VIP LAN NWS.## VIP LAN AV7.## VE N . # # IP E n c o d e r LAN RJ45 VD E . # # IP D e c o d e r In HDMI In HDMI In HDMI In HDMI In HDMI In HDMI NWS.## VIP VDE.## VIPAV7.##LAN RJ45 Out HDMI RLC.## SCN.##AV7.## RLC.## SCN.##AV7.## Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 2 : 2 0 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c s AV7.34 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents Scale: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: In Out In Out In Out Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: In Out Fm: To: In Out Fm: To: In Out In Out In Out In Out In Out Fm: To: Fm: To: Fm: To: Fm: To: In Out Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: Fm: To: In Out Fm: To: Fm: To:In Out Fm: To: In Out Fm: To: Fm: To: Fm: To: In Out In Out Fm: To: In Out In Out Fm: To: In Out In Out Fm: To: In Out In Out Fm: To: In Out In Out In Out In Out Fm: To: Fm: To: Mount to wall adjacent to panel inverted with bottom facing the ceiling above. Provide wall mount bracket. Use VTIE on AVWB.## Use VTIE on AVWB.## Use ETIE on AVWB.## Mount to wall adjacent to panel on auditorium centerline inverted with bottom facing the ceiling above. Provide wall mount bracket. Mount to wall adjacent to panel inverted with bottom facing the ceiling above. Provide wall mount bracket. Use VTIE onAVWB.## Use ETIE on AVWB.## Use ETIE on AVWB.## Use VTIE on AVWB.## Mount to wall adjacent to panel on auditorium centerline inverted with bottom facing the ceiling above. Provide wall mount bracket. Use ETIE on AVWB.## Mount to wall adjacent to panel inverted with bottom facing the ceiling above. Provide wall mount bracket. Use VTIE onAVWB.## Use ETIE on AVWB.## AUDITORIUM AVL EQUIPMENT ROOMAUDITORIUM FROM IP DECODER FROM IP DECODER TO IP ENCODER TO IP ENCODER No r m a l e d F r o m VT i e s o n V P B . # # BACK OF HOUSE AVR.103 BirdDog P110W BirdDog P120W BirdDog P110 BirdDog P120W BirdDog P110W Newtek TC1 Newtek TC1SP Decimator Design 12G-Cross Decimator Design 12G-Cross Dell p2418HT Blackmagic Designs BMD-VHUBSMAS12G4040 Decimator Design 12G-Cross Decimator Design 12G-Cross Decimator Design 12G-Cross Decimator Design 12G-Cross Ro s s UD A - 8 7 0 5 A - R 2 L Ross OGX-FR-CNS Ro s s SP G - 8 2 6 0 - W Bi r d D o g BD O G 4 Bi r d D o g BD O G 4 Bi r d D o g BD O G 4 Bi r d D o g BD O G 4 AJ A OG - F i D O - T R - 1 2 G AJ A OG - F i D O - T R - 1 2 G Atomos Shogun Studio 2 Decimator Design 12G-Cross Decimator Design 12G-Cross Decimator Design 12G-Cross Samsung QN50QN90B Decimator Design 12G-Cross Samsung QN50QN90B Decimator Design 12G-Cross Samsung QN50QN90B Decimator Design 12G-Cross Samsung QN50QN90B JVC Professional DT-X7HUx2 JVC Professional DT-X7HUx2 BirdDog BDPTZKEY BirdDog BDPTZKEY 1 Auditorium - Production Video System None PTZ.## (House Left) PTZ x10 FHD Camera PTZ.## (House Center) PTZ x20 FHD Camera LAN RJ45 SDI BNC-75 PTZ.## (Stage Center) PTZ x10 FHD Camera LAN RJ45 SDI BNC-75 LAN RJ45 SDI BNC-75 SDI SDI SDI SDI SDI SDI VPB.## ## VPB.## ## VPB.## ## RJ45 ETHCON ## EPB.## RJ45 ETHCON ## EPB.## RJ45 ETHCON ## EPB.## PTZ.## (House Center) PTZ x20 FHD Camera LAN RJ45 SDI BNC-75 SDI SDI VPB.## ## RJ45 ETHCON ## EPB.## PTZ.## (House Right) PTZ x10 FHD Camera LAN RJ45 SDI BNC-75 SDI SDI VPB.## ## RJ45 ETHCON ## EPB.## PTZ.## NDI NWS.## NDI AV7.## PTZ.## NDI NWS.## NDI AV7.## PTZ.## NDI NWS.## NDI AV7.## PTZ.## NDI NWS.## NDI AV7.## PTZ.## NDI NWS.## NDI AV7.## SW.## Switcher LAN RJ45 CP.## Switcher Panel In BNC In BNC In BNC In BNC Out BNC Out BNC Out BNC Out BNC HDMI Out HDMI CVTR.## Converter CVTR.## RTR.01 SW.01 RTR.01 RTR.01 SW.01 10GB LAN RJ45 REF In BNC NWS.01 SW.01AV-75# NWS.02 SW.01AV-75# Display Port Out DP CVTR.## Converter CVTR.## RTR.01 UCS.## Touch Monitor 24" Sync Device RTR.## 40x40 12G Router CVTR.## Converter CVTR.## Converter CVTR.## Converter CVTR.## Converter In BNC Out BNC In BNC In BNC In BNC In BNC In BNC In BNC Out BNC In BNC In BNC In BNC In BNC SW.01 RTR.01 Out BNC Out BNC Out BNC Out BNC RTR.01 SW.01 CVTR.## RTR.01 CVTR.## RTR.01 In BNC In BNC OG C . # # Sy n c D A Out 1 BNC Out 2 BNC Out 3 BNC Out 4 BNC OGFR.01 Open Gear Frame BNC In 1 ## BC VBP.## OG C . # # DA SYNC 1 BNC SYNC 2 BNC Black BNC Bars BNC BNC In 1 WC BNC WC BNC Out 5 BNC Out 6 BNC Out 7 BNC Out 8 BNC ## BC VBP.## ## BC VBP.## ## BC VBP.## ## BC VBP.## ## BC VBP.## ## BC VBP.## ## BC VBP.## ## BC VBP.## ## BC VBP.## SYNC 2 OGC.## SYNC 1 SW.## SYNC 1 SW.## Sync Device Sync Device SYNC 2 OGC.## Black RTR.01 Bars RTR.01 Black RTR.01 Bars RTR.01 In BNC In BNC USB Type A Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC Out BNC In BNC OG C . # # ND I C o n v e r t e r OG C . # # ND I C o n v e r t e r OG C . # # ND I C o n v e r t e r OG C . # # ND I C o n v e r t e r OGC.## RTR.01 Out 1 BNC Out 2 BNC OGC.## RTR.01 In BNC In BNC USB Type A DVI-D DP In 1 BNC In 2 SFP OG C . # # SD I O v e r F i b e r Out 1 SFP Out 2 BNC Out BNC FBC.## RTR.01 FBC.## RTR.01 In BNC FBC.## FBC.##AV7.## FBC.## FBC.##AV7.## In 1 BNC In 2 SFP OG C . # # SD I O v e r F i b e r Out 1 SFP Out 2 BNC Out BNC FBC.## RTR.01 FBC.## FBC.##AV7.## FBC.## FBC.##AV7.## FBC.## RTR.01 In BNC LAN RJ45 NWS.## LAN OGC.## LANAV7.## NWS.## LAN OGC.## LAN AV7.##LAN RJ45 NWS.## LAN OGC.## LAN AV7.##LAN RJ45 NWS.## LAN OGC.## LAN AV7.##LAN RJ45 LAN RJ45 NWS.## LAN RTR.## LANAV7.## TYP OF 4 In BNC In BNC REC.## Recorder Out BNC Out BNC Out BNC Out BNC Out BNC Out BNC Out BNC Out BNC In BNC In BNC In BNC In BNC In BNC In BNC In BNC In BNC LAN RJ45 NWS.## LAN REC.## LANAV7.## REF In BNC Sync Device Out 1 HDMI Out 2 HDMI CVTR.## Converter CVTR.## RTR.01 CVTR.## Converter CVTR.## RTR.01 CVTR.## RTR.01 CVTR.## RTR.01 In BNC In BNC CVTR.## Converter TV.50.##.W TV 50" Out BNC In HDMI LAN RJ45 NWS.## LAN REC.## LANAV7.## CVTR.## Converter TV.50.##.W TV 50" Out BNC In HDMI LAN RJ45 NWS.## LAN REC.## LANAV7.## CVTR.## Converter TV.50.##.W TV 50" Out BNC In HDMI LAN RJ45 NWS.## LAN REC.## LANAV7.## CVTR.## Converter TV.50.##.W TV 50" Out BNC In HDMI LAN RJ45 NWS.## LAN REC.## LANAV7.## TV.50.##.W Rack Monitors Dual 7" Out BNC Out BNC In BNC In BNC Out BNC Out BNC TV.50.##.W Rack Monitors Dual 7" In BNC In BNC PTK.## PTZ Keyboard PTK.## PTZ Keyboard LAN RJ45 NWS.## LAN PTK.## LANAV7.## LAN RJ45 NWS.## LAN PTK.## LANAV7.## Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 2 : 2 4 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c s AV7.35 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents In Out Scale: Fm: To: Fm: To: O F E Gallery PLATFORM Gallery AVL EQUIPMENT ROOM Port numbers on switches dependant on logical VLAN configuration. Equipment with primary & secondary connections to have matching port numbers on primary & secondary switches. Connection to facility LAN shall be coordinated with building IT staff. AV devices on Facility LAN shall be controlled by DSP.##. All associated rechargeable batteries, charging station, & accessories shall be provided All associated rechargeable batteries, charging station, headsets, lavalieres & accessories shall be provided Use ETIE on AVPB.## Use VTIE on AVPB.## Patchable from ETIE Av a i l a b l e p o r t s w i l l b e a s s i g n e d Q - S Y S c o n t r o l , I C O M L A N ( I n t e r c o m ) , & VI P L A N ( V i d e o o v e r I P ) . P o r t s w i l l b e p a t c h e d t o E TI E ' s . Provide pipe grid attachment, rigging hardware, appropriately sized mount, projector lensing, & control by 274134. Use ETIE on AVPB.## Use VTIE on AVPB.## Patchable from ETIE Provide pipe grid attachment, rigging hardware, appropriately sized mount, projector lensing, & control by 274134. Use ETIE on AVPB.## Use VTIE on AVPB.## Patchable from ETIE Provide pipe grid attachment, rigging hardware, appropriately sized mount, projector lensing, & control by 274134. Use ETIE on AVPB.## Use VTIE on AVPB.## Patchable from ETIE Provide pipe grid attachment, rigging hardware, appropriately sized mount, projector lensing, & control by 274134. Owner Furnished Contractor Installed Williams Sound FM T55 Williams Sound ANT 024 QSC TSC-101-G3 Atterotech unD6IO-BT Shure ULXD4QShure UA860SWB Shure UA860SWB Visionary Solutions DuetE-2 Mersive SP-8000-E3Shure ULXD2/SM86 Shure ULXD1 Attero Tech D16Mio Attero Tech D16Mio Visionary Solutions DuetD-5 EPSON EB-PU2216B Epson ELPLX02S Visionary Solutions DuetD-5 EPSON EB-PU2216B Epson ELPLX02S Visionary Solutions DuetD-5 EPSON EB-PU2216B Epson ELPLX02S Visionary Solutions DuetD-5 EPSON EB-PU2216B Epson ELPLX02S P/O NWS.04 (48) Port Minimum Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 ALS.## Assisted Listening In-1 XLR3-F Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 10G Port-## Dual LC - SFP ALS.ANT Wall Mount AntennaALS RF F TSC.## 10" Touchscreen AVWB.## QLAN RJ45 ## EPB.## BTN.## Bluetooth I/O Dante RJ45 AVWB.## ## EPB.## 1 Gallery - Head-End, Wireless Microphones, & Video Presentation System None NWS.## SFP NWS.## SFPAV7.## | Auditorium Interconnect FALS RF Cable (G)F AVWB.## Port-## RJ45 ## FPB.## AIO.## Out 48 ALS.## InAV7.## WRX.## 4CH Wireless Receiver ANT-A BNC-50 ANT-B BNC-50 Dante Pri. RJ45 ANT.## Wall Mount Antenna AVWB.## BNC-50 BNC-50 Wireless A RF Cable (F) ANT.## Wall Mount Antenna AVWB.## BNC-50 BNC-50 Wireless A RF Cable (F) LAN RJ45 VEN.## IP AV Encoder - HDMI IN HDMI LAN RJ45 WPG.## Wireless Presentation OUT HDMI LAN RJ45 Port-## RJ45 Port-## RJ45 Handheld Transmitters Quantity (4) Bodypack Transmitters Quantity (4) P/O AIO.## Dante Audio I/O P/O AIO.## Dante Audio I/O Dante RJ45 Dante RJ45 Port-## RJ45 SDI BNC-75 LAN RJ45 Video Input HDMI RS-232 DB9 VDE.## IP AV Decoder - HDMI Out HDMI RS-232 PHNX LAN RJ45 LAN RJ45 ETHCON RJ45 SDI SDI ## VPB.## ## EPB.## PRJ.## Projector Lens.## .35 SDI BNC-75 LAN RJ45 Video Input HDMI RS-232 DB9 VDE.## IP AV Decoder - HDMI Out HDMI RS-232 PHNX LAN RJ45 LAN RJ45 ETHCON RJ45 SDI SDI ## VPB.## ## EPB.## PRJ.## Projector Lens.## .35 SDI BNC-75 LAN RJ45 Video Input HDMI RS-232 DB9 VDE.## IP AV Decoder - HDMI Out HDMI RS-232 PHNX LAN RJ45 LAN RJ45 ETHCON RJ45 SDI SDI ## VPB.## ## EPB.## PRJ.## Projector Lens.## .35 SDI BNC-75 LAN RJ45 Video Input HDMI RS-232 DB9 VDE.## IP AV Decoder - HDMI Out HDMI RS-232 PHNX LAN RJ45 LAN RJ45 ETHCON RJ45 SDI SDI ## VPB.## ## EPB.## PRJ.## Projector Lens.## .35 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Port-## RJ45 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 2 : 2 8 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c s AV7.36 Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents Scale: Scale: Scale: TYP OFTYP OF TYP OF TYP OF TYP OF 4 TYP OF 2 Gallery AVL EQUIPMENT ROOM Gallery AVL EQUIPMENT ROOM Gallery AVL EQUIPMENT ROOM Gallery Gallery Gallery Gallery Box INPUT Qty Av.4-1 INPUT 1-4 4 Av.4-2 INPUT 5-8 4 Av.4-3 INPUT 9-12 4 Av.4-4 INPUT 13-16 4 Av.4-5 INPUT 17-20 4 Av.4-6 INPUT 21-24 4 Box ATIE Qty Gender BB.AVWB.01 ATIE 1-2 2 2M BB.AVWB.02 ATIE 3-4 2 2M BB.AVWB.03 ATIE 5-6 2 2M BB.AVWB.04 ATIE 7-8 2 2M BB.AVWB.05 ATIE 9-10 2 2M BB.AVPB.01 ATIE 11 1 1M BB.AVPB.02 ATIE 12 1 1M BB.AVPB.03 ATIE 13 1 1M BB.AVPB.04 ATIE 14 1 1M BB.AVPB.05 ATIE 15 1 1M BB.AVPB.06 ATIE 16 1 1M BB.AVPB.07 ATIE 17 1 1M BB.AVPB.08 ATIE 18 1 1M Box VTIE Qty Av.4-1 VTIE 1-2 2 Av.4-2 VTIE 3-4 2 Av.4-3 VTIE 5-6 2 Av.4-4 VTIE 7-8 2 Av.4-5 VTIE 9-10 2 Av.4-6 VTIE 11-12 2 Pb.4-1 VTIE 13-14 2 Pb.4-2 VTIE 15-16 2 Pb.4-3 VTIE 17-18 2 Pb.4-4 VTIE 19-20 2 Pb.4-5 VTIE 21-22 2 Pb.4-6 VTIE 23-24 2 Pb.4-7 VTIE 25-26 2 Pb.4-8 VTIE 27-28 2 Pb.4-9 VTIE 29-30 2 Box ETIE Qty Av.4-1 ETIE 1-2 2 Av.4-2 ETIE 3-4 2 Av.4-3 ETIE 5-6 2 Av.4-4 ETIE 7-8 2 Av.4-5 ETIE 9-10 2 Av.4-6 ETIE 11-12 2 Pb.4-1 ETIE 13-14 2 Pb.4-2 ETIE 15-16 2 Pb.4-3 ETIE 17-18 2 Pb.4-4 ETIE 19-20 2 Pb.4-5 ETIE 21-22 2 Pb.4-6 ETIE 23-24 2 Pb.4-7 ETIE 25-26 2 Pb.4-8 ETIE 27-28 2 Pb.4-9 ETIE 29-30 2 Patchable to all ATIE's with provided 25' XLR, power cables, pipe grid attachment, yoke mount, & rigging hardware per speaker by 274134. Patchable to all ATIE's with provided 25' XLR, power cables, pipe grid attachment, yoke mount, & rigging hardware per speaker by 274134. All associated EtherCON cables, headsets, & accessories shall be provided Patchable to all ETIE's All associated EtherCON cables, headsets, & accessories shall be provided Patchable to all ETIE's Patchable to all ETIE's with provided 25' ethercon cables by 274134. Patchable to all ETIE's with provided 25' ethercon cables by 274134. Belden Per Spec Belden Per Spec Bittree Per Spec Attero Tech D16Mio Attero Tech D16Mio Renkus CA121M-AB Renkus CA121M-AB Clear-Com CC-110-X4 Clear-Com Helix Net HXII-BP-X4 Clear-Com CC-110-X4 Clear-Com Helix Net HXII-BP-X4 P/O AVWB.## ETHCON ETIE-1 AV Data ETHCON ETIE-2 AV Data TYP OF 2 P/O AVPB.## ETHCON ETIE-65 AV Data ETHCON ETIE-66 AV Data TYP OF 2 EPB.## Ethernet Patch Panel Port 1 RJ45 Port 24 RJ45 2 Gallery - Ethernet Tie Line System None P/O AVWB.## XLR3-F INPUT-4 INPUT-Level TYP OF 4 P/O AVPB.## XLR3-F INPUT-1 INPUT-Level P/O AVWB.## XLR3-MATIE-1 Line Level XLR3-MATIE-2 Line Level TYP OF 2 XLR3-F INPUT-81 INPUT-Level TYP OF 2 XLR3-F INPUT-80 INPUT-Level P/O AVPB.## EPB.## Ethernet Patch Panel Port 25 RJ45 Port 36 RJ45 1 Gallery - Mic/Line Level Input System & Audio Tie Line System None P/O AVWB.## BNC-75 VTIE-1 Line Level BNC-75 VTIE-2 Line Level TYP OF 2 P/O AVPB.## BNC-75 VTIE-18 Line Level VPB.## Video Patch Panel Port 1 BNC-75 Port 48 BNC-75 TYP OF 48 3 Gallery - Video Tie Line System None XLR3-MATIE-43 Line Level TYP OF 12 TYP OF 24 P/O AIO.## Dante Audio I/O In 1 PHNX In 16 PHNX TYP OF 16 P/O AIO.## Dante Audio I/O In 17 PHNX In 32 PHNX TYP OF 16 TYP OF 16 TYP OF 16 Out 1 PHNX Out 16 PHNX Out 17 PHNX Out 18 PHNX Active Speakers Active Speakers XLR3-FM XLR3-M XLR3-FM XLR3-M Intercom Headsets Intercom Digital Beltpack Intercom Headsets Intercom Digital Beltpack ETHCON ETHCON ETHCON ETHCON Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4/ 2 8 / 2 0 2 3 1 0 : 5 2 : 3 2 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 AV S c h e m a t i c s AV7.37 Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents Name Manufacturer Standard Part Number Application Description Nominal OD (in) Nominal OD (mm) Signal Group A Belden 1583A DMX-512 or Network Control 4 PR #24 AWG Solid Twisted Pairs PVC Jacket Unshielded 0.195 4.95 B B Belden 1533R DMX-512 or Network Control 4 PR #24 AWG Solid Twisted Pairs PVC Jacket Overall Sheild with Drain Wire 0.26 6.6 B C Belden 9729 DMX-512 Control 2 Shielded PR #24 AWG Stranded Twisted PVC Jacket 0.266 6.76 B D Belden 8471 Architectural Control 1 PR #16 AWG Stranded Twisted. PVC Jacket Unshielded 0.274 6.96 B E Carol 76812-06 Architectural Control Ground #14 AWG Stranded Green PVC Jacket Unshielded 0.136 3.45 B F Carol 76512-01/03 Architectural Control Power or 0-10VDC Control 2 #16 AWG Stranded PVC Jacket Black/Red Unshielded 0.174 4.42 B H 1.2kW Dimmer Circuit Hot, Neutral, Ground (Wire size TBD by E.E.)0 0 0 J 2.4kW Dimmer Circuit Hot, Neutral, Ground (Wire size TBD by E.E.)0 0 0 M 120V @ 20A Utility Circuit Hot, Neutral, Ground (Wire size TBD by E.E.)0 0 0 N 208V @ 20A Utility Circuit 2 Hot, Ground (Wire size TBD by E.E.)0 0 0 P 208V @ 30A Utility Circuit 2 Hot, Ground (Wire size TBD by E.E.)0 0 0 Q 120/208V 3-Phase @ 20A Utility Circuit 3 Hot, Neutral, Ground (Wire size TBD by E.E.)0 0 0 Flush Floor or Ceiling Mounted Box / Device 120V @ 20A Floor/Ceiling Duplex Outlet 120V @ 20A Floor/Ceiling Quadplex Outlet 120V @ 20A Wall Duplex Outlet 120V @ 20A Wall Quadplex Outlet Custom Outlet TL Symbols Examples and Nomenclature Electrical Symbols YY Mounting Type Mounting Height Box Size Box ID Nomenclature: Location.BoxStyle.Box# ex: R1.LWP.101 = Room 1.Lighting Wall Panel.Box #101 Location: R1 -ROOM 1 R2 -ROOM 2 R3 -ROOM 3 F +48" 2G YY R1.LWP.101 1A | 1" | TCT.101 Box Size Mounting Height Mounting Type Box Function Box Info Tag Box ID Conduit Destination Conduit Size Conduit Fill (See Cable Schedule) Wall Box with Info Tag Box Style: LFB Lighting Floor Box LWP Lighting Wall Panel LJB Lighting Junction Box LER Lighting Equipment Rack LRP Lighting Relay Panel LPB Lighting Pipe Box LDS Lighting Distribution Strip LCS Lighting Company Switch LCP Lighting Ceiling Pocket / Panel LTS Lighting Emergency Transfer Switch LBC Lighting DMX Emergency Bypass Controller LDK Lighting Emergency Bypass Detection Kit Box Function (YY): iO Input/Output Ui User Interface Mounting Type: F = Flush Mount S = Surface Mount Mounting Height: Height shown is from finish floor (AFF) to center of installed box UON. Box Size: If a standard trade size, size is given in number of gangs (#G), or inches. If a custom size, "C" is shown. See box schedule(s) for additional information. Cable Tray ID: TCT.Level+Area TCT = Technical Cable Tray Example: TCT.101 Conduit Destination: AC = Accessible Ceiling CT = Cable Tray Utility Power Flush Mount, Pipe Mount or Surface Wall Mount Box / Device Group A -Microphone and other sensitive wiring (0 -100mV) Group B -Line Level wiring (100mV -10V) Group C -Loudspeaker and Control wiring (10V -70V) Terms and Definitions: Provide = Supply and install equipment High Voltage = >100V Furnish = Supply to another contractor for installation Install = Install equipment provided by another contractor 1. All systems wiring will be in conduit unless approved by the Consultant or otherwise noted on drawings. 2. There are minimum conduit separations that must be maintained between conduits carrying wire of different signal groups. It is important to note that while different signals may exist in a single box, it is not appropriate to run more than one signal group in a single conduit. Refer to tables below for conduit separation distances. 3. It will be necessary at times for conduits of different signal groups to cross in close proximity. The conduit paths must be designed to cross at 90 degrees to each other. 4. The minimum conduit size shall be 3/4" and the conduit should be sized for max. 40% fill, or less if required by prevailing code. 5. Per TIA 569-E, indoor conduit runs shall have access to a pull box every 100' if there are more than (2) 90-degree bends. Pull boxes shall be placed in a straight section of the conduit. 6. Conduit for Outside Plant (OSP) optical fiber should have pull boxes placed at intervals no greater than 300'. 7. Conduit bend radius will be no less than 6 times the diameter for conduits less than 2"⌀, and no less than 10 times the diameter for conduits greater than 2"⌀. 8. The design will require pull lines to be left in all conduit by the Contractor installing the conduit. 9. The conduit system shall incorporate additional pull boxes as required to match the pull tensions of the wiring to be installed. 10. The installing contractor shall determine from the cable specifications the appropriate pull tensions, and lubricate to ensure that the cable insulation will not be abraded or cut during installation. 11. Signal conduits should be mechanically and electrically connected to the receptacle boxes. These conduits and boxes should connect to the building safety grounding system. 12. PVC conduit may only be used in underground applications. All above slab conduit shall be EMT. 13. The tables below define minimum spacing requirements for conduits containing different types and levels of audio, video and communication signals that will be part of the complete systems. It is important that each group be installed in raceways discreet from other group levels. 14. In a situation where there will exist a heavy current demand in adjacent conduits, or where there will be parallel runs >100', there will need to be additional separation between those conduits and the Signal Group A/B/C conduits. 15. Any wiring that is classified within a group can be combined in a raceway carrying other wiring that is in the same group. Common junction boxes/wire raceways that combine different signal groups shall not be used. 16. The different levels of signal grouping are defined as follows: Common Architectural Abbreviations AFF Above Finished Floor Bot Bottom Clg Ceiling Col Column Cont Continuous Dia Diameter Dim(s)Dimension(s) Dn Down Dwg Drawing Ea Each El Elevation Elec Electrical Eq Equal Exist Existing Ext Exterior Flr Floor Ga Gauge GWB Gypsum Wall Board HVAC Heating, Ventilating, and Air Conditioning Int Interior Max Maximum Mech Mechanical Min Minimum NIC Not in Contract Nom Nominal OC On Center PVC Polyvinyl Chloride RCP Reflected Ceiling Plan Reqd Required Rm Room Sim Similar Spec Specified OR Specification Stl Steel Struct Structure OR Structural T&G Tongue and Groove TME To Match Existing TO Top Of Typ Typical UNO Unless Noted Otherwise UON Unless Otherwise Noted W/With 1. All 120V, 20A utility circuits to terminate in a NEMA 5-20R duplex UON. 2. All 208V, 20A utility circuits to terminate in a NEMA L6-20R UON. 3. All 208V, 30A utility circuits to terminate in a NEMA L6-30R UON. 4. All 2.4kw dimmable circuits to terminate in a 20-2P&GF-flush receptacle UON. 5. All 6.0kw dimmable circuits to terminate in a 60-2P&GF-flush receptacle UON. 6. Leave 18" service loop at all LWB, LFB, LPB, LCS, LJB, LDOS and LACR locations for control cables UON. 7. Leave 18" service loop at all LWB, LFB, LPB, LCS and LJB locations for power cables UON. 8. Leave 84" service loop at all LDR locations for control cables UON. 9. All control and power cables shall be labeled with a unique identifier which shall be noted on all drawings to allow for proper identification by all parties concerned. 10. All control cable terminations shall be completed by the theatrical lighting supplier in accordance with the device manufacturer's recommendations. All network connections to be terminated per TIA/EIA 568B standards. All cables shall be cut to proper length and bundled with all labels clearly visible in order to allow for easy identification. 11. All power cable terminations shall be completed by the electrical contractor in accordance with the device manufacturer's recommendations. All cables shall be cut to proper length and bundled with all labels clearly visible in order to allow for easy identification. 12. Each dimmable circuit shall have individual hot and neutral conductors. These shall be sized to meet all applicable national, state and local electrical codes. 13. Each dimmable circuit shall be properly grounded to the circuit distribution device within which it is located. All ground conductors for individual distribution devices shall be sized to meet all applicable national, state and local electrical codes. 14. All mounting height dimensions are to the center of the box UON. Separations - EMT or Rigid Group A Group B Group C Group A Adjacent Adjacent 3" Group B Adjacent Adjacent 3" Group C 3" 3" Adjacent Branch Circuits (<30A) 6" 6" 6" Branch Circuits (30A - 60A) 6" 6" 6" Branch Circuits (>60A) 12" 12" 12" Dimmer Controlled Lighting 12" 12" 12" SCR Controlled Devices 12" 12" 12" 208/480V Feeder Circuits 24" 24" 24" All Others (Plumbing, Heat, Etc.) 12" 12" 12" Separations - PVC Group A Group B Group C Group A Adjacent Adjacent 6" Group B Adjacent Adjacent 6" Group C 6" 6" Adjacent Branch Circuits (<30A) 6" 6" 6" Branch Circuits (30A - 60A) 6" 6" 6" Branch Circuits (>60A) 12" 12" 12" Dimmer Controlled Lighting 12" 12" 12" SCR Controlled Devices 12" 12" 12" 208/480V Feeder Circuits 24" 24" 24" All Others (Plumbing, Heat, Etc.) 12" 12" 12" Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 2 : 2 6 : 1 4 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 Ge n e r a l N o t e s & L e g e n d s TL0.00 1 TL Plan Symbols 4 TL Cable Schedule 3 Conduit Notes TL Scope of Work Category Description Other 11 61 00 1 Power Determine the size and quantity of all high voltage cable per appplicable code(s). DIV 26 X 2 Power Provide all 120V and 208V dimmable/utility distribution circuits, and all 120V and 120/208V feeder circuits for the theatrical/architectural lighting systems. DIV 26 3 Power Terminate all high voltage cabling. DIV 26 4 Power Provide all conduit, wire, boxes , wireways, cabletrays, power distribution equipment, and transformers required for the theatrical/architectural lighting systems. DIV 26 5 Power Furnish all theatrical lighting connector strips and pipe mount boxes with mounting hardware, floor boxes, wall panels/boxes, gridiron junction boxes, dimmer racks and control electronic racks. X 6 Power Install all theatrical lighting connector strips, pipe mount boxes, floor boxes, wall panels/boxes, gridiron junction boxes, dimmer racks and control electronic racks provided by the 11 61 00 contractor. DIV 26 7 Control Verify all low voltage cable types with the 11 61 00 contractor before installation. DIV 26 8 Control Provide all low voltage cables as required.DIV 26 9 Control Provide all low voltage control face panels (eg DMX, RFU, Architectural etc.), control electronics and dimmer modules. X 10 Control Terminate all theatrical/architectural lighting system (including fixtures) low voltage control cables in accordance with the manufacturer's specifications. All network connections to be terminated per TIA/EIA 568 B standards. X 11 Control Qualify all network circuits for full duplex 100BASE - TX operation. Qualification to take place after all building systems are energized and operational. X 12 Control Provide all lighting control consoles and related equipment during the system turn on period.X 13 Structural Provide a set of support pipes (if specified) for the theatrical lighting instruments sized for 30 lbs per linear foot above pipe weight. X 14 Structural Provide miscellaneous steel as required for support of theatrical/architectural lighting system components. Lighting contractor to detail requirements. DIV 5 5 Division of Responsibilities2General Notes Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents FC +1 8 " Av . 7 FC +1 8 " Av . 7 F C +18"Av.7 F C +18"Av.7 +1 8 " iO 1 2 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 10 F.1 F.2 G H J K 1.4 1.8 2.2 3.5 4.6 8.6 10.1 VOM. 130.4 STORAGE 132 PRODUCTION 131 VOM. 130.3 AUDITORIUM 130 STORAGE 130.2 VEST. 130.1 BOH 129 PLATFORM 128 GALLERY 155 GALLERY WORK ROOM 154 STORAGE 153 CORTYARD 00 1 TL3.00 TL2.00 1 TL2.00 2 EQUIPMENT ROOM: DIMMER RACK AND ARCH PROCESSOR LOCATED HERE. TL4.50 1 2 TL3.00 CL TL2.004 TL1.00 2 4.5 4.6 1A | 3/4" | EXISTING DMX OUTPUT IN ROOM LBC.101 NOTE: LBC.101 FEEDS THE NEW DMX CONTROLLED HOUSELIGHTS. THE DMX BYPASS CONTROLLER DOES NOT NEED NORMAL/EMERGENCY POWER IF ONLY ONE DMX LINE IS CONNECTED. IF MORE THAN ONE DMX RUN IS REQUIRED, PROVIDE NORMAL/EMERGENCY. Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 2 : 2 6 : 1 7 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - O v e r a l l F l o o r P l a n TL1.00 Scale:1/8" = 1'-0"1 TL -Floor Plan Scale:1/4" = 1'-0"2 TL -Floor Plan -Callout 1 Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents 1 2 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 10 F.1 F.2 G H J K 1.4 1.8 2.2 3.5 4.6 8.6 10.1 VOM. 130.4 STORAGE 132 PRODUCTION 131 VOM. 130.3 AUDITORIUM 130 STORAGE 130.2 VEST. 130.1 BOH 129 PLATFORM 128 GALLERY 155 GALLERY WORK ROOM 154 STORAGE 153 CORTYARD 00 1 TL3.00 TL4.00 1 2 TL3.00 CL TL2.004 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 2 : 2 6 : 2 0 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - O v e r a l l R e f l e c t e d C e i l i n g P l a n TL1.01 Scale:1/8" = 1'-0"1 TL -Reflected Ceiling Plan Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents FC+4 8 " Ui. A F2G+1 8 " iO F 2G +18"iO F 2G +18"iO F 2G+1 8 " iO F 2G+1 8 " iO F 2G +18"iO F 2G +18"iO F2G +1 8 " iO iO iO iO iO iO iO iO iO iO iO iO iO iO iO iO iO iO 8.5 9 10 G H J 8.6 10.1 1 TL3.00 GALLERY WORK ROOM 154 STORAGE 153 CORTYARD 00 LRP.101 LWP.109 1A | 3/4" | LER.101 LWP.101 1A | 3/4" | LER.101 1M | BY E.E. | CLOSEST ELECTRICAL PANEL LWP.102 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LWP.103 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LWP.104 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LWP.105 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LWP.106 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LWP.107 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LWP.108 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 1A | 3/4" | LER.101 2 TL3.00 3 TL3.00 3 LER.101 PROVIDED BY AV CONTRACTOR TL2.004 9" 8.5 9 10 G H J 8.6 10.1 1 TL3.00 LPB.101 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.102 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.103 1M | BY E.E. | LRP.101 LPB.104 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.105 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.106 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.107 1M | BY E.E. | LRP.101 LPB.108 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.109 1M | BY E.E. | LRP.101 LPB.110 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.111 1M | BY E.E. | LRP.101 LPB.112 1M | BY E.E. | LRP.101 LPB.113 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.114 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.115 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LPB.116 1M | BY E.E. | LRP.101 LPB.117 1A | 3/4" | LER.101 1M | BY E.E. | LRP.101 LRP.101 2 TL3.00 3 TL3.00 General Notes: • All power conduit and fill shown on the "TL" series drawings are for diagrammatic purposes only. Refer to project electrical drawings for sizing and fill requirements. • Refer to sheet TL0.00 for cable schedule. • All dimensions and loading shown are for diagrammatic purposes only. Verify all location dimensions with field conditions, and all loading with the Structural Engineer before construction or installation. Notify Consultant of any changes required. • Interstitial steel shown on this drawing is to be designed by the project Structural Engineer and provided by the project Structural Contractor. • Miscellaneous steel above and beyond what is shown may be required for connection of stage lighting to roof steel. It is the responsibility of the Theatrical Lighting Contractor to provide any miscellaneous steel and to coordinate this with the General Contractor. • Theatrical Lighting Contractor to verify the load capacity of the structure with the project Structural Engineer. Drawing Notes: 1. All power conduit and wire sizing to be determined by EE per NEC and all applicable local codes. 2. All cable runs for Type A cable shall not exceed 295 feet. Ground Floor 0.00 3'- 0 " 3'- 0 " 3' - 0 " SCHEDULE 40 PIPE TL FITXTURE HANGING PIPES NOTE: PROVIDE STUCTURAL REINFORCEMENT FOR HANGING PIPES TO MOUNT ON WALL. Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 2 : 2 7 : 4 1 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - E n l a r g e d - G a l l e r y TL2.00 Scale:1/4" = 1'-0"1 TL -Floor Plan -Floor Scale:1/4" = 1'-0"2 TL -Floor Plan -Pipe Level ELECTRICAL NOTES: LRP.101 WILL REQUIRE A 120/208V, 3-PHASE, 4W+G @ 100A PER LEG FEEDER. NOT A TECH POWER SUPPLY. Scale:3 TL -Gallery View Scale:1/2" = 1'-0"4 Elevation 1 -c Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents Ground Floor 0.00 1 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 104.6 8.6 10.1 TL3.00 2 Ground Floor 0.00 8.5 9 108.6 10.1 13 ' - 0 " 3 TL3.00 Ground Floor 0.00 HJ 1 TL3.00 2 TL3.00 Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 2 : 2 7 : 4 4 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - S e c t i o n s TL3.00 Scale:1/8" = 1'-0"1 TL -Section Scale:1/4" = 1'-0"2 TL -Section -Gallery -Plan North Scale:1/4" = 1'-0"3 TL -Section -Gallery -Plan West Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents 8.5 9 10 H J 8.6 10.1 1 TL3.00 2' - 8"4' - 0" 1' - 4 " 2' - 8" 2 TL3.00 3 TL3.00 TL2.004 1' - 11"4' - 0"4' - 0"4' - 0"4' - 0"4' - 0"4' - 0"4' - 0"4' - 0"4' - 0"2' - 8" 4' - 0 " 4' - 0 " 4' - 8 " 3' - 4 " 1' - 4 " General Notes: • All power conduit and fill shown on the "TL" series drawings are for diagrammatic purposes only. Refer to project electrical drawings for sizing and fill requirements. • Refer to sheet TL0.00 for cable schedule. • All dimensions and loading shown are for diagrammatic purposes only. Verify all location dimensions with field conditions, and all loading with the Structural Engineer before construction or installation. Notify Consultant of any changes required. • Interstitial steel shown on this drawing is to be designed by the project Structural Engineer and provided by the project Structural Contractor. • Miscellaneous steel above and beyond what is shown may be required for connection of stage lighting to roof steel. It is the responsibility of the Theatrical Lighting Contractor to provide any miscellaneous steel and to coordinate this with the General Contractor. • Theatrical Lighting Contractor to verify the load capacity of the structure with the project Structural Engineer. Drawing Notes: 1. All power conduit and wire sizing to be determined by EE per NEC and all applicable local codes. 2. All cable runs for Type A cable shall not exceed 295 feet. Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 2 : 2 7 : 4 6 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - R C P - G a l l e r y TL4.00 Scale:1/2" = 1'-0"1 TL -Reflected Ceiling Plan -Gallery Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents HJ 26 50 261926261926 50 26 4 TL4.50 FOH ELECTRIC #1 3 TL4.50 2 TL4.50 ELECTRIC #1 ELECTRIC #2 FOH ELECTRIC #2 CL CURTAIN WARMERS CURTAIN WARMERS Podium Special Podium Special A B C E FD H IG A B CA B C D DE EF F G H I I A D AB B E BC F C A AB B BC CA AB B BC C D E F G H D E F Ground Floor 0.00 MOUNT ON EXTENSTIONS TO GET BELOW CLOUD CL Ground Floor 0.00 CL Ground Floor 0.00 CL Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 7 : 3 5 : 1 7 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - S c h u l m a n L i g h t P l o t TL4.50 Scale:1/2" = 1'-0"1 TL -Schulman Light Plot Scale:1/4" = 1'-0"2 FOH ELECTRIC #1 Scale:1/4" = 1'-0"3 ELECTRIC #1 Scale:1/4" = 1'-0"4 ELECTRIC #2 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents ~3-8 ' ~3-8' PIPE SPACING WILL VARY SEE DRAWINGS PLEASE NOTE: ·ALL PIPE GRID COMPONENTS ARE SUPPLIED AND INSTALLED BY DIVISION 11 CONTRACTOR. ·ALL HANGING PIPE SHALL BE 1 1/2" SCHEDULE 40 BLACK SEAMLESS STEEL PIPE (NOMINAL OD 1.9") ·DIVISION 11 CONTRACTOR MUST HAVE SHOP DRAWINGS STAMPED BY A STRUCTURAL ENGINEER. ELECTRICAL NOTES: ·NO CONDUIT SHOULD BE RUN HORIZONTALLY WITHIN 6" OF THE TOP EDGE OF THE PIPE GRID EXCEPT WHEN RUN VERTICALLY TO CONNECT TO DISTRIBUTION DEVICES. NO CONDUIT SHALL RUN UNDER THE GRID. MECHANICAL NOTES: ·NO MECHANICAL DUCTING OR PIPE SHOULD BE RUN HORIZONTALLY WITHIN 12" OF THE TOP EDGE OF THE PIPE GRID AND MUST BE COORDINATED WITH THE AVLR CONSULTANT DURING DESIGN. ABSOLUTELY NO MECHANICAL DUCTING OR PIPE SHALL BE RUN UNDER THE GRID. STRUCTURAL NOTES: ·WEIGHT LOADING GUIDELINES: FIXTURES, CABLE & DISTRIBUTION - 12.5 LBS PER SQUARE FOOT OF PIPE GRID PIPE AND HARDWARE WEIGHT - 3 LBS PER LINEAR FOOT OF PIPE 3" MAX. 3 1__ 16" 4 3__ 16" 43_ 8" 2 1__ 16" 43_ 8" 1/2" UNISTRUT NUT P1000 UNISTRUT x 1'-8 3/4" LG. ∅1/2" THD ROD 1/2" HEX NUT & LW P1064-1/2" SQUARE WASHER EXISTING JOIST/BEAM (VERIFY DEPTH & SPACING) P1064-1/2" SQUARE WASHER 1" SCH 40 STL PIPE P2875 UNISTRUT BEAM CLAMP (4) 1/2" HEX NUT & LW PIPE GRID XX'-X" A.F.F. JR CLANCY MODIFIED PART 015-100 CROSS CLAMP JR CLANCY MODIFIED PART 015-100 CROSS CLAMP 1 1/2" SCH 40 STL PIPE 1/2" NUT (2), FW & LW (2) Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Permit 04.28.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 6 / 2 1 / 2 0 2 3 1 2 : 5 8 : 2 7 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - D e t a i l s TL5.00 1 Pipe Grid Detail Scale:3" = 1'-0"2 Mounting Detail -Steel Beam Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 2 : 2 7 : 5 2 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL - S y s t e m s S c h e d u l e s TL6.00 Theatrical Lighting Box Schedule Box ID Sheet Reference Level Mounting Height Flush Mount Manufacturer Model Description Box Dimensions NEMA Type Custom Panel Back Box Panel Device NotesHeight Width Depth Supplied By Installed By Supplied By Installed By Supplied By Installed By LPB.101 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.102 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.103 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.104 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.105 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.106 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.107 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.108 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.109 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.110 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.111 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.112 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.113 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.114 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.115 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.116 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LPB.117 Ground Floor Yes Electronic Theatre Controls or Equivalent 9102 Standard surface mount outlet box - 2 outlets. Yes 11 61 00 DIV 26 11 61 00 DIV 26 N/A LWP.101 Ground Floor 1'-6" Yes Raco or Equivalent 691 2-Gang welded steel electrical box, 2.5" depth. 3 3/4" 3 3/4" 2 1/2" 1 Yes DIV 26 DIV 26 11 61 00 DIV 26 | 11 61 00 LWP.102 Ground Floor 1'-6" Yes Raco or Equivalent 691 2-Gang welded steel electrical box, 2.5" depth. 3 3/4" 3 3/4" 2 1/2" 1 Yes DIV 26 DIV 26 11 61 00 DIV 26 | 11 61 00 LWP.103 Ground Floor 1'-6" Yes Raco or Equivalent 691 2-Gang welded steel electrical box, 2.5" depth. 3 3/4" 3 3/4" 2 1/2" 1 Yes DIV 26 DIV 26 11 61 00 DIV 26 | 11 61 00 LWP.104 Ground Floor 1'-6" Yes Raco or Equivalent 691 2-Gang welded steel electrical box, 2.5" depth. 3 3/4" 3 3/4" 2 1/2" 1 Yes DIV 26 DIV 26 11 61 00 DIV 26 | 11 61 00 LWP.105 Ground Floor 1'-6" Yes Raco or Equivalent 691 2-Gang welded steel electrical box, 2.5" depth. 3 3/4" 3 3/4" 2 1/2" 1 Yes DIV 26 DIV 26 11 61 00 DIV 26 | 11 61 00 LWP.106 Ground Floor 1'-6" Yes Raco or Equivalent 691 2-Gang welded steel electrical box, 2.5" depth. 3 3/4" 3 3/4" 2 1/2" 1 Yes DIV 26 DIV 26 11 61 00 DIV 26 | 11 61 00 LWP.107 Ground Floor 1'-6" Yes Raco or Equivalent 691 2-Gang welded steel electrical box, 2.5" depth. 3 3/4" 3 3/4" 2 1/2" 1 Yes DIV 26 DIV 26 11 61 00 DIV 26 | 11 61 00 LWP.108 Ground Floor 1'-6" Yes Raco or Equivalent 691 2-Gang welded steel electrical box, 2.5" depth. 3 3/4" 3 3/4" 2 1/2" 1 Yes DIV 26 DIV 26 11 61 00 DIV 26 | 11 61 00 LWP.109 Ground Floor 4'-0" Yes Electronic Theatre Controls P-LCD-FBB Custom back box for 7" wall mounted touchscreen. Flush mount. 5 3/8" 7 3/4" 3 3/4" Yes 11 61 00 DIV 26 11 61 00 11 61 00 ENTRYWAY TL Electrical Equipment Schedule Mark Level Manufacturer Model Description Dimensions Device Installed By Device Provided ByHeight Width Depth LRP.101 Ground Floor Electronic Theatre Controls IQ24 SensorIQ Intelligent Breaker System, 24 breaker panel. 4'-2" 1'-2 1/4" 4 3/4" DIV 26 | 11 61 00 11 61 00 LBC.101 Ground Floor Electronic Theatre Controls, Inc. DMX Bypass Detection Kit Wall-Mounted Detection Kit TL Pull Schedule Mark Level Conduit 1 Conduit 2 Conduit 3 Fill Size Destination Fill Size Destination Fill Size Destination LPB.101 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.102 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.103 Ground Floor 1M BY E.E. LRP.101 LPB.104 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.105 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.106 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.107 Ground Floor 1M BY E.E. LRP.101 LPB.108 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.109 Ground Floor 1M BY E.E. LRP.101 LPB.110 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.111 Ground Floor 1M BY E.E. LRP.101 LPB.112 Ground Floor 1M BY E.E. LRP.101 LPB.113 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.114 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.115 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LPB.116 Ground Floor 1M BY E.E. LRP.101 LPB.117 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LWP.101 Ground Floor 1A 3/4" LER.101 1M BY E.E. CLOSEST ELECTRICAL PANEL LWP.102 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LWP.103 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LWP.104 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LWP.105 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LWP.106 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LWP.107 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LWP.108 Ground Floor 1A 3/4" LER.101 1M BY E.E. LRP.101 LWP.109 Ground Floor 1A 3/4" LER.101 LWP.107 1P Rly 20A 23 C 24 20A 1P Rly LWP.108 LWP.105 1P Rly 20A 21 B 22 20A 1P Rly LWP.106 LWP.103 1P Rly 20A 19 A 20 20A 1P Rly LWP.104 LPB.117 1P Rly 20A 17 C 18 20A 1P Rly LWP.102 LPB.115 1P Rly 20A 15 B 16 20A 1P Rly LPB.116 LPB.113 1P Rly 20A 13 A 14 20A 1P Rly LPB.114 LPB.111 1P Rly 20A 11 C 12 20A 1P Rly LPB.112 LPB.109 1P Rly 20A 9 B 10 20A 1P Rly LPB.110 LPB.107 1P Rly 20A 7 A 8 20A 1P Rly LPB.108 LPB.105 1P Rly 20A 5 C 6 20A 1P Rly LPB.106 LPB.103 1P Rly 20A 3 B 4 20A 1P Rly LPB.104 LPB.101 1P Rly 20A 1 A 2 20A 1P Rly LPB.102 Location Rly/Bkr Type Amperage Relay # PH Relay # Amperage Rly/Bkr Type Location Relay Panel: LRP.101 Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Design Progress 12.21.2022 Drawing Set Issue Schedule Description Issue Date Design Progress 02.15.2023 Design Progress 04.07.2023 Au t o d e s k D o c s : / / S c h u l m a n A u d i t o r i u m / 2 2 1 9 C a r l s b a d D ov e S c h u l m a n - A V L ( 2 0 2 2 ) . r v t 4 / 2 8 / 2 0 2 3 2 : 2 7 : 5 2 P M Pr o j e c t N o . : 22 2 3 8 7 Sc h u l m a n A u d i t o r i u m & C a n n o n A r t G a l l e r y 17 7 5 D o v e L a n e , C a r l s b a d , C A 9 2 0 1 1 TL S c h e m a t i c TL7.00 TL Pipe Boxes Mark Control Power LPB.101 1A 1M LPB.102 1A 1M LPB.103 1M LPB.104 1A 1M LPB.105 1A 1M LPB.106 1A 1M LPB.107 1M LPB.108 1A 1M LPB.109 1M LPB.110 1A 1M LPB.111 1M LPB.112 1M LPB.113 1A 1M LPB.114 1A 1M LPB.115 1A 1M LPB.116 1M LPB.117 1A 1M TL Architectural Stations Mark Location LWP.109 ENTRYWAY TL Wall Panels Mark Control Power LWP.102 1A 1M LWP.103 1A 1M LWP.104 1A 1M LWP.105 1A 1M LWP.106 1A 1M LWP.107 1A 1M LWP.108 1A 1M LWP.109 1A TL Relay Panels Mark Feed Electrical Data LRP.101 100A 208 V/3-0 VA WIREWAY LOCATED ABOVE LIGHTING RACKS 120V @ 20A CKTS 120V @ 20A CKTS 120V @ 20A CKTS CONTROL CONTROL TL Lighting Equipment Rack CONTROL CONTROL ARCHITECTURAL PROCESSOR NETWORK PATCHBAY NETWORK SWITCH DMX MASTER NODES UPS ARCH TL INPUT Mark Control Power LWP.101 1A 1M CONTROL CONTROL LIGHTING CONSOLE 120V, 1PH, 2W + G @ 20A FEED FROM CLOSEST ELECTRICAL PANEL 120V, 1PH, 2W + G @ 20A FEED FROM NEAREST ELECTRICAL PANEL NET / DMX NET / DMX LWP.103 LWP.104 LWP.105 LWP.106 LWP.107 LWP.108 LWP.109 BLANK BLANK BLANK BLANK LRP.101 Port 13 Port 14 Port 15 Port 16 Port 17 Port 18 Port 19 Port 20 Port 21 Port 22 Port 23 Port 24 LPB.101 LPB.102 LPB.104 LPB.105 LPB.106 LPB.108 LPB.110 LPB.113 LPB.114 LPB.115 .LPB.117 LWP.102 Port 1 Port 2 Port 3 Port 4 Port 5 Port 6 Port 7 Port 8 Port 9 Port 10 Port 11 Port 12 PATCH BAY DMX UNIVERSE 1 1 1 1 1 1 LWP.103 LWP.104 LWP.105 LWP.106 LWP.107 LWP.108 SPARE SPARE Port 1 Port 2 Port 3 Port 4 Port 1 Port 2 Port 3 Port 4 DMX GATEWAY 4 DMX GATEWAY 5 DMX UNIVERSE 1 1 1 1 1 1 1 1 1 1 1 1 LPB.101 LPB.102 LPB.104 LPB.105 LPB.106 LPB.108 LPB.110 LPB.113 LPB.114 LPB.115 .LPB.117 LWP.102 Port 1 Port 2 Port 3 Port 4 Port 1 Port 2 Port 3 Port 4 Port 1 Port 2 Port 3 Port 4 DMX GATEWAY 1 DMX GATEWAY 2 DMX GATEWAY 3 LWP.102 LRP.101 ARCH CONTROL WALL CONTROLLER (LWP.109)DMX GATEWAY DMX GATEWAY DMX GATEWAY DMX GATEWAY DMX GATEWAY FUTURE FUTURE FUTURE Port 1 Port 2 Port 3 Port 4 Port 5 Port 6 Port 7 Port 8 Port 9 Port 10 Port 11 Port 12 SWITCH PATCH Assembly Code Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents FEEDER SCHEDULE 20B 30B 40B LABEL 600V BRANCH CIRCUITS 1Ø 2W TYPE SETS PHASE N/A NEUTRAL CONDUITGROUND 50B 50A-2W 1 2 # 6 1 # 10 30A-2W 1 2 # 10 1 # 10 20A-2W 1 2 # 12 1 # 12 3/4" 40A-2W 1 2 # 8 1 # 10 N/A N/A N/A 3/4" 3/4" 3/4" LABEL TYPE SETS PHASE NEUTRAL CONDUITGROUND 600V FEEDER SCHEDULE 1Ø 3W 60S 100S 100A-3W 60A-3W 2 # 1 2 # 4 1 # 1 1 # 4 1 # 8 1 # 10 1 1/4" 1" 1"1 # 101 # 62 # 650A-3W50S 1"1 # 101 # 82 # 840A-3W40S 3/4"1 # 101 # 102 # 1030A-3W30S 3/4"1 # 121 # 121 2 # 1220A-3W20S 1 1 1 1 1 LABEL TYPE SETS PHASE NEUTRAL CONDUITGROUND 4"1#500KCM4000A-3W4000 10 600V FEEDER SCHEDULE 3Ø 3W 1 # 12 1 # 10 1 # 10 1 # 8 1 # 8 1 # 6 1 # 6 1 # 6 1 # 6 1 # 4 1 # 4 1 # 4 1 # 2 1 # 2 1 # 3/0 1 # 1/0 1#350KCM 1#250KCM 1#500KCM 1 # 2 1 # 2 1 # 1/0 1 # 1/0 1 # 2/0 1 # 4/0 1 # 10 1 # 10 1 # 8 1 # 8 3 # 615050A-3W 60A-3W 70A-3W 125A-3W 150A-3W 175A-3W 200A-3W 225A-3W 250A-3W 300A-3W 350A-3W 400A-3W 1200A-3W 800A-3W 2500A-3W 2000A-3W 3000A-3W 450A-3W 500A-3W 600A-3W 700A-3W 1000A-3W 1600A-3W 100A-3W 90A-3W 80A-3W 350 2500 3000 2000 1000 1600 1200 500 600 700 800 400 450 250 300 225 150 200 175 80 100 90 125 60 70 1 3 #500KCM 3 #600KCM 3 # 4/0 3 #350KCM 3 #600KCM 3 #600KCM 3 #500KCM 3 #600KCM 3 #500KCM 3 #250KCM 6 8 5 3 4 3 2 2 2 2 1 2 3 # 1/0 3 # 2/0 3 # 3/0 3 # 4/0 3 #250KCM 3 #350KCM 3 # 1 1 1 1 1 1 1 1 1 1 1 1 1 3 # 2 3 # 1 3 # 2 3 # 4 3 # 4 20A-3W 30A-3W 40A-3W 30 20 40 1 1 1 3 # 12 3 # 10 3 # 8 1" 4" 4" 4" 4" 4" 4" 4" 3" 4" 4" 4" 3" 4" 1 1/2" 1 1/2" 2 1/2" 2 1/2" 3" 2" 2" 1 1/4" 1 1/4" 1 1/4" 1" 3/4" 3/4" 1" N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 3 #600KCM 3 #600KCM 3 #600KCM 3 #600KCM LABEL TYPE SETS PHASE NEUTRAL CONDUITGROUND 600V FEEDER SCHEDULE 3Ø 4W 250Y 2000Y 2500Y 3000Y 4000Y 600Y 800Y 1200Y 700Y 1000Y 1600Y 300Y 350Y 400Y 450Y 500Y 100Y 125Y 150Y 175Y 200Y 225Y 30Y 50Y 60Y 80Y 20Y 1600A-4W 4 1 # 4/0 4" 4000A-4W 3 #600KCM 1 #600KCM 1#500KCM 4" 1000A-4W 3 3 #500KCM 1 #500KCM 1 # 2/0 4" 700A-4W 2 3 #500KCM 1 #500KCM 1 # 1/0 4" 600A-4W 2 3 #350KCM 1 #350KCM 1 # 1/0 4" 500A-4W 2 3 #250KCM 1 #250KCM 1 # 2 3" 450A-4W 2 3 # 4/0 1 # 4/0 1 # 2 3" 20A-4W 1 3 # 12 1 # 12 1 # 12 3/4" 3000A-4W 8 3 #600KCM 1 #600KCM 1#500KCM 4" 2000A-4W 5 1#250KCM 4" 2500A-4W 6 1#350KCM 4" 800A-4W 2 3 #600KCM 1 #600KCM 1 # 1/0 4" 1200A-4W 3 1 # 3/0 4" 400A-4W 1 1 #600KCM 1 # 2 4" 350A-4W 1 1 #500KCM 1 # 2 4" 300A-4W 1 1 #350KCM 1 # 4 3" 250A-4W 1 1 #250KCM 1 # 4 2 1/2" 225A-4W 1 3 # 4/0 1 # 4/0 1 # 4 2 1/2" 200A-4W 1 3 # 3/0 1 # 3/0 1 # 6 2" 175A-4W 1 3 # 2/0 1 # 2/0 1 # 6 2" 150A-4W 1 3 # 1/0 1 # 1/0 1 # 6 1 1/2" 125A-4W 1 3 # 1 1 # 1 1 # 6 1 1/2" 100A-4W 1 3 # 1 1 # 1 1 # 8 1 1/2" 80A-4W 1 3 # 2 1 # 2 1 # 8 1 1/4" 60A-4W 1 3 # 4 1 # 4 1 # 10 1" 50A-4W 1 3 # 6 1 # 6 1 # 10 1" 30A-4W 1 3 # 10 1 # 10 1 # 10 3/4" 40Y 40A-4W 1 3 # 8 1 # 10 1 # 10 1" 70Y 70A-4W 1 3 # 4 1 # 4 1 # 8 90Y 90A-4W 1 3 # 2 1 # 2 1 # 8 1 1/4" 10 3 #600KCM 3 #600KCM 3 #600KCM 3 #600KCM 3 #500KCM 3 #600KCM 3 #350KCM 3 #250KCM 1 #600KCM 1 #600KCM 1 #600KCM 1 #600KCM 1 1/4" 1 1/4" AA-8000 ALUMINUM FEEDER SCHEDULE AA-8000 ALUMINUM GENERAL NOTES: LABEL TYPE SETS PHASE NEUTRAL CONDUITGROUND 4"1#500KCM4000A-3W4000 12 600V FEEDER SCHEDULE 3Ø 3W 1 # 8 1 # 6 1 # 6 1 # 6 1 # 6 1 # 4 1 # 4 1 # 4 1 # 2 1 # 2 1 # 3/0 1 # 1/0 1#350KCM 1#250KCM 1#500KCM 1 # 2 1 # 2 1 # 1/0 1 # 1/0 1 # 2/0 1 # 4/0 125A-3W 150A-3W 175A-3W 200A-3W 225A-3W 250A-3W 300A-3W 350A-3W 400A-3W 1200A-3W 800A-3W 2500A-3W 2000A-3W 3000A-3W 450A-3W 500A-3W 600A-3W 700A-3W 1000A-3W 1600A-3W 100A-3W 350 2500 3000 2000 1000 1600 1200 500 600 700 800 400 450 250 300 225 150 200 175 100 125 1 3 #500KCM 3 #600KCM 8 8 5 3 5 4 2 2 2 3 2 2 3 # 4/0 3 #250KCM 3 #350KCM 3 # 3/0 1 1 1 1 1 1 1 1 3 # 2/0 4" 4" 4" 4" 4" 4" 4" 3" 4" 4" 3" 4" 2" 2" 2 1/2" 2 1/2" 3" 2"N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A LABEL TYPE SETS PHASE NEUTRAL CONDUITGROUND 600V FEEDER SCHEDULE 3Ø 4W 250Y 2000Y 2500Y 3000Y 4000Y 600Y 800Y 1200Y 700Y 1000Y 1600Y 300Y 350Y 400Y 450Y 500Y 100Y 125Y 150Y 175Y 200Y 225Y 1600A-4W 4000A-4W 1000A-4W 700A-4W 600A-4W 500A-4W 450A-4W 3000A-4W 2000A-4W 2500A-4W 800A-4W 1200A-4W 400A-4W 350A-4W 300A-4W 250A-4W 225A-4W 200A-4W 175A-4W 150A-4W 125A-4W 100A-4W 3 #300KCM 3 #750KCM 3 #500KCM 3 #600KCM 3 #350KCM 3 #300KCM 3 #750KCM 3 #500KCM 3 #750KCM 3 #600KCM 3 #600KCM 3 #750KCM 3 #600KCM 3 #750KCM 3 #600KCM 3" 2 1/2" 3" 4"1#500KCM12 1 # 8 1 # 6 1 # 6 1 # 6 1 # 6 1 # 4 1 # 4 1 # 4 1 # 2 1 # 2 1 # 3/0 1 # 1/0 1#350KCM 1#250KCM 1#500KCM 1 # 2 1 # 2 1 # 1/0 1 # 1/0 1 # 2/0 1 # 4/0 1 3 #500KCM 3 #600KCM 8 8 5 3 5 4 2 2 2 3 2 2 3 # 4/0 3 #250KCM 3 #350KCM 3 # 3/0 1 1 1 1 1 1 1 1 3 # 2/0 4" 4" 4" 4" 4" 4" 4" 3" 4" 4" 3" 4" 2" 2 1/2" 2 1/2" 3" 2" 3 #300KCM 3 #750KCM 3 #500KCM 3 #600KCM 3 #350KCM 3 #300KCM 3 #750KCM 3 #500KCM 3 #750KCM 3 #600KCM 3 #600KCM 3 #750KCM 3 #600KCM 3 #750KCM 3 #600KCM 3" 1 #500KCM 1 #600KCM 1 # 4/0 1 #250KCM 1 #350KCM 1 # 3/0 1 # 2/0 1 #300KCM 1 #750KCM 1 #500KCM 1 #600KCM 1 #350KCM 1 #300KCM 1 #750KCM 1 #500KCM 1 #750KCM 1 #600KCM 1 #600KCM 1 #750KCM 1 #600KCM 1 #750KCM 1 #600KCM 4" 4" 4" LABEL TYPE SETS PHASE NEUTRAL CONDUITGROUND 600V FEEDER SCHEDULE 1Ø 3W 80S 80A-3W 2 # 1 1 # 1 1 # 8 1 1/2"1 100S 100A-3W 2 # 2/0 1 # 2/0 1 # 8 2"1 1.ALL GROUND CONDUCTORS SHALL BE STRANDED COPPER. 2.ALL CONDUIT SHALL BE EMT (INSTALLED IN INTERIOR CONCEALED SPACES) OR SCHEDULE-40 PVC (INSTALLED UNDERGROUND OR INCASED IN SLAB) UNLESS OTHERWISE NOTED. 3. ALL AMPACITIES ARE BASED UPON TABLE 310.15(B)16 OF THE 2014 N.E.C. 4.FEEDER SCHEDULES INDICATED DATA FOR CONDUCTOR RATED UP TO 600V. 5. ALL CONDUCTOR TERMINATIONS SHALL COMPLY WITH THE TERMINATION MANUFACTURER'S INSTALLATION AND TORQUING REQUIREMENTS. 6.FINAL LUG TERMINATIONS FOR AA-8000 SERIES STRANDED ALUMINUM ALLOY CONDUCTORS SHALL UTILIZE UL-468B COMPLIANT MECHANICAL FITTINGS. 7.TERMINATIONS FOR AA-8000 SERIES STRANDED ALUMINUM ALLOY CONDUCTORS SHALL INCLUDE THE USE OF OXIDE-INHIBITING COMPOUND, APPLIED AFTER THE BARE CONDUCTORS HAVE BEEN WIRE BRUSHED AND THOROUGHLY CLEANED. 8. NO BARE CONDUCTORS SHALL BE EXPOSED TO THE AIR. L1-Xa EB F1E L1-Xa EB F1E abMS MS S S DIM A1S KS 3S abS S MC CONNECTED TO EMERGENCY INVERTER INTERMEDIATE METAL CONDUIT HAZARDOUS MATERIAL HAND-OFF-AUTOMATIC ELECTRO-METALLIC TUBING FINISH FLOOR ELEVATION FULL VOLTAGE NON-REVERSING GROUND FAULT INTERRUPTER GROUND BUS OR WIRE GROUND FAULT RELAY GENERAL CONTRACTOR ELEVATION/ELEVATOR DEGREES FAHRENHEIT CONNECT OR CONNECTION CLOSED CIRCUIT TELEVISION CONDUIT ONLY WITH NYLON PULLCORD DISTRIBUTION SWITCHBOARD CONTROL POWER TRANSFORMER ELECTRICAL CONTRACTOR ELECTRICAL DRINKING FOUNTAIN 90-MINUTE BATTERY CONNECTED TO UNIT CONNECTED TO EMERGENCY GENERATOR CURRENT TRANSFORMER CURENT LIMITING FUSE AMPERES INTERRUPTING CAPACITY AVAILABLE FAULT CURRENT AUTOMATIC TRANSFER SWITCH ARCHITECT OR ARCHITECTURAL AMERICAN WIRE GAUGE AMP FRAME/AMP FUSE ABOVE FINISHED FLOOR ABOVE FINISHED GRADE ALTERNATING CURRENT COPPERCU H HORIZONTAL ISOLATED GROUND HERTZ HOUR HEATER HEIGHT INCANDESCENT HORSEPOWER INCAND IG IMC HAZMAT HOA HTR HT HR HP HZ GROUND GREEN GROUND GAUGE FEET OR FOOTFEET OR FOOT FOOTING GALVANIZED GARBAGE DISPOSAL FLUORESCENT GALV GC GND GG GFI GFR GD FLUOR G FVNR FTG FT GA FINISH OR FINISHED ELECTRICAL EMERGENCY EQUIPMENT FIRE ALARM EXISTING FIXTURE EXHAUST FAN EXIST, EX FIN FFE F FA EQUIP FIXT EMER, EM ELECT EI ELEV EMT EDF EF EG EACH DISCONNECT DEDICATED OUTLET DIRECT CURRENT DAMP LOCATION DISTRIBUTION COLD WATER DIAMETER DRAWINGS DIST EA EB EC DWGS DL DB DC DISC DIA CW CT D LIGHTING SYMBOLS AND DESCRIPTIONS A/C BELOWBEL CONTRACTOR COAXIAL CABLE CEILING CIRCUIT BREAKER CABLE TELEVISION CONDUIT WITH WIRE CLEAR CONTINUATION CONCRETE CLR CONTR CPT COAX CONT CONN CONC CO CLG CLF CATV CCTV C CB BACKBOARD ABOVE ALUMINUM BELOW GRADE AMP TRIP AMP SWITCH ARCH B/G BKBD ATS AWG AT AS AL AFC AFF AFG ABV AIC AF AIR CONDITIONING AMPERES AC A ON CENTEROC NEW LOCATION OF RELOCATED FIXTURE FIXTURE WITH QUARTZ RESTRIKE UNDERGROUND PULL SECTION TEMPERATURE OR TEMPORARY SQUARE FEET OR SQUARE FOOT UNDERWRITERS LABORATORIES PHOTOCELL/TIMECLOCK CONTROL OWNER FURNISHED CONTRACTOR INSTALLED OWNER FURNISHED OWNER INSTALLED SWITCHBOARDSWBD XFMR TRANSF UGPS SWGR TEMP TEL, TELE VFD XN XR XL X W/ WP WT WH TYP VA UL V UNO TC TV VARIABLE FREQUENCY DRIVE EXISTING TO BE RELOCATED EXISTING TO BE REMOVED TRANSFORMER WEATHER PROOF WATER HEATER WITH WEIGHT EXISTING VOLTAMPERE TIMECLOCK TELEPHONE TELEVISION SWITCHGEAR TRANSFORMER UNLESS NOTED OTHERWISE TYPICAL VOLTS SPEC SQ FT STRUCT RECEPT PCTC PLBG RGS SW SD RM QTY REC REF REQ Q PP PVC PWR PNL PL PH PIV PE OFOI PC PB OFCI RIGID GALVANIZED STEEL RECEPTACLE REQUIREMENTS REFRIGERATOR STRUCTURAL SPECIFICATION SMOKE DETECTOR SWITCH ROOM QUANTITY RECESSED POWER POLE PILOT LIGHT PHOTOCELL CONTROL PNEUMATIC-ELECTRIC POLYVINYL CHLORIDE POST INDICATING VALVE PLUMBING PHASE POWER PANEL PULLBOX KS KNEE SPACE MECH MANUF MCC N NIC NO NTS NL NEC NC MIN MLO MTG MTD MCP LT MH MAX MC LV LTG LBS LF LOC KVA KWH KW MOTOR CONTROL CENTER MOTOR CIRCUIT PROTECTION NORMALLY OPEN NATIONAL ELECTRICAL CODE MAIN LUGS ONLY MECHANICAL NOT IN CONTRACT NIGHT LIGHT NOT TO SCALE NORMALLY CLOSED NEUTRAL MINIMUM MOUNTING MOUNTED KILO-WATT LOW VOLTAGE LINEAL FEET KILO-WATT-HOUR MANUFACTURER MOUNTING HEIGHT MECHANICAL CONTRACTOR KILO-VOLTAMPERE LIGHT MAXIMUM LIGHTING POUNDS LOCATION ABBREVIATIONS AND DESCRIPTIONS J-BOX JUNCTION BOX POWER SENTRY EMERGENCY BATTERY UNITPS STANDBYSB FF FURNITURE FEED, FINISHED FLOOR SEE LUMINAIRE SCHEDULE FOR ADDITIONAL FIXTURE SYMBOLS. ALL WIRE SIZES FOR EXTERIOR LIGHTING SHALL BE #10AWG 3/4"C, UNLESS OTHERWISE NOTED. SWITCH, SINGLE POLE 20A, MTD 48" AFF TO TOP DEVICE: WHITE COVERPLATE: WHITE PROVIDE 3-1/2" DEEP SINGLE GANG BOX SWITCH, SINGLE POLE 20A, MTD 48" AFF TO TOP DESIGNATED TO CONTROL LIGHTING IN CIRCUIT LEGS. DEVICE: WHITE COVERPLATE: WHITE. PROVIDE MULTI-GANG BOX AS REQUIRED TO ACCOMMODATE SWITCH LEGS INDICATED. PROVIDE 3-1/2" DEEP BOX. SWITCH, THREE WAY, 20A, MTD 48" AFF TO TOP DEVICE: WHITE COVERPLATE: WHITE PROVIDE 3-1/2" DEEP SINGLE GANG BOX. KEYED SWITCH, SINGLE POLE 20A, MTD 48" AFF TO TOP DEVICE: WHITE COVERPLATE: WHITE. PROVIDE 3-1/2" DEEP SINGLE GANG BOX. DIMMER SWITCH, MTD. 48" AFF TO TOP. PROVIDE 3-1/2" DEEP SINGLE GANG BOX. SPECIALTY SWITCH AS DENOTED ON PLANS. DEVICE: WHITE COVERPLATE: WHITE MTD. 48" AFF TO TOP. PROVIDE 3-1/2" DEEP SINGLE GANG BOX. WALL MOUNTED VACANCY SENSOR CONTROLLED LIGHTING SWITCH WITH AUTOMATIC 'OFF' MANUAL 'ON' AND DUAL TECHNOLOGY ULTRASONIC/INFRARED. TYPICAL DEVICE: WHITE, MTD 48" AFF TO TOP. MOTION SENSOR POWER PACK. CEILING MOUNTED ULTRASONIC MOTION SENSOR. DIRECTION OF COVERAGE INDICATED BY ARROWS DEVICE: WHITE LIGHTING CONTROL PANEL LOW VOLTAGE OVERRIDE CONTROL SWITCH, LETTER DESIGNATES ZONE AND NUMBER DESIGNATES SWITCH NUMBER. MTD. 48" AFF TO TOP. PROVIDE 3-1/2" DEEP SINGLE GANG BOX. 3 GANG / MULTI-CHANNEL MASONRY WALLBOX DIMMER. KCM KILO - CIRCULAR - MIL LUMINAIRE CALLOUT: UNIQUE LUMINAIRE SYMBOL LUMINAIRE TYPE LIGHTING BRANCH CIRCUIT AND SWITCH LEGS EMERGENCY POWER SOURCE: 'EB' IS EMERGENCY BATTERY 'EI' IS EMERGENCY INVERTER 'EG' IS EMERGENCY GENERATOR ELECTRICAL CONSTRUCTION DOCUMENTS GENERAL INFORMATION DM WALL MOUNTED A/B SWITCHING VACANCY SENSOR CONTROLLED LIGHTING SWITCH WITH AUTOMATIC 'OFF' MANUAL 'ON' AND DUAL TECHNOLOGY ULTRASONIC/INFRARED. TYPICAL DEVICE: WHITE, MTD 48" AFF TO TOP. 1. THE DRAWINGS CONTAINED WITHIN THESE CONSTRUCTION DOCUMENTS ARE DIAGRAMMATIC. THE CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS, DIMENSIONS, AND CLEARANCES. 2. THE CONTRACTOR SHALL COORDINATE ALL INSTALLATIONS WITH ALL OTHER TRADES. 3. FINAL LOCATIONS OF ALL DEVICES, LIGHT FIXTURES, EQUIPMENT, ETC. SHALL BE INDICATED ON THE ARCHITECTURAL DRAWINGS. ALL DIMENSIONAL INFORMATION SHALL BE OBTAINED FROM THE ARCHITECT. NO DIMENSIONAL INFORMATION SHALL BE OBTAINED FROM ELECTRICAL DRAWINGS. 4. THESE DRAWINGS ARE SUPPLEMENTED BY PRINTED DIVISION 16 OR DIVISION 26 ELECTRICAL SPECIFICATIONS; THE COMPLETE ELECTRICAL CONSTRUCTION DOCUMENT PACKAGE CONTAINS BOTH SPECIFICATIONS AND DRAWINGS. THE CONTRACTOR SHALL OBTAIN AND REVIEW THE COMPLETE ELECTRICAL CONSTRUCTION DOCUMENT PACKAGE PRIOR TO THE COMMENCEMENT OF ANY WORK AND INCLUDE ALL COST IN THIS BID. 5. ALL WORK SHALL BE IN ACCORDANCE WITH LOCAL CODES, CALIFORNIA ELECTRICAL CODE, STATE OF CALIFORNIA ENERGY CONSERVATION STANDARDS AND ALL REQUIREMENT OF THE AUTHORITY HAVING JURISDICTION (AHJ). 6. CONTRACTOR SHALL COORDINATE ALL EQUIPMENT LOCATIONS WITH ARCHITECTURAL, MECHANICAL, STRUCTURAL, PLUMBING AND ALL APPROPRIATE DISCIPLINES. 7. ANY DISCREPANCIES THAT OCCUR SHALL BE BROUGHT TO THE ATTENTION OF THE DESIGN TEAM AND/OR ENGINEER PRIOR TO THE START OF CONSTRUCTION. 8. CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTION AND REPAIR OF EXISTING SURFACES, AREAS, AND PROPERTY THAT MAY BE DAMAGED AS A RESULT OF ANY ELECTRICAL DEMOLITION AND/OR NEW WORK. 9. PROVIDE WEATHERPROOF JUNCTION BOXES, CONDUIT, FITTINGS AND ENCLOSURES AT ALL EXTERIOR LOCATIONS AND ALL WET OR DAMP INTERIOR LOCATIONS. ALL EXTERIOR ENCLOSURES SHALL BE NEMA 4X OR NEMA 3R ALUMINUM (NEMA 3R STEEL ENCLOSURES ARE NOT ACCEPTABLE IN EXTERIOR LOCATIONS). 10. VERIFY UTILITY COMPANY REQUIREMENTS FOR ALL WORK INCLUDING MODIFIED OR NEW SERVICE ENTRANCES. AND INCLUDE ALL COST IN BID. 11. NOTIFY POWER UTILITY COMPANY OF ANY SIGNIFICANT LOAD INCREASE, SERVICE REVISION, SHUTDOWN OF SERVICE OR ANY RELATED WORK. 12. VERIFY EXISTING CONDITIONS PRIOR TO BID AND INCLUDE ALL COSTS AS REQUIRED FOR A COMPLETE AND FUNCTIONAL INSTALLATION. 13. THE CONTRACTOR SHALL REVIEW EQUIPMENT MANUFACTURER'S REQUIREMENTS AND PROVIDE FUSE SIZES AS INDICATED, RELAYS, CONNECTIONS OR OTHER RELATED WORK TO COMPLETE THE ELECTRICAL SYSTEM. 14. ALL DEVICES AND EQUIPMENT SHALL BE INSTALLED IN COMPLIANCE WITH A.D.A. REQUIREMENTS. 15. CONTRACTOR SHALL CONCEAL ALL CONDUIT, FITTINGS, AND DEVICES FROM VIEW WHERE REASONABLY POSSIBLE. 16. CONTRACTOR SHALL ENSURE THAT ALL CONDUIT, FIXTURES, FITTINGS, AND DEVICES LOCATED IN PUBLIC AREAS ARE TAMPERPROOF AND PROTECTED FROM PHYSICAL DAMAGE. 17. ALL CURRENT CARRYING CONDUCTORS SHALL BE COPPER. INSULATION SHALL BE TYPE THHN/THWN 18. ALL GROUND CONDUCTORS SHALL BE INSULATED COPPER. 19. CONTRACTOR SHALL PROVIDE LABELS ON ALL ELECTRICAL DEVICES, INCLUDING RECEPTACLES, SWITCHES, J-BOXES, LIGHT FIXTURES, ETC. LABEL SHALL INCLUDE PANELBOARD AND CIRCUIT NUMBER INFORMATION AT MINIMUM. 20. ALL INTERIOR CONDUIT SHALL BE EMT (INSTALLED IN INTERIOR CONCEALED SPACES). ALL EXTERIOR CONDUIT SHALL BE RIGID GALVANIZED STEEL CONDUIT WITH THREADED COUPLINGS AND FITTINGS (COMPRESSION FITTINGS NOT ALLOWED FOR RGS CONDUIT). SCHEDULE-40 PVC SHALL ONLY BE USED WHEN INSTALLED UNDERGROUND ENCASED IN CONCRETE. 21. ALL AMPACITIES ARE BASED UPON TABLE 310.15(B)16 OF THE 2022 C.E.C. 22. FEEDER SCHEDULES INDICATE DATA FOR COPPER CONDUCTORS RATED UP TO 600V AT 75 DEGREES CELSIUS. 23. ALL MULTI-WIRE BRANCH CONDUCTORS SHALL ORIGINATE FROM THE SAME PANELBOARD. THE GROUNDED AND UNGROUNDED CONDUCTORS SHALL BE GROUPED WITHIN THE PANELBOARD AND THEY SHALL BE PROVIDED WITH A MEANS THAT WILL SIMULTANEOUSLY DISCONNECT ALL UNGROUNDED CONDUCTORS. THE CONTRACTOR SHALL PROVIDE THE DISCONNECTING MEANS BASED UPON THE FINAL FIELD WIRING, CIRCUITING, HOMERUNS, ETC. AS REQUIRED TO SATISFY THIS REQUIREMENT. 24. THE CONTRACTOR SHALL OBTAIN ALL REQUIRED PERMITS, APPROVALS, LICENSES, ETC. AS NEEDED FOR THE COMPLETE ELECTRICAL INSTALLATION. THE CONTRACTOR SHALL COORDINATE WITH THE OWNER FOR ALL FEES AND DATA NEEDED FOR THE ABOVE ITEMS. 25. ALL ROOF-MOUNTED EQUIPMENT SHALL BE SERVED BY CIRCUITS ROUTED BELOW THE ROOF STRUCTURE. DO NOT ROUTE CONDUITS EXPOSED ON THE ROOF. LIMIT FINAL CONNECTIONS TO ROOF EQUIPMENT FROM ROOF PENETRATION TO 10 FEET. 26. FOR ALL EXTERIOR CONDUITS EXPOSED TO DIRECT SUNLIGHT, THE CONTRACTOR SHALL ADJUST CONDUCTOR AND CONDUIT SIZES AS NECESSARY TO COMPLY WITH CODE-REQUIRED AMBIENT TEMPERATURE AMPACITY DE-RATING. OS DM F1 6-30R WAP J J A V GFI NEMA 1 ATS 1 N E L NEMA 1 G LSIG FF FF FF CIRCUIT BREAKER WITH ELECTRONIC SENSING, TIMING AND TRIPPING CONTROL WITH FIELD INTERCHANGEABLE TRIP UNITS. PROVIDE TRUE RMS FUNCTIONS WITH DISCRETE FIELD ADJUSTABLE SETTINGS INDEPENDENT OF OTHER ADJUSTMENTS. SURGE PROTECTIVE DEVICE DRAWOUT CIRCUIT BREAKER CIRCUIT BREAKER FUSED SWITCH TRANSFORMER GROUNDING ELECTRODE AND CONDUCTOR EXTERNALLY OPERATED CIRCUIT BREAKER SHUNT TRIP UTILITY METER WITH C.T.s. IN-LINE UTILITY METER-200A MAXIMUM VOLT METER CURRENT TRANSFORMER AMP METER GROUND FAULT CIRCUIT INTERRUPTER MOTOR OR EQUIPMENT AS NOTED UGPS LANDING LUGS AUTOMATIC TRANSFER SWITCH GENERATOR DIGITAL METER BY POWER MEASUREMENTS ION-7350 INSULATED CASE CIRCUIT BREAKER PANELBOARD THROUGH FED OR DOUBLE LUG PANELBOARD #10 ST M S M T SYMBOLS AND DESCRIPTIONSSINGLELINE SYMBOLS AND DESCRIPTIONS DUPLEX RECEPTACLE, FLUSH FLOOR MOUNTED, FOR SLAB ON GRADE INSTALLATION. FOURPLEX RECEPTACLE, FLUSH FLOOR MOUNTED, FOR SLAB ON GRADE INSTALLATION. COMBINATION POWER & DATA FOURPLEX OUTLET, FLUSH FLOOR MOUNTED FOR SLAB ON GRADE INSTALLATION. DUPLEX RECEPTACLE, FLUSH FLOOR MOUNTED, ON FIRE RATED POKE- THRU. FOURPLEX RECEPTACLE, FLUSH FLOOR MOUNTED, ON FIRE RATED POKE-THRU. COMBINATION POWER & DATA DUPLEX OUTLET, FLUSH FLOOR MOUNTED ON FIRE RATED POKE-THRU. SYSTEMS FURNITURE FLOOR FEED WITH 3/4" CONDUIT FOR POWER & 1-1/4" CONDUIT FOR TELE/DATA ON FIRE RATED POKE-THRU. SYSTEMS FURNITURE FLOOR FEED WITH 3/4" CONDUIT FOR POWER & 1-1/4" CONDUIT FOR SLAB ON GRADE INSTALLATION. TELECOMMUNICATIONS OUTLET, FLUSH FLOOR MOUNTED, ON FIRE RATED POKE- THRU. TELECOMMUNICATIONS OUTLET, FLUSH FLOOR MOUNTED, FOR SLAB ON GRADE INSTALLATION. SFD SYSTEMS FURNITURE WALL FEED WITH 3/4" CONDUIT FOR POWER & 1-1/4" CONDUIT FOR TELE/DATA. WIRELESS ACCESS POINT ABOVE CEILING FOR WIRELESS LAN. CEILING MOUNTED RECEPTACLE TELECOMMUNICATIONS OUTLET CEILING MOUNTED. JUNCTION BOX, WALL MOUNTED. JUNCTION BOX, SURFACE MOUNTED, CONCEALED. SMOKE FIRE DAMPER PANELBOARD FLUSH MOUNTED PANELBOARD SURFACE MOUNTED SWITCHBOARD TRANSFORMER FUSED DISCONNECT SWITCH FVNR COMBINATION MOTOR STARTER, H-O-A, AUXILIARY CONTACTS, CPT, PILOT LIGHTS, NEMA ENCLOSURE AS REQUIRED, WITH FUSED DISCONNECT SWITCH. FVNR MOTOR STARTER WITH OVERLOADS, H-O-A, AUXILIARY CONTACTS, CPT, PILOT LIGHTS, NEMA ENCLOSURE AS REQUIRED. VARIABLE FREQUENCY DRIVE MOTOR HORSEPOWER RATED SWITCH. CONCEALED EMT CONDUIT WITH WIRE 2#12AWG + 1#12AWG GREEN GROUND, 3/4"C MINIMUM. CONCEALED EMT CONDUIT WITH WIRE 3#12AWG + 1#12AWG GREEN GROUND, 3/4"C MINIMUM. CONCEALED EMT CONDUIT WITH WIRE 3#10AWG + 1#10AWG GREEN GROUND, 3/4"C MINIMUM. UNDERGROUND CONDUIT AND #10 WIRE, UNO. 3/4"PVC MIN. HOMERUN HATCHED CONDUIT AND WIRE TO BE REMOVED CODE SIZED PULLBOX AS INDICATED ON PLANS. CODE SIZED PULLBOX OR SPLICE BOX AS INDICATED ON PLANS. INDICATES CONDUIT STUB-UP OR STUB- OUT LOCATION. COMBINATION POWER & DATA DUPLEX OUTLET, FLUSH FLOOR MOUNTED FOR SLAB ON GRADE INSTALLATION. COMBINATION POWER & DATA FOURPLEX OUTLET, FLUSH FLOOR MOUNTED ON FIRE RATED POKE-THRU. TELECOMMUNICATIONS OUTLET WITH TRIM RING AND PULLSTRING TO ACCESSIBLE CEILING SPACE. MTD. 15" A.F.F. TO BOTTOM U.N.O. SPECIALTY CEILING OUTLET. SPECIALTY OUTLET RECEPTACLE, FLUSH FLOOR MOUNTED, FOR SLAB ON GRADE INSTALLATION. CABLE TRAY. HALF SWITCH DUPLEX RECEPTACLE MTD 15" AFF TO BOTTOM. DEVICE: WHITE, COVERPLATE: WHITE DLTF PANEL PANEL SPD IC LSI VFD 6-30R DUPLEX RECEPTACLE MTD 15" AFF TO BOTTOM. DEVICE: WHITE, COVERPLATE: WHITE GFCI TYPE DUPLEX RECEPTACLE MTD 15" AFF TO BOTTOM. PROVIDED WITH DEDICATED NEUTRAL. DEVICE: WHITE, COVERPLATE: WHITE DUPLEX RECEPTACLE MTD 15" AFF TO BOTTOM. CONTROLLED VIA OCCUPANCY SENSOR. SEE LIGHITNG CONTROL DIAGRAM DEVICE: WHITE, COVERPLATE: WHITE DUPLEX RECEPTACLE W/USB MTD 15" AFF TO BOTTOM. DEVICE: WHITE, COVERPLATE: WHITE SPECIALTY OUTLET, VERIFY NEMA CONFIGURATION AS NOTED ON PLANS MTD 15" AFF TO BOTTOM. FOURPLEX RECEPTACLE MTD 15" AFF TO BOTTOM. DEVICE: WHITE, COVERPLATE: WHITE GROUND FAULT INTERRUPTER FOURPLEX RECEPTACLE MTD 15" AFF TO BOTTOM. PROVIDED WITH DEDICATED NEUTRAL. DEVICE: WHITE, COVERPLATE: WHITE FOURPLEX RECEPTACLE MTD 15" AFF TO BOTTOM. CONTROLLED VIA OCCUPANCY SENSOR. SEE LIGHTING CONTROL DIAGRAM DEVICE: WHITE, COVERPLATE: WHITE FOURPLEX RECEPTACLE W/ USB MTD 15" AFF TO BOTTOM. DEVICE: WHITE, COVERPLATE: WHITE GFCI TYPE DUPLEX RECEPTACLE MTD 15" AFF TO BOTTOM. CONTROLLED VIA OCC. SENSOR. PROVIDED WITH DEDICATED NEUTRAL. DEVICE: WHITE, COVERPLATE: WHITE GFCI TYPE QUAD RECEPTACLE MTD 15" AFF TO BOTTOM. CONTROLLED VIA OCC. SENSOR. PROVIDED WITH DEDICATED NEUTRAL. DEVICE: WHITE, COVERPLATE: WHITE A. ARC FLASH REDUCTION L. LONG TIME TRIP S. SHORT TIME OVERCURRENT TRIP I. INSTANTANEOUS TRIP G. GROUND FAULT TRIP, GROUND FAULT SENSING INTEGRAL WITH CIRCUIT BREAKER. ALSIG S1 LOW VOLTAGE WALL SWTICH QUANTITY OF BUTTONS AS NOTED S1 = 1-BUTTON SWITCH S2 = 2-BUTTON SWITCH S3 = 3-BUTTON SWITCH S4 = 4-BUTTON SWITCH S5 = 5-BUTTON SWITCH S8 = 8-BUTTON SWITCH SD = 1-BUTTON DIMMING SWITCH S4 S2 S5 S3 SD S8 DC1 DC2 DC3 0-10V DIMMING CONTROLLER WITH INTEGRAL RELAYS AND 4 RJ45 PORTS. PROVIDE QUANTITY OF RELAYS AS SHOWN. 20A MAX 120/277V. WATTSTOPPER DC1 = 1-RELAY DC2 = 2-RELAY DC3 = 3-RELAY PL PLUG LOAD CONTROLLER WITH INTEGRAL 20A RELAY AND (4) RJ45 PORT. NG TWRTE ANROAETFOLCAFI R Exp. 09-30-23 No. E 20510 ST I EG S R E LCAII I E NE I R EEDRROP CI I E SS L F E NAO F L E TECL CH Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 28 Apr 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ N D i s t e l \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u l ma n - E l e c ( 2 0 2 2 ) _ N D i s t e l G S B W 5 . r v t 4/ 2 8 / 2 0 2 3 1 2 : 2 1 : 0 8 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 NO T E S H E E T E000 Sheet List Sheet Number Sheet Name E000 NOTE SHEET E100 OVERALL POWER PLAN E200 OVERALL LIGHTING PLAN E101 ENLARGED AUDITORIUM POWER PLAN E102 ENLARGED GALLERY POWER PLAN E201 ENLARGED AUDITORIUM LIGHTING PLAN E202 ENLARGED GALLERY LIGHTING PLAN E300 PANEL SCHEDULES Revision Schedule No. Revision Issue Date PER CITY POLICY, WIRING IS NOT PERMITTED ON THE ROOF OF A BUILDING AND WIRNG ON THE EXTERIOR OF A BUILDING EQUIRES APPROVAL BY THE BUILDNIG OFFICIAL. 27. 28 Nov 2023Construction Documents 1 2 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 10 F.1 F.2 G H J K 1.4 1.8 2.2 3.5 4.6 8.6 10.111.4 1.8 2 2.42.2 3 3.5 4 4.5 4.6 5 5.5 6 7 7.5 8 8.6 8.5 9 10 10.1 F.1 F.2 G H J K E101 1 E102 1 1 2 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 10 F.1 F.2 G H J K 1.4 1.8 2.2 3.5 4.6 8.6 10.1 CL NG TWRTE ANROAETFOLCAFI R Exp. 09-30-23 No. E 20510 ST I EG S R E LCAII I E NE I R EEDRROP CI I E SS L F E NAO F L E TECL CH Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 28 Apr 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ N D i s t e l \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u l ma n - E l e c ( 2 0 2 2 ) _ N D i s t e l G S B W 5 . r v t 4/ 2 8 / 2 0 2 3 1 2 : 2 1 : 1 3 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 OV E R A L L P O W E R P L A N E100 1/8" = 1'-0"1 Level 1 - Power Plan Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents 1 2 2.4 3 4 4.5 H J 1.4 1.8 2.2 3.5 4.611.4 1.8 2 2.4 2.2 3 3.5 4 4.5 4.6 H J 1 2 2.4 3 4 4.5 H J 1.4 1.8 2.2 3.5 4.6 CL NO ELECTRICAL POWER SCOPE IN AUDITORIUM NG TWRTE ANROAETFOLCAFI R Exp. 09-30-23 No. E 20510 ST I EG S R E LCAII I E NE I R EEDRROP CI I E SS L F E NAO F L E TECL CH Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 28 Apr 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ N D i s t e l \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u l ma n - E l e c ( 2 0 2 2 ) _ N D i s t e l G S B W 5 . r v t 4/ 2 8 / 2 0 2 3 1 2 : 2 1 : 1 6 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 EN L A R G E D A U D I T O R I U M P O W E R P L A N E101 1/4" = 1'-0"1 AUDITORIUM ENLARGED POWER PLAN Revision Schedule No. Revision Issue Date 28 Nov 2023Construction Documents 8.5 9 10 G H J 8.6 10.18.6 8.5 9 10 10.1 G H J 2 2 2 2 2 2 2 2 (X) (X) (X) (X) (X) (X) (X) (X) 1 33 3 3 3 33 3 1 7 5 3 37 51 "LD1" LD1-1,3,5 LD1-7 LD1-9 D 8.5 9 10 G H J 8.6 10.1 4 E102 2 8.6 8.5 9 G H 5 LD1-11,13 NG TWRTE ANROAETFOLCAFI R Exp. 09-30-23 No. E 20510 ST I EG S R E LCAII I E NE I R EEDRROP CI I E SS L F E NAO F L E TECL CH Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ H R u i z \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - E l e c ( 2 0 2 2 ) _ h r u i z S F Y B F . r v t 7 / 1 3 / 2 0 2 3 1 : 5 2 : 5 4 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 EN L A R G E D G A L L E R Y P O W E R P L A N E102 1/4" = 1'-0"1 GALLERY ENLARGED POWER PLAN KEYNOTES: EXISTING PANELBOARD TO BE REMOVED AND ALL CIRCUITS TO BE REFED FROM NEW PANELBOARD SHOWN ON AV CONSULTANT'S PLANS. SAFE-OFF AND RETAIN EXISTING FEEDER CONDUCTORS AND ROUTE TO NEW PANELBOARD FOR RECONNECTION. ALL EXISTING TO REMAIN CIRCUITS FED FROM EXISTING PANELBOARD SHALL BE RECONNECTED TO NEW PANELBOARD. EXISTING FLOORBOX TO REMAIN. REFEED EXISTING CIRCUIT TO NEW PANELBOARD SHOWN ON AV CONSULTANT'S PLANS. PROVIDE NEMA 5-20R DUPLEX RECEPTACLE FOR LIGHTING WALL PANEL. COORDINATE FINAL LOCATION WITH CONTRACTOR PRIOR TO ROUGH-IN. PROVIDE POWER TO FAN COIL UNIT. OUTDOOR CONDENSING UNIT POWERS INDOOR FAN COIL UNIT. COORDINATE FINAL LOACTION WITH ARCHITECT DRAWINGS PRIOR TO ROUGH-IN. PROVIDE AND INSTALL 30A 1P NEMA-3R DISCONNECT FOR CONNECTION TO MECHANICAL EQUIPMENT. COORDINATE FEED LOCATION WITH ARCHITECT AND MECHANICAL PRIOR TO ROUGH-IN. 1 2 3 4 1/4" = 1'-0"2 PARTIAL ROOF POWER PLAN Revision Schedule No. Revision Issue Date 5 Not In Contract 28 Nov 2023Construction Documents 1 2 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 10 F.1 F.2 G H J K 1.4 1.8 2.2 3.5 4.6 8.6 10.111.4 1.8 2 2.42.2 3 3.5 4 4.5 4.6 5 5.5 6 7 7.5 8 8.6 8.5 9 10 10.1 F.1 F.2 G H J K E201 1 E202 1 1 1 2 2.4 3 4 4.5 5 5.5 6 7 7.5 8 8.5 9 10 F.1 F.2 G H J K 1.4 1.8 2.2 3.5 4.6 8.6 10.1 CL NG TWRTE ANROAETFOLCAFI R Exp. 09-30-23 No. E 20510 ST I EG S R E LCAII I E NE I R EEDRROP CI I E SS L F E NAO F L E TECL CH Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 28 Apr 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ N D i s t e l \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u l ma n - E l e c ( 2 0 2 2 ) _ N D i s t e l G S B W 5 . r v t 4/ 2 8 / 2 0 2 3 1 2 : 2 1 : 2 3 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 OV E R A L L L I G H T I N G P L A N E200 1/8" = 1'-0"1 Level 1 - Lighting Plan KEYNOTES: THEATER HOUSE LIGHTING SYSTEM TO BE COMPLETELY RENOVATED AND IS A REDUCTION IN LIGHTING POWER WATTAGE. USE EXISTING CIRCUITS TO RECONNECT NEW LIGHTS TO EXISTING HOUSE LIGHTING CONTROL SYSTEM. INCLUDE ALL COSTS FOR PROGRAMMING NEW LIGHTING FIXTURES INTO EXISTING LIGHTING CONTROL SYSTEM. 1 Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents 1 1.4 1.8 2 2.4 2.2 3 3.5 4 4.5 4.6 H J 1 1 2 2.4 3 4 4.5 H J 1.4 1.8 2.2 3.5 4.6 CL 2 2 2 222 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 NG TWRTE ANROAETFOLCAFI R Exp. 09-30-23 No. E 20510 ST I EG S R E LCAII I E NE I R EEDRROP CI I E SS L F E NAO F L E TECL CH Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ H R u i z \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - E l e c ( 2 0 2 2 ) _ h r u i z S F Y B F . r v t 7 / 1 3 / 2 0 2 3 3 : 0 3 : 4 6 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 EN L A R G E D A U D I T O R I U M L I G H T I N G P L A N E201 1/4" = 1'-0"1 AUDITORIUM ENLARGED LIGHTING PLAN KEYNOTES: EXISTING TO REMAIN THEATRICAL LIGHTING CONTROL SYSTEM. REFER TO AV CONSULTANT PLANS FOR MORE INFORMATION. FIELD-VERIFY EXACT LOCATION. PROVIDE NEW LIGHT FIXTURE, GOTHAM EVO 6" WITH 4000 LUMENS, DMX DRIVER IN RETROFIT HOUSING (MODEL NUMBER: EVO6R-35-40-AR--MWD-LSS-MVOLT-EDXB-NLT, OR APPROVED EQUAL. NEW RECESSED LIGHT FIXTURE WITH DMX CONTROL TO REPLACE EXISTING CAN LIGHT IN SAME LOCATION AS EXISTING FIXTURE INDICATED. PROVIDE DMX CONTROL CABLING IF REQUIRED BY EXISTING CONDITIONS. USE EXISTING CIRCUITS TO RECONNECT NEW LIGHTS TO EXISTING HOUSE LIGHTING CONTROL SYSTEM AND POWER. PROVIDE RETROFIT LIGHT FIXTURE SPECTRUM LIGHTING ESTIMATOR COLLECTION WITH 2000 LUMENS, MODEL NUMBER: RT8ES--20L--35K--DX, OR APPROVED EQUAL. ARCHITECT TO SELECT FINISH. 1 2 Revision Schedule No. Revision Issue Date 3 28 Nov 2023Construction Documents 8.5 9 10 G H J 8.6 10.18.6 8.5 9 10 10.1 G H J 1 1 1 1 1111 1 1 1 1 1 1111 2 2 4 4 4 6 6688 8 2 12 12 10 10 10 LD1-2,4,6 LD1-8,10,12 8.5 9 10 G H J 8.6 10.1 NG TWRTE ANROAETFOLCAFI R Exp. 09-30-23 No. E 20510 ST I EG S R E LCAII I E NE I R EEDRROP CI I E SS L F E NAO F L E TECL CH Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 28 Apr 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ N D i s t e l \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u l ma n - E l e c ( 2 0 2 2 ) _ N D i s t e l G S B W 5 . r v t 4/ 2 8 / 2 0 2 3 1 2 : 2 1 : 2 8 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 EN L A R G E D G A L L E R Y L I G H T I N G P L A N E202 1/4" = 1'-0"1 GALLERY ENLARGED LIGHTING PLAN KEYNOTES: PROVIDE NEMA 5-20R DUPLEX RECEPTACLE FOR LIGHTING PIPE BOX. COORDINATE MOUNTING AND FINAL LOCATION WITH AV CONSULTANT PRIOR TO INSTALLATION. 1 Revision Schedule No. Revision Issue Date TYP. Not In Contract 28 Nov 2023Construction Documents NG TWRTE ANROAETFOLCAFI R Exp. 09-30-23 No. E 20510 ST I EG S R E LCAII I E NE I R EEDRROP CI I E SS L F E NAO F L E TECL CH Pr o p r i e t a r y d e s i g n : T h e s e d r a w i n g s a n d d e s i g n a r e p ro t e c t e d b y c o m m o n l a w c o p y r i g h t . A l l p a t e n t a b l e m at e r i a l c o n t a i n e d h e r e i n a n d o r i g i n a t i n g w i t h d o m u s st u d i o a r c h i t e c t u r e s h a l l b e p r o p e r t y o f d o m u s s t u d i o a r c h i t e c t u r e . © C O P Y R I G H T Construction Documents 10 July 2023 Drawing Set Issue Schedule Description Issue DateC: \ U s e r s \ H R u i z \ D o c u m e n t s \ 2 2 1 9 C a r l s b a d D o v e S c h u l m a n - E l e c ( 2 0 2 2 ) _ h r u i z S F Y B F . r v t 7 / 1 3 / 2 0 2 3 1 : 5 2 : 5 5 P M Pr o j e c t N o . : Pr o j e c t N u m b e r CA R L S B A D A U D I T O R I U M & G A L L E R Y R E N O V A T I O N 17 7 5 D o v e L n Ca r l s b a d , C A 9 2 0 1 1 PA N E L S C H E D U L E S E300 Notes: Total Est. Demand:40 A Total Conn.:40 A Total Est. Demand:14300 VA Misc Power 6800 VA 100.00% 6800 VA Total Conn. Load:14300 VA Power 7500 VA 100.00% 7500 VA Load Classification Connected Load Demand Factor Estimated Demand Panel Totals Total Amps:50 A 33 A 38 A Total Load:5900 VA 3900 VA 4500 VA 41 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 42 39 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 40 37 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 38 35 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 36 33 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 34 31 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 32 29 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 30 27 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 28 25 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 26 23 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 24 21 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 22 19 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 20 17 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 18 15 SPARE 20 A 1 0 VA 0 VA 1 20 A SPARE 16 13 -- -- -- 1500 VA 0 VA 1 20 A SPARE 14 11 ROOF - MECHAINCAL EQUIP. CU-1 25 A 2 1500 VA 800 VA 1 20 A GALLERY LIGHTING RECEPT. 12 9 AV CABINET 20 A 1 500 VA 1200 VA 1 20 A GALLERY LIGHTING RECEPT. 10 7 LIGHTING WALL PANEL DUPLEX RECEPT. 20 A 1 1000 VA 1200 VA 1 20 A GALLERY LIGHTING RECEPT. 8 5 LIGHTING WALL PANEL DUPLEX RECEPT. 20 A 1 1000 VA 1200 VA 1 20 A GALLERY LIGHTING RECEPT. 6 3 LIGHTING WALL PANEL DUPLEX RECEPT. 20 A 1 1000 VA 1200 VA 1 20 A GALLERY LIGHTING RECEPT. 4 1 LIGHTING WALL PANEL DUPLEX RECEPT. 20 A 1 1000 VA 1200 VA 1 20 A GALLERY LIGHTING RECEPT. 2 CKT Circuit Description Trip Poles A B C Poles Trip Circuit Description CKT Enclosure:Type 1 Mounting:Surface Wires:4 MCB Rating:250A 3P Fed From: Phases:3 Bus Raing:250A Location:GALLERY WORK ROOM 154 Volts:208Y/120V A.I.C. Rating:22KAIC Panel: LD1 Revision Schedule No. Revision Issue Date Not In Contract 28 Nov 2023Construction Documents