Loading...
HomeMy WebLinkAboutCommercial & Industrial Roofing Inc; 2024-05-22; PWS24-2330FACBid No. PWS24-2330FAC Addendum No. 1 CITY OF CARLSBAD Las Palmas Roof Replacement Project CONTRACT NO. 4752 PWS24-2330FAC Addendum No. 1 From: No. of Pages: Date: Bid Due Janean Hawney, Contract Administrator Phone: 442-339-2795 janean.hawney@carlsbadca.gov 1635 Faraday Ave Carlsbad, CA 92008 7 (including this page) March 12, 2024 March 19, 2024 - 11:00 a.m. (unchanged) Notice: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Documents. Documents not specifically mentioned in this Addendum remain in full force. Contractor must acknowledge receipt of this Addendum with RFP response by submitting signed cover page of issued Addendum. Failure to do so may subject bidder to disqualification. I.Edits and Clarifications to Bid Documents: 1.Page 20, Item 13 of the “Bid Schedule” table, replace in entirety the “Item Description” with the following: Remove perimeter counterflashing and coping metal. Install 2x treated wood nailer to the top of the parapet. Fully wrap wall with KEE flashing membrane set in KEE LV flashing adhesive. Install 24 gage Kynar coping metal secured with 22 gage continuous wind cleat. Bidders must use revised Bid Schedule issued with this Addendum No. 1. 2.Page 154, Item 12 of the “Summary of Work,” replace in entirety Item 12 with the following: Bid No. PWS24-2330FAC Addendum No. 1 Remove perimeter counterflashing and coping metal. Install 2x treated wood nailer to the top of the parapet. Fully wrap wall with KEE flashing membrane set in KEE LV flashing adhesive. Install 24 gage Kynar coping metal secured with 22 gage continuous wind cleat. 3.Remove in its entirety “Section 099653 – Elastomeric Wall Coatings from the Technical Specifications,” contained on pages 174-178. 4.Remove in its entirety “Exhibit A – City Purchased Material List for Roofing Projects at the Following Site: 2075 Las Palmas Drive Carlsbad, CA 92011,” on page 184 and replace with the attached “Exhibit A, Rev. 01 – City Purchased Material List for Roofing Projects at the Following Site: 2075 Las Palmas Drive Carlsbad, CA 92011.” 5.Remove in its entirety “Detail 8 – REGLET MA-MASONRY SAW-CUT INSTALLATION,” on sheet A9.1 of the construction plans and replace with the attached detail “Parapet Wall Flashing.” 6.The main existing roof area is comprised of the following: a.3 ply cold applied built-up roof with granules and surfacing coating b.1.5" Isocyanurate insulation mechanically fastened over rosin paper, wood deck The repair areas (estimated at 1,500 square feet) include the following: a.3 ply cold applied modified built-up roof with granules and surface coating b.2” Perlite insulation mechanically fastened to wood deck Photos of the existing roof section: Bid No. PWS24-2330FAC Addendum No. 1 7. From recent asbestos sampling and testing of the existing roof material, no asbestos containing material is expected to be found during project construction. II. Questions and Answers: 1. Will there be an addenda submitted as to how many existing layers are on the roof? Answer: Yes. Please see #6 above in the “Edits and Clarifications to Bid Documents.” Exhibit A, Rev. 01 - City Purchased Material List for Roofing Projects at the Following Site: 2075 Las Palmas Drive Carlsbad, CA 92011 The following material list is to be included in the bid form and signed/dated by the Contractor. Failure to provide this information will render your bid unresponsive. The owner is purchasing the following list of materials from CMAS contract #4-21-03-1001. Only these materials, in the quantities listed, will be supplied by the City. The Contractor is responsible for purchasing any additional material directly from the roofing material manufacturer required to complete the project at the Contractor’s cost. The contractor is also responsible for ALL other items not on this list necessary for the completion of work specified. This includes, but is not limited to, fasteners, wood components, insulation, tapered insulation, cants, sheet metal, warranty charges, and other consumable materials. The unloading of material and the storage of said material in a secure area is the sole responsibility of the Contractor. Any unused material will become the property of the Contractor at the completion of the project. Material Quantity Container Size Kee 60 mil FB Field Membrane 51 Rolls 72" x 80' Kee 60 Mil flashing 8 Rolls 37" x 80' Kee 60 Mil flashing 2 Rolls 74" x 80' Kee Stripping Ply 3 Rolls 6" x 100' Kee FBII Membrane Adhesive 38 5 gallons Kee LV Flashing Adhesive 6 5 gallons KEE T-Joint Covers 2 Boxes 100 per box KEE Universal Corners 5 Boxes 20 per box KEE Pipe Boots 1" - 6" 1 Box 8 per box Kee Unreinforced Membrane 1 Roll 24" x 50' Tremseal Pro White 2 Cases 30 per case KEE Walkway Roll Yellow 3 Rolls 30" x 100' Low Rise Foam Insulation Adhesive 50 Containers 4-5 square kit Solarguard Acrylic Sealer 1 1 gallon Bidding Contractor:_________________________________________________________________________ Contractor Signature:________________________________________________________________________ Date:____________________________________ 00 41 00 BID FORM Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 19 1.BID SCHEDULE Schedule “A” per GENERAL AND TECHNICAL SPECIFICATIONS, PROJECT MANUAL AND PLANS Item No. Item Desc. Unit Of Measure Quantity Unit Price 1 Properly remove and dispose of existing roofing, insulation and flashings to substrate. Inspect existing plywood decking and replace any defective plywood with new 15/32" APA rated plywood sheeting. LS 1 2 Cost per square foot to replace defective existing plywood decking with 15/32" APA rated plywood sheeting. SQ FT. 1170 3 Remove and replace primary roof drains on east side of roof with new 1010 Smith Cast Iron roof drain assemblies with cast iron drain domes. Drain shall have a no hub connection and be properly secured and sealed to existing drain line. Provide and install cast iron covers for overflows on east side of roof. Remove and replace drain domes on west side of roof with new cast iron domes LS 1 4 Remove and replace condensation clamping rings with new cast iron rings. LS 1 5 Lift AC #1 and condensing unit to allow for re-roofing underneath, fabricate and install wood curbs under units with 8" clearance above roof line, install high temp peel and stick membrane on top of new curbs, 24 gage sheet metal cap, and properly re-install and secure units. LS 1 6 Install 1 layer 1.8" Isocyanurate insulation over entire roof, mechanically fasten per detail drawings (Exhibit C) with #14 fasteners and 3" plates, install tapered iso crickets behind curbs and at perimeter waterways to provide positive slope to drain, set in low rise foam adhesive, install 1/4" dens deck prime cover board set in low rise foam adhesive. LS 1 7 Install KEE Fleece back membrane system in low VOC membrane adhesive applied at 1 gallon per square. Mechanically secure membrane at perimeter edges and flashing terminations with #15 fasteners and 2 3/8" membrane plates, 12" on center. LS 1 Addendum No. 1 00 41 00 BID FORM Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 20 8 Install KEE flashing membrane per warranty detail requirements. Seal and secure with termination bar of butyl tape at perimeter edge 6" on center and caulk with polyurethane sealant. Install new 24 gage skirt metal counterflashing at AC units and coping metal detail, secure 12" on center. Clean and reseal coping joints with Tremseal Pro. LS 1 9 Remove and replace designated skylight with new curb mounted skylight to match existing and install Cal- OSHA approved safety screen cover. Remove all other skylights and install wood support framing 16" on center and 15/32" plywood sheeting, completely cover with new insulation and roof membrane. LS 1 10 Install new KEE walkway surface leading from roof access locations to and around all service locations on roof. Contractor shall include bid allowance of 360 linear feet in bid price. LFT. 360 11 Replace service line supports with new Dura-Blok recycled rubber supports set on KEE protection mat. LS 1 12 Replace T-Top vents with new KEE Clad Cylindrical vent covers. LS 1 13 Remove perimeter counterflashing and coping metal. Install 2x treated wood nailer to the top of the parapet. Fully wrap wall with KEE flashing membrane set in KEE LV flashing adhesive. Install 24 gage Kynar coping metal secured with 22 gage continuous wind cleat. LS 1 14 Provide the City of Carlsbad with a 30-year QA NDL system Warranty. LS 1 The costs for any Work shown or required in the Contract Documents, but not specifically identified as a line item are to be included in the related line items and no additional compensation shall be due to Contractor for the performance of the Work. The estimated quantities for Unit Price items are for purposes of comparing Bids only and the Agency makes no representation that the actual quantities of Work performed will not vary from Addendum No. 1 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 61 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, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 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 be understood to mean “as required to properly complete the Work as required and as approved by the Engineer,” unless stated otherwise. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 62 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; and 00 74 00 Agency Supplemental Technical 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 CADD 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. Board of Directors for the Carlsbad Municipal Water District – The legislative body that governs the Carlsbad Municipal Water District and has the authority to pass ordinances and appropriate funds. 14. Business Day - See Working Day. 15. Calendar Day – Every day on the calendar, including weekends and holidays. 16. City - The term “City” or “the City” means, City of Carlsbad. See also Agency. 17. City Council - The legislative body that governs the City of Carlsbad and has the authority to pass ordinances and appropriate funds. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 63 18. 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 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. 19. City Manager – The appointed official who directs the administration of the City of Carlsbad. 20. 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. 21. 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. 22. 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.” 23. Contract – The written agreement between the Agency and the Contractor covering the Work. 24. 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. 25. Contract Time - The number of Working Days to complete the Work as specified in the Contract Documents. 26. 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. 27. 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. 28. Days – Days shall mean consecutive calendar days unless otherwise specified in this Contract. 29. Defective Work - Work that does not conform to the Contract Documents. 30. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 64 without including operating costs. The Delay Factor recovers all the Contractor’s non- 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. 31. Deputy City Engineer – The Engineering Manager of the Construction Management & Inspection Division and the Construction Manager’s immediate supervisor and the Engineer’s designated representative for the second level of appeal for informal dispute resolution. 32. 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. The City Manager for the City of Carlsbad is the last appeal level for informal dispute resolution. 33. Drawings - See Plans. 34. D-size Sheet - “D” size paper for engineering design applications refers to 22” x 34” paper. 35. 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. 36. 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. 37. Engineering Manager – For this project, this capacity will be served by the Public Works Manager. 38. Field Book - The Agency field maps showing sewer and water facilities. 39. 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. 40. Final Environmental Document - The CEQA and/or NEPA document issued for the Project, such as certified environmental impact reports, mitigated negative declarations (MNDs), negative declarations, or exemptions. 41. Final Payment - The last payment for the Contract made to the Contractor, excluding Retention. 42. 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. 43. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 65 44. 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. 45. Limited Notice to Proceed (LNTP) - A written notice given from the Agency that authorizes the Contractor to start a limited amount of work that, as described in the notice, is not Construction Work. 46. Minor Bid Item – a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. 47. Night Work - See Working Night. 48. Normal Working Hours - Unless specified otherwise, Normal Working Hours core periods shall be 7:00 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. 49. 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. 50. Notice to Proceed (NTP) - A written notice to proceed with the work of the contract as mutually agreed in the Preconstruction Meeting. 51. Party or Parties - The Agency, the Contractor, or both, their respective permitted successors or assigns, and any other future signatories to the Contract. 52. 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. 53. Prime Contractor - See Contractor. 54. Project Inspector – the Engineer’s designated representative for inspection, Contract administration and the first level for informal dispute resolution. 55. Project Site (Site) - Areas where the Work is performed pursuant to the Contract. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 66 56. Punchlist - A list of items of Work or corrections generated after a Walk-through that is conducted when the Contractor considers that the Work and Services are complete. 57. 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. 58. Red-lines - Plans with annotations of changes made during construction to reflect the actual improvements or facilities built during construction whether concealed or visible. 59. Retention - The amount withheld from the money due to the Contractor in accordance with 7-3.2, “PARTIAL AND FINAL PAYMENT.” 60. 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. 61. 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. 62. 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. 63. 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. 64. 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. 65. Signal Pre-Check - The procedure that the City uses to evaluate traffic signal systems prior to Signal Turn-On and generating a Punchlist. 66. Signal Turn-On - The day the City activates new traffic signals. 67. Supplemental Provisions – See Agency Supplement. 68. Tonne – Also referred to as “metric ton.” Represents a unit of measure in the International System of Units equal to 1,000 kilograms. 69. 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. 70. 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. 71. 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: 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 67 • Saturday; • Sunday; • any day designated as a holiday by the Agency; • 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. 72. Working Night (Night Work) - A period of nighttime work, allowed only on Sunday through Thursday, excluding Holidays. 73. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 68 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 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: 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 AWWA American Water Works Association DSD Development Services Department ISO International Organization for Standardization MTS San Diego Metropolitan Transit System NAFP National Association of Pipe Fabricators NCTD North County Transit District NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) 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: 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 69 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 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 70 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. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 71 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: 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 72 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. 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. 3. The payment for procuring Building Permits shall be included in the Allowance Bid item for “Building Permits.” If no such Bid item is included in the Bid Schedule, payment shall be included in the various Bid items and no additional payment shall be made. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 73 2-5 THE CONTRACTOR’S EQUIPMENT AND FACILITIES 2-5.2 Temporary Utility Services. ADD the following: 1. The Contractor shall furnish, install, maintain, and remove all temporary utility services, such as light, power, electrical, gas, and water, at its own expense for construction and maintenance activities until acceptance of Work. These 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 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 74 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 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 75 2-7 CHANGES INITIATED BY THE AGENCY 2-7.1 General. ADD the following: a. The Agency may change the Plans, Specifications, character of the Work, or quantity of Work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written supplemental agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. b. 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. c. 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. ADD: 2-7.2 Payment-Contract Unit Prices. 1. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the Work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. 2. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of the item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 2-7.3 or 2-7.4 as appropriate. 3. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the Work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 2-7.6. 2-7.3 Payment – Increases of More than 50 Percent. 1. Should the actual quantity of an item of Work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 2-8. The Extra Work per Section 2-8, basis of payment, shall not include fixed 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 76 costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 2-7.4 Payment – Decreases of More than 50 Percent Should the actual quantity of an item of Work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 2-8; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 2-7.5 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Supplemental General Provisions. 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 that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of Change Orders to the Project. 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: 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 77 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 78 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 79 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 by the next payment application of their resolution for 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. Project Inspector ii. Construction Manager iii. Engineering Manager 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 80 For claims with a monetary value greater than $50,000: iv. Project Inspector v. Construction Manager vi. Engineering Manager vii. City 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 81 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 82 (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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 83 (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a Claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable Change Order, Claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2027, and as of that date is repealed, 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 84 (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the Claimant. (3) The local agency's written response to the Claim, as further documented, shall be submitted to the Claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the Claimant in producing the additional information, whichever is greater. (c)(1) For Claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written Claims within 60 days of receipt of the Claim, or may request, in writing, within 30 days of receipt of the Claim, any additional documentation supporting the Claim or relating to defenses to the Claim the local agency may have against the Claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the Claimant. (3) The local agency's written response to the Claim, as further documented, shall be submitted to the Claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the Claimant in producing the additional information or requested documentation, whichever is greater. (d) If the Claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the Claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the Claim or any portion remains in dispute, the Claimant may file a Claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a Claim must be filed shall be tolled from 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 85 the time the Claimant submits his or her written Claim pursuant to subdivision (a) until the time that Claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort Claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort Claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4 The following procedures are established for all civil actions filed to resolve Claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 86 (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 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 or Executive Manager’s 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 87 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 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 88 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 89 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 50 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 50 percent of the Contract Price by other than the Contractor’s own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 90 3-4 AUTHORITY OF THE ENGINEER ADD the following: 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 91 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 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 92 However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all Subcontractors to this Contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 93 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 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. h. Standard Drawings. i. Agency Supplemental General Provisions (Section 00 73 00). j. Agency Supplemental Technical Provisions (Section 00 74 00). 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 94 a. With reference to the Drawings, the order of precedence shall be as follows: Figures govern over scaled dimensions. 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. Utility Red-lines: Utility Red-lines shall show any changes from the Plan for the following: a. Horizontal and vertical bends b. Changes in pipe material or pressure class c. Isolation valves d. Insulating joints 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 95 e. Blow off valves by stationing and offsets. f. Air vacuum valves by stationing and offsets. g. Water and recycled water meter boxes replaced. h. Water sampling stations i. Cathodic test stations j. Locations of all sewer laterals and cleanouts. k. Items abandoned in place following dewatering operation. 2. 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. 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. 3-7.3.3 Payment. 1. The payment for Red-lines Drawings shall be included in the Contract Price. ADD 3-7.4 Measurement and Dimensions. 1. Scaled dimensions 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. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 96 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. 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 anyone 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 97 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. 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 a. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 98 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 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 99 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. 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 a. 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” 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 100 e) Manufacturer’s name. f) File Name and Date. 3-8.2 Working Drawings. Section not used. 3-8.3 Shop Drawings. Section not used. 3-8.4 Supporting Information. ADD the following: 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 2-5.4 shall be included in the various Bid items and no additional payment will be made therefore. 3-8.6 Manufacturer’s Operation, Maintenance, and Warranty Instructions. Section not used. 3-9 SUBSURFACE DATA Section not used. 3-10 SURVEYING Section not used. 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. The Contractor shall provide and maintain enclosed toilets for the use of their employees. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 101 4. 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. 5. 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. 6. 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. 7. 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. c. Requirements of Subpart H, Section 1926.252 of the OSHA Safety and Health Standards for Construction. 8. Work Site maintenance is considered incidental to the items of work that they are associated with and no additional payment will be made. 9. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 102 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 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. 10. 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. 11. 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. 12. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately, and the area cleaned. 13. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 103 Specifications. Forms and form lumber shall be removed from the Site as soon as practicable after stripping. 14. 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. 15. 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. 16. Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 17. Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this Contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees 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. 3-12.4.2 Storage in Public Streets. DELETE in its entirety and SUBSTITUTE with the following: 1. Construction materials shall not be stored in streets, roads, or highways for more than 5 Calendar Days after unloading. All materials not installed or used in construction within 5 Calendar Days after unloading shall be stored at a location approved by the Engineer. 2. Construction equipment shall not be stored at the Work Site before its actual use nor for more than 5 Calendar Days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. 3. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. Immediately after placing backfill, all excess material shall be removed. 4. The Contractor shall not store equipment for traffic control in right of way. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 104 ADD 3-12.4.3 Storage and Staging Areas. 1. The City has designated a staging location in close proximity to the Project, as shown in Attachment A, that the Contractor may utilize for their use. Additional storage and staging areas are the Contractor’s responsibility. The storage and staging areas shall be as close as possible to the Site. Contractor is responsible for obtaining any permits, leases, or any other items necessary to obtain staging areas. 2. Storage of hazardous wastes, construction equipment material, and parking and fueling of equipment shall not be allowed in the MHPA or other biologically sensitive areas. Ensure the fueling of vehicles occurs only within designated staging areas using appropriate catch basins and devices. 3. Return the storage and staging area and the adjacent area to an equal or better condition as deemed necessary by the Engineer, at no additional cost to the Agency. 4. The Contractor shall provide the Engineer a copy of the lease agreement for any property to be used for the storage of materials or equipment prior to delivery or storage of any materials or equipment. Each lease agreement shall clearly state the term of the lease and a description of the materials or equipment allowed to be stored and shall provide for the removal of the materials or equipment and restoration of the storage site within the time allowed for the Work. 5. Construction equipment shall not be stored at the Work Site before its actual use on the Work nor for more than 5 Calendar Days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. 3-12.6 Water Pollution Controls 3-12.6.2 Best Management Practices (BMPs). ADD the following: 1. Contractor shall submit a BMP plan as a submittal to the Agency. 3-12.6.3 Storm Water Pollution Prevention Plan (SWPPP). ADD the following: 1. The Project is expected to require a Tier 1 SWPPP. The Contractor shall evaluate the requirements for the preparation of a SWPPP for Work within the City’s boundary by reviewing the Determination of SWPPP Tier Level and Construction Threat Level (form E-32), attached as Attachment B. 2. The Contractor shall review the criteria requiring the preparation of a SWPPP conforming with the State Water Resources Control Board Order No. 2022-0057-DWQ, NPDES General Permit No. CAS000002, Waste Discharge Requirements for Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities (the Construction General Permit or CGP). The CGP and other information are available at: https://www.waterboards.ca.gov/water_issues/programs/stormwater/constpermits.shtml 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 105 3. If the Agency has not prepared a SWPPP for the Project and the Project is subject to coverage under the CGP, the Contractor shall prepare and implement the SWPPP conforming with the CGP requirements. 4. The Contractor shall comply with all requirements of the approved SWPPP and the CGP including implementation during construction by a QSP, The Contractor shall provide all information necessary for the Agency to obtain coverage under the CGP during the electronic submittal of Permit Registration Documents and supporting data necessary for the filing of the storm water Notice of Intent and Notice of Termination. The Contractor shall be responsible for conducting all monitoring and inspections and filing all reports required by and in accordance with the CGP. 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. Payment for dewatering shall be as specified in the Special Provisions. 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. 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 and construction staking. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 106 2. The Agency 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. ADD 3-13.1.1 Requirements Before Requesting a Walk-through. Section not used. ADD 3-13.1.2 Walk-through and Punchlist Procedure. Section not used. 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 or Executive Manager for the Carlsbad Municipal Water District 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: 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 107 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. The Contractor shall warranty the roof system for a period of 30 years, per the terms, conditions and limitations included in Attachment C – City Roof Warranty and document shall be signed, notarized and returned to the City upon completion of the contract work. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 108 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 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. 3-13.3.3 Long-Term Warranty Contract (LTWC). Section not used. ADD 3-14 PARTNERING Section not used. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 109 3-14.1 Payment. Section not used. ADD 3-15 PUBLIC CONVENIENCE Section not used. ADD 3-16 SITE ACTIVITIES BY THE AGENCY OR SEPARATE CONTRACTORS 3-16.1 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. 3-16.2 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. 3-16.3 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. 3-16.4 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. 3-16.5 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 110 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. 3-16.6 Payment. 1. Payment for reporting deficiencies, coordinating, and resolving discrepancies shall be included in the Contract Price. SECTION 4 – CONTROL OF MATERIALS 4-2 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. 10. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: a. Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 111 b. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space between the concrete and the utility; or c. Provide other acceptable means to prevent embedment in or bonding to the concrete. 11. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor’s operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 12. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as “abandoned” or “to be abandoned in place.” Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of Work necessitating such removals. 13. When feasible, the owner is responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of Work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Contract Documents. Utilities which are relocated to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of Work necessitating such relocation. 14. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered, or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid. 15. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such Work shall be included in the Bid for the items of Work necessitating such Work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. 16. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid and will include the restoration of all existing improvements which may be affected by the relocation. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. 17. Contractor shall coordinate the Work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the Work and adjacent to the location where such utility structures are shown on the Plans and are noted as being located, relocated or are otherwise shown as installed by others. In 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 112 order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of Work affected by the utility. If such temporary omission is approved by the Engineer, the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 18. The Contractor shall notify the Engineer of its Construction Schedule insofar as it affects the protection, removal, or relocation of utilities. The notification shall be included as a part of the Construction Schedule. The Contractor shall notify the Engineer in writing of any subsequent changes in the Construction Schedule which will affect the time available for protection, removal, or relocation of utilities. 19. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed. 20. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing the Work correctly shown on the Plans. 21. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. 22. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible or for delays attributable to interferences, relocations, or alterations not covered by the Contract Documents. These damages for delay will be determined by the Engineer. The Agency shall not be liable for damages which could have been avoided by the judicious handling of forces, equipment, or plant. These avoidable damages will be determined by the Engineer. The Engineer may grant Contractor an extension of time for damages due to delay. 23. When necessary, the Contractor shall so conduct its operations as to permit access to the Work Site and provide time for utility work to be accomplished during the progress of the Work. 4-3 INSPECTION 4-3.1 General ADD the following: 1. All costs of inspection at the source, including salaries and mileage costs, shall be paid by the Contractor. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 113 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. 4-3.3 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. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 114 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 4-3.4 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. 3. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. The tests may be made at any place along the Work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 115 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. The Engineer shall respond to Contractor’s substitution proposal by the last date for issuing an Addendum for the Contract. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 116 responsibility to the efficiency, sufficiency, quality, and performance of the substitute 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. 4-5 WEIGHING AND METERING EQUIPMENT Section not used. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 117 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: 1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 AM and 4:00 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 118 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. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 119 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 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. When conducting grading or excavation, place Contractor’s name and emergency telephone number adjacent to the Work at intervals and locations approved by the Engineer. The method of posting shall be approved by the Engineer. 2. 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. 3. 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, 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 120 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. 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. 5-7.3 Use of Explosives. Section not used. 5-7.7 Security and Protective Devices. 5-7.7.1 General. DELETE in its entirety and SUBSTITUTE with the following: 1. Security and protective devices shall consist of fencing, railing, steel plates, or other devices for the protection of workers or the public from hazards posed by open excavations or any work in progress. Security and protective devices shall remain in place until the Work is accepted. 2. Unless otherwise specified, no separate or additional payment will be made for security and protective devices. Payment shall be included in the Contract price for the various Bid items requiring such devices. ADD: 5-7.7.3 Playground Safety. Section not used. 5-7.7.2 Security Fencing Section not used. 5-7.8 Steel Plate Covers Section not used 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 121 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. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 122 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 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: 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 123 1. A Payment for the Construction Schedule shall be included in the Contract Price and no separate payment will be made, therefore. 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. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 124 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. 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 Engineer shall issue a weekly document that stipulates the Contract Time. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 125 after receipt of the weekly document. Contractor’s failure to file a timely protest shall constitute Contractor’s acceptance of the Engineer’s weekly 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. 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. 6-6 SUSPENSION OF THE WORK 6-6.1 General. Section not used. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 126 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. g. Contractor fails to notify the Engineer upon discovery of items of Native American, Archaeological, or Paleontological interests. 2. Notices and other written communications regarding default between the Contractor, the Agency, and the Surety shall be transmitted in accordance with 5- 2, “SPECIAL NOTICES.” 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 in accordance with 5-2, “SPECIAL NOTICES.” 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. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 127 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. 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: 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 128 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 $100,000 and more $1,000 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. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 129 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 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 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 Schedules 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. 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 Schedule monthly 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 130 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. 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 131 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 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 132 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 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 133 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. 11. 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 134 ADD 7-3.2.2.1 Progress Payment for Pipelines. Section not used. 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. 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. Failed inspections or re-inspections paid by the Agency. 7-3.3 Delivered Materials DELETE in its entirety and SUBSTITUTE with the following: 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. 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 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 135 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. ADD 7-3.3.1.2 Payment for Stored Materials Offsite. 1. The payment of materials and equipment 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 136 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 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 Las Palmas Roof Replacement 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: 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 137 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. 7-3.5 Contract Unit Prices 7-3.5.1 General. Section not used. ADD 7-3.9 Field Orders. 1. The Agency shall pay Field Order items of the Work in accordance with the limits below if the cumulative total of Field Orders does not exceed the “Field Orders” Bid Item: Contract Price Maximum Field Order Amount Less than $100,001 $2,500 $100,001 to $1,000,000 $5,000 7-3.10 Compensation Adjustments for Price Index Fluctuations. Section 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: 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 138 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, 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. Nondirect 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. 7-4.2.2 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 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 139 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. 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. 7-4.2.3 Materials. Section not used. 7-4.2.4 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. 01 11 20 MEASUREMENT AND PAYMENT Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 140 7-4.4 Daily Reports. ADD the following: 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. SECTION 8 – FACILITIES FOR AGENCY PERSONNEL Section not used. END OF SECTION 01 41 26 PERMIT REQUIREMENTS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 141 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, grading permits, encroachment permits, haul route permits, excavation permits, drilling permits, water discharge permits, temporary easements, licenses, inspection fees, 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 costs incurred for permits necessitated by its operations such as, but not limited to, permits required for sewage bypass pumping or discharge; Night Work; overload; blasting or demolition or for any permit related to the operation of equipment used in such Work. c. 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. d. The Contractor shall provide a copy of the permit or license to the Agency prior to performing the Work requiring the permit or license. e. Contractor shall pay for all fees applicable to Contractor’s operations. f. 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. g. The Contractor shall pay all business taxes or license fees that are 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. h. The Contractor shall obtain, pay for, and comply with required permits, licenses, work permits, and authorizations from appropriate agencies, including the following: 01 41 26 PERMIT REQUIREMENTS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 142 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. i. The Agency will obtain for the Contractor, the following: 1. CEQA Notice of Exemption 2. NEPA documents 3. City of Carlsbad Building Permit 1.02 HAUL ROUTE PERMIT Section not used. 1.03 TRAFFIC CONTROL PLANS Section not used. 1.04 RAILROAD Section not used. 1.05 STORMWATER POLLUTION PREVENTION PLAN (SWPPP)/ GENERAL PERMIT Section not used. 1.06 OTHER PERMIT Section not used. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 143 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 PAYMENT Section not used. 1.02 FIELD OFFICE Section not used. 1.03 WATER a. Water in reasonable amounts required for and in connection with the Work to be performed will be furnished at existing fire hydrants by Agency without charge to Contractor. Contractor shall furnish necessary pipe, hose, nozzles, and tools and shall perform all necessary labor. Contractor shall make arrangements with the appropriate water department (who will fix the time, rate, and duration of each withdrawal from the distribution system) as to the amount of water required and the time when the water will be needed. Unnecessary waste of water will not be tolerated. Special hydrant wrenches shall be used for opening and closing fire hydrants. In no case shall pipe wrenches be used for this purpose. b. All water required for and in connection with the Work to be performed will be furnished by Agency in the vicinity of the Site without charge to Contractor, provided: a. Contractor shall procure such water in the location and in the manner designated by Engineer. b. Contractor at its own expense shall make authorized connections and provide means for delivering the water to the Site. c. Contractor shall provide adequately against waste and needless use of water. 1.04 POWER a. 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. b. 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. c. 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. d. 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. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 144 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. 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. e. 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 a. Contractor shall furnish temporary sanitary facilities at the Site, as provided in the Contract, for the needs of all construction workers and others performing Work or furnishing services on the Project. b. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If toilets of the chemically treated type are used, at least 1 toilet will be furnished for each 20 persons. Contractor shall enforce the use of such sanitary facilities by all personnel at the Site. 1.06 VOICE AND DATA SERVICES Section 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 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 145 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 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. b. Detours. Where required by the authority having jurisdiction thereover that traffic be maintained over any Construction Work in a public street, road, or highway, and the traffic cannot be maintained on the alignment of the original roadbed or pavement, Contractor shall, at its own expense, construct and maintain a detour around the Construction Work. Each detour shall include a bridge across the pipe trench and all necessary barricades, guardrails, approaches, lights, signals, signs, and other devices and precautions necessary for protection of the Work and safety of the public. 1.09 BARRICADES AND LIGHTS a. All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. b. All open trenches and other excavations shall have suitable barricades, signs, and lights to provide adequate protection to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. c. All barricades and obstructions shall be illuminated with warning lights from sunset to sunrise. Material storage and conduct of the Work on or alongside public streets and highways shall cause the minimum obstruction and inconvenience to the traveling public. d. All barricades, signs, lights, and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway rights-of-way, as required by the authority having jurisdiction thereover. 1.10 FENCES a. All existing fences affected by the Work shall be maintained by Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 146 and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. b. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. 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. No trees shall be removed outside the permanent easement, except where authorized by the Engineer or Consulting Engineer. Whenever practicable, Contractor shall tunnel beneath trees in yards and parking lots when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations. c. 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. d. 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: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 147 1.13 TREE AND PLANT PROTECTION a. All trees and other vegetation which must be removed to perform the Work shall be removed and disposed of by Contractor; however, no trees or cultured plants shall be unnecessarily removed unless their removal is indicated on the Drawings. All trees and plants not removed shall be protected against injury from construction operations. b. Trees considered by Engineer to have any significant effect on construction operations are indicated on the Drawings and those which are to be preserved are so indicated. c. Contractor shall take extra measures to protect trees designated to be preserved, such as erecting barricades, trimming to prevent damage from construction equipment, and installing pipe and other Work by means of hand excavation or tunneling methods. Such trees shall not be endangered by stockpiling excavated material or storing equipment against their trunks. d. When injuring or removal of trees designated to be preserved cannot be avoided, or when removal and replacement is indicated on the Drawings, each tree injured beyond repair or removed shall be replaced with a similar tree of the nearest size possible. e. All trimming, repair, and replacement of trees and plants shall be performed by qualified nursery workers or horticulturists. 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 Section not used. 1.16 PARKING a. Contractor shall provide and maintain suitable parking areas for the use of all workers and others performing Work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Agency’s operations, or construction activities. 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. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 148 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. Earth surfaces subject to dusting 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. 1.19 TEMPORARY DRAINAGE PROVISIONS a. Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the Site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the Site, and adjacent property. b. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Agency’s facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. 1.20 EROSION CONTROL a. Contractor shall prevent erosion of soil on the Site and adjacent property resulting from its construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. b. Work shall be scheduled to expose areas subject to erosion for the shortest possible time, and natural vegetation shall be preserved to the greatest extent practicable. Temporary storage and construction buildings shall be located, and construction traffic routed, to minimize erosion. Temporary fast-growing vegetation or other suitable ground cover shall be provided as necessary to control runoff. 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. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 149 1.22 PEST CONTROL Section not used. 1.23 RODENT CONTROL a. Section not used. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 152 AGENCY TECHNICAL SPECIFICATIONS / PROJECT MANUAL City of Carlsbad 2075 Las Palmas Drive Carlsbad, CA 92011 Roof Replacement Technical Specifications 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 153 TABLE OF CONTENTS DIVISION 07 - THERMAL AND MOISTURE PROTECTION Summary Scope of work 070150.19 Preparation for Re-roofing 075416 Adhered Single Ply Roofing 099653 Elastomeric Wall Coatings 112429 Facility Fall Protection OTHER Exhibit A - City Furnished Material List Exhibit B - 30-year QA NDL system warranty Exhibit C - Detail and Overview Roof drawings SUMMARY SCOPE OF WORK 1. Properly remove and dispose of existing roofing, insulation and flashings to substrate. Inspect existing plywood decking and replace any defective plywood with new 15/32" APA rated plywood sheeting. Contractor shall include 5% allowance for deck replacement in their bid price. 2. Remove and replace primary roof drains on east side of roof with new 1010 Smith Cast Iron roof drain assemblies with cast iron drain domes. Drain shall have a no hub connection and be properly secured and sealed to existing drain line. Provide and install cast iron covers for overflows on east side of roof. Remove and replace drain domes on west side of roof with new cast iron domes. 3. Remove and replace condensation clamping rings with new cast iron rings. 4. AC unit #1 and split system condensing unit shall be lifted to allow for re-roofing underneath, fabricate and install wood curbs under units with 8" clearance above roof line, install high temp peel and stick membrane on top of new curbs, 24 gage sheet metal cap, and properly re-install and secure units per Exhibit C. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 154 5. Install 1 layer 1.8" Isocyanurate insulation over entire roof, mechanically fasten per detail drawings (Exhibit C) with #14 fasteners and 3" plates, install tapered iso crickets behind curbs and at perimeter waterways to provide positive slope to drain, set in low rise foam adhesive, install 1/4" dens deck prime cover board set in low rise foam adhesive. 6. Install KEE Fleece back membrane system in low VOC membrane adhesive applied at 1 gallon per square. Mechanically secure membrane at perimeter edges and flashing terminations with #15 fasteners and 2 3/8" membrane plates, 12" on center. 7. Install KEE flashing membrane per warranty detail requirements. Seal and secure with termination bar of butyl tape at perimeter edge 6" on center and caulk with polyurethane sealant. Install new 24 gage skirt metal counterflashing at AC units and coping metal detail, secure 12" on center. Clean and reseal coping joints with Tremseal Pro. 8. Remove and replace designated skylight with new curb mounted skylight to match existing and install Cal-OSHA approved safety screen cover. Remove all other skylights and install wood support sized to match existing framing and 15/32" plywood sheeting, completely cover with new insulation and roof membrane. 9. Install new KEE walkway surface leading from roof access locations to and around all service locations on roof. contractor shall include bid allowance of 360 linear feet in bid price. 10. Replace service line supports with new Dura-Blok recycled rubber supports set on KEE protection mat. 11. Replace T-Top vents with new KEE Clad Cylindrical vent covers. 12. Saw cut reglet a minimum of 10" above finished roof surface and install new 2 piece counterflashing at perimeter parapet wall. Saw cut of reglet shall be done during approved off hours to minimize disruption to ongoing operations. Waterproof inside of parapet wall above counterflashing with elastomeric wall coating system. 13. Provide the City of Carlsbad with 30-year QA NDL system warranty. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 155 SECTION 070150.19 - PREPARATION FOR RE-ROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Roof replacement preparation consisting of full roof tear-off of entire roof system. 2. Removal of flashings and counter flashings. 3. Replace any damaged decking as required. Contractor shall include 5% deck replacement in their base bid price. Contractor shall also provide a unit square foot price to replace damaged decking. If the amount of deck replacement exceeds 5%, contractor shall receive a change order (Unit square foot price x square footage in excess of 5%). Contractor shall provide a credit to the City if the amount of deck replacement is less than 5% (Unit square foot price x square footage less than 5%). 4. Remove of owner designated skylights and obsolete equipment. 1.2 DESCRIPTION OF WORK A. Re-roofing preparation Work consists of the following: 1. Preparation for Replacement of roof: a. Preparation for: Roof replacement. b. Existing Roof Type: Smooth surfaced BUR. c. Existing Deck Type: Wood deck. d. Roof tear-off. e. Removal of base flashings. 1.3 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain City's property, demolished materials shall become Contractor's property and shall be removed from Project site. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 156 1.4 DEFINITIONS A. Roofing Terminology: Refer to ASTM D1079 "Standard Terminology Relating to Roofing and Waterproofing" and glossary in applicable edition of NRCA's "The NRCA Roofing Manual: Membrane Roof Systems" for definition of terms related to roofing work in this Section. B. Existing Roofing System: Roofing system identified above, including roof covering/membrane, roof insulation, surfacing, and components and accessories between deck and roof covering/membrane. C. Full Roof Tear-Off: Removal of existing membrane roofing system from deck. D. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. E. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. F. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. 1.5 PREINSTALLATION MEETINGS A. Preliminary Roofing Conference: Before starting removal Work, conduct conference at Project site. 1. Coordinate with roofing pre-installation meetings specified in Division 07 roofing section(s). 2. Review methods and procedures related to roofing tear-off, including, but not limited to, the following: a. Reroofing preparation, including roofing system manufacturer's written instructions. b. Existing roof drains and roof drainage during each stage of reroofing, and roof-drain plugging and plug removal. c. Construction schedule and availability of materials, Installer's personnel, equipment, and facilities needed to avoid delays. d. Existing roof deck conditions requiring City notification. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 157 e. Existing roof deck removal procedures and City notifications. f. Condition and acceptance of existing roof deck and base flashing substrate for reuse. g. Structural loading limitations of roof deck during reroofing. h. Base flashings, special roofing details, drainage, penetrations, equipment curbs, and condition of other construction that affect reroofing. i. Asbestos removal and discovery of asbestos-containing materials. 1.6 PROJECT / FIELD CONDITIONS A. City will occupy portions of building immediately below reroofing area. 1. Conduct reroofing so City's operations will not be disrupted. 2. Provide City with not less than 48 hours' written notice of activities that may affect City's operations. 3. Coordinate work activities daily with City so City can place protective dust or water leakage covers over sensitive equipment or furnishings, shut down HVAC and fire- alarm or -detection equipment if needed, and evacuate occupants from below the work area. 4. Before working over structurally impaired areas of deck, notify City to evacuate occupants from below the affected area. a. Verify that occupants below the work area have been evacuated before proceeding with work over the impaired deck area. B. Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior plantings, and landscaping from damage or soiling from reroofing operations. C. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. D. Limit construction loads on roof to rooftop equipment wheel loads and uniformly distributed loads not exceeding recommendations of Contractor's professional engineer based upon site inspection and analysis. E. Weather Limitations: Proceed with reroofing preparation only when existing and forecasted weather conditions permit Work to proceed without water entering existing roofing system or building. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 158 1. Remove only as much roofing in one day as can be made watertight in the same day. F. Daily Protection: Coordinate installation of roofing so insulation and other components of roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. G. Hazardous Materials: It is not expected that hazardous materials such as asbestos- containing materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify City. PART 2 - PRODUCTS 2.1 DECK REPAIR/REPLACEMENT MATERIALS A. Wood Roof Deck Components: 1. Roof Sheathing: a. Plywood Roof Sheathing: APA-Rated Exterior, Structural I sheathing. 1) Span Rating: Not less than 32/16. 2) Nominal Thickness: Not less than 15/32 inch. 2. Fasteners: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. a. For roof sheathing, provide fasteners with hot-dip zinc coating complying with ASTM A153/A 153M or Type 304 stainless steel. 1) Nails, Brads, and Staples: ASTM F1667. 2) Power-Driven Fasteners: NES NER-272. 3) Wood Screws: ASME B18.6.1. PART 3 - EXECUTION 3.1 PREPARATION, GENERAL A. Roof Drain Protection: Maintain roof drains in functioning condition to ensure roof drainage at end of each workday. 1. Prevent debris from entering or blocking roof drains and conductors. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 159 a. Use roof-drain plugs specifically designed for this purpose. b. Remove roof-drain plugs at end of each workday, when no work is taking place, or when rain is forecast. 3.2 ROOF TEAR-OFF A. Notify City each day of extent of roof tear-off proposed for that day. B. Lower removed roofing materials to ground and onto lower roof levels, using dust-tight chutes or other acceptable means of removing materials from roof areas. C. Roof Tear-Off: Remove existing 3 ply BUR roofing membrane and other membrane roofing system components down to the deck. D. Inspect wood blocking, curbs, and nailers for deterioration and damage. 1. Replace existing wood components that exhibit signs of deterioration or other conditions detrimental to securement of roofing system components, including roof edge flashings. 2. Reuse of Existing Wood Nailers: Permitted where type, size and securement are in accordance with Factory Mutual Loss Prevention Data Bulletin 1-49; and existing wood nailers exhibit no signs of deterioration or other conditions detrimental to securement of new roofing system in conformance with specified requirements. 3.3 DECK PREPARATION A. Inspect deck after tear-off of membrane roofing system. B. Verify that deck is sound and dry. C. If broken or loose fasteners that secure deck panels to one another or to structure are observed or if deck appears or feels inadequately attached, immediately notify City. Do not proceed with installation until directed by City. D. Unsuitable Deck: If deck surface is not suitable for receiving new roofing or if structural integrity of deck is suspect, immediately notify City. Do not proceed with installation until directed by City. 3.4 DECK REPAIR/REPLACEMENT A. Repair existing deck to provide smooth working surface for installation of roof system. 1. Replace deck that cannot be repaired to sound condition. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 160 3.5 DISPOSAL A. Collect demolished materials and place in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. 1. Storage or sale of demolished items or materials on-site is not permitted. B. Transport and legally dispose of demolished materials off City's property. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by preparation for re-roofing operations. Return adjacent areas to condition existing before operations began. END OF SECTION 070150.19 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 161 SECTION 075416 - KETONE ETHYLENE ESTER (KEE) ROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Adhered thermoplastic KEE roofing system on wood deck, including: 2. Roof insulation. 3. Roof insulation cover board. 4. Walkway material. 5. Products in bold italics listed in Part2 – Products, will be furnished by the City of Carlsbad using its authority under California Multiple Award Schedule (CMAS ) Contract # 4-21-03-1001. Reference Attachment "A" for City Furnished Materials. 1.2 DEFINITIONS A. Roofing Terminology: Refer to ASTM D1079 "Standard Terminology Relating to Roofing and Waterproofing" and glossary in applicable edition of NRCA's "The NRCA Roofing Manual: Membrane Roof Systems" for definition of terms related to roofing work in this Section. 1.3 PREINSTALLATION MEETINGS A. Pre-installation Roofing Conference: Conduct conference at Project site. 1. Review drawings and specifications. 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Examine substrate conditions and finishes for compliance with requirements, including flatness and fastening. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 162 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. 7. Review temporary protection requirements for roofing system during and after installation. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work. 1. Base flashings and membrane terminations. a. Indicate details meet requirements of NRCA and FMG required by this Section. 2. Roof plan showing types and orientation of roof deck and orientation of membrane roofing and fastening spacings and patterns for mechanically fastened membrane roofing if applicable. 3. Insulation fastening patterns for corner, perimeter, and field-of-roof locations. C. Samples for Verification: For the following products: 1. Sheet roofing, of color specified, including T-shaped side and end lap seam. 2. Walkway pads or rolls. 1.5 INFORMATIONAL SUBMITTALS A. Contractor's Product Certificate: Submit certificate, indicating products intended for Work of this Section, including product names and numbers and manufacturers' names, with statement indicating that products to be provided meet the requirements of the Contract Documents. B. Qualification Data: For Installer, Manufacturer and Roofing Inspector. 1. Include letter from Manufacturer written for this Project indicating approval of Installer. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 163 C. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. 1. Submit evidence of compliance with performance requirements. a. Include: UL listing certificate. 2. Product Compatibility: Indicate manufacturer has verified compatibility of roofing system components, including but not limited to: Roofing membrane, flashing sheets, adhesives, and sealants. D. Warranties: Unexecuted sample copies of special warranties. E. Inspection Reports: Reports of Roofing Inspector. Include weather conditions, description of work performed, tests performed, defective work observed, and corrective actions taken to correct defective work. 1. Submit reports within 24 hours after inspection. 1.6 CLOSEOUT SUBMITTALS A. Executed copies of warranties. B. Maintenance Data: To include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and certified by manufacturer, including a full-time on-site supervisor with a minimum of five years' experience installing products comparable to those specified, able to communicate verbally with Contractor, and employees, and qualified by the manufacturer to install manufacturer's product and furnish warranty of type specified. B. Manufacturer Qualifications: Approved manufacturer listed in this Section, UL listed for roofing systems comparable to that specified for this Project, with minimum five years' experience in manufacture of thermoplastic roof membrane products in successful use in similar applications. C. Roofing Inspector Qualifications: A technical representative of manufacturer not engaged in the sale of products and experienced in the installation and maintenance of the specified roofing system, qualified to perform roofing observation and inspection specified in Field Quality Control Article, to determine Installer's compliance with the requirements of this Project, and approved by the manufacturer to issue warranty certification. The Roofing Inspector shall be one of the following: 1. An authorized full-time technical employee of the manufacturer. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 164 D. Manufacturer's Installation Instructions: Obtain and maintain on-site access to manufacturer's written recommendations and instructions for installation of products. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. 1.9 PROJECT / FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. B. Daily Protection: Coordinate installation of roofing so insulation and other components of roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. 1. Provide tie-offs at end of each day's work to cover exposed roofing and insulation with a course of roofing sheet securely in place with joints and edges sealed. 2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing. 3. Remove temporary plugs from roof drains at end of each day. 4. Remove and discard temporary seals before beginning work on adjoining roofing. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 165 1.10 WARRANTY A. Manufacturer's Warranty: Roof System Manufacturer's Quality Assurance NDL system warranty in which Manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within warranty period, as follows. 1. Form of Warranty: Manufacturer's standard warranty form. 2. Scope of Warranty: Work of this Section and including sheet metal details and termination details installed by the roof system Installer and approved by the Roof System Manufacturer. 3. Warranty Period: 30 years from date of completion. B. Manufacturer Inspection Services: By manufacturer's technical representative, to report maintenance responsibilities to City necessary for preservation of City's warranty rights. The cost of manufacturer's inspections is included in the Contract Sum. 1. Inspections to occur in following years: 2, 5, 10, 15, 20 and 25 following completion. C. Installer Warranty: Installer's warranty signed by Installer, as follows. 1. Form of Warranty: Form acceptable to Roofing Manufacturer and City. 2. Scope of Warranty: Work of this Section. 3. Warranty Period: 5 years from date of completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain components for roofing system from same manufacturer as membrane roofing or manufacturer approved by membrane roofing manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. General Performance: Installed membrane roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Membrane roofing and base flashings shall remain watertight. 1. Accelerated Weathering: Roofing system shall withstand 10,000 hours of exposure when tested according to ASTM G152, ASTM G154, or ASTM G155. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 166 2. Impact Resistance: Roof membrane shall resist impact damage when tested according to ASTM D3746/D3746M, ASTM D4272/D4272M, or the "Resistance to Foot Traffic Test" in FM Approvals 4470. B. Roofing System Design: Provide membrane roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency in accordance with ANSI/FM 4474, UL 580, or UL 1897, and to resist uplift pressures calculated in accordance with ASCE-7 and applicable code. C. Flashings and Fastening: Provide base flashings, perimeter flashings, detail flashings and component materials and installation techniques that comply with requirements and recommendations of the following: 1. FM Global 1-49: Loss Prevention Data Sheet for Perimeter Flashings. 2. FM Global 1-29: Loss Prevention Data Sheet for Above Deck Roof Components. 3. NRCA Roofing Manual (Sixth Edition) for construction details and recommendations. 4. SMACNA Architectural Sheet Metal Manual (Seventh Edition) for construction details. D. Exterior Fire-Test Exposure: ASTM E108, Class A; for application and roof slopes indicated, as determined by testing identical membrane roofing materials by a qualified testing agency. Materials shall be identified with appropriate markings of applicable testing agency. E. Fire-Resistance Ratings: Comply with fire-resistance-rated assembly designs indicated. Identify products with appropriate markings of applicable testing agency. F. Energy Performance: Roofing system shall have an initial solar reflectance index of not less than 0.70 and an emissivity of not less than 0.75 when tested according to CRRC-1. 2.3 MATERIALS, GENERAL A. Material Compatibility: Roofing materials shall be compatible with one another and adjacent materials under conditions of service and application required, as demonstrated by roof membrane manufacturer based on testing and field experience. 2.4 THERMOPLASTIC MEMBRANE MATERIALS A. KEE Roof Membrane: 1. Thermoplastic Ketone Ethylene Ester (KEE) coated polyester fabric-reinforced fleece-backed sheet, ASTM D6754 . 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 167 a. Basis of design product: Tremco, TremPly KEE FB Single Ply Roof Membrane. b. Breaking Strength, minimum, ASTM D751: Machine direction, 500 lbf (87 kN/m); Cross machine direction 400 lbf (70 kN/m). c. Tear Strength, minimum, ASTM D751: Machine direction, 125 lbf (22 kN/m); Cross machine direction (145 lbf (25 kN/m). d. Elongation at Break, ASTM D751: 20 percent. e. Dynamic Impact/Puncture Resistance, ASTM D5635: Pass. f. Minimum Membrane Thickness, nominal, less backing, ASTM D751: 60 mils (1.5 mm). g. Thickness over fiber, optical method: 0.016 inches. h. Accelerated Weathering, ASTM G155 and ASTM G154: Not greater than 5,000 hr., no cracking or crazing. i. Abrasion Resistance, ASTM D3389: Not greater than 2,000 cycles, H-18 wheel, 1,000 g load. j. Color: White. k. Solar Reflectance Index (SRI), ASTM E1980: 110 (White, initial), 86 (White, 3-yr aged). B. Sheet Flashing: Manufacturer's standard, smooth-backed, sheet flashing of same material, type, reinforcement, thickness and color as KEE roof membrane. 2.5 AUXILIARY ROOFING MATERIALS A. General: Auxiliary membrane roofing materials recommended by roofing system manufacturer for intended use, and compatible with membrane roofing. 1. Liquid-type auxiliary materials shall comply with VOC limits of authorities having jurisdiction. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 168 B. Membrane Bonding Adhesive: 1. Bonding adhesive, waterborne low-VOC, for bonding KEE fleece-backed single ply membranes and flashings to substrates. a. Basis of design product: Tremco, TremPly KEE FB WBII Bonding Adhesive. b. VOC, maximum, ASTM D3960: 153 g/L. C. Flashing Membrane Adhesive: 1. Bonding adhesive, solvent based fast drying, VOC-compliant, for bonding KEE smooth-backed single ply membranes and flashings to substrates. a. Basis of design product: Tremco, TremPly KEE LV Bonding Adhesive. b. VOC, maximum, ASTM D 3960: 200 g/L. D. Metal Termination Bars: Manufacturer's standard, predrilled stainless-steel or aluminum bars, approximately 1 by 1/8 inch (25 mm by 3 mm) thick; with anchors. E. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening components to substrate, and acceptable to membrane roofing system manufacturer. F. Joint Sealant: Elastomeric joint sealant compatible with roofing materials, with movement capability appropriate for application. 1. Joint Sealant, Polyurethane: ASTM C920, Type S, Grade NS, Class 50 single- component moisture curing sealant, formulated for compatibility and use in dynamic and static joints; paintable. a. Basis of design product: Tremco, TremSEAL Pro. b. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 40 g/L. c. Hardness, Shore A, ASTM C661: 40. d. Adhesion to Concrete, ASTM C794: 35 pli. e. Tensile Strength, ASTM D412: 350 psi (2410 kPa). f. Color: White. G. Prefabricated Pipe Flashings: As recommended by roof membrane manufacturer. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 169 H. Miscellaneous Accessories: Provide pourable sealers, preformed cone and vent sheet flashings, preformed inside and outside corner sheet flashings, T-joint covers, lap sealants, termination reglets, and other accessories. 2.6 ROOF INSULATION MATERIALS A. General: Preformed roof insulation boards manufactured or approved by roofing manufacturer, selected from insulation manufacturer's standard sizes, suitable for application, and of thicknesses indicated. 1. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated, not less than two times the roof slope. B. Roof Insulation: Provide roof insulation product in thicknesses indicated in Part 3 as follows: 1. Board Insulation, Polyisocyanurate: CFC- and HCFC- free, with recycled content glass-fiber mat facer on both major surfaces, ASTM C1289 Type II Class 1. a. Compressive Strength, ASTM D1621: Grade 2: 20 psi (138 kPa). b. Conditioned Thermal Resistance at 75 deg. F (24 deg. C): 14.4 at 2.5 inches (50.8 mm) thick. 2.7 ROOF INSULATION ACCESSORIES A. Cover Board: 1. Gypsum panel, glass-mat-faced, primed, ASTM C1177/C1177M. a. Basis of design product: Georgia Pacific DensDeck Prime or equal. b. Board Size: 4' x 4' x 1/4". B. Cover Board Adhesive: 1. Urethane adhesive, bead-applied, low-rise two-component solvent-free low odor, formulated to adhere roof insulation to substrate. a. Basis of design product: Tremco, Low Rise Foam Insulation Adhesive. b. Flame Spread Index, ASTM E84: 10. c. Smoke Developed Index, ASTM E84: 30. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 170 d. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 0 g/L. e. Tensile Strength, minimum, ASTM D412: 250 psi (1720 kPa). f. Peel Adhesion, minimum, ASTM D903: 17 lbf/in (2.50 kN/m). g. Flexibility, 70 deg. F (39 deg. C), ASTM D816: Pass. C. Insulation Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening roof insulation and cover boards to substrate, and acceptable to roofing system manufacturer. 2.8 WALKWAY MATERIALS A. Walkway / Protection Mat Material: 1. Walkway roll, reinforced KEE membrane roll with serrated slip-resistant surface, fabricated for heat welding to compatible KEE membrane surface. a. Basis of design product: Tremco, TremPly KEE Walkway Roll. b. Roll Size: 30 inches by 100 ft Thickness: 0.047 inch (0.6 mm). c. Breaking strength: 56 lbs (9.8 kN/m). d. Color: Light yellow. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 1. Verify that roof openings and penetrations are in place and curbs are set and braced and that roof drain bodies are securely clamped in place. 2. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3. Wood Roof Deck: Verify that deck is sound and dry and securely fastened with no projecting fasteners and with no adjacent units in excess of 1/16 inch (1.6 mm) out of plane relative to adjoining deck. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 171 B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. C. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoining roofing. 3.3 INSTALLATION, GENERAL A. Install roofing system in accordance with manufacturer’s written instructions and approved details. B. NRCA Installation Details: Install roofing system in accordance with applicable NRCA Manual Plates and NRCA recommendations; modify as required to comply with manufacturer's approved details and perimeter fastening requirements of FM Global references if applicable. 3.4 INSULATION INSTALLATION A. Comply with membrane roofing system and insulation manufacturer's written instructions for installing roof insulation. B. Tapered Insulation and Crickets: Install tapered insulation under area of roofing to conform to slopes indicated. 1. Where crickets are indicated or required to provide positive slope to drain, make slope of crickets minimum of two times the roof slope, not less than 1/4 inch in 12 inches (1:48). 2. Install crickets on high sides of all curb flashings and enlarge crickets at perimeter edges to provide positive slope to drain. C. Install insulation under area of roofing to achieve required thickness. Where overall insulation thickness is 2.7 inches (70 mm) or greater, install two or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches (150 mm) in each direction. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 172 1. Flat Insulation System on Sloped Roof Deck: Install insulation at minimum thickness as follows: a. Minimum total thickness of Continuous Insulation: 1.8 inches. 2. Insulation Drain Sumps: Tapered insulation sumps, not less than 2 by 2 ft. (600 by 600 mm), sloped to roof drain; sump to maximum depth of not more than 1 inch (25 mm) less than the Project-stipulated continuous insulation thickness based upon code requirements. D. Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water. E. Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1/4 inch (6 mm) with insulation. 1. Cut and fit insulation within 1/4 inch (6 mm) of nailers, projections, and penetrations. F. Mechanically Fastened Insulation: Install each layer of insulation and secure to deck using mechanical fasteners specifically designed and sized for fastening specified board- type roof insulation to deck type. 1. Fasten insulation to resist uplift pressure at corners, perimeter, and field of roof. G. Cover Boards: Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Offset joints of insulation below a minimum of 6 inches (150 mm) in each direction. Loosely butt cover boards together. 1. Secure cover boards to resist uplift pressure at corners, perimeter, and field of roof. 2. Adhere cover boards by setting in ribbons of bead-applied insulation adhesive, firmly pressing and maintaining cover board in place. 3.5 ADHERED MEMBRANE ROOFING INSTALLATION A. Adhere membrane roofing over area to receive roofing and install according to membrane roofing system manufacturer's written instructions. B. Start installation of membrane roofing in presence of membrane roofing system manufacturer's technical personnel. C. Accurately align membrane roofing and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 173 D. Water-Based Bonding Adhesive: Apply to substrate at rate required by manufacturer. Install membrane immediately into adhesive, avoiding any air entrapment; do not allow adhesive to dry. Roll membrane into wet adhesive. Do not apply adhesive to splice area of membrane. E. In addition to adhering, mechanically fasten membrane roofing securely at terminations, penetrations, and perimeter of roofing. F. Apply membrane roofing with side laps shingled with slope of roof deck where possible. G. Welded Seams: Clean seam areas, overlap membrane roofing, and hot-air weld side and end laps of membrane roofing and sheet flashings according to manufacturer's written instructions to ensure a watertight seam installation. 1. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet membrane. 2. Verify field strength of seams a minimum of twice daily and repair seam sample areas. 3. Repair tears, voids, and lapped seams in roofing that does not comply with requirements. H. Spread sealant bed over deck drain flange at roof drains and securely seal membrane roofing in place with clamping ring. 3.6 BASE FLASHING INSTALLATION A. Install sheet flashings and preformed flashing accessories and adhere to substrates according to membrane roofing system manufacturer's written instructions. B. Apply bonding adhesive to substrate and underside of sheet flashing at required rate and allow to partially dry. Do not apply to seam area of flashing. C. Flash penetrations and field-formed inside and outside corners with cured or uncured sheet flashing. D. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. E. Seal top termination of base flashing with a metal termination bar and a continuous bead of joint sealant. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 174 3.7 WALKWAY INSTALLATION A. Flexible Walkways: Install walkway products in locations indicated. Heat weld to substrate 3.8 FIELD QUALITY CONTROL A. Roofing Reports: Manufacturer's field technical services shall provide daily project site visits and quality assurance progress reports with photos B. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion. C. Repair or remove and replace components of membrane roofing system where inspections indicate that they do not comply with specified requirements. D. Additional inspections, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.9 PROTECTING AND CLEANING A. Protect membrane roofing system from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to City's Consultant and City. B. Correct deficiencies in or remove membrane roofing system that does not comply with requirements; repair substrates; and repair or reinstall membrane roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 075416 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 174 SECTION 099653 - ELASTOMERIC WALL COATINGS PART 1 - GENERAL 1.1 SUMMARY A. Section includes surface preparation and application of elastomeric coatings to the following exterior vertical substrates: 1. Concrete. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples for Initial Selection: For each type of elastomeric coating. 1.3 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.4 FIELD CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and ambient air temperatures are between 50 and 90 deg F unless otherwise permitted by manufacturer's written instructions. B. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces not in compliance with requirements in Article 3.1 Examination. C. Allow wet surfaces to dry thoroughly and attain temperature and conditions specified before starting or continuing coating operation. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 175 PART 2 - PRODUCTS 2.1 EXTERIOR WATERBORNE, PIGMENTED ACRYLIC ELASTOMERIC COATINGS A. Coatings, General: Materials for use within each paint system shall be compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 1. For each coat in a paint system, products shall be recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. Acrylic Coating, Elastomeric: High-solids breathable acrylic polymer coating formulated for use on masonry, EIFS, stucco and metal substrates. 1. Tremco, Solargard Hy-Build. 2. Tensile Strength at 77 deg. F, (25 deg. C): 375 psi (2585 kPa). 3. Tear Resistance, ASTM D522: 135 lbf/in (23 kN/m). 4. Elongation at 77 deg. F, (25 deg. C) ASTM D2370: 200 percent. 5. Flexibility at -15 deg F (-26 deg C), ASTM D522: Pass 1/2 inch mandrel bend. 6. Solids by volume, minimum ASTM D5201): 50 percent. 7. Water Vapor Permeance, ASTM E96: 12 perms. 8. Minimum Thickness, Wall Applications: 24 mils (0.60 mm) wet. C. Primer, Masonry: Acrylic primer formulated for use on masonry, EIFS, stucco, and other cementitious surfaces, and wood. 1. Tremco, Solargard Masonry Primer. 2. Flexibility at -15 deg F (-26 deg C), ASTM D1737: Pass 1/8 inch mandrel bend. 3. Solids by volume, percent: 40 percent. 4. VOC: 62 g/L. 2.2 ACCESSORY MATERIALS A. Crack Fillers: Elastomeric coating manufacturer's recommended, factory-formulated crack fillers or sealants, including crack filler primers, compatible with substrate and other materials indicated. Solarguard Acrylic Sealer. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 176 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with manufacturer's requirements for maximum moisture content, alkalinity, and other conditions affecting performance of work. B. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. C. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in the "MPI Architectural Painting Specification Manual" applicable to substrates and coating systems indicated. B. Remove hardware and hardware accessories, plates, machined surfaces, light fixtures, and similar items already installed that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and coating. 1. After completing coating operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection if any. C. Clean substrates of substances that could impair bond of coatings, including dirt, oil, grease, and incompatible paints and encapsulants. Do not coat surfaces if moisture content or alkalinity of surfaces to be coated exceeds that permitted in manufacturer's written instructions. 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce coating systems indicated. 2. Perform cleaning and coating application so dust and other contaminants from cleaning process will not fall on wet, newly coated surfaces. D. Crack Repair: Fill cracks according to manufacturer's written instructions before coating surfaces. 3.3 APPLICATION A. Apply elastomeric coatings according to manufacturer's written instructions. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 177 1. Use equipment and techniques best suited for substrate and type of material being applied. 2. Coat surfaces behind movable items the same as similar exposed surfaces. 3. Apply each coat separately according to manufacturer's written instructions. B. Primers: Apply at a rate to ensure complete coverage. C. Elastomeric Finish Coat: Apply in number and thickness of coats indicated in Part 2 product listing. D. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform finish, color, and appearance. E. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, or other surface imperfections. Cut in sharp lines and color breaks. F. Apply coatings to prepared surfaces as soon as practicable after preparation and before subsequent surface soiling or deterioration. 3.4 FIELD QUALITY CONTROL 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from coating application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities, touch up and restore damaged or defaced coated surfaces. 3.6 ELASTOMERIC COATING SCHEDULE A. Concrete Substrates: 1. Elastomeric Coating System: 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 178 a. Prime Coat: As recommended in writing by topcoat manufacturer. b. Topcoat: Elastomeric, pigmented, exterior, water-based coating. END OF SECTION 099653 SECTION 112429.02 - FACILITY FALL PROTECTION, PORTABLE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Fall protection systems, including: 1. Roof hatch rail systems, non-penetrating. 2. Skylight screen systems. 1.2 REFERENCES A. General: Applicable edition of references cited in this Section is current edition published on date of issue of Project specifications, unless otherwise required by building code in force. B. American National Standards Institute (ANSI) www.ansi.org: 1. A 21.1 - Safety Requirements for Floor and Wall Openings, Railings and Toe Boards. 2. A 58.1 - Minimum Design Loads in Buildings and Other Structures. 3. A 117.1 - Accessible and Usable Buildings and Facilities. C. ASTM International (ASTM) www.astm.org: 1. ASTM A 36/A 36M - Standard Specification for Carbon Structural Steel. 2. ASTM A 47 - Standard Specification for Ferritic Malleable Iron Castings. 3. ASTM A 53/A 53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. 4. ASTM A 153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 179 D. Code of Federal Regulations (CFR): 1. 29 CFR 1910.23 - Occupational Safety and Health Standards: Walking-Working Surfaces - Guarding floor and wall openings and holes E. California Occupational Safety & Health Administration (CAL OSHA): 1. 1620 - Design of Temporary Railing. 2. 1621 - Railings and Toe Boards. 3. 1633 - Elevator Shafts to be Guarded. 4. 3209 - Standard Guardrails. 5. 3210 - Guardrails at Elevated Locations. 6. 3211 - Wall Openings. 7. 3212 - Floor Openings, Floor Holes and Roofs. 8. 3213 - Service Pits and Yard Surface Openings. 9. 3214 - Stair Rails and Handrails. F. Society for Protective Coatings (SSPC) www.sspc.org: 1.3 COORDINATION A. Coordinate layout and location of facility fall protection with City. 1.4 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Single Source: Provide fall protection components from a single manufacturer through a single source, unless otherwise indicated. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 180 2.2 PERFORMANCE REQUIREMENTS A. Occupational Safety and Health Standards: Provide fall protection components complying with requirements of 29 CFR 1910.23, including structural performance. B. Structural Performance: Railings, including attachment to building construction, shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. 2.3 ROOF HATCH RAIL SYSTEMS A. Roof Hatch Safety Railing System: Manufacturer's standard system including pipe, fittings, and accessories attached to roof hatch, complying with requirements of authorities having jurisdiction. 1. Height: 42 inches (1067 mm) above finished roof deck. 2. Posts and Rails: 1.50-inch- (38-mm-) ID welded steel pipe. a. Post and Rail Tops and Ends: Weather resistant, closed or plugged with prefabricated end fittings. b. Provide weep holes or another means to drain entrapped water in hollow sections of handrail and railing members. c. Fabricate joints exposed to weather to be watertight. 3. Maximum Opening Size: System constructed to prevent passage of a sphere 21 inches (533 mm) in diameter. 4. Self-Latching Gate: Fabricated of same materials and rail spacing as safety railing system. Provide manufacturer's standard hinges and self-latching mechanism. 5. Fasteners: Manufacturer's standard, finished to match railing system. 6. Finish: Galvanized, exposed. 2.4 SKYLIGHT SCREEN SYSTEMS A. Skylight Screen Systems, General: Fall protection screen components including wire mesh screen, frame, fittings, and accessories as required for complete installation complying with requirements of authorities having jurisdiction. 1. Application: Curb-mounted perimeter screen frame. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 181 2. Application: Standing seam metal roof-mounted perimeter screen frame clamped to standing seams with puncture-free set screws. 3. Application: Ribbed or corrugated metal roof-mounted perimeter screen frame. 4. Frames: Formed galvanized steel sheet. 5. Screen: Welded wire steel mesh, galvanized, 2 by 2 inches (51 by 51 mm). 2.5 MATERIALS, STEEL A. Provide galvanized finish for all steel and cast iron components. B. Tubing: ASTM A 500 (cold formed) or ASTM A 513. C. Pipe: ASTM A 53/A 53M, Grade A, Standard Weight (Schedule 40), unless another grade and weight are required by structural loads. D. Plates, Shapes, and Bars: ASTM A 36/A 36M. E. Cast Iron Fittings: Malleable iron, ASTM A 47/A 47M. 2.6 FITTINGS AND FASTENERS A. General: Provide Type 304 or Type 305 stainless-steel fasteners. B. Fittings: Malleable cast iron, ASTM A 47, galvanized according to ASTM A 153. C. Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of construction indicated and capable of withstanding design loads. D. Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of construction indicated and capable of withstanding design loads. 1. Material: Alloy Group 1 (A1) stainless-steel bolts, ASTM F 593 (ASTM F 738M), and nuts, ASTM F 594 (ASTM F 836M). 2.7 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 182 2.8 FABRICATION A. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. B. Form work true to line and level with accurate angles and surfaces. C. Nonwelded Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. D. Form changes in direction by inserting prefabricated elbow fittings. E. Close exposed ends of railing members with prefabricated end fittings. F. Brackets, Flanges, Fittings, and Anchors: Provide brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work unless otherwise indicated. G. Woven-Wire Mesh Infill Panels: Fabricate infill panels from woven-wire mesh crimped into 1-by-1/2-by-1/8-inch (25-by-13-by-3-mm) metal channel frames. Make wire mesh and frames from same metal as railings in which they are installed. 2.9 STEEL AND IRON FINISHES A. Comply with ASTM A 123/A 123M for hot-dip galvanized railings. B. Comply with ASTM A 153/A 153M for hot-dip galvanized hardware. C. Powder-Coat Finish: Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions, and other conditions affecting performance of the Work. B. Verify that roof assembly is sound, dry, smooth, clean, sloped for drainage, securely anchored and ready for placement of fall protection. C. Proceed with installation only after unsatisfactory conditions have been corrected. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 183 3.2 INSTALLATION A. Install fall protection to comply with requirements of 29 CFR 1910.29 and authorities having jurisdiction. B. Set fall protection components accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. 1. Do not weld, cut, or abrade surfaces of components that are coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. 2. Set components plumb within a tolerance of 1/8 inch in 3 feet (4 mm in 1 m). 3. Align horizontal members so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (6 mm in 3.5 m). C. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. D. Coordinate review of installation by City's safety director prior to turnover to City. 3.3 REPAIR AND CLEANING A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas, and repair galvanizing to comply with ASTM A 780/A 780M. END OF SECTION 112429.02 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 184 Exhibit A City Purchased Material List for Roofing Projects at the Following Site: 2075 Las Palmas Drive Carlsbad, CA 92011 The following material list is to be included in the bid form and signed/dated by the Contractor. Failure to provide this information will render your bid unresponsive. The owner is purchasing the following list of materials from CMAS contract # 4-21-03-1001 . Only these materials, in the quantities listed, will be supplied by the City. The Contractor is responsible for purchasing any additional material directly from the roofing material manufacturer required to complete the project at the Contractor’s cost. The contractor is also responsible for ALL other items not on this list necessary for the completion of work specified. This includes, but is not limited to, fasteners, wood components, insulation, tapered insulation, cants, sheet metal, warranty charges, and other consumable materials. The unloading of material and the storage of said material in a secure area is the sole responsibility of the Contractor. Any unused material will become the property of the Contractor at the completion of the project. Material Quantity Container Size Kee 60 mil FB Field Membrane 51 Rolls 72" x 80' Kee 60 Mil flashing 7 Rolls 37" x 80' Kee Stripping Ply 3 Rolls 6" x 100' Kee FBII Membrane Adhesive 38 5 gallon Kee LV Flashing Adhesive 3 5 gallon KEE T-Joint Covers 2 Boxes 100 per box. KEE Universal Corners 5 Boxes 20 per box KEE Pipe Boots 1" - 6" 1 Boxes 8 per box Kee Unreinforced Membrane 1 Roll 24" x 50' Tremseal Pro White 2 Cases 30 per case KEE Walkway Roll Yellow 3 Rolls 30" x 100' Low Rise Foam Insulation Adhesive 50 Containers 4-5 square kit. Solarguard Masonry Primer 2 5 gallon Solarguard Hy-Build Wall Coating 5 5 gallon Solarguard Acrylic Sealer 2 1 gallon Bidding Contractor:_____________________________________________________________ Contractor Signature:___________________________________________________________ Date:____________________________________ 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 185 Exhibit B CITY WARRANTY FORM FOR EXECUTION BY MANUFACTURER AND CONTRACTOR LAS PALMAS BUILDING ROOF WARRANTY CONTRACT NO. 4752 Separate from the Contractor’s Guarantee Form, the City has developed a Warranty Form for execution and submission by the Roofing Materials Manufacturer and the Roofing Contractor. This document is to be signed, notarized and returned to the City upon completion of the contract work. The contract work will not be determined “Complete” until this form has been executed and accepted by the City. An alternate version of this form may be submitted providing that the language on this City Form is replicated in its entirety and not contradicted on such alternate form. Warranty No: _________________ Building Owner: The City of Carlsbad, California • Building Name: Las Palmas Address: 2075 Las Palmas Dr., Carlsbad, CA 92011 Contractor: ___________________________________ ___________________________________ ___________________________________ Date of Project Substantial Completion (SC): ______ Date of Final Roof Inspection: _______ Roof Area Warranted ____________ square feet This Warranty is effective for thirty (30) years; from ______________ through ______________ (SC Date) Manufacturer and Type of Roofing System Installed: ___________________________________ ___________________________________________________________________________ ______________________________,(“Manufacturer”) warrants to the City of Carlsbad (“City"), that subject to the terms, conditions, and limitations stated herein, Manufacturer will cause to be repaired, any leaks originating in the roof system (the “System”) indicated above as applied to the building which are caused by defects in the materials supplied by Manufacturer or defects in workmanship by a Manufacturer’s Authorized Applicator for a period of thirty (30) years commencing with the date of Substantial Completion provided by the city for the installation of the System with no monetary limit with respect to System repair costs. 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 186 TERMS, CONDITIONS, LIMITATIONS 1. City is required to notify Manufacturer on the first business day immediately following the discovery of each leak in the System and confirm in writing within one (1) week. 2. If on Manufacturer’s inspection, Manufacturer determines that the leak is caused by a defect in the Manufacturer’s material supplied by Manufacturer to the Manufacturer’s Authorized Applicator for this building or the workmanship of the Manufacturer’s Authorized Applicator, except as provided in the following paragraph four (4) below, Manufacturer’s liability shall be limited to Manufacturer’s repair of the System, including membrane, insulation and cover board, and the replacement of materials in the System or the substrate under the system, which are determined by Manufacturer and City to be damaged by the leak. 3. Manufacturer shall not be responsible for the removal or cost of removal and/or reinstallation of any components/ materials installed over the Manufacturer’s System, including but not limited to, insulation, drainage mat, filter fabric, growing medium, plant life, pavers, gravel, concrete or walkways. 4. This warranty does not apply and may be null and void if any of the following occur: a. The System is damaged by a natural disaster, including without limitation, earthquake, lightning, hail, windstorm, hurricane, tornado, winds in excess of 60 mph or flood; or b. The System is damaged by any act of negligence, accident, or misuse including but not limited to, vandalism, falling objects, civil disobedience, or act of war; or c. The System is damaged by the use of materials not supplied by or approved of in writing by Manufacturer; or d. A deficient pre-existing condition or equipment is causing water entry; or e. There are any alterations or repairs made on or through the completed System, or objects such as but not limited to fixtures, equipment or structures are placed on or attached to the completed System without first obtaining written authorization from Manufacturer; or f. Failure by City to use reasonable care in maintaining the System; or g. Loss of integrity of the building envelope and/or structure including, but not limited to, partial or complete loss of decking, wall siding, windows, doors or other envelope components, or from damage by windblown objects; or h. The System is damaged by structural failures, including without limitation, settling or shifting of the building or movement or cracking or deflection of the roof deck and/or roof structure; or 01 50 00 TEMPORARY FACILITIES CONTROLS Date Printed: February 13, 2024 Document Version: 1.0 Current Update: October 2022 Page 187 i. The System is damaged by chemical conditions, animals, insects, or other conditions not disclosed in writing to Manufacturer prior to the date of this Warranty; or j. Deficient design applied to the System such as contact with incompatible materials and/or substrates. 5. During the period of the Warranty, Manufacturer, its agents and employees, agree to request and coordinate escorted building access through the City Facilities Maintenance Department during regular business hours. Inspections and maintenance (including removal of debris from roof membranes and cleaning of drains and scuppers) will be performed at years 2, 5, 10, 15, 20 and 25 of the thirty (30) year warranty period. 6. Should the System be concealed, the cost of exposure of the System for purposes of Manufacturer’s investigation and/or repair, shall be City’s responsibility. 7. City’s failure at any time to enforce any of the terms or conditions stated herein shall not be construed to be a waiver of such provision. 8. City is responsible to Manufacturer for all costs attributed to work performed as the result of service calls for items not covered under this Warranty. 9. This Warranty may only be transferred to a subsequent owner of the building within the applicable original warranty period. Under no circumstances, including but not limited to a warranty transfer, shall the original warranty period be deemed extended for any reason. 10. This Warranty shall not become effective unless and until signed by ____________________ (Manufacturer’s Authorized Applicator) and Manufacturer ___________________________. 11. Manufacturer shall not be responsible or liable for any consequential or incidental damages caused as a result and any leaks to areas below the roof substrate and its support framing, including other elements of the building structure or contents, loss of use of the structure or any component thereof, or damage to any personal property or persons. 12. This Warranty shall be governed by the laws of the State of California. Manufacturer: ___________________ ______________________________ __________________ (Company name) Authorized Representative of Manufacturer Contact Phone Number Contractor: ___________________ ______________________________ __________________ (Company name) Authorized Representative of Manufacturer Contact Phone Number 9449 Balboa Avenue, Suite 270, San Diego, CA 92123 | 619.299.5550 | bwesd.com | 1 of 1 Structural Engineering Civil Engineering Land Surveying RESPONSE TO PLAN REVIEW COMMENTS Date: October 25, 2023 Mr. John Maashoff, PE City of Carlsbad Public Works Manager Project: 4752 Las Palmas Roof Replacement – Carlsbad, CA Structural Comments: S1 a) Please see loads now notes on Sheet A3.1 b) Please see “For Reference Only” sheets from original construction set. Note, Units with an allowable load of 415 lbs noted on M/P-1; which exceeds the loads noted for current use. c) Skylights are typically between purlins with subpurlins removed at skylight. See Sheet S-1. d) See detail 1/S100 for infill framing. S2 See weights noted on sheet A3.1, no unit exceeds 400 lbs. 08.07.2023 4752 SCOPE OF WORK 1. Properly remove and dispose of existing roofing, insulation and flashings to substrate. Inspect existing plywood decking and replace any defective plywood with new 15/32" APA rated plywood sheeting. Contractor shall include 5% allowance for deck replacement in their bid price. 2. Remove and replace primary roof drains on east side of roof with new 1010 Smith Cast Iron roof drain assemblies with cast iron drain domes. Drain shall have a no hub connection and be properly secured and sealed to existing drain line. Provide and install cast iron covers for overflows on east side of roof. Remove and replace drain domes on west side of roof with new cast iron domes. 3. Remove and replace condensation clamping rings with new cast iron rings. 4. AC unit #1 and split system condensing unit shall be lifted to allow for re-roofing underneath, fabricate and install wood curbs under units with 8" clearance above roof line, install high temp peel and stick membrane on top of new curbs, 24 gage sheet metal cap, and properly re-install and secure units. 5. Install 1 layer 1.8" Isocyanurate insulation over entire roof, mechanically fasten per detail drawings (Exhibit B) with #14 fasteners and 3" plates, install tapered iso crickets behind curbs and at perimeter waterways to provide positive slope to drain, set in low rise foam adhesive, install 1/4" dens deck prime cover board set in low rise foam adhesive. 6. Install KEE Fleece back membrane system in low VOC membrane adhesive applied at 1 gallon per square. Mechanically secure membrane at perimeter edges and flashing terminations with #15 fasteners and 2 3/8" membrane plates, 12" on center. 7. Install KEE flashing membrane per warranty detail requirements. Seal and secure with termination bar of butyl tape at perimeter edge 6" on center and caulk with polyurethane sealant. Install new 24 gage skirt metal counterflashing at AC units and coping metal detail, secure 12" on center. Clean and reseal coping joints with Tremseal Pro. 8. Remove and replace designated skylight with new curb mounted skylight to match existing and install Cal-OSHA approved safety screen cover. Remove all other skylights and install wood support framing 16" on center and 15/32" plywood sheeting, completely cover with new insulation and roof membrane. 9. Install new KEE walkway surface leading from roof access locations to and around all service locations on roof. contractor shall include bid allowance of 360 linear feet in bid price. 10. Replace service line supports with new Dura-Blok recycled rubber supports set on KEE protection mat. 11. Replace T-Top vents with new KEE Clad Cylindrical vent covers. 12. Saw cut reglet a minimum of 10" above finished roof surface and install new 2 piece counterflashing at perimeter parapet wall. Saw cut of reglet shall be done during approved off hours to minimize disruption to ongoing operations. Waterproof inside of parapet wall above counterflashing with elastomeric wall coating system. 08.07.2023 4752 THERMOPLASTIC MEMBRANE MATERIALS A. KEE Roof Membrane: 1.Thermoplastic Ketone Ethylene Ester (KEE) coated polyester fabric-reinforced fleece-backed sheet, ASTM D6754 . a. Basis of design product: Tremco, TremPly KEE FB Single Ply Roof Membrane. b. Breaking Strength, minimum, ASTM D751: Machine direction, 500 lbf (87 kN/m); Cross machine direction 400 lbf (70 kN/m). c. Tear Strength, minimum, ASTM D751: Machine direction, 125 lbf (22 kN/m); Cross machine direction (145 lbf (25 kN/m). d. Elongation at Break, ASTM D751: 20 percent. e. Dynamic Impact/Puncture Resistance, ASTM D5635: Pass. f. Minimum Membrane Thickness, nominal, less backing, ASTM D751: 60 mils (1.5 mm). g. Thickness over fiber, optical method: 0.016 inches. h. Accelerated Weathering, ASTM G155 and ASTM G154: Not greater than 5,000 hr., no cracking or crazing. i. Abrasion Resistance, ASTM D3389: Not greater than 2,000 cycles, H-18 wheel, 1,000 g load. j. Color: White. k. Solar Reflectance Index (SRI), ASTM E1980: 110 (White, initial), 86 (White, 3-yr aged). B. Sheet Flashing: Manufacturer's standard, smooth-backed, sheet flashing of same material, type, reinforcement, thickness and color as KEE roof membrane. C. Exterior Fire-Test Exposure ASTM E108, Class A; for application and roof slopes indicated, as determined by testing identical membrane roofing materials by a qualified testing agency. Materials shall be identified with appropriate markings of applicable testing agency. 6" RECAULK EXISTING RIGLET RECEIVER EXISTING COUNTERFLASHING TO REMAIN NEW E.L.S. MASTIC TIE-OFF SYSTEM EXISTING ROOFING TO REMAIN EXISTING INSULATION TO REMAIN TERMINATION @ PARAPET EXISTING ROOF SHEATHING TO REMAIN NEW TREMCO 1-PLY EMULSON ROOF COATING SYSTEM3" EXISTING INSULATON TO REMAIN EXISTING ROOF SHEATHING TO REMAIN EXISTING STRUCTURE TO REMAIN EXISTING ROOFING TO REMAIN NEW TREMCO 1-PLY EMULSON ROOF COATING SYSTEM NEW 2X STRINGER NEW PLYWOOD TO MATCH EXISTING NEW INSULATION TO MATCH EXISTING SKYLIGHT/ROOF HATCH UNIT GROMMETTED FASTENER 12" O.C. METAL EXTENDER PIECE W/ SEALANT ON BACKSIDE FLASHING TO ACCEPTABLE SUBSTRATE NEW TREMCON 1-PLY EMULSON ROOF COATING SYSTEM EXISTING ROOFING TO REMAIN 4" M I N . 8" M I N . YLIGHT/ROOF HATCH FLASH . EXISTING INSULATION TO REMAIN EXISTING ROOF SHEATHING TO REMAIN NON-REMOVABLE UNIT GROMMETTED FASTENER 12" O.C. METAL EXTENDER PIECE W/ SIKA-FLEX-1A SEALANT ON BACKSIDE 8" M I N . 4" M I N . EXISTING INSULATION TO REMAIN EXISTING ROOF SHEATHING TO REMAIN FLASHING TO ACCEPTABLE SUBSTRATE NEW TREMCON 1-PLY EMULSON ROOF COATING SYSTEM EXISTING ROOFING TO REMAIN DRAIN STRAINER CLAMPING RING W/SEALANT UNDER MEMBRANE NEW MEMBRANE FLASHING TAPERED EDGE SECURELY FASTENED AS REQUIRED FASTENER AND WASHER AS REQUIRED MASTIC NEW TREMCO ROOFING SYSTEM INSULATION SECURELY FASTENER AIR/VAPOR BARRIER (AS REQUIRED) STRUCTURAL DECK NOTES: 1) EXISTING DRAIN BOWL, CLAMPING RING, AND DRAIN ACCESSORIES ARE TO BE CLEANED FREE OF ALL CONTAMINATES. 2) MEMBRANE MUST BE USED IN AREAS OF ASPHALT CONTAMINATION. 3) VAPOR BARRIER SHALL BE SEALED AT EDGES. 5/8" CD-X PLYWOOD 22 GAUGE LEVEL GALVANIZED IRON CAP COUNTER FLASHING 8" M I N . HVAC UNIT PLATFORM EXISTING INSULATION TO REMAIN EXISTING ROOF SHEATHING TO REMAIN CANT STRIP NEW TREMCON 1-PLY EMULSON ROOF COATING SYSTEM. EXTEND TO TOP OF PLATFORM EXISTING ROOFING TO REMAIN PIPE PENETRATION 6" NEW E.L.S. MASTIC TIE-OFF SYSTEM EXISTING ROOFING TO REMAIN EXISTING INSULATION TO REMAIN EXISTING ROOF SHEATHING TO REMAIN NEW TREMCO 1-PLY EMULSON ROOF COATING SYSTEM3" SIDE ELEVATION METAL COPING CAP W. WATERTIGHT JOINTS RUBBER SUPPORT BLOCK WITH ROD AND CLAMP VA R I E S EQUIPMENT BLOCK DETAIL ROOF ASSEMBLY EQUIPMENT BLOCK DETAIL C UNIT PLATFORM A ADHERED SYSTEM - MECHANICALLY ATTACHED INSULATION 1 2 3 4 6 8 5 7 LOW RISE FOAM INSULATION ADHESIVE APPLICATION PRE-MOLDED PIPE FLASHING TYPICAL COVERS AT MEMBRANE T-LAPS REGLET MA-MASONRY SAW-CUT INSTALLATION TYPICAL WOOD OR SKYLIGHT CURB FLASHING T-BAR RESTRAINTTYPICAL REINFORCED DRAIN FLASHINGFIELD FABRICATED PIPE FLASHING 08.07.2023 4752 _, , ' -~--:-- • : "-l ' ,-'l" -•• ., - ' - ; - -' -.-. -, -, --' . -' -•'- , ', '~ :7 ·_ ;_ -;; -·_---1- ... i'- ' -- -.-r- -- '! ',. - -~· --' ,_ . :t--· - >-;:,_ -:. - • -j: ~----. /1-? --,;·\, - ~ ., ,:; _. - c. ! .... .,. ' -' . . :el:~ -. "' , . -.. ,.--->1 -~-c-,--¥;~::. ,- : :-·- r~," ~~._-. .. ~-' ·,, • a - -""'' ~--,, -r:.,- -1--',, ' ., - . .,,_. __ _ ,:--. -t,:_,_: . ,,,. ~-.. -... .. . .. _ ..... , -. ' . . ·.:-.-' ":: ~ -~ ~ .. ' .~ "---a--r -- ' ( I ,· ---~-...--.-•r '\"' --"' ,-....... ,--•~ " .. -· ,.._ .., •. -,.--"'=""f""-r-. -'· . ' ' ' ' - • VICINITY MAP -\" - ' · /\) ( • • \ ' • ~-.. 27 ' Q08Jj / i I I • ·-:--.__.: -----;-----, ... .... J : ' ' , ,, -- . . ' ' , I 1: I \ , -... .;:=.. -·-· ---·-·--"JO :~7 _ _, ___ , . ...,. ·----·--·-·--·----=~-~- ,,,,,-..__"'----_.,; CARL sii: --- ---- - - -it~-.:;:-·--·-- ., PROJECT DESCRIPTION LEGAL OWNER PALO~AR AIRPORT BUSINESS PARK ~354 CORTE □EL A BETO, SUI TE I A' CARLSBAD, CALIFORNIA -92008 (619) 438-2552. LAND AREA 99,i52 ':)Q. =r: BUILDING AREA -. ---. -y,__ . __ ./ PARKING ~1::&1.;1"W:. LEGAL DESCRIPTION ALL OF LOT-5, C~RLSBAD TRACT NUMBER 80-33, MAP NUMBER 10061 IN THE CITY OF CARLSBAD, COUNTY OF SAN DIEGO, ,STATE OF CALIFORNIA, FILED IN THE OFFICE OF COUNTY RECORDER OF SAN DIEGO COUNTY APRIL 15, 1981 Fi~t NUMBER 81-115129. .'!If'~,, . --l • CONSTRUCTION TYPE V-N {t-.ON-RA.TSO) F'LiU.."1' 'oP'<..,fJl(.1.-~E.Cl 1>-.~f:A A.W..O~w. 48,ooo '::lQ.PT, OCCUPANCY GROUP B-2 0 F-FICE / t...lC:IH T M,b,.. µ U P-ACTUli!INGi 1 '!>TALL. PE:-R 400 5Gc.FT. =-57 ~iAU-'::) ADDRESS PRov10=0: COMp,it,..C.T"~ - eTAr-rOA~D - 1-tA.ND10-,p - 1!>TAL.L./ ~::,3 !:)GI.FT 2.0 44 :'2 LAS PALMAS DRIVE - ··~ . ,. ,, ;_ ,I• •• l L-1 L-2 L-3 A-I A-2 A-3 A-4 ' .. '' . • . -. _-. . -. ' - • • ' •• . - >-• J"I --~-~-...-,---•• ~ ""F. ' jl • l' -' -i ·_.1 ··. ;,1.."·.·1 • , 4 • ' . I• :;:, -- ' . . / - -. ' ' . ' , \ .1 ---,· ,W .. !lfTI ~---•1 ; . .:.-' r • : • ,I" I ., ·::___-_L ______ _ ... • • • - • -. . . ~-~ ------...;._ . \' SHEET INDEX -• .- --, . - - LANDSCAPE PLANTING PLAN IRRIGATION PLAN --: - ' , IRRIGATION AND PLANTING DETAILS. ARCHITECTURAL SITE/ROOF PLAN AND DETAILS STRUCTURAL • S-1 S-2 S-31 S-3.2 FOUNDATION PLAN AND ROOF FRAMING PLAN PANEL ELEVATIONS DETAILS DETAILS S-4 GENERAL NOTES MECHANICAL PLUMBING . . M/P-1 FLOOR PLAN, SITE PLAN AND SCHEDULE ELECTRICAL - FLOOR PLAN, DOOR SCHEDULE & DETAILS EXTERIOR ELEVATIONS & DETAILS BUILDING SECT_lDN, WALL SECTIONS AND DETAILS. E-1 SITE PLAN, SINGLE LINE DIAGRAM, SCHEDULES ANO NOTES. A. C .. ALUM. ASPHALTIC CONCR£TE ALUMINUM ABB.REVA TIONS COL. CONC. CONl'. DIAG. DN. EA. ENCL. EXP. EXT~ COLUMN CONCRETE CONTINUOUS DIAGONAL DOWN EACH ENCLOSURE EXPANS!□N EXTERIOR F.F. CR FIN il="IN!SHED FLOOR FHflllS. F.O.W. GA. G-J. GYP~BP.: H.M. J .. T. FLAT HEAD f4E.TAL SCREW FACE OF 0 WA.LL GAGE GALVANIZED fRON GYPSUM BOARD HOLLOW MET AL JOINT ' \ ....... MIN. MTL. N. I. C. o.c. P~. ?LYWD. R.0- R.S. SHT .. S?M. STL .. STRUC.T. STD .. MANUFACTUR'E:R MINIMUM METAL NOT IN CONTRJiCT ON CENTER P'I...ATE PLYWOOO RO U-GH OPe:N I NG 11:!'0UGH SAWN SHEET SIMILAR STEEL STR.VCTIJRAL STANDARD TEMP. OR T TEMPER-EC T.O.P. TOP OF PARAPET T~O.R. T.O.W. \ T. S. TYP • 1111/WITH L ANGLE I AT ,& AND TOP OF REVE:AL TOP OF WALL TUSln..A.R STEEL. TYPJCAL Q_ CENTERL !NE~ 9 DIAMETER If NUMBER !l. F'ROP!"RTY L 1 NE • -~-.... -~---::--.,,. ... ----.t. ... -. ; . • - --_,,. -.. • CONSULTANTS CIVIL • --iE::r-.RY ,..ORt.,.e;y A~e>OC.'.,.._Te.'5 7!375 C.Ot,h/OY c:r. eu,r=. ~z. "'12.111 STRUCTURAL Pl=A-<.COl'l.FI" ~ O&A'WO~F"' 32,4 i<.o:,E,.CRl»>r-.~ 7 \ "' LEGEND C 01.:. UI": N :..I t--1 E 0 DOOR .._ i•LJM ""E.~ ,"'"'"I" ~ ,,_ ~ ::,UiL-:Jlt--lG oE:.CT ON • '• - - '--... _ I. • .._, ,._ __ ~ ~-1----eEC.noi--1 L.ETT7E:1<. ~;f----5HE.E.T Wi-,E::~E. SECTION I~ DRAWN WAL...L SE.C.TION 4~::t---e.e:c::r10N NUMF!>E~ ~'?'----,e,HE.ET WHE.1<.E SECTION 15 OAAWN -,..: -~~--~---~-~ ~---------------·---.-.:•-,.,, .. ,_ ' --..-----( -f -,-'<.:-._, ~ .,,,,,.,,. .. ----~-1 ',J,,!-• - 1. 2. 3. •• 5. G. 7. 8. 9. 10. I GENERAL NOTES CONTRACTOR TO VERlFY COkOITIONS ANO O!MENSIDNS ON THE JOB~ ' ' ALL WORK SHALL CONFORM TD THE ,UNIFORM BU[Ll:UNG CODE'·-... I g 7.:1 ~;-/;:. LATEST EDI10}Q!'{. ~~O ALl,._L_O~AL C':JDES H~Y_!f'.IG_ ,,H,lRJS.QJt;flCJlir □VE;!' -7-• THE WORK. f"ALSO SHALL COMPLY WITH 1981 N.E.C. AND 1976 U.M.C. t -.----. SEE GRADING PLAN FOR CURBS ANO DRAINAGE OEVICE DET~ILS. BUI~DING NUMBERS SHALL SE EASILY SEEN FliOM STREET. BUI~D!NG OCCUPANTS TO SECURE PREMJTS REQUIRED BY THE FIRE DEPARTMENT FROM THE FIRE ?REVENTION BUREAU PRIOR TO OCCUPY- ING THIS BUILDING. SHOULD ANY CONDITION ARISE WHERE THE tNTEN~ OF THE ~~AWtNGS IS IN DOUBT OR ~HERE THERE IS A DISCREPANCY OR APPEARS T~ BE AN ERROR ON THE DRAWINGS 6ETWEEN THE ORAW!NGS 4NO THE ~IEL~ CONDITIONS. THE ARCHITECT ~ND THE STffUCTUR4L ENGINEER SY~LL BE NOT]FIEC AS SOON AS RE~SONABLV POSSIBLE FOR PROCEDURE 70 BE FOLt..CWEO. LAYOUT OF CONCRETE WITH ARCHITECT AND TILT-UP PANELS TO 6E STRUCTURAL EN6INEER. CAREFULLY COO~DINA-ED BRACING AND TEMPORARY SUPPORTS SH~LL BE PROVIDED AS REOU[RED TO HOLC THE WORK SECURELY IN PLACE ANO TO SUSTAIN ALL LD~OS INCLUDING THOSE THAT MAY OCCUR DURING ERECTION ANO UNT]l SUB- S.EOUENT CONSTRUCTION IS ADEQUATE TO REPL~CE T'HJi. TEMPORARY -BRACING. (PANELS ARE PERMANENTLY CONNECTED.) -ALL SHOR!NG AND BRACING SHALL BE IN ACCORDANCE WITH CURRENT REQUIREMENTS OF CAL O.S.H.A •• THE INDUSTRIAL ACCIDENT COMMIS- SJON OF THE STATE OF CALIFORNIA ANO OTHER DUBLIC AGENCIES HAVING JURISDICTION, COHPACTING ~EPORT SHALL BE SUBMITTED TD ANO" APPROVED B¥ B0ILD- 1NG OEPART~ENT BEFORE FOUNDATION INSPECTION. ll. A CERTIFICATE OF OCCU~ANCY WILL NOT SE ISSUED AND THE SUl~D!NG SHALL NOT BE USED FOR ANY ~URPOSE UNTIL EXIT AND TCILET FACIL- ITIES ~RE PRO~lDED UNOER 5£PARATE· PERMIT. 12. EX]TS TD SE OPENABLE FROM THE INSIDE WJTHOUT THE USE OF KEY,:,::. SP~ClAL KNOW~EDGE. 13. ~OCF DRAINAGE SYSTEM ~ATER FROM BUILDING SHALL NOT FLOW □VE~ PUBLIC PROPERTY~ 1 •• '5. 16. LAODERSr CONSTRUCTION SHALL CONFORM TO STATE OF CALlFORNlA DEPARTMENT OF INDUSTRIAL RELATIONS 9 GENERAL JNCUSTRY SAFETY ORDER-, TITLE 8. FIR~ HYDRANTS TO CO~PLY WITH FIRE DEPARTMENT REOUIRE~E~TS ~a~ ON-SJTE FJRE HYDRANTS~ PROVIDE ALL UNDERGROUNO PIPING, VALVES, AND ~OOK-UPS UNDER SEPARA~E OERMIT. THESE ?LANS ARE FOR THE SHELL BUILDING ONLY AND NOT INTENDED TO ALL □-TENANT IMPROVEMENTS. A SEPA~ATE PE~~IT ~ST BE SECURED THROUGH T~E CITY D~ CARLSBAD FOR FUTURE TENANT IM?ROVE~ENTS. 17. ~UTGMAT!C SPqlNKLER PLAN ~AYOUT WILL SE SUBMITTED TO THE CARLSBAD FIRE MARSHhLL ~□R APPROVAL, P~IOR TO FINAL AP-PROV.AL~ 18, ALL EXTERIOR METAL. INCLUDING BUT ~OT Ll~ITED TD WELD P~ATES. FLASHING. ETC,, S~AL~ BE =RI~ED ANO PAINTED ~ER THE SPECIFICATIONS. 19, ALL PQIMARY ENTRANCES TO SUIL~INGS SHALL 8~ ~ADE ACCESS[BLE TO THE HANDICAPPED. 20. ' , MAXIMUM EF~ORT TO OPERATE DOORS S~ALL NOT excEED S.5 PCUNas FOR EXTERIOR DOORS AND 5 P □UNOS FOR JNTERIOR D □O~S. SUCH OULL □R PUSH EFFORT-BEING APPLIED AT RIGHT ANGL~S -~ H!NGEO ~□□RS ANO AT THE CENTER ~LANE OF SLIDING:~ ~OLDING DCORS. CQ,-,.PENSATING DEVICCS OR AUTO~ATlC D00~ OPERATCQS MAY 9E UTILJZED TO MEET THE ABCTVE ST~NOAROS. WHEN ~IRE ~OORS AE REOUIQED, 7HE ~AXl~UM E~FORT TO CPERATE ~HE DOOR MAY~ INCREASED NOT TD EXCEED 15 POUNDS. 21. CONSi~UCTlON. THE ~OTTOM 10 INCHES OF ALL DOCRS EXCEPT AUTOMATIC ANO SLIDING SH.ALL HAVE A SMCOTH 1JNINTE.t::U;:UPTED SURFACE TO ~LLC~ 7HE DOOR TO 3E CPENED BY A WHEELC~AIR FOOTREST WITHOUT CREAT[NG A T~AP 8R ~AZARDOUS CONDITION- 22. THRESHOLDS SHALL NOT EXCEED l/2 !~CH IN HEIGHT. 23. ~RAFi STOPS TO BE c~RT OF THE YENANT I~ROVEMENTS QERMIT. DRAFT STOP CONSTRUCTION TO BE AS SPECIFIED IN SECTION 2516 {F.5) DF THE U,8,C, A. S]TE OEVE~QP~ENT 1. ~U8LIC ~~LKS FROM THE 9UILOING TO THE PUBLIC ~AY □ R T8 PARKING AREAS FOR T~E HANDICAPPED ~DJACEN~ ~O T~E SUILD- JNG MUST 9E AT LEASE 49" WfDE AND MUST HAVE A GRADIENT NOT GREATER THAN si {I;20), WITH NO ~BRU?T CHANGES GREATER T~AN 1 ✓2-IN T~E ~Low DIRECTlON. 2~ WALKS TO BE PROVIDED WJT'H LEVl5l. AREAS ( l/;._11 PER ll="OOT SL.:JPE rs AL~OWEOl NOT LESS THAN 60ft X 60R AT ALL EXTERIOR EXlT DOORS. a. SUR~~CE CROSS SLOPES SHALL NOT GRA~IENT. ---V---, EXCEEC tl/4 "'f'ER _,_ -~ FOOT (2%) 4 .. SURFACE SLOPES AT PARKING AREAS FC-R ?HYSICALLY HANDICAPPED SHALL BE LlMtTEC TO 1/4n PER FOOT (2Xl GRADIENT. 5. E.llCH PARK]NG SP-'CE_ QESERVED FOR T~E HANDICAPPEO SHALE.. BE IDENTIFIED BY A PERMANENTLY AFFIXED REFLECTORIZED S!GN CONSTRUCTEO OF PORCELAIN ON STEEL. BEADED TEXT, OR EOUAL. O!SPLAY]NG THE lNTEQNATIONAL SYMBOL OF ACCESSl6JLlTV. THE SIGN SHALL NOT BE SMALLER THAN 70 SQUARE [~CHES lN AREA ANO SHALL BE CENTERED AT THE IMTERIOR END~~ THE PARK.ING SPACE AT A MINIMU~ HElGHT OF ao" FROM THE BOTTOM CF THE SIGN TO THE PARKll\lG SPACE FINJSHED GRADE. :JR CENTEREO :JN Tt-lE \li'ALL AT THE INTERIOR END OF ~~E ?ARKING SPACE ~TA ~l~!MUM rlElGHT OF 36" FROM THE PARKING SPACE FtNJSHEO GRADE, GROUND, OR SI DEWALi(. 6, A SIGN SHALL ALSO BE POSTED. IN A CONSPICUOUS PL~CE, ~T EAC~ ENTRANCE TO T~E OFFSTREET P~RKING FACILITV. NOT LESS THAN 17• SY 22 11 !N SIZE WlTH LETTERING NOT LESS THAN 1• IN HEIGHT. WHICH CLEARLY AND CONSPICUOUSL~ STATES THE FOLLOWJNGs • UNAUTHORIZED VE~ICLES NOT OlSPLAYING DISTINGUISHING PLACAQDS OR LICENSE PLATES ISSUED FOR PHYSICALLY HANDI- CAPPED 0 ERSONS MAY BE T □WCD AWAY AT OWNER'S EXPENSE, TOWED VEHICLES MAY SE .RECLAIMED AT _____ OR BV TELEPHONING • 7. THE SU~FACE OF EACH PARK[NG PLACE SHALL HAVE A su~~AC£ lDEN- T]FICATION OUPLICATlNG THE SYMBOL OF ACCESSJB!LlTY IN SLUE PAINT. ~T L~AST 3' SQUARE. 8-IN AOOITION TO ALL LDC.AL CODES, HANDICAP ;:;-e:ouri:;iEMENTS SHAL~ COMPLY WJTH TH~ C~~IFORNIA ADMINISTRATIVE CODE, TITLE 24. r· ~·. -__ ,. __ .- c~RR~~~-Y -~~ .:~:~ _ ~~-·---r __ ~-~- IF MORE THAN ONE TENANT OCCUPYS TH£ BUILDING, EACM -- ~ ·::-:~~Nf-~~~~~~~MPLY W1_T_H ~A~~:~~PEO ACCESSIBILITY. ~ ~o. --;~AN~~~-~-ADI~G E~~~s -1 ,".;;;00 ~-~Bic YARDS cuT ... ~~ Fl~L. ...__ -.,., -------, --· '· , . W!L..' ~~ -C • .I.F-' t.Wi,, EN""lOl:.t ~ u ... C -1o. !lJ-62 IOHff 11.t ~E;Wtit. .: 15151'' ' : . \ ,., ·,~---J.._: ,,-N'_ • ~ -,,.. -· -· --~ .. ,.,_.. ____ _ 1:crJvr,~r 1 • K "'J!" ... e--..noe~ a>c..,_"" ffi r ,i .. ~ ,.;-;:: ~le:;; " ;:.ate-c c-"'1es,:,: c,c3,~ r ~'5 ;!""~ •• .;; : -. ::: ot l'(:-c,m":ler-c~ic: t, :;~~;:,..,_., i : :;:-.):---... : anc are -nter.Cf-.J -:o oe ~s.e:::. --:~-----,-; vi!r 1hts= spec·r· ~ ;:,ro•ec~ :-rii. a:i -:!~ .; -::.-. at~erwise.!Jeu ~c1c.rar1.::. ::..:-s-8~-..----c· ' ' ' • -e .... e. -N1t,.,o· • : ~-e Wf1tre-i :--s~"1· -, -,-I• arc 'l 1 ~a-cts ~ -.( ~"' sr,a,: toe -. ::-~ • . .a ... :;:':\:_ ---_ , ae,. at•.::ms •.-c r-these --: a-.-. ~~s c .accor<1car)i, 1-;;; s~e.:.f1ca.t·::--: -1 ,,...o_ ;.r~-tten ccns:n ~it tl°'e .a•c:,,-i-1:;-"'is ------------· CONSULTANTS ilEVIS/0"1S: f, ~\ 13 A""- , - . '-~- ;,;;.-)~ ,. .,.;, ... ~ -~-.:,., r ... -~ ~ .,. < '"f ---~ .i_ •• .,..... .,... .... ,I ,,-,"""--,,.-.J PROJECTc l-a: 0~ O..a: -· , a:C/l <CC/) :E~U) 0 ...I Cl) r- ~ => o Q.al--1 DRAWN~ l H-Pr: < -z a: 0 u. -...J <C (J ---------------- .--' -.. _,, ... ·-c-, . .... -. ·-· -~ -- --.,, (/) -::, 0 r!l 1l ~ •• $• ,., ffi C ·-c: C ta -C. ca Cl) ... ::, .., (.) Q) .... ·-s:. (.) "-<t • <( • -• < (.IJ w ~ • • u 0 U) r.n <: otl -. ~ -; r.:.- PROJEt T lfll, ~ -' --..,;_ ,.__. -., I --------------~ - -,, - SHEET TITLE' -.,._~ . -.; -_'.-J .:1 -' 1 r--. ' ' ,, ' S/ ~ ,. t: ~ -I} ) ! ' -~ ! · I i .... < ' J FO R RE F E R E N C E ON L Y ' I 0 [) r ~---wEt-0 Vz" 4' DOWEL. Fil!OM E>PTTOM. T'(P '-I~ l'-.s;f! :!>TL.. PL PAII--ITE.D -31/z,d, 5TP. ~TL. PIP!=. GOL. W/ l/4" ,.4•4> 5TL. F'L. CAF;-PAlt-rfl:.0 bOIEs·- 1. --HA RD WARE FOR GA. TIS 5 f3Y GE.HEl<.AL. COl·•fTF<J>,,C.T oi;t,, 2,-ALL E)(.Po51::.D $TL, To eE. PAINTf=.D, ~~-----f=TT7 ,kll='.l-0 .L TO PLATE. R ·'?\ -d I \.,_./ -,.-- l _, ' ' ~i ' ."q: ,111 -:11.l ()j _, N ! -' -., \ .. ,.. j q r;) " ; /) , -.:.-" -I "-4:> TRIM R ~- --2-~I'! CARl<.1.0-.GE. 00L-T5 • ':1/5" EJ'."'f. Pl-YkJP--Fl <;,, !t , ~ ------·•f~.~iND, ~TE.E.L 1tle.e, .. · l----c.01-.'-P"'-1,-JTEP. FILL WliH • ,, .::.ONC., AND R.oLJHD Te>P A5 6HOWN . • • ~ t , ./A tc ~· ,.._ ' -0 l7 i D' t,, ' fl C . • . ' -v' t,t ' ,, ·> Cl.' +·•- • PLAN r5/:.ALAHT -~ ' "' ..c ~ ' -. ' ,' ' ,. , I \ .= I Ji(ll _ I TooLEO Jou•-{T.i ' L4• !:>A.ND M~ Ti'I? AT AU.. CONT, FL,.A. T W~K.. - E.ifAN510N CON 6L JOINT WA.LK -I ------ROO!" DfiU,,,_1i--.1 ~HOWN =· DA.e.HEP B!=-LOW '9 PLAN .- 2 GUA.RD P05T A-1 @ ~;>;1E DRAIN /'= l'-0" r!1/i DRYP,t,..C.K _/~ -5-#3 T,e.~@ Z'o. Ii • I c-., (I de o I -,9_ "',,,---#: ? Tl E.!:l @ IO"QC, ,,...__ +i!" , ,cL.i. -1,-.,Npe,u,..,sT co,-1::.. Ne>Te:• I. -FOOT! 6Y GEI-J. CONT!<.A.CT 2 · f'Oi...E, BA':li:. "'TE' f AN<:.H °'-e,oLT:!:, Y ELE.CT C.OHTRAC -;---- z I: 3 LIGHT POLE FOOTING NO &C.A.i...E. 3e1,._ !!>~1 ~F-HATGH 5el..F CONT,..._INEO c;C>UNT eR FLA !lHlNG, _> 2 . ' . HcrfMoPc.,.._p l;;H5.Ef UP Yi;RT. l-EGr A.r-40 UNCe.R FL,!,,,'$HJNG. 4''~ -~::-J_ ~E-~:if/i:UC::.T~ DRWG'&, &t-U-i.AM . C ----..~ ,1,,,t-lT , ------· -DRIVE PlN t NcOf"UNE • ' ' e.n.. i.,jA<:,~ ' ,, ·,•24 G ,._, 6.1. GOUNTl:t.:. ',, FL.A';>\-1\NG • \ - \ ; -~ -~ ::.. ---~ ~ -~~ .; ~ _,--~ -r ~-. .a --~, ~--!'" p I l ~.,. ,il7 I I .L_ __ ...J 'o' 11!1 _, F9 I II I j<}l~-liJI -t+ L_.l E.LEVAT!ON ~ltt\:_-;·:,}t,:~f =:. - .' 0 _-. ' l ! l .!, ~ ~:<~_: ':- ' l ' d\, ! ~: ' - --. - I ' f ' / i J \ \ \ ·111 ' I "'•" I -.. ,1 ~ JOltJT.:b \ \ \ 0 ' ; 1l'!> A!.~J '#J/ t1UI I tOt-t,e:,. ~ · _ · CrtP..i 4 -_ , -. t .. ' .. ' .. -· - I - \ ... ' /. ' . • I I . . . - ........ ~ -- -' -•-.-. ' . } , ' . , -:;,,. , .. --' ' - , I / 1-• ' -- - . ·'. -l-~. -'"-,'l._ _..i.". , - (pl I _:_: - J . _, f j , .... T 10 I l"'J I ' J ' ' j I } I , . •. , • ' 10 " ' 1 ( ',,,_ .· -~ -- Y,. • ' r - ; r I = I II\ : ~1ei-,Dc.,"l.f' 'S>-!Ele";" ~i UP <;;,H~il t--1& ~ U~ Fl¼Hlt-b ~CAIJ1 -------- e,,i., 1'. • L.IP ~ Of.JP~ .;.+;e.,:,rrH I t-.10 12:> i j' i • l '?1 ::; 11-0'' / / - I I I I I I --- - ---- , • ,t. 2. 1:2 i: X 2.VZ:' ;,< ¼} 1 ~ -G ,,:::;,i:-_ OF Y~T MIJl..---lOJ-.J N/<'d.Di I ~o~ .... . . -1-' ARCHITECTS: WILLIAM C KROMMENHOEK A i A.. C .:i.86.2 JOHN M McKEOWN A.. I A. C 6617 -~ -__ I ~ -, -.. Cop-yngflt' Kromrne'lhoek McKeown a Assooates A, ft. A•' ideas designs, and arrangements tnd,- ca~e-d an these dr.aw I ngs are the property -:;t Krornmenhoe"k McKeown & Asscc1a1es :.:md are intended to be used m con nect1on ..,, 1th 1h15 specif ,c proiect only and sh al I not otti e.rN1se be ...ised 40.-any purpose wl'"1atso• e..;er w 1thout the. written consent oi 1ne arch,tects There s-hall be no changes or del"1atfons from these drawings or the acc.ompan-ymg spec1f1cat~ons without the ...,ritteri consent of the architects CONSULTANTS- REVISIONS ~ 0 APR:1.-i'9e,.:j-6e> ,. ""'"""' '"' ·~ ,,. ' ,.._._.t-i ,_,_,, I ""' - ~\ C1 APRI~ i"l&t--e:e,, ADDENDUM 'i!!;l - c,..1;1,.p1i--l& Pm, cpi<!t-1 f PROJECT: CHECKED: TA J M"i<:- PROJECT "'°-' E,4 -(,,4 SHEET TITLE• • <t -z a: 0 LL -..J ci: (.) ..,. Q <t m .U) ..J a: <t 0 " SITE/ROOF PLAN SITE-DETAILS ROOF DETAILS • SHEET NO. • < • -• <t "' FO R RE F E R E N C E ON L Y +--n---< 1 ~-~ cL I 1tz'. ,._ I 1/2' ~ 1/4 fp._5Tf:.NEP ~ ~~~ 11' '< 0 ' ,' W/ S-1/i' <P E. '1-PANSION . E)OL.To E.G.UALL.Y 5f1\CE.D ~e;..... e>e 1WD ~-...,. MTL. TRA.N50M· ---- A,l._iNTEP To MATCr/ RoLL-UP OOOR ,- , S1~i.. HEAP!:£ AND ~R"Of<-"'f Ar-,V'~AEl:2, ~1Js,)p'fi.JR>,i...-. ~ . ":,l•f'T, .;. "4 • ' 6TL, ANGLE-'o·" PAINTED CONC.. FLR :5L-A5 • .... ... . ... ..:, L. ~,' 1-3" 1-1/4 W/ -----__ - 4 -1/2,' <l' >< <J' LONG - "'1-.;c--\01<. eo .. Ts :.--11:.L-DEO TO ANG>L.E !:>E.i FULL w1DTt1 OF OPEN1f..lG. 11t--MfL ROL.L.·UP ' POOi<-PA,t.JTED ,fl'.uee;~ WE.AThi::R / ::iTRI P. rSL.OPE. fbUR '5TRIP 1" ' 1"0 oPENING ' 3'-0" 511-L 1 _ ROLL-UP DOOR r -- ' ' (II _, r- 5E.cTION ---.. MTL-:SKJRT To MATC. H /20i..L-·UF' DOoR -~INTED • HM TRAN50M· I PAINTED- '. ;f:EVEA.L. F'~~ ------t--"-~ ---M!=cTAL !<:OL.L-·UP Poof<. Pt>-1!-ITED PER.Qi) • T.S. PER 5TRIJC'f f'AINTf;.D i-JLJ._L..:::::::::::::=t··::.:-===-=b-v; sTL-Pl.ATE. Pl=.R -oTRLJc:T, 2 ROLL-UP DOOR-TYP -2. -, !/4-H "' 11 -Cf 4 1/i .. ~ "'sfi 'Z ,q,, ' () ~ .i I • Ill . tfl -z _, ,! r--11: ---~ -+ 1 1 \ I ~-C I i i ,1.;-- 1 ·-- E.LE.\/ATiON ---H.M Tf<.AN~OM· PAINTED FA'S TEN Te> H. M fl::A.Mc PE.R MFG SPE:GIPIC..ATI0N -SEA:..A'-IT W/ e,ACi<.ING ,:20D. -zo GA.. <41, DR.IP FA'5Tf:N w/ 5hT MTL.. 5C!<.l=-i.J5' e i::N05 @ 2. INTE.R.M. BY 5HT MTL. CONT/<-A.CTOI<. ------!-IM. DCDI< • p;,,..1.-.jED @ ~~~p e i-1 M_ TRAN50M-TYP : ---~ \ I ~: I ;, -pi~ /;:;._--, ~ --~ ~--.. ,. ) ... j MTL l<OL.L·UP DOOi<.· ~NfED co ... , • i f.\ 1\ ; '. r------z.,4 PfU>,MING> ~ +---+ -~--~ LINE OF' FLJTUl<.i:. ...!A.LL.. F!N!:,H ' ! ' I \ ' I __.d;, .. 111:.AOI: • -l (lo I ', i\ &-' -21-4 JOl'oT'o I @ '2.4" o . .;,, f'E.li. . e>Ti:ucr. ?=, I I I ·-' i ' "' -- ---, --- I ' ---~;~ 01/5 ' ' ·-----t----------. -, ' l, • -/ - -'ti. PLYWD. 'OPA.CE:R _:_-' -3 -_::-' --:{';' ~--. -t ---Yz". DE.E.P ~E:vJ;:.A..L ,.-.. : 7 • L . . ' " - ' ' -----i I ' ( --' ' ' ' I l A 41/21 ------ --- <--- -.1-..PPL.IE.O S!'OP -1-sL.UM.DR. ~EE. 5C.He.DULE:., ---y4' TEHP. GL.Ae, 5 __ -~El'-TfilwD!SD-ANODIZ.E-0 . ALUHINuM FRAM!:. --;_ - t---1 ! ~- - /&°". E:Nfl<At-JCE DOOR JAMB ~) 3''a1'-01 -I ' ' -~ . ' ' I I , . ' I ( -- -ALUM, DocR· !:>El=-OCHEPULlo' --N~e>PRE.NE. IN~E.RT 1 -ALUM TH~c5HOL.0 ' -coe,;c l"L..OOR 5LA5 / , t--+ --HM. DOOR. +-----HM FRAME. -----4" 5ADPl.l=-ii-l!<E.5HOLD SE-TIN MA~TIC A.NC.floR WITH coui...TE,R5UNK. FHM5 IN 1£1..PANSiON ~ Sl-E:.aVE..'5, D 12 ', / "'' ~ -AC, PP..VING '\. I I • v·,, 1, c ----S.)(.fA,N5l0N MAT!=f-i'°'L. @~~~~.iJOOR SILL Doof<, SCHEDULE J ' ' I .-,. -7-- 1 ----~- I ~--l.... I I --~coNc, fi'>-5CJA I PANE.L-""-e:ioVE. _' ~1 ---'~~_,__) , ., • 5'.'t -, 0 t:, • \ ' PANEL JOINT - D • !)' -.., ' \,5eAJ>..NT W/ e,,,.,c,1<-11--,6 R.oo eA.Ci-1 ~101:. -TYf. -e;,<..T~OR oANPE>LJ>..5T G::>NC TICf <.if' PANE.I.- ® P/:;~E.L-JOINT ,,, STLlO ( ---3'Ji., Fl&RGI-/'.'!>'!> 6/'I.Tf IN~iJL-A.iiON -ere GYR BO n'f'E '.,.:. -2. 1< c:.,, oR J-li::,,.,oeR '-ijz.' 5PAC.E:R W / NAHJl,I(.. T,:,...e,e. ( eiouo G,l(,OIJ'f) ~TAI½ f'eR JAMe, "· ·-z-,, "1 ~+' HE.TAL. FRAME. , DOOi<. JAMB e E.LEC:. ROOM 5•;·1 1-0" HEA:D ~M. -e,E,A..LA. NT W / E::AC.KJNGo ,--~OD l ---------H. M. FF<:A.M'I:, ("::>OL.iC C:,\i!OUT) -----H,11. Pool< oR. TRANSOM (D,:::)o!<. !:>HO~N)-51:e,. 5C.Hl:.D!JU:.. ~ __ _j_'f2,I --+- 12 HOLLOW MTL HE.~D JAME> SIM A-2 3"=-l'-0'' 11 e 51LL. 5/A t,/1><'2 7/A-2. r' i ' r -r 'ffi.Wi:. SHALL' & tiPriABL"if :lilt!< A SPIGL1£ E""Ql!T ltY _ .. HMIIDWAJIE: NS!GNE:D TO ,M,,.~ 1'{.p!E l"AS$AGI£ WttHO\rT 1!11t-"_j .'OV'IfllMG TIii! ASlLITY tit :.,, ~!!" ,;t'E ~~{~G ""t', .'i [JOO - - ------. '' LL.OW \/ ~1ii~ ~'\ FRAME.· ! / PAINTED v· - c Q • / ,,. !) -... ~L,.b.NT WITH // e,Ac.K.iNG Roo ' EAc.H ~1D1:-TIP. ----"I,--, 0 c,· 0 .. 6." ' :..._~-,- ~ -' ~Te,RiOI< &..t-l0t?LA5T COi-JG. T,..,T-UP PANEl- I~ CONG. P,A,.NE.Le TRA.Sl-t ENCL. ~ -----~-~-- --------- \ \' \i '~ \ ' \ ' \ ! , r ' -----: ~-. 1-: -- ) I - / ' ' \. 2... ei1...ocK.1!--l& BSTWEE.14 1 , JolOT WHEl<,E il.EGLJIRE.D j / \ SEAL-A.NT W/ BACK14G ' R!,p J @ SOFF/r JOlr::JT .3'•J'-o' / I I / , ' ' ' .- Z"'r'-d' I "'-9, ' ., ' r- '2:'J I l> D 0 , D .---5ANP e,1.,.1>, 5T Ea\<-"fa<,IOR C.ONG, i;L."fUP F,>..t-<EL.. Qp-50FFIT e PANE.L O· +-1---col-4,:::,. TIL.T-UP ~"EL ---,q,---- ' ' C, 4 14,e,-o• ----------- -SHEL~ E,LllL-D!NG __ -MTL. ~~l..ET PAINTE.D -To M ..... TC.1-1 ,l>,,L.UM ,,.;UM 6TOl<'.EFRON1, iYP. REVEA.L 0 IL Ir _, -~~ -=-------------- ' ' i BIJILT'-Uf ROOFING ON P_'( ND. '!>HEATHlf-.la. , ;r'~<1'.I •-, ___ _ I , l '·t.;;:;;.__~_,,.;;,~t' \ L<SLJoP!:.R.UN'5 5EE. r \ S'fR;JC.T .JRA.L \_2. L-A.'(E!<,':, 9'e TYPE·,_: GYPo~ ----!t",5 ,yFE, ''I--° &'(P E:D EA o!CE 'f-----H--2,.,e,, :.,!JO WALL w/ ~Yi ei,,...TT IN::;,UL.,o...T10N ELECTf<,C:.AL-ROOM ELE.CTRICAL RM CEIL-tNG I HR GON5Ti<,LlCTION .>'b->---~--...-------<>--------------___ ,.__ __ ---t- ' ' I i ~(l i t ~---ur--7 -+-,,-"""'~+---1S': ~--9: \ i ~ ()· -· 1 ' ' ' \~,·-' ! ~-n..o ~-..,..,... \-"I 1/z. ! ----.·.::.-+."-+ 4:lrr]:t~__j ___ ----+-------+- ' tt>'-d • ; l io!.d ' -t ----r -~-~ ,@: ' . . . "'1-7'-61~1-r----:-f-;-----' ' ' i ------1 . . ' _',.~G,ONC ~l FLOOR PLAN • -~- t'--C'l;' .-,1 ~0 fo.w. ·'' 0 --' -. ,. \ ARCHITECTS, WILLJAM C KROMMENHOEK A I ,-._ C 4862 JOHN M Mc.KEOWN A l--A C 6617 ' :::apvnght.,.. --..... 1-(rommenho-ek McKeown & Assoc1a1es, A r A Al! ideas, designs and arrangements indi- cated on these drawmgs are the property of Krommenhoek McKeown & Associates and are 1nten--deo to be used rni connectmn. ¼ th t\71s spec111c proJect only and shall not ot-herw1se be used for any purpose whatso~ ever wrthout the wnHen consent of the arch•tects There snan be no changes or de-v1at1ons from these-drawings o-r the accompany,ng s.pec1f1cations without ttle •Mmen consent ot the architects CONSULTANTS: REVISIONS .~ 1"2> APfl.,.-i~M e,e:, -A?.:=ti--lPJt1 ·'A" -- /~\ , 9 APR.i:.. !~ e:;,,e,. ,A::;9Bt-l PJM "E='~,1, __ .. e,i...p:;.,,-P~~.~T~ 6 ").O AP?~.... i"IM ~ E!:>. ,t. D::>F,<-J:::;>JM C:::" OOAWN• rrl CHECKED: TA,.JM~K DATE: '2-6 MAF<a-1 84- PROJECT NQ: 84-04 SHEET TITLE• < -z a: 0 LL --.... c:( 0 FLOOR PLAN DOOR SCHEDULE . - DOC~ DETAILS PANEL DEi AiLS l% i~\l.f'~ St!EET NO. -::, 0 m ca C 4> ... 0 :E en C ·-c C ('Q -a. ofJ t! ::I ...., u a, ..., ·-s::. CJ .. ct en w ~ -0 0 Cl) ~ ofJ z 3 0 w ~ CJ ~ ::.=: w 0 :I: z w :e :e 0 a: ~ FO R RE F E R E N C E ON L Y r 1 5TORE.FRONT HE:AD ' ~ ' ' ¥ ' ' c> ' ' - !: • ~-..... , ,-.;_,.., I --i . ;:; . ,¾· . ;- ' ../• ,., .. _· ~yJ: f +---=-c,_1_:1~:..._'' ---'ff'rH@21'-llij H~H ":7TCIZW. ~i { -'t~ M -co1--1c.~e.re. PA.Ne:.1.-\ -51::At...A.NT W/ BAC~I~( --i------.f,..--..r+ ROD E.A, :>ID~. TYP ) / I -'---'I---,, r $-r' JAMB - -CONCf<.E.T~ PANE.I.. · -~ 51:.A l..,b,.NT i.J/ !:lAC!(.ING. ROD E,c:.,., ~IDE TIP · .o·. l ,----FIN. GRADE · -, ·,... t-----<r---~ ---'I---_,.,_ L.JHERE. oc.c.,ull:5 -'----'Ir--'--_ _._ @;~~EfRONT SILL if.~• ~ .., . ' 'I ,1 , ' . I 11,,11 r----'k--,_ ------" ' 'l -,,. ~ 51'£' TH1c.K. I =N I CONC..~~I P,.l,..NE.L ;:i , I -do-- v . 'V' -+ ----+-- @~;~~G. WING WALL 1/z PANEL IT, cot-Jc.. ::_y~e. _,.------..f'J:,.. ~C.I ...._ -- / Pl>-.N5.t... ii.'. - . :,I_ . ~ .. i_ 11: ' ~ ~-' . 0 &I' - . • ' . r . -. (\I ~-+---;,\ t-t::RIZONtiJ-/ ~eA!.- ' .-~ . 11/i' 11i4'' 11/i' ' -. 5 GONG. f..6.._5C.lA e WING WALL • ' '' ' ,• •, ., .... -Col-IC .__J --FA5C.IA PA.Ni:L.. ~ ' INT s •,e-"'. -r -,;, ' ! • ' I _,,,,Ni ' Jj ' "" ' ' t--I~ ii J"T, ot-1 MITJ<e I\ ~ 9 GOt--JC. RE.VEAL e FASCIA 40 MDDtJU'.. ,@ ~-~~ •••-•---e••~~#--) ' I I -5 ' ~J ~ i 71 cf I I 1' ----------·--. :_~; r1 -,J J:T-12.·. -e' :. ----r, I<..-.-== .,.da-··=--r==:'9 ---~ _s' ll' 51 }"( __ ,'_~ --.,...._ 4 10' I@ 10 PAt---lEL TEX-TURE PAI I tr<-N :, 4 ® P/\NEL TE:,...TURE. 0 0 0 - ~ , • ¼c. /; I I ·-· ---,r!r----J ~' ,P ..,, ---=ti I M, I ~~ l . I • : lo/4" 'I,, ' c• .. z ' ! ' 5E.C.TIO!---I @ E.L!::.VATION --. ----. ... 14 J:,..-?) HORIZONTAL REVEAL@ WINDOW 7'-2' ._ WING . WAL.L 15 W l NG ·wALL. e TM5H EN ' ' \ . ' J ./ I ' ,j { t , r I .' J I I , I ,. -- '. . ·, 1 I ' / ( A WEST ELEVATION •. I . I ◄ . NORTH ELEVATION · · ,, . ·. ·EA5T ELEVATION • ' .. , ~ , 14. ,.,.~ w ( ~ _, '-S'' - \z/ \; ·.,r ! I ' .., .. , t-' () "' -' -r!-~ . • N -"' _, t-- 7 ' ' 'To.f? ,::: a:. . ' ' , , , TO,P ARCHITECTS: WILLIAM C KRO Iii! W'ENHOEK A I A. C 4862 --_· ------ JOHN M ,~AJA,-~~,,_ C &61~ · • '·\ ' ' ' ' C"opyr1grit~ ' -- ~~ \ ~ \ ' ~~ ~ -lr;" . I I k.rommennoeK Mc Keown & Assoc1ates, A f A AH ideas, designs, and arrangements mdi~ cated on these-drawmgs are the property ot Krommenhoek M cKeown & Associates and are intended to be used rn connectJ.on- w1th ttus spec111c pro1ect only and shal1 n-01 otherwise be used for any purpose whatso- ever without the wntten consent of the architects There shall be no changes or cev1at1ons from these drawings or the accompanyfng sp0.CJ:11~at1ons without the written consent of the architects CONSULTANTS:, REVISIONS , ~ io AFf< ~ i"lt?"t ~g.; ,ADPE~DJM A' ' -2> ,'1 ~I.-,. :"1B4-~ AC:OIS!-IDLJM 'e.' ;;?,~(:b, D E.f>T, ~1~ PROJECT: OflAWN, T H / etfi::,. CHECKED' TA. , J MC)(. PROJECT NO., B<I -i,,4 SHEET TITLE' ELEVATIONS <C -z a= 0 ·u. ::; <C 0 WINDOW DETAIL · ~ "C ... cu > G,) -::J 0 m cu C G,) ... 0 :t 1/) ,... 1/) ,... C) C ·-c C ~ -C. oa CD ... :::, ...., u Cl) .., ·-.s::, CJ ... <C • ci: • -• < .. en w ~ -(J 0 en en < ca z ~ 0 w ~ (.) . ~- ::-::: w 0 :c PA~.JCL-~Di:. ,AILS, ffi ~nl .-r. ~ SHEET I'«>. . tc ~- , . FO R RE F E R E N C E ON L Y --· -• - '· I FLJrUf<..E CEIU~ ! LINE. C: !-.I IC ) , ' ' ' I : ' ' \ ,.----------: //r.;;-t, ! : -" .. Lio 1$ A· I i"O 1-AUiJ.-. --' ----,._ .. TO MLl_u.._---+~ __ f e,p;c.~ EA. ~ 1'1JU..IOW@± 111-01 TO MU.J.... + TO MLJU.., - - - - ----- C-Ot--lC. FL~ ,su,,..e.. ' :\l " _, "1 flN. fl-R, I _ _fil Fl t--J I '.::> H GR/>,.Oi=- -. ' ---+- @W-ALL 'SECTION - • ., -' :t • - CONC,, 111..T·UP PANe-' '<> -~ -To.w\ ' ' ' --~ r,.---·-r \ :x • ,n ~I •4 • . -' . . . . ·o -{-ioR 1/ " ------- = I -' .... 0 .'fl -' r-, "' I ToR N J I r -- ' ' 'N ., ,-..: ' I FF - I l ' 5ECT!ON \ ' ~ I lfl. _, ' r-f I I . I ' I -+----1 ! I , I r elllLT-UP R.OOF!NG ove.i.: { · PL-YI..IOOD ~l:aATII-JG I I ' . ' . --FLJTURI,. CEIL.ING LIN!=. (l-4,1 C.) -If} , _, ' r-, ..: ' ~~ -----tr----+--------1-, ! LeorrdM oF , . ' PA.NE:.L-j', ,..!!---------,.. ~ Gl.,A..SS W/ A.1--!0DtZ.ED \ AJ..UMINuM FIY-,ME . ' ~ ' N: .I I r-' ,. 1 ~ I , ' .. -' .... 5ECTION ' ( \ I • ' - - . . . - I I ' J _, ,f- =() ., ' \c'I N I I - -. . ' . -- I I f I ' j , ' in ... r- . . ' , ' I i ( J \_ l \ J \ J PAF<~~ .~LL. e>EYOND ,/ ; --f>UlL.1' UP ROOflNG OVl=.R. Pl..YW,;:,oo SHE.AT!NGo .. f I i ' I I ' ' I ' ' ' : ! -· ' ' I I ' J r ( ) f . ' . . . . . . . - ' I ' 1 • i r-.__lfRA~ MEM5ER PER, 5TRUcTUl<.,t,,J.,, j " . / I I I ' / ' I ;- fONC.. Fl..OOR 5LAf) ) . - ' ' . . • • . . ' ) ,, I ) ' . I • r e.LJ,l.T-UP RooF1NG OVER .,.. Pl.. '!'~COO EiHEATING .\ ~OOF ORA.IN t OVERFL.OW PRAlt.J l!!IE,"r'CN C . / _,.__ --~ -----i--• 1 ' • ' -& '··-' ' --~~ ~~-Bc-,-1 1-0M-O~F f--'lfe ~:::::=~ \-4 _, ' r- f¥'-,t-JE-l.. 5"'-~Sf..L-.:..'-1-<--..,, COHC-"-ltTe. TtL..T-UP ~ FN. FU?.._ @WALL 5ECTlOH '\ } • ,- .,. ---ALUMlHVM PoOR 5Ea ec.HeOtJL..~ • ' . -·--. ~ -. ' ., '. . . - I ' ' ' • . . ' . . ,~ T.oi,J. -,.....,,_.~ . .,. ., t{l _, r-- ··---~ . ----+ • : i ! ~! ~I ' -· r. , FIN. FL!<. • . ,I- ' ' ' I u . I • • ; . -' V. ' -2, )( JO~@ 24-'&1.c.. . re;p. E>~TUR.Al- , -~- ME.TA'-l<EGLeT-Pk1NTEP TO MA Tc.t-l AUJM '!:iJol<j=;.- fl<!ONT /r'l'P.) Cl =,i-"" PRJP NOTCH@ fA':>CI"'-PA-NEL-(T-rP.) 5-C.ONC. FA5GIAG WING WALL =,scr10N T.O.,,L ' 1nl - ' '¾ "r!-j - T.o.R. ,a.J', r Toi -· i 'l -•k:::: 1'-i @--< ~ --~~ OF -'A,i ·· t--~, FF. -. -LJ - . -5E"''...l:-~ @ A.LL S)',.Po51:aD C.ONC 5Uic.FAG-~ .- ------- ' / / (COf...lC,_ FL..-ooR e,L,Ae:, r C.ONC.. A,P!i'Oi-J 'oLOf'E. PAVING { I I I > , ·@WALL SECTION \ ARCHITECTS: WflLIAM C KROMME.NHOEI< 14. tA. C oQ.86 2 I I Copynght -<rommenhoek McKeown & Associates A I A All I-de-as, designs, and arrar¥Jements mdIR cated on these drawings are the-property of Kromme'lhoek McKeown & Associates an-dare (n1ended to be used 1n connection w 1th th Is spec 1fic project only and shall not otherwise be used for any purpose whatso- ever wJthou1 the written consent of the arcPitects There shall be r.o changes or de\11atIons from these drawings or the accompanying ®eCF1Ications without the wr11ten consent of the archi1ects CONSULTANTS: REVISIONS- % !'3 APR-IL-l"IB'!-~ ADPBJ?JM 'A 1 , -~ ,"I APf<JL.-!4S,- ,A;,DE:NDwM 1el f;l,~ . 1-W'f. cz:f.t<eafa'J ,f;\ ,i.o Af'!2.1L.-19&1--e-~ A::).'.)et--,lDU M •~ 1 PROJECT: I-a: -ct 0~ -z C.a: a: cc~ 0 u. <:( c.: -..J <( a:cn 0 <((/) . ~ C ~~lt) <C m 9cn1-u, ..I a: ~::,o <C 0.CC...J 0 ----- DRAWN, TH I ~M~ CHECKED1 TA' JM"K DATE Z.t, 1'1AFV-! ~ PROJECT NO.a 64 -1.,.4 SHEET TITLE' . BUILDING SECTION , SHEET NO. -0 0) Cl) Q C ca U) -::, 0 al ca C Cl) ... 0 :E U) ,- U) ,- C> C ·-c C ca -C. oa CD ... ::, .., u CD ... ·-.c ~ c( • c( • -■ <C ~ w 0 ::c z w ~ :E 0 a: ~ FO R RE F E R E N C E ON L Y -~~ --------. ' ' --·J ' .;:-' • .---' -- ''"" • -~--".....--...... __ 1;,,,·:,,··~ ---:i .: · · ...• _ •. : · =--=-_-.-. · -' -,-.,-_-·,,.-' '·: -· .. ·. ' -.·-. . . · ·,-•· -_ ·.-, .. · ----~ · :- -.: -LQAI> CALCULATIONS -. --, · -, _-__ -_ --_--_ ·-. _-: . :-1""~--~--:.,,.~_:..;.~:_---------,..;..---"'"'.'~_ .... -.....;~--------------------:~----~"'!"'---~-:-: ~-.;... __ :: ,--_-. ~;-~--_ 1'1\1~-~~~~==----~---------------------------------,.___-:·· .-. ~---:....~ - LfGHTIN!3 f'OllER "IBC. NECH. A/C --J,<Oll!3f: - TOTAL WATTS - 23000 SQ.FT.Ii) :DOOO SQ,FT.i> 23000 SQ. FT. o) ;;i;iooo SQ.FT •• ,Z ""'1TS PER 00. FT. l WATTS PER SQ.FT. ;I. WATTS PER SQ, FT. ·"' WATTS PER SQ. FT. ;I - __ L SQOQ WA'ITS >··. J_:,_·.aaqp WAT_TS - : 'R :.co· WAT rs J Z 7 41-,CO WATTS ARCHITECTS, WILLIAM C. KflOMMENHOEK A.I.A. C 4B62 JOHN ~-McKEOWN A. LA. C 6617 , .. , w.c ,.-t~. ~--- ( -~--\ \ _____ ...;-i--------'~---___________________________ ,;. __ '"': ______ "I,,..,,-~..;.-------------~ ' ,._,.___ . o.~ . '"": --~- -· -·:; . _.. . 1/ ':.:-,Y· . ; --:. .. .... ~ .· . ~,-,-. .',;;j(;_ " - . . .. '.·O: _,. . . -, ., "-· ·:-•-" -' : .· :, . ' -f-• _. C C;,.c , • . -4, . -;_ •'-s-' .. _ _ ·\ _-- ... ~ ~,' __ . ,; . _-. '· , >;:fS ._,, . ~~__,,..--. :~~< ,-c_V-:_· a':.'~/-!--. ... __ •:r • • • a -·. f:;:·::;-: -, ;· •·l \ ~,- ·- ' ' + + ~ 11 jj - ii ' ,, Ji ,, w f-,i " !! - '~-i ., HP,_ -TRANS": e:, ME~ ' - '' i ( i i \ I 0 ·( \ ~--- -. - \ \ ,·\ , ' \ \ • JI !.---+-=~,~----------1 = ---+--[:_-,_ --1-IF Z0 CY:._~UND TO fOUNDPqlUN S"fS5i.- MIN, 201-oH \ ,· ---- .. ' _, _, \ -· '.-- ,, ' . y -~ ' P\ ;,---. }\_ ! -. \ ... __ ' ' !-~-----. -_ r r, -';f_-~ .. . ; . . -· 3 PHASE 4 WIRE ,;,,·;; ; _.,, ,. . ·-LJGHTING FIXTURE SCHEDULE ,._,: -FIXT • -1---:._...,::;:.::;_:"'-::_:n.Rl!R.=:.:....,,,,...=....,,,-.;:,.,--,,----j WATT AGE _·"n'ff:. NAME' A /i,.;.,. c:;,.,TAt□G NO.\ MOUNTING Llfi.M:P TYPE A\ . /-' HSOSl-~7P 70 V'I f'OCE=SSED DN. l.TG, 701 ~I ~ [ZQ;.\/, ~ 70 ~eD Hf'S W/r-Rl5MATIC I.ENS , e,\ u.;HTINe <;:I..M"!OO Hpg \i ~1SQ,STI.-, .p?W 'fOOW HtG-H ~SU~ ·•_ ~ S'T'5'fSMS l~ V. _ ,too pot..E Hf'S SOOIUM l..Ti.>, - 0 2-112, 8-112, 3/ 4" C. 3/ 4" C. --,½¥--4-#12, 3/4" c. -#i'W--5-11.2. 3/ 4" C. DUPLEX CONVENIENCE OUTLET, ttORIZONTALlY MAIN SWITCHBOARD LIG~TING OR POWER PAHEl, SURFACE MOUHTEO ~AlN TELEPHONE SACKBGARD RECESSED DOWN LIGHT FIXTURE ' -!<OUNTED, • +12" U,O.N, A.F.f. 11--•■oll FLUORESCENT STA IP LIGHT FIXTURE ---e- • PAAKIHG LOT LIGHT FlXTVRE BRANCH CIRCUIT CONDUIT CONCEALED IN W~LL OR CEILIN6 -- ~ffANCtt CIRCUIT CONDijJT 60NCEALED fl PCTJ'(ICAL. CONDUIT TeL..SPHONS S'(S..,.E:J\i CON DU! T SI Ne\..e R'\-e S!Ali~H IN FLOOR OR UNDERGROUND l VICl~T'r'. _ MAP _ _ _______ _ llEC1RlCAl SPEtlfICAtJOBS , • 6ENlflAL . -' 1,- ~- ... - I • . ' MAiN7"/>.IN A MIN, Cf" 5 1 ~Hi:;;N P~L.El.lNG C,WSSl!\[G AL.I-Y'i~ UT!WT!JSS AND 11 1-'4HeN ' -~-::c. t:LE.C:RiCA :_ :LOOR _PLAN :' I \:--. ;;\;;'i',=U "';;..;;ii;.. _ _.o,,;_i _~:::;.:.,...:,,:::..~_--=_:::_=_ '--:=:...'--'>---'--"_;, ___ :_.:,,I....'. __ ----• ~---=~«--------• ---------·-•-------------•--=-~-, / /\'\_ / -- / - WfflE . ....;=---- -,, - . ---. . ---- PAIE_~ 11,..0CAT JON S. , FEEQE!a, ___ _ NAlTS ,,,. l --i~OO~-~- ~ !r pco ; -~~1-.__w::-'4 .. ..-!-1--1------"'l':€i~=~=+..: l l I ~--. ,_ "" "'00 ,.;t---+-t-t-1r1':'t"!-ill-~ ,. :---~-d---1-::@ ""-,,....-++-+:.., .. ++,., l---l-,ltitt:~!t-:tti-:=t-:=-::-::t~~~iQj- 1----------+--+--+-::J;jt:J;ji-_,·1.J\t-_~k'..-i .. u-i-1 ~-+':-,"ct-+4·+~---+---+--+ ......... -------,1 ., ,, 23 21 •• ,. 37 ,. ,_ 38 40 . . . -. =:.;-• ·-·, =-· ···--. -. --,· -·· i } ( '\ ) jU' __ " l ~-'j""=""·= (' tr=~ ~:+---'-------f . ) >'.' ' .,_ t ~ ·---,:- " -~ ' '-~_,_-<,· .-> '• :-"' • . c' . \i l_;;v ( - 11 I ..... --------¼_ ~-+---+--+-+-~, ~ ---~--· t---------"'+--+---+---+-+-+,~"""2•1 .- ✓' DESCF;i r-PT ION: ·--~ 2 L..:iE::. ' ' --,-, ' ' I ---·-t:::::::::::::t::::t:::~::::;;;~:1::t:li,~-· =~iLLI L---\~~c+--H'~~c---+-'--1-'--'-l'-------l .., J> r :,~ .___ 35 36 --•• -, I ,~ ----_-- ' ; ! I / __ .... -._ .. ,.,- J. ·:·. ' -- !I. ;{--;:::;,7 -_.,._ . ·: ... I .. ,-C --- L•-- •• ,; ' j- l-.. -• -. I •• SCG-?f. -Of •os1. -tOtlPL.Elf HECT~IC.~l S'!'STE~S Fill\.'! FJ,INtl lONAl. e-:. --CODEil: Sl.llf.E -ilF C..lUFOFli.IA 1 ITLE E sun OF C.ALIFOIHtlA TI LE 24 er,, 6f CARLSSAV ElfCT~ICAL CODE. lfilATlO"N.e.L ELEClfi'lCAL CODE, 1 llE:1 ·c, 5U9~ITULS: ·---------~ 1 • :CO~PLEH MA 1 E.FI U LS LI 5T -P. '°'iD.TEFllAL-5: A. COHDlllT: Lltltli flXTURES DISCOkHECTS 6ER~lCC EQUlP~~~T PA~ELf, Tfl:.At,·S 1--0 R,,Ef!S LlGl<T flXTURE:5 1. PVC lJ.l'tC....~HOIJR OR tJHIJ-!ERGFlaCHJND 2, ui!,H4C -Clfi FlEXIBLE ltj C-CDE PE.RIHTHO l.OCH:iONS. 3, RUHtl -.AS fl:EolUif.H f!'f C.-OOE:. e_ FITTINGS -SE.1 SCREW PE~~ISSISLE. -JAK~ [FOR FLE~IBLE CONDUJTJ PEAMl5SiBLE 1'1H:Rl0f; OUHET -PflESSED SHH; coot= SJZEC. E~Tl~tQP OU1LE1 -cis, ~BELL~ BO~ES, -!, E. ~l~JNG DEVICES: 1. SilllTC-HES 2DA, 277 VOLT, JVORY, SHCJflCATIOI-J Gfi"-DE, ii". RECEPTACLES ,?[),11, 1:?0 VOli, I\IORI" 5".ECI-FICAi]0!-1 GAIi.DE.~ 3. SPEClAl RECEFTACj._ES -AS HIO!CAHO- f-. CO'H.APU,HS: 1. 1111TERIOR -Sl<IOOT!1, l'JORY, PH[.IHl-lIC 2. EXH:FHDR -•EAJl-iEFIP'A{lO~. sni-GLE CO\IE.i<, 6. COIHllJCTCR:S -CO--F'P:ER; "TW" HULOUGH SHE 2 -ALUf4lHUl'I; ~THI" Sl2E i/!l ~ND-LMlSEf1 M. ~A~EL5 -WL APPROVED; PLUG-IN -~Q ~LDA6 CENTERS" I. DISCON.NEC"!" SWHCHES -HORSEPOll"ER fi.A"l"EO; 250 VrHi FD.Fl 120/:::>CG "VOLT; -SOil V-Dl"T FDR 277} 4B0 VD.LI; NH1A :l A rn EX HR HlR LOCA Ti OHS, J. LIG!\Tltri'I> fl){T\!~ES -PEPi--41:0..lLiftE 'SC~.EU-Ult. DTIH:i\ fl)IH1iU::f. ~AHUFACTllRERS ~AY !!IE USEil U.PilJ,1 ENGINEER'S -.,PP!Hl\lAL. .k. SALtASTE,; EHEAEiY .EFflCl'ENT, ULAf'PRO\IEO, ~lG-H p.o:n.fl. FAC-10R • L. L.-..WS -Fl:R FIXTU~;E SCHEDIILf, [ENERGY Si'i'l'ING FOFl _FLUORESCIE!liT. EJi:ECUTlOH; "· PER coon A:ND ·NECA 5-TAhOARD OF INSUll..ATIOtl.~ 1-COhOU!T SHALL BE RUW CO#CEALEO •~ERE P055IELE. IN EXPOSE □ LOCA'rlON.S, CClfflJUIT 51U.LL RUN PARALLEL -()Fl PER:PENDlCULAA TO -S.T-1'.\.IC.TUP:.E • C. CGND~CTORS: 1. TAG OR W]RE ~ARK, 2", COLOR SOD-E: PHM"f: JI F~A5f -S PHIi-Sf C t.EUTF.AL li~OUt.l!l RED 6t.ACI( HUE ti!HITE BAlEN f.ROWN CiAANG"E YH-LO"" GM'r GAEiEN O. ~PLIC:ES -SOLPE.FlLES:6 C-iHIN-ECTC-AS 'II/ITH .E U.i'ERS 0-f UF'E. lj. ·_t' -. - , ~-_ ~. C'ONTAC"ft;lf!. "iO ~ ~L.eD e;,''' ~lC J. ,. ~'I~ Ui-Jr'f _ -.-: 'rt _ •TOTAL/_ .... -, f> ',' _ 11.(}/~V, M~.~:'-=--·i..="":..-.:,"7ia"-.,AM=""'p;s"""':--_ __.___._ __ .._.-'-''-=..,...._:,,· _ __,,_-...;:i ...... .,: ""'"--➔ -~ ~Trsou-eo 1:11' 1-iw,_a,r.w~ ~ ~ nov ·--------' "~ i ,, ,: I 1_ .... --:11·.-· 1 • -,,-'·-. ,_. ~., .. ~ ... - E-. FIXf-UIH:S, Ol'iL·fTS At-1!1 EOUIPl·l:Uil SHA-Le:' BE HIST.I.Li.EO CCNP-LETE UT11 ,A-LL .PL.ASHA RI~SS, CO\lf.RPU.HS, ETC ••. TO il,5Su-RE. ·,-ccu,:iATE. fMTC:H llln SURFACE. "" -, , , _,,., •' \ . l " . • ', -~ '. .. r--· ___ _..,,,---........~-----·/ ---~-' . ' . • . 1 '-. ·-- = "·•. \ ,..-_ ., .. f ---I. - ' ~. \_ -@m~~ k2I L§Rr 't:9,e • -· a • • • ,¢ FfXJYM . ' --~ -------.:.~ . ~-. __ .,_. -' -. - -;;.. i: <..:, I.JI . F. 6~0U-=NDlaG SHALl BE COMPLETE Afdl SIU.L.L COHF-OFr:lil Hl C::llllES'°:" 6, ·i::OMf'Lf-TlOl'l FIEOtJlA"E~EHTS: ,:', 1;· ,A'Ei-BU_lll IJ'FU,i."l!ii6S .iiAf ilf:Ll:Ul"'flEO !Iii! SEPIAS. __ a. 1ES1" (;IJl,l.f'L.EtE. E.lECU1tJi.t. '5-'!'S"H.M-TO hS5-1.lR£ fRHDijM Ff.o~ "'SliOflT_S ,lti:Q 6FIOVIW:S Al"iD PF!llPE~ 6Y6TEH FUHCTIOH. '"j _, . • C . ~: j Copyright~ Krnmmenhoek iMcKeown & Asso<:fates, A.I.A. Al I ideas, designs. and arrangements indi- cated on these drawi(lgs aH! ~M property of Krommenhoek/McKaown & Associates and are intended to be used 1n connection w1t-h this specific proJect only and shall n.ot otherwise be used for any purpose whatso- ever wi~hout 1-he wf1tten consent at the architects. There sflarl be no changes or deviations from these drawings or the accompanying specifications without the written consent of the architects. CONSULTANTS, -- REVISIONS: /.. --·• r -, y . - PROJECT, l-a: -~ /--i:1 --, 0~ ,a.a: <C -z a: 0 -, LL. ; .-j -; a:cn <CC/) :E~LO 900 .... -c;:C :::> 0 a.: al ..J C,ZUN1-\ CHECKEO• DP.TE• PROJECT NO• SHEET TITLE' -..J <C 0 I ., E.L-EC~ICA.L-s:Te P' ..Ai'-1, S'i'v-8 UNE DiAG,~'v\ .- P-"~'"" 5CJ..i;:::"r>i I. =' -' ,---1; ~ ....... L-' <~~;I'., -~G. ~i>--.~~ SCHE:DUL-f;!) -DAD CAiL:..J:..A"[10NS e., ~C..,.., NO.,.ES ouilTS --'. . ---___ ..-, ---------- • <C • -• ~ "' en w ~ <C--0 0 UJ ~ °" z ~ w X: (J :i ............. ~ w· 0 :c z UJ :i: :i 0 a: ~ '' ----Ne· ~ - ' __,,-__ -"'' FO R RE F E R E N C E ON L Y ' --l >c- < --, ' I I , ~ ,_ I ' w ~-.r • . ,..,.--, .. -~ ,. ' ' ' , ' --~- -[3>-------1-I ------i--------if--------~ , I I @>~------~--'-1----o-- I ---- __ , • r--, I ---, I I L __ , • ---1 : I ~--' \ • • - • J. ---"-v------ I i B>--~----·' -~ . -1~-Hr----i-------'i--l I ' ---------------40-~ i CJ ftJ~a4_~ ~~ l ---1 L--l l--,. i '1,,d •f I I Jj'li', ~1-1.~---'_:---' T,'l"~/t..:Z).--~ I , i 8>---------□ l I I ' ' L--1 ---------t- ' -:::- • ' • • I, . • • ' ' J FLOOR PLAN ' ' ' FIXTURE SCHEDULE '11DOP tJlAIJJ. -ID 1A 1 ) > SJIAl,L BE J. R, l!III'l'II NO. 1010-Y-A D0Co CAST UON BODY lfI'l'H COIIIIINED FLAa!IING CLAIIP AllD Gu.Vil!. S'l'OP WI'l'll' ALIIIIINIJII DOHB, _, , ---- , . PRESSURE REDUCING STAT-ION -~ _, .- ' ! ' ! ' ' I' ' --- • \ -I , I ? I I j ' • . - 'c ~,~n----~ .-. '.;.~ ,._ --r -·-. ---~, -= -·;!:;• -~ --~ ~-,, ~ -~ ~ .,.. ~ ;,-➔-~ -.. -- .'_;-.FtfflfilISfi ALL t..14~, :!Ult.BliU.; "£1W,l.PV,-f1ff, -1'1M!-V&JtlA"llDl!J MD ;f. ff~lllCEI-ffC:ESBll.flY -Mt-0 J!EUBIR-ED TO-PiM!Put-U IH"fli-LL-A-L,l. PLUQ.1-"-~ ;":; $.YSTEM8 .8MUWH Dfl JH,f NA:•UG AHO/DR 15,P'E-ClFlff MEM:t1l...-AU. i APPARATGl •· UUlP.-,Uil Fllru!ISMED Mt& JfllTA!-UD ff TMf ~l:IA.tH.C ':l' JI.UST H DF JU-Ctl eIMU6lh$ ANP-OiSJH AS 'fll. B-:E ~9-M"-TE-D l.O TH"E -, J,, .. liiU11B:E-M-Eil:liBf-l'tlE IltS'f-ALUHQN AN':D ta-FIT 9JJJ-ttlll 'f-H-1: u•n,..Df .f l•t W~ MA-\UdJU •Vfl-DU. -, -~ ~~--, .. •· -WQtlJ SP~ld zi IJ'MUI-al'li'J&ldf6 AW 1££1l-,S1 • ; ~;-f#i F.OU.ffUf6 HM WI.LI. ff 'PMVIDED WH-&: ~ UCJJ-IHl:E-DF l'KE t_. ,.f EPEt:t:FJ-C:;H]-OftS. Of'EilffNB-S IH llllLLS:. Ftea,. aBQf-5-, ~UlTlll6, • i~. 4.: P-41Clt1.v& MID-f'PitM-lNG; FLASH.IN"-MO .fJNil;-L iP"Al'I-TlftG Ui Uf FUl-6HES f;·~·C:ll'tlSi'RVCT!-0:k 8f f.J!!f NU.DJNS. i;:anzM Akfl! P"AT"ltl.iNG Hi: t:tlE aw~ -~" -~ .EmAlTAUt-TlMI 'SHAU. U ~0-fflilED U.€1-EA 1lU-S: -&KHN. )t,1..-L WWlfi t_w, :f, ,mu.u &f ~INAHD 111n ft-tfi-R 'Jh-Of:t THAU Itl-ji: P-dSE Of-~ ~ ... -~ m;:,rvi; "fflf QOJIITIIUC)lQi!I NOll&ff M IAP:1-0t\' ihl.D--5AOlfflj-lY A8 !~ -~-~-flus.BI&U. M UA-11 BEA-81---J-u.tts ... U.6 -·tt\..JHl;d ei:U. e-E • .,._ ~: ~-VI 'ftM!=lJT Aff'MY.At • 1'-fi£ ~kllEtl L ----... ' ~~ ~~·-•-~ --~-5071,: : ··~-~ _--* ~ j.-ALl HM '311M..L tol!I-Pi.Y •H!lt Tiffi BiHlfftNM'll Df "COaU. -JM:MCf$ ~. !¥ 'MO UitH.AliQM ~ 1ltE L&CA-L Ge'f6'1¥.t1Ui' U\liN .JW.J-Nldimt AT~ tV~ ~ lllE U1CAH-aN Of, nif. Wffl!"li, IIIC-l.OO-ING' TIIE •u:u:A'ljtlHiS Of fil:Vl~ • > ITit.lTIES-. Jriil!il= M"Y PARU-trfl".ilU#t BOY:fAftl-Ot AIM-JU M,W!.tlii -~ ~ ;-s; d\il\1-",T,Itnoa. C ~' ~~ • • .., .... _ __.. ~--&ff~ J; :· ! .;. 1N ADDETlOff T,O TiiE 6UAt.ANTU:6 F!EIWUtED $.tEWMEM:, 11.U !WJl:K~ ~-,....;. .. ,-AlflUALB AQ-E'IM.t-J-PMENT PJUtva-Eu ~ $IS SEClJOII SiULU a£ ~-· &:llAR-Altf.,fj!I) ,ea A'4>ER:HJD ~ iii-ME YE,Ur Flit:CWT!.l: IMT-E -O'F A-U!PTA.N-t:E '·. -:;:-OF TM VOii,:: av lHE Olli!llf.fl:. -SMIWLP A~Y if;Ot.18-LE: O-f¥lUW lltFfllN6 TMU • i.-. :IIEB"Jefl DlsiE TD NFECTIYfi aM!AtERUt.S Dfl f-AVL.'R YG-iH<::MJr..td,~IP, lH!: ( ~ :~ HITIUCTfJf-~U I KNt.lJNEt.'f' M#l,l-fl .ut0ttm MPVC::l MA"farJAL .UC .h--;--EilUJH-ENT WlJHQl!T t:-DSJf Til: tlt-L 811-!tU-, Aliff! 1"{) THE SA U-il,A£il0'" ~ [ ;J 'FM: 0•1i1eR It-WI ftlCMITE:.C':. nu COll1?.At:T-OB, li)lil;ffl lttlS Gtj:AJIA-ffTE:E, ~ ; -SflA-~L -Elf REI-P-ElN-S I 8 LE f;a .At-L ILUJA6f. U AkY -PUT li'f" Uif Piifll I.SES' 'le :t:At!SED -S't' f-lWll'U-lill, liUTE!UM DR •ttfi.~l!U.P ~I .tifl:G:E-Jt Jt'H . f -iiECTll)ll • --_$ Ji. BU8N-lTTAU; ""' ~ ..;, .r. COf!-PLET-f, 8tNffl:D AIID IIIDEX£0 Sll$MHTAL rs fl£GUIRJ!D-9 .A-U JC: 1::-&WPM.UIT, FUTURH A:i;e ltA1EciUAL JO B£ IIJST.iLU:fl U5DE8 1l(l.S r-££C.llD-lil. Slili-HlTTAt,,.-si!AU &f l'JAO-E Pl'!'ltlft T~ TM-IIN'l-UUUJO• Gf I _1c;_ ....,, IIATElnAU. TIS: S.taftlHAL SilliLL ~rs:r IF IU .lOUTJ.&A-4. F ~ t-Of"JH. &UB#lTtEI) T.Q TH£ ARCH!I-~ . , 1.1, "EQU.lPNE:n 6H-LL \i!-E !UU!JiJTfED F-00 .AnlUl"Ylrt. UJH tetw.LHE'. . [= : itf:SCIUPilVE UTEflAT"UfilE -EilVlK ,t.AfilUflrST-Wtfit'i, NA:tf-E, R'UMP"lJ.0#? l a J'i.,tff IM!8YS MIO lili Of SUHUEfl • • ~ , e - ~~ -. ' --.,_--' - ' ' • ' ,"LEGEND °""'~ CIJl!H4 1'0 ~-~, ' • ' " ' ~ ... -i ... .,,:; V'fil ' '- -' - --! ; JZ.i'::,tt-lE, P<>NN ~---~ ' , ~ L. ______ .., ' / . / ' ,,,";_ . - -. - --- -. ' • • T a• --, - - ' ' ' -,,_ -' ' . - t I r • I --I . -- ) f ... • J • • • ~ --.'i. ' ·~•·· __ , __ - , r ' ,. '' _____ ... -, • • / / ' , l \ ' , / / SITE PLAN , , ' ' \ _,,.,.-. .- ' ----1 ----/ I , --- 1 \ -~---- , ltG~NERAL -N_OTES :1 ·-~-I":~---~-•---· ~.¥¥.IUMaru. ' - -- , f • .-u•,. 80·H .,,.11 SUlf-fl i1tuu ..-ui1G "Git n--e= Pt.UIU!HfS HANIS AU .W,.tfM tell TG lKE S-FOH· L-IH. FQII 1:0.11-Tlllb.lTl-WC $-U C-I ... [!. •~J li4li. YUIU-Y ALL .f'Ql.l!ll Gf t-a.llfllECll.tit$ PlltH TO uun .lU.AltOilil W MIT HJl'.l'ki '1~ flUft "9Yl-E-,E~ JtlllAL\. Pftl-tld"t Jlf;h-t.A-1~ S.UTlGI, Aftfl- •tt:llallf •Jr•t~ tUl~lfM. .... Mtffa~ 111..U:l."fUtMi M01Ut 811 j'"U.• ARE FM UFEcl'l-nc-E -DfillLY.' #M'ri!l]J.CALU YH!FY Ttl,lr;T 8:Uh.D.tllG se.,u CM H: IMTALLE-9 WiiH NGPEfl It.Pi .UG --C;-oJtflaJ"G l8 UTIMi.. PIJOft TII-Ui•t-l-1,t.UJ«. UY fl"V'C--- -J ~ . A. ::tTfl.a -IU--liilMlt:. fflOMIINlttE JttlT.IU • .t,Tih 0, ft®' -0-RAHl!i 11[1-H -~1118 Si:l:l~l)N: 0~ TNE WtNtn:. 1a1T~LL CJD£ GA JOTTCN O~TLfi AS ~ "1'tlW-.lJl;':D-. Ftd!NUN F-l.All-fNS Mi6 DMUI RECEIVli:R AS-SP1!ClP:IEtl AND ~ -lUT-lliU AS RUUil!U, UISlALL AtlO T~T~ ElihUU, ,t,i. iW.GW,M,, .... MJtl»t.ATl-C Flfl-i. 5"Ul-1.Lill6 Stt-4\1. If Pft;VlDH fOill Ail -Aft-l!illi-OF _;;....UI£ Dl':LL 8:UH&Hl:G .!'"Et. liFPA Ml. U .l:!IID Mi: Rt:IUIIAEO 8)' tffE STATE -'&a UCU. fUE AUTtlLJ111lUE.S. TttE MELL SYSTEII! SHAlL -9! DESH.-HEO SO -. lfU,:t A llAl"f-1\ HO-. RA"ft. Qf O.U 8-AUO.S P-fH -nU-ntutE i'":f"R SQUA-RE FOOT -tp 'F-LUh AfifA -CAN &.E MaU"EVE-0 IN THE MOST RU·OH :3 ,-0-£111 SQ.UARE 419oT J;li.E.A .Df THE-RI-LHll:ii. Pt..lJ&IH TEES. &HJ:U flli: STii:AH.oilCl,t,.L.'f UJC.,\t-Elwa TttiDW-kDtJT nt-E BtH-LOIHG Tl! f-A(TLJJATI .fUlUH TUAMT • -fp-Ro'l"E:KaT Sf'-III NKI-Efl !lM-•c1:1 PTEJ.i.JQ-f,l;j._, ~ :t:lllTitACTSJt-Stt,U . .l !:XE&ClSE UTIUJIJ t:AM 1'tc 4'1';(1-I"ll &AM-AGE U1 PP"Wifti-6 -tlliilfftGllOUNII IB-HCU, W-ULJlY "IERCI!ES s-Ho\U -1-E ll;EA:iti:SfEO TC t,_ac-,;·u-Ail,'f .PtM11S-~I TS tllft WlalflJ Nliil TVA T Jli 6HT aE hf T3£ M"-EA. Ylff:RE Afj; ~at6MllJN8 FAC[LllY LS E~C~NTEfif~ ,~JCh .i-.-inn S~W-fll Oft fHE PL~S-08 lU!k?: lQfj;f.l)c Ur AH1' on11HI--C@TfiAt T .-Uk~~l~ 1ttf. C~M~Rltt~Cflo SliAiL DISCOtilll~UE tME ex VATIO~ A~O ~Ui"t;U' ~ 111£ il.:flH-ECI fGi 11!1-SP"EC:lllltf, _." .;l -_-. ~- ---· / / -· • \ \ 1 , , J ' ' ' • ARCHITECTS. !MU.tAM C. KJIOMMEM40EIC 4..•.A C fi-ffi Copyrigti-t• K ::;~nnoek, Mc-Keown -& -4asoc,,ates., A. , A AJ' ideas O,e-sa"grs, arid anange-me,r,)'g,. ,lj - Cd!ed ori tnese draw,r,gs are the i,rr::c.e-1·, ::'' t<~omme,-,hoel( '¼cKe-o"Nr & AS"."0-C .ate~ ,;1r10 are 1nteridM to oe 1...sa-o ,t"I c-onrecw:..r- '#o-':h tt·,1s ~crftc pro,e:::t omy a-r,a sria · -•~· c:i,erNi-se be uNO t.or any p-ur.pose wtiau=.c -e ... e~ ,,...1tl1-out tf'e l'tlr1tt&11 consent c1 ,~e ar::ritlOCls There :!J,-ar, be no cMa.n-ge-:s ,,-- :s'°_)jiti.:;,ris. t~om ~nese -dri!-w•ra1:;1s 0• 1r>"=" .a~:::::c,moany,r,g spel.,~1cat1ans. ,;,,r,tnc.,,: ,r-ie wr,tte,.-. cn11sent of 1ne arc'i,tects CONSULTANTS, PE VISIONS -- '" PROJECT , ----------, --- CHECKED" DED , D l'1 JATE :2'e> K',!?C,l,j 64- ~ROJECT HQ· e,q--<;_4 SHEET TITI.E' Floor Plan, 'Site Plan & Schedule ---------• __ " ____ _ SHEET HO. M/P·1 -4-::, --.~- :;a--ft'.' -r"' -'.,.-,._~ "'-a J -- --< -----l ~£ -> _...,,, = , • <C , -• <t ... -- FO R RE F E R E N C E ON L Y --y---f -·- , ,--1 ----------~-------------------------------------~-------------------------------- FOOTING AND COLUMN SCHEDULE fOOilNC.. '< G0LUl1N :;,c 1-l!::0 LILE: (coN, INUl:D) WIDTH THICKNESS REINFORi:ING COLUMN BASE PLATE ANCHOR BOLTS Wli?TH THIGKW!o½ Rl:lf-lrOl".CI N6 COLUMN PLATE ANC;.IOF, OOL "f.', DES LENG,H ---DE:~. LmGTH-BASE © 3·-0· 12· 2 #4 EA a~x7/8"xo·-10" 3/4n ® " " . TS3><2 >< .1';, B II X "'?/ 4-II .x. '¼'~ -------~AY PIPE 5 STD (41 DIA ----3•-on ® 2·-s· -------12' NO STEEL PIPE 5 STD o·x1;anxo·-10" (41 3/4" DIA -----·-2•-5• ® 2•-3~ . ··-· --" -----------12' NO STEEL PIPE 5 STD 1:t.o•x7/Bnxo•-1a~ (4l 3;,4• DIA ------2•-3• . -I?.' 0 ,:ot-11'. - - - 1'2'" ,JO STEE:L --------- fc.:,.11 -·-® ------I '2 H '"0 S'TEEL ----- -----COfJT. ® _z:-eei 11 ___ 1'2' WO STEEL --------CorJ-r ;>'-"\'' -------. ----------------. (J) 1'2" 4 *t c l,.J 24" 4' COt-!C ---:_:·r_ 9 ~-- - ------ 31.011 ® -~O•-o·,, --24" t 11 11te -------- ------·-------------~•-QH 1--------------------------------- ® -40;-:-a,, --'2 4' 4*1 T,; B --- -41~0•1_ -- . 4111,t~ @ 24" ---231.01• LoNG1,-Jt,1AA FOUNDATION NOTES 0 ~ SEE: P:...AiJ FO~ LOCA.TioNS CONTINUOUS 2'-6' WIDE CONCRETE POUR STRIP, TYP (2) J4 HOOK BARS X B'-0" LONG AT a·-o· ii c .. TYP © --CONTROL JOINTS AT 24'-0" 0 C EA WAY MAXIMUM (.) 3 1/2' MIN CONCRETE FLOOR SLAB W/ 6x6 -W1 4xW1_4 WELDED WIRE MESH 0 Ca')) 0 © © ® @ GE:W E:F<.AL _ __f_O!J_N _Q_t>. :-;-: 0N .. L)OJ E <; I. Ff.l:'.lf'. 1'.J T\lE CON'Tf<.ACTOF'. F'.E.~LJf:S-TiNG A '3UIL-OitJG r::c:PAF.T 1'-1El'IT fQUr-JC::A 7' 10t.J iNSf'li:Cf ION, Till:: SOILS ENGH✓ E-Ef'. SHALL ADVISE ,rlE:. BJILO•NG OF'f'ICIAL.. IN WF''11!NG 'THA"T. I. THE e-tll LV!t-lG f'A_O \JAC, cl',Ef'AF'.E O IN ACCO 1',C"A NC f: WITll ~HE- SOI l.S F,Ef'()f>1'• '2 THE:-UT,U'T'f T"'E:NC!-iE.5 fit.VE: eEE~ f'l',Of'E:.f',L'f E',ACt(fJLLE:D Af~i? COMl'ACT eP AtlO: . , !;>. 'THE: FOtJf-10'.>.TION EX.c:AVA110tJ$, FOF',M1WG AND PE:INfOf',C.f'.MEt-.Ji COM PL'( W 1TH T~E: SOIL.';, f(ef'Of'. T Al-JD Al'Pf'.OVE:D f'L .. ,A.JJ. ® ® • - ~ 168'-0" 24'-0' 24'-0" . 24'-0' . 24 ·-a" • © • 0 I . {D ~ ® . . 0 I "' ® © ;., • 0 • • I -a, (\J -. --- -------~-. --- ---------~- ----------~-------1---~---- NOTE.: 1-SE:E. ,:,,/5 3. I 1"01", FOOTIN6 Def'THS. - - • I ® 0 ® • 24'-0' 24'-0" 24'-0' 1{10~ I I-'-=' r--f +" ' ~1=!----4\: -~ : 5 · • S?, I • 0 I "' "' . 0 I . 0 l ' : r--IO ~'-::.:-c_~-r:-: __ :-:, __ :; __ ,fa.,,:at-.\_:-::~-:'_-1_~-::.._,----:-l..·•.lf--.._®-s-_-+-----1------+ ----<-i=='-----·-·t-------t------+-~•c.__ __ -j------+-t-----=--11 ':! fZ\, @ ~rll. ----.-•Q' T1f ® ® .,. -0 I 0 " ' . 0 ~-' 0 " - 0 I (±) ~1----© TYP ,\ V G • 0 I - 0 ., • 0 fa>~ - • 0 ' 0);., ..... • {D I • . r-- -- • 0 I -" "' ..... -..... -- • 0 I . 0 .,. . 0 I . ® 0 " ,-- • 0 I -0 (\! Q) . 0 I . "' N 0 •+-- - 0 - . <D ..... FOUNDATION PLAN SCALE 1/16' = 1'-0" ' ~ - TYP 1 ---- -0 I "' "' . i ' ' - 0'-qll 4) 4-DIA --~ - --··-. ---•·--· ' --;........_. __ £'.S>EE:-PLAN FOR. LOC.ATJONS ~ - ' ® ® (8'> -•@T'(f . --- f I I ' I . l ROOF FRAMING NOTES © AT SUBPURLINS USE SIMPSON PAR STRAPS & (5] N45A FASTENERS@ 4B' OC - (2) AT PURLINS USE SIMPSON PAT-23 o/ (3] 1/2" DIA MACHINE BOLTS@ a·-o· QC (EA PURLINI © HINGE CONNECTOR SIMPSON HCCT5-6 @ Llt-OcS 3. 6, (.) HINGE CONNECTOR SIMPSON HC5-8 @ LINES 2, 4, & 5 0 ROOF SHEATHING 1/2" STRUCT I PLYWOOD WITH 100 NAILS PER NAILING DIAPHRAGM PLAN. Cs) SUBPURLINS SPANNING MORE THAN s·-o· TO BE 3x4 OF/L 12@ 24' OC 0 SUBPURLINS TO BE 2x4 DF/L #2@ 24' DC UNLESS NOTED OTHERWISE @ SUBPURLIN HANGERS TO BE SIMPSON "F" SE'RIES © PUALIN HANGERS TO SE SIMPSON ~~NP~ SERIES. ® ELEVATIONS 51,0WN ARE TOP OF BEAM OR LEDGER. ([Tu HSiGo EA SIDE 'Of BEAi'! A1 JOINT r FRAMING SCHEDULE DES SIZE MATER CAMBER 81 5 1/8 .x 24 2.182" 1100' 82 5 1/8 > 24 2 182" !100' 83 5 1/8 X 24 2 102· 1100' 64 5 1/8 X 12 750" 80-0' 85 5 1/8 X 15 1 080" 800' 86 5 1/8 X 19 1/2 1 707'' 900' B7 5 1/8 X 22 1/2 2 667~ 900' BB 5 1/8 X 16 1/2 :1 -470 • 800' Pi 4x14 DF/L #! -------- P2 +x 1'2. DF/L "'I - NOTE:-: f:OOf fRAMI~ Ut-.lOE;.P-ME:CHA.tJICAL UNIT? !'? A~ FOLLOW'?; f'Uft..LI fJS: 4x 1c; DFL,/11'1 $Ul:!>-FUP,L.IN!:=> : Zx4 t?FL/,1a11 f"> '<!4"oG / , ,J -- \ ; ' I I @, P2 ' _,------13-F,AO:E 'TO f:OOF .,,. 2 . ' y-· ::_1/ ,,,., 101) 4 I ' Pl ffll I ----~---I "' -,-IL -- Pl 7 ' I ---«v ---- Pl I tt -ill Pl EI--JLARGED PLAN 1/b" "' l'-O'' ~ 1k' ST, J: F'..'(WO S~AGGE:f'l:D l..'::'."10~ NA.IL'i 2'k,"q:.. L&DGE-P. ~ "'~F'-~1t-.lS 4" "" BEAM '7 j , tJ El I"..: F' l , NS ©1,i' 5T 1 f'\..Y¼lt:' NOf STAG::;!cf'.S(:; !Od fJAI :...s G" oc. ALL Ei?GE-,, f-..lAILl~G foR :e,~,. e,~ r WLU~18 AT /I'- ~ ' . I , ® ® 0 ® ® ® ,. ® ® © ® ® ® • N ..... ..... ,n ~"-.. . 0 ..... I "' . ..... (0 I ~ . ID . ' -0 . I ..... ~ I . " (0 ' . a, ..... ..... • I 0 - I a, . 0 "" ., "' w u <( 11- -"' 10 • <D " "' <-- • -I 0 0 I . 0 .. . 10 ..._ - ~ I -"' r--,,-- • . (D -.._ ..... . I 0 - I m -0 ,., .. "' w 0 <( 0. U) Cl -• .,. • ..... 0 "' I .. . I 0 . ru ID,__ . ' "' ..._ -"' , .. -• 24'-0" ' (13\/14\ ','.'>3 v',?3.~,T \ 18'--i 112• \.-, I I ' I I '- -<D - ~ - 1r-.1 112· /j2\ ~c,.JJ -- 8 /16\ N "' ~ '®' -/ I;;)' .. 18'-0 112" I - -.. 11- .. "' m .. .. 17'-2 112· ' -I ~~,-.., m 5 J XI> 1v\lX : • \ ••·-o • ,,. ' 168'-Q" -· --. -. • 24'-0" 24'-0" 24'-0" 24'-0" 24'-0" 24'-0" ra, Lls!Tf:L II S3j) ' 20. _; 1/2" ~ I ~ 1.9'-9 112· .© f------·-It , I \ • I I 'y'f'_ I'-I f-'=>EE. E:f-lLl>.KG ~D I I PLAN TH IS- © ' 1-6'-B 1/2' ~-I SH E:l::1 -I . I 0 ✓ I I I ..-I L/7,? \ ( ·, I l !S'-i i/2'/ I - \S3.I) 19'-(.; f/2 ~ "' I I I ~TYP "' -'--....... _._,,. ~-----10 1 HSM>-r. 1------ -', ' ' -<D ID ; m m m ( I '\I 1 I I ® 'fj / ,Yn\ ID I -ID · .. s I) r/5"-. ~_:,_?.. 0 1--© 4 4 ~ 'eY' '(p_ . ~!±lt'/GE ] ~-~ 0 .,_ _____ .. -;... -----'(5\ I ---. , ,c 'l 'i.1 I r'f w 0 -4Cl'-A -=t/4 do• 40'-'.., . , __ "'-:...; ,_,,J 1-... 1 e.... " 18"-0'" 1B'-8'" 20•-,4 •~~ 113\ 111-,-17· ' I .;--:l, /> .s3.1) l'l'F ~I,./ --... , 0 ,.___....· u19•-1 1/2" . ' , I ' H' 2 112 .. 0 i ' I I . ® " \ "' a, .. (\J Y/1\ r-" ~ 9 ~ ,. 12.-m "' m ~ ~~t-HINGE CD T'ff m . LINE 0 -:18'-6" tB'-9 1/2" . 19'-2" ,n • -R I " ,-, ~ • I 19'-0 i/2' 18'-6 112· 18"-0 i/2" ~ / -/ v· ~ ~ l-~ 0 (\53~2 ~l>l'T Ti'F. L --.. -.. .. a. a. a. 11-a. 11-- i/2l ? . -ID "' "' "' "' " "' m m m 10 m ' -f"p . -½~~-, ( -u1·-o~ 1a·-e· 18'-'1' I ' 1,g·-0-18'-6" 1s·-o· 47'-2 112~ ---V •• • 10, '0 /'[;~ \ C /'2.!>~-1-) JEP~ .., ~~ .,,111 .., .. '~,._1, 5 ll-1 .. s~::Y m ID ',,S3 !,/ m m ..... ✓-I r ' . ,.. ' . ., 1a·-o 1/2" \ 18'4' !/2' ;-19'-0 i/2" '"0 '-B 112" fl I\ eo·-o 1}2· 19'-4 i/2~ \10·-e :112· • --~ ~ ROOF FRAMING PLAN SCALE 1/16" = 1 '-0" ARCHITECTS: WILLIAM C KROMMENHOEK A I A C 4 862 JOHN WI Md(EOWN A I I&.. C 6617 Copyright~ K:rommen-hoek McKeown & Associates, A I A All ideas, designs, and arrangem-ents mdi~ cated ori 1hese drawings are the property of Krommenhoek McKeawn & Assoctates and are intended to b-e use-d in connecti □f1 w 1th th 1s spec1f1c proJect only an-d shall not otherwise be used for any purpose whatso- ever without the writ1en consent of th-e a--ct11tects There shall be no changes or dev1at,ans from these drawmgs or the accompanyrng spec1f1cations w1tho-ut the written co11sent ofirie archJtects CONSULTANTS: I ' ' '' ' I , I J REVISIONS ;' ' t~ i ~, :.. ~-, :; -T -~~_vb DPT & 8/!G/l,4 PROJECT DRAWN: CHECKED· l. DATE: 2 6 '-'.Ai<C;-{ 84- PROJECT NQ, !3-"" ·LJ""r SHEE"f TlnE· \ ' DB <C -z a: 0 LL -..J <C 0 ... C <C m u, ..J a: <C 0 poU iJ t;,A; ro N PLA"' f<,c.>Cif f!<AM IN§, PLA\.J _ SHEET NO. S-1 " I .--..u:.~~<~ ------ 0 9'"' r,,. " • co ..... N ~-I JD.~ Ii ..: i ~ 0 ,... ,... N a, C'CI ·-C .. 0 -·--C'CI 0 ~ 0 C') Cl) ·-Ci C C'CI ti) -"0 .. C'CI > Cl) -:::, 0 m C'CI C G> .. 0 :E LO ,... LO ,... C) C ·-C C a, -a.. ~ Cl) ~ ::s ... u Cl) ... ·-.c C.) ~ <C • <C • -• <C en w ~ -u 0 en ~ ~ z ~ w ~ 0 :E ~ w 0 :c z w ~ -~ I FO R RE F E R E N C E ON L Y -. ---'--•_ .... ·jtji~~ ' 0 I "' ru ' 0 ~ I . ... ~ • ru I . r-- ' OJ Q) ® 1 2 ,,........., 1 ~ 48'-0" y I 47'-9" 3' ' ' C.L. JOINT-• 18'-1 1/2" 18 '-6 1/2" 18'-6 1/2' ' / T. 0 .L. T.O.B. ' I .U.L \[ . C~ CHORD STEEL -.•.•.-...-.-.-... -. -.-.-.. . .,. ·-.. ---· -.. ,., ....................... -. ---.-. ........ -.. ------ J.ARCH:·~--... .. , Jif0s1v, ,L_~ I ·------' . ® INDENT ~I,"'\ fl!j)· 0 ] BEYOND -/ '. :, •: --· . . . ' ' ...... -·---. ,. -. -· I ,, I -\ , . . /ff\ \ -~ V c--: I~ : : >>2-SIM ~' • - ; , ~-- --. _f,ti... fl.fl . ---·-... • ---BRACE iO f<,OOf r'Ef'.. 0 E''fAIL. lfi,4-. i'i'f' G> ALL Lit-JTeLS 0 -- ' I ' I ' -- ) ® 21'-5 1/4" ® 4 -5 1/ " 17'-0' 19'9 112' . T O.L. \ --... 18'-1 1/2" I ~ / I ,0.1 .. 0 ... I CHORD . .• • ,• If) ,. STEEL 0 ,. ,. ~ ::..---------.,_, ...... ._.,_ ________ ,.__ I •' •' . •' ... • •' ~ . •: OJ (\J •' I " : :.....-PAN EL -•' ru ,. BEYOND [\J r--•' •' I . -.--.-.. -........ . ---.... --... ---·-·-·-r·--·--r--• • ~ 0 ..,. 1 1/4" 0 I THICK ~ . I ' '1) -\_ . <D UN. _f~R-,-. ....... . ---. l ' 16'-0" l 5'-5l114• .. .. ® 2 3/4" 24·-o· 0 24'-0' ® 13'-0" I s1·-2 3/4' ' ' I 26'-0" ' _,-<:L JOINT 35'-2 3/4' I I I ' I l II ' T 0 L. T.O.B T 0 B ~1YF Jln (IQ'-~µ • • 0 '•'o2}J 0 " C -. ·-·--•-· ... -. ., ·-" I .-.. -· ·--·-· -· . •.· . ---.-.--·--. --·-·-·----.-.----·-------. -_._._._ .. • --·--·-·-----·-. _. ---' . . "' .. " 0 ,, ARCH'L 0 ~11 1/4" ~ ·----=----:-i INDENTS] , 5 THICK~ ~ -' ' ~, I "' ..... ,, .. ., ......... , , ...... --· ~ ....... , . . + ••• -~' . -,-:~ \ I • ~ ' ru ": $" 'l. 5!1'1 2·-0~ 0 I ' :,, ~'Z.' ~ . . : ~ I r--: • -_FJti. .flfl. <D " . ~-:-. ---. -. -----. ----. ---. ---~ -.... - 24'-0" 26'-8" -- -11 • o· ® ® 5'-5 11," . 1.0.L ' 4'-11.j,--1:.:./..=2_'--..i,5 3/4' Cl _...., JOINT-I-_...- . ., I . ru "' . (0 r -. ... ' . <Il . 0 . ., 0 I " . I r--- f. F_. _ r--- • . (D I . "' "' . 0 " I . ... " ,....----. 0 " I . .... ' "'--.. ® r ,. ' ' ' '-11 1/ 4: THICK ·.~, •• · .. -. --- 1 .. 5'-6 - © 25'-5 1/2" ® I' ,1 II r~ ,so_y ' ""'""''· ,_,.,, .. , .. ' ' )-. ARCH' L INDENTS BEYOND ' ., ,k--i! 0 . 0 " ,~~.L I .._/ . r-- -r ----. -. --l s · -5 ' 3/4" 1/ 4" l >\5'-5 1/2" T,y ' .. I <D ® 5'-5 11,· 4'-11 1/2" ' I 5 3/4, I Cl JOINT-+-,.,.--1 .. . .. "' ,_ . 0 . "' 0 I -. I r--. f-'-F __ ,-.. - (I) I 5 1/2' 24 · o· -® 40'-5 1/2' ® ·® 5 1/2" -lil'-------=2.::.4_' -_,0'-"-------,1- 24' -5 1/2' ® ® ® 8B'-0" ® Q) • CD I OJ OJ 24'-5 1/2' ,- . 0 -' S,M ... :~ 0 6{~ -:;cJ : "Y.1/ ' I I' -:i..... . .! rfi'\ a \ : ,./ : ----' -::: ':'i~ 'l/ : "' I . \ : ,-.. ~ . -. _fJtL .FLB --. ---' --<Il ® 0 36'-0" . <D I ru "' • 0 -I . .. - ' 0 -I . r-- 5'-5 13'-0" 0 (ilf\, ~ Ji& . (0 / . ,~ ~ il ~I I '14-' 2'-0' ... THr,7 I . <D ---. . ----. 1/ 4" 9'-6 3/4" 15'-0" ® 34'-2 3/4' 27'-5 1/2' ' . 5 1/2" : i 1y . ®, : i l . ' 11h I : I/ ':--. ,-=--,.i.1 .,,_ ... _:__7 ---. -. -. -. -----' . 25'-5 1/2' ® 168' 0' - - 0 " SIt1 , ~~·dj ~ ~-\ i • '-.--------+-----............ . . ' . : / "\. __.. -.....:j " (\J I . r-- ; ~ . ___ F_Ili_ .FI.B ____ . _ ~ j =:t • "' 0 ® 51 '-6 1/2' I / • ' ' 'J _., 20' 2 ! '-5 1/ ' 3/4" . 4'-11 1/2" Cl r---.......__+-JOINT .-. " " 4) Ff • • a, .. I I . . r--a, . co <ry 0 SIMILAR 3/4" / ( I ' ' ' ' 26'-0" • "' I "' "' - • 0 -I . " - • 0 -I . ,-. + -..,_. .. .. .... • ~IIY.i' H1K7 . .,._ . 5'-5 1/ CD 16'-0' .. " • • • + - ~ ----·-·-· ---·----.-.·.- ' .,. I . <D . . - " 12'-6 18'-0" . 39'-0" /jO\ 's,.v r,p_ ' J. .. --... ··"'-~-....... ---,,.,_ -· ------·--· .. . -..................... 2'-0" 1) -.L .. \ I ·••.• ~ '-"v"f'. I 53 'I., I -C 1° ") r '·.J ,, -__ ,, . ---. -. -. -. -. ---. .. --· 3/4" 35'-0" ® -.. -.. . l , - I . '( -/--- . i 11 '-0" ,---Cl ·-· .-.·.·.·. ••• + ···---.. 2' -0 II <(y 2'-0" ft ,1-' " " .. .. -..... _ ''1'<' } - , ·V ------. -. -. - 15'-0' f osr,,:..1 L-1 /~ ~ T"F' r.. EK.XCE:: ,D f' :X)f t:;f'., ALL Lltl1Ec.... FAIJ:::l.5', 0 47'-6" . -~ - 22'-0" JOINT-TYP ' •••• + .. . . . ---. . .. ... {, I ~ I<',-;',., ,.,, __ -· -. --,-·--. -. - 20'-0" ® 19'-4 1/2' 20'-0 1/2' 19'-6 112' CL JOINT--TYP. 3' 23'-3" ' • 0 -J . " ~ ' ,-..- ' (\J I r-- ' OJ . Ill I 0 ru 18'-0 1/2" / T.OL -... ... -·--.. --·-.- 5·-5 1/4' ' I 7""" ... ... ............... ' " 1/-4~ THJC~- -.L 5 3/4' . " " I . If) ~ • OJ ~ ' " I . OJ . ---. --- 24'-0' 8'-5 1/2' ·-u 3;4• CL JOIN ~ E1til ELB . .. ' "' 0 -I . "' " . . -- / T.O B. I' 18' 8 1/2" I .,,.--T a B r - CL.LI \ I 2 " --\ ,,-· =-, ... ... \ I ~ . .. --.. .. . .. . •. .. .. -.. ---. ---.................... ····-· .. -·-. ·-.. ,....~..__ } (.,},'-:\ I ~ \ ' \ ' Q ·so-, S'?. ·rr. ~ > Li_ ">',' I I< Ir-2 i!!>RI>.~ f'el', 1/<A- ",, .. -. ·-· -·-·-·-_._._._._._ ---~------.-------·-·--.-.-. ----....... -. ~ ' I :} ~ ~ ,t-? • 0 I j:') 2,: , " I ~ -. l r-- ------. -----_,_ -r·-. ---. . -. . . - l 12 '-0" '12 '-0" 24'-2 3/4" ' 8'-5 Q) 1/2" 7·-11 3/4' 5 3/4" ~ G LATE : ; Q) . ~ "' ' I "" . I "' I " . 5 3/4'~~ 1t4' JOIN "' " • .£ I]>I e..fl_,R_ "' : I __,,,_ .... 'I,--~-~] . 1lJ I -------------------- 0 L / T 0 / ' "' ~ 1.1....Ll I -I . ,-. . ~ . . ~J • 0) I . "' ~ . -. ---------------. 47'-6 1/2" IS\ • "..,31 ·- 26'-0" . 0 ~ I . r-- -, -, -. -, = "' 19\ \el' -------- 8 . -19' 0 112· 18' 6 1/2" 1/2" " 18'-0 I .U L \ T.O B - ~ I u.L ' \ 2' = " ' ~ ... -,,. .............. -... ~ ...... ~~ ... -.-.-.-·-·--·----..... ~ -.. . .. .,,_. --·. + ~ ··-···--·-.--~--- '--.....L3 -~~~. -~--.. ·---.. ·"-"-"•" _),-""'-" ..... \ ,-~ @}_ . #7 TOP & BOTTOM. 3'-0' 20'-0" PANEL #23 r+ --r:r-... -.. -·-.. _._._._ ... -.-.--_._ ... _ -·--.-. -·-·-·----. --.-.-----.-.--·.· -. -. --·---·-... -·-....... ._._._ ................. ' ~ ~ /5\ I X I . I .. '<:._,1.J l I . l I r-- F.ltL .FLR_ . ' . ---. ---. -. r --. . -I. -. . . - Trf . I. ~ -' l ... -48'-2 3/4' " . ' Q) ® ® - 148' 0' - 40'-0" 40'-0" 1R'-O 4 '2" <7'-:> 1/:>' 1¥'-0 j /2" / I .O,L. _.,/T.O.L / " /-0 L • • • ' -.. -. . -_, •• -+ + ••• ~ -·.·. ·-~· -. ·-~· -............ _..,,_. ________ ------.. ........... . . .. ---.. . ······-·-@· ....... . ·.-. ... ~--..... ,.. -.-...... _ --·· .-.------·-·. ---.----·--,,.-- IP ?. S3 TYf. TTF .. ,., .. ,Z<,'. ,,, •• ',,., ·-·--'~,,, ... , .. '. ,,, .. -... '. ,-' .. _.,_. ---•. --_,. --_.,_ '., ,.,.,_,_,~ • • •••••<•I IO<•< 0 --. ~--· ... , .... --· ...... ,,. .. ,., ... -, .... --' . " -, ~ ~ I _t • --. -. . -----. , . . -. . -. . ------ ' _., TYPICAL WALL STEEL PANEL WALL WALL VERTICAL HORIZONTAL CHORD REMARKS NUMBER LINE THICKNESS STEEL STEEL STEEL 1 -30 -----• ,ll4 !l 16 1/2" DC #3 @ 16 1/2" QC -#: 1 . 31 -33 -----• #3 !' 16 1/2" oc #3 ~ 16 1/2' oc ----- ,, • NOTE: PANELS ARE TYPICALLY 5 1/2" THICK EXCEPT WHERE SHOWN OTHERWISE ON WALL ELEVATIONS. ---------·-· -------------~----------- 1 ' -23'-3" 3" F4x6 PLATE " 11 " ,.. -tr-CHORD STL ---.,.. -,,_ . ~~ . ... .,. I ' " ' .. .,. "' "' " " 1. "' 01 0 "' . -I " ~ "' -I . IT I I . Ol CD . Ol ri Ol ~ I~ -- . • a, _ _ Flt-! __fl,R_ "' ---. 5• 11 1/2" .. 13'-9 1/2' s·-o· 13'-9 1/2" 5'-11 1/2' ® © ® 40 '-0" 28'-0" . CL JOINT--TYP . , '7 '_, • /?' 1A'-1 1/~" . /1.0.L T O.L \ r • • . '. , 0 \ " " [A~CH' l .... ---· -··----. -. --• •• + + ------. .. ' T • . CHORD '2..\ 0 " . . STEEL -~-~~ , J,3;..,1YF " -'ti-<:::. ~ I . < "' I Li u --- INDENTS] ,.,,._.,,_,n ____ ., ,.,, ., ,---,,., .... ' -·-" ··-------r·. -• ~ . F:.HL .Fl..R_ --- l'ANE~ NO. 1, 3, 5, B, ! 1 19, 20 23, 25. 26 2. 6, 9. 10, 12 14, 16. 18 27. 28. 29, 30 @~' .,._ I -1'-"-· / 1 . ' .:: . ---. -. -. -. f--. 12'-6" ., ' L.... . €> 0 -' . r---. ----- 12'-6" 10·-o C) Bf'ACE TO f'. OF' AS .:>e1AI\_ I /5'1- 1/4 a a " 0 I 1rl"--~ . I 00 . ✓ r-- ------ 3/4"5 '-5 I/ ., r, .-I\ LEDGER SCHEDULE LEDGER BOLTIN6 REMARKS SIZE 4 X 6 3/4" DIA BOLTS @ 48" DC AT ALL SUB-PURLIN TO WALL CONN 4 X 6 3/4' DIA BOLTS @ 48" OG AT ALL SUB-PURLIN TO WALL CONN .4 X 10 SEE DETAIL 4/53 2 4 X 10 SEE DETAIL 4/53 2 AT ALL PURLIN TO WALL CONN 4 X 10 SEE DETAIL 4/S3 2 AT ALL PURLJN TO WALL CONN ---------------·--·- -----1 . <D ' . "' "' 1 I ' , i j ARCHITECTS. WILUA-..i C KROMMENHOEK A ! A C 4862 JOHN M McKEOYll'N A I A C 6617 Copyright Krnmmenhoek McKeown & Associates, A I A All ideas des,gns, and arrangemerits rnd1- catecl on these drawings are the property of Krommenhoek McKeown & Associates and are mten.ded to be used m connection with this spec1f1c proJect only and shall r1ot otherwise be used for any purpose whatso- ever without the written consent of the architects There shall be no changes or dev1atfons from these drawings or the accompa-Aying spec1hcat1ons w11hout the written consent of the architects CONSULTANTS· REVISIONS ' ' ' ,.,..-' '. ~"' PFT 11Aff,B4- PROJECT ORAWN, CHECKED' PROJECT NQ, 5+. u>"r SHEET TITLE' SHEET NO. ·s-2 <( -z a: 0 u.. -..J <( 0 ... C <( m (/) ..J a: <( 0 =~-- 0 I •-r -. ,... C ., ,... • l I tn r ,... i. C\l { -~ er. I .... -co l' ......-( • I -4) i,.;. I 0 ,... ,... N a, co ·-C ... ,2 ·--C'O u ~ 0 en Cl) ·-C C "' UJ -"O .. C'O > G) -::I 0 m ffl C Cl) .. 0 :E ' -~ \ ■ <C ■ -■ <C " en w ~ -u 0 en en < ca z == 0 w ~ (,) :E • ~ w 0 J: z w ~ . :E 0 a: ~ /: A' ,£' FO R RE F E R E N C E ON L Y • - ,.. f--------- NOTES SPECIFICATIONS GENERAL CONDITIONS 1. CONTRACTOR SHALL VERIFY CONDITIONS ANO DIMENSIONS AT SITE BEFORE STARTING WORK AND NOTIFY THE ENGINEER OF ANY DISC ANCIES OR INCONSISTENCIES FOUND. 2. WORK AND MATERIALS INCLUDED IN THIS PROJECT SHALL BE IN ACCORDANCE WITH LATEST REGULATIONS OF LEGALLY CONSTITUTED PUBLIC AJTHORITIES HAVING JURISDICTION AND WITH RULES OF UTILITY COMPANIES FURNISHING SERVICES TKE PLANS ANO SPECI- FICATIONS SHALL NOT BE CONSTRUED AS PERMITTING WORK NOT IN CONFORMANCE WITH REQUIREMENTS 3. GENERAL CONTRACTORS ANO SUBCONTRACTORS SHALL ARRANGE. SECURE. ANO PAY FOR PERMITS ANO INSPECTIONS AS REQUIRED UNLESS OTHERWISE PROVIDED BY OWNER 4 WHERE REQUIRED CONSTRUCTION DETAILS ARE NOT SHOWN OR NOTED ON THESE PLANS THE CONTRACTOR SHALL NOTIFY THE ENGINEER AND THE ENGINEER SHALL PROVIDE SUFFICIENT DETAILS FOR THE WORK TO PROCEED . 5. MANUFACTURER'S SUGGESTED INSTALLATION METHODS AND SPECIFICATIONS SHALL BE FOLLOWED EXCEPT WHERE SPECIFICALLY NOTED OTHERWISE 6A. UTILITIES EXISTING OR TEMPORARY SHALL BE LOCATED ANO MARKED TO AVOID DAMAGE OR PERSONAL INJURY 68. PROVIDE ALL TEMPORARY UTILITIES REQUIRED DURING CONSTRUCTION 7. ND SUBSTITUTIONS SHALL BE MADE WITHOUT CONSENT OF THE ENGINEER 8. THE PROJECT AREA AND BUILDING SITE SHALL BE MAINTAINED IN A SAFE CONDITION •REE FROM THE ACCUMULATION OF DEBRIS AND SCRAP MATERIAL , 9 Ab].. WORK SHALL BE CONDUCTED IN A SAFE ANO ORDERLY WAY 10 QUALITY AND CRAFTSMANSHIP OF WORK IS SUBJECT TO APPROVALOF THE OWNER il\ GRADING AND EARTHWORK. 1. ALL GRADING AND EARTHWORK SHALL BE PERFORMED IN COMPLIANCE WITH LOCAL GRADING CODES AND ORDINANCES 2. REFER TO SOILS REPORT AND GRADING PLAN FDR SPECIFIC GRADING ANO EARTHWORK REQUIREMENTS 3. REFER TO SEPARATE GRADING PLAN IBY OTHERS) FOR SITE DRAINAGE AND ASPHALTIC CONCRETE PAVING. FOUNDATION AND UNDERFLOOR 1 SOIL BEARING PRESSURE 3500 f'Sf 2 FOOTINGS SHALL EXTEND AS DETAILED BELOW FINISH GRADE OR NATURAL GRADE, WHICHEVER IS LOWER 3 4 5 WOOD AN □£~~~~ SEPAAAT10N FOUNDATIONS SUPPORTING ~00D SHAll. EXTEND 6' l<IINIMU!-1 AilOVE ADJACENT FI NISH GRADE PROVIDE 18" CLEARANCE UNDER WOOD JOISTS AND 12" CLEARANCE UNDER WOOD GIRDERS ANCHOR BOLTS AND FOOTING SILLS FOOTING SILLS SHALL HAVE FULL BEARING ON THE FOOTING WALL OR MORTAR BED AND SHALL BE BOLTED TD THE FOUNDATION AS DETAILED BUT WITH MINIMUM OF 5/8" X !O" BOLTS EMBEDDED 7" MINIMUM INTO CONCRETE BOLTS SHALL BE SPACED AS SHOWN ON THE PLANS. AND NOT OVER 12" FROM CUT END OF SILLS POWER ACTUATED ANCHORS MAY BE USED aHERE SPECIFICALLY APPROVED ANO SHALL BE "RAMSET" ND 3330 OR APPROVED EQUAL WITH SPACING AS SHOWN ALL ANCHOR BOLTS AND HOLDDDWNS TO BE TIED IN PLACE PRIOR TO FOUNOATJON INSPECTION -G? '::;C'li.-';-f<. e~ ~-{ -cz. oe,.1:,p.,1 ,. F'AIE:F\ f" A.S~a:.. PSE,FT NO. 'c !!> · ?,&-5<,,5')> "! .-lAP.84- CONCRETE / 1 CONCRETE SHALL PAVE THE FOLLOWING 28 DAY MI~IMUM COMPRESSIVE STRENUTH A FOOTI~BS AND SLAB ON GRADE 2000 PSI 2 CEMENT SHALL CONFORM TO ASTM C150 I DR Il 3 PRIOR TO PLACING CONCRETE. CHECK oITH ALL TRADES TO INSURE PROPER PLACEMENT OF ALL OPENINGS. SLEE'/ES. CURBS. CONDUITS. ETC 4 PRIOR TO PLACING CONCRETE. REINFORCING ANO EMBEDDED ITEMS SHALL BE WELL SECURED IN POSJOJON 5 FLOOR HARDENER. LAPIOOLITH OF SDNNEBQqN BUILDING PRODUCTS. INC OR EGUAL WHERE NOTED ON PLAN 6. CURING CO~PO~ND ASTM C-309-74. LIGUID MEMBRANE FORMING. WITH FUG!TIVE DYE FDR IDENTIFICATION EQUAL TOW J BURKE CO, REl-X COMPOUND SHALL BE COMPATIBLE WITH FJNISH TO SE APPLIED THERETO CURING COMPOUND AND AREAS RECEIVING-TT SHALL BE APPROVEO BY THE ENGINEER . 7 MAXIMUM SLUMP A 4" FOR FOUNDATION AND SLABS B 2' FOR PAVEMENT. CURBS B CONCRETE SHALL BE DESIGNED BY AN APPROVED LAB F[)fl THE STRENGTH REQUIRED MlX DESIGN TO BE SUBMITTED TO THE ENGINEERS 9 CONCRETE SLABS SLABS ON GRADE SHALL BE 3 1/2" MINIMU~ THICKNESS INTERIOR SLABS SHALL BE PLACED OVER A MEMBRANE AS SPECIFIED BY THE SOILS ENGINEER STEEL TRDWL INTERIOR SLABS LIGHT BROOM EXTERIOR SLABS UNLESS OTHERWISE NOTED. SCORE DR PROVIDE EXPANSION JOINTS AS DETAILED AT 16' 0 C PLUS OR MINUS DR AS NOTED ON PLAN 10. ALL CONCRETE SHALL BE MIXED. PLACED AND CURE~ IN ACCORDANCE WITH THE LATEST ~INIMUM REQUIREMENTS OF THE AMERICAN CONCRETE INSTITUTE 11 CONTINUOUS INSPECTION IS REQUIRED FOR ALL CONCRETE WALL CONSTRUCTION 12 CONTINUOUS INSPECTION rs REQUIRED FOR CONCRETE ROOF SLABS REINFORCING STEEL !. REINFORCING STEEL SHALL CONFORM TD ASTM A 615 GRADE 60 2. WELDED WIRE FABRIC SHALL CO~FORM TD ASTM A 185 3 REINFORCING STEEL SHALL HAVE MINIMUM CONCRETE COVERING AS FOLLOWS A POURED AGAI~ST EARTH . B POURED AGAINST FORMS BUT EXPOSED TO EARTH C WALLS PROTECTIVE .3' 2· . 1 1/2" 4 REINFORCING BARS MARKED CONTINUOUS SHALL BE SPLICED BY LAPPING IN ACCORDANCE WITH SChEOULE CONTAINED HEREIN 5 WELDED WIRE FABRIC SHALL BE LAPPED 1 l/2 SPACES (9" MIN) 6. ALL REINFDRCI~G BAR BENDS, HOOKS AND PLACEMENT S~ALL CONFORM TO AC I 315-65, MANUAL OF STANDARD PRACTICE FOR DETAILING REINFORCING CONCRETE STRUCTURES 7 WELDING OF REINF08CI"Jr:; ti!,RS TO COMPLY WlTH 1982 Lt B C STANDARDS SECT I Qf1 2B-B 8 REBAR. OTHf.R THAN WE_:ED BARS TD BE GRADE 60 WELDED REBAR TO BE GRAJE 40 JOB 51TE 'w'E:LDING TO HAVE: SPECIAL ltJS~CfiDN If) ACGOPOA1Jce \../114 uec ',E.G110[J '3(¼,. / PRECAST WALL PANEL ERECTION, 1 PICK-UP POINT AND LIFTING METHOD SHALL BE THE SOLE RESPON- SIBILITY OF THE CONTRACTOR. INCLUDING ENGINEERING CALCU- LATIONS, DRAWINGS. ADDITIONAL REINFORCING STEEL REQUIRED FDR LIFTING. PICK-UP POINT AND LIFTING DEVICES. BOND PREVENTION FDR CASTING PANELS AND ERECTION EQUIPMENT 2 PANELS MAY BE ERECTED AFTER 10 DAYS UPON TEST RESULTS OF 7 DAY TEST CYLINDERS INDICATION OF MINIMUM FC = 1600 PSI. STRUCTURAL STEEL 1 ALL STRUCTURAL ST€EL SHALL CONFORM TO THE ASTM SPECIFICATION A-36 UNLESS OTHERWISE SHOWN MINIMUM YIELD STRENGTH SHALL BE 36, 000 PSI. 2 PIPE COLUMNS SHALL CONFORM TO ASTM A-53 GRADE 'B" MIN- IMUM YIELD 35. 000 ALL STEEL TUBES SHALL CONFORM TO ASTM A-500 MINIMUM YIELD 43. 000 3 STEEL PLATES AND SHAPES SHALL COMPLY WITH ASTM A-36 AND U B.C. STANDARD NO 27-1. ROUND BAR STOCK FDR ANCHOR BOLTS MAY BE ASTM A-306 GRADE 65 4. FABRICATION AND ERECTION SHALL BE IN ACCORDANCE WITH THE STANDARD PRACTICE OF THE AMERICAN INSTITUTE OF STEEL CON- STRUCTION. 1980 EDITION 5 ALL STEEL FABRICATION TO BE DONE IN A SHOP APPROVED BY THE BUILDING DEPARTMENT 6. STRUCTURAL STEEL FABRICATOR TD FURNISH SHOP DRAWINGS OF ALL STEEL FOR.J,RCHITECT'S APPROVAL BEFORE FABRICATION. 7 METAL ACCESS LADDERS SHALL BE FABRICATED AND INSTALLED AS INDICATED AND IN COMPLIANCE WITH CURR!cN'f CAL/OSHA REQUIREMENTS 8 WELDING SHALL BE ELECTRIC ARC WELD PROCESS BY OPERATORS APPROVED BY LOCAL BUILDING OFFICIALS AND SHALL COMPLY WITH U B.C CHAPTER 27 CONTINUOUS INSPECTION JS REQUIRED UNLESS PERFORMED IN A LICENSED FABRICATING SHOP BY CERTIFIED WELDERS_ USE LOW HYDROGEN WELDING RODS FOR WELDING TD REINFORCING STEEL PREHEATING MAY BE REQUIRED AS SUGGESTED BY AWS 9 ALL BOLTS SHALL BE UNFINISHED BOLTS CONFORMING TD ASTM A-307 OF THE SIZES SHOWN ON THE DRAWINGS UNLESS OTHERWISE SHOWN OR NOTED - 10 HIGH STRENGTH BOLTS SHALL CONFORM TD ASTM A-325 GLUE-LAMINATED WOOD MEMBERS 1. PROVIDE SIZES. LENGTHS. AND TYPES INDICATED ANO REQUIRED. 2 3 4 5 UNLESS INDICATED OTHERWISE. HEEL TAPER CUTS SHALL BE UNIFORM THROUGHOUT VARYING HEEL HEIGHTS SHALL BE ADJUSTED TD REQUIRED TOP~• BEAM (TO B) HEIGHTS INDICATED BY VARYING LENTH OF RESPECTIVE POSTS, COLUMNS ANO PILASTERS SUBMIT SHOP DRAWINGS FOR GENERAL CONTRACTOR•s REVIEW AND APPROVAL PRIOR TO FABRICATION ONE FILE COPY OF APPROVED SHOP DRAWINGS SHALL BE FURNISHED TO THE ENGINEER/ARCHITECT EACH MEMBER SHALL BE STAMPED WITH AN IDENTIFYING NUMBER ACCOMPANIED BY A CERTIFICATE OF INSPECTION CONFORMING TO AITC INSPECTION MANUAL LUMBER SHALL BE DOUGLAS FIR. WCLIB GRADING ANO DRESSING RULES. ANO WCLA SPECIFICATIONS FDR STRUCTURAL LAMINATED DOUGLAS FIR TIMBER STRUCTURAL GLUE-LAMINATED TIMBER SHALL CONFORM TO UBC STANDARD ND 25-14 --STRESS GRADE AS PER DRAWINGS GLUE SHALL BE WATER RESISTANT PHENOL-RESORCINAL TYPE ADHESIVE 8 FABRICATION SHALL CONFORM TO CS-253 STRUCTURAL GLUED LAMINATED TIMBER ANO AITC INSPECTION MANUAL. INDUSTRIAL APPEARANCE GRADE SCARF END .JOINTS CAMBER AS INDICATED CERTIFICATION DATA JS TO BE SUBMITTED TO THE BUILDING OFFICIAL PRIOR TO INSTALLATION 7 FINISH WI1H ONE COAT PENETRATING SEALER B CAMBER BEAMS TO TRUE LINES AS PER DRAWING ROUGH CARPENTRY 1 UNLESS OTHERWISE SPECIFIED. FRAMING MEMBERS SHALL BE DOUGLAS FIR GRADE STAMP AS FOLLOWS A HORIZONTAL MEMBERS -NO 1 B VERTICAL MEMBERS -NO 2 2 JOIST HANGERS. FRAMING ANCHORS. AND MISCELLANEOUS FRAMING CONNECTORS SHALL BE "SIMPSON" OR EQuAL AS DESIGNATED 3. PROVIDE STANDARD CUT WASHERS BETWEEN BOLT HEADS OR NUTS AND WOOD MEMBERS EXCEPT AS NOTED 4. CUTTING. NOTCHING OR DRILLING OF BEAMS OR JOISTS TO BE PER- MITTED ONLY AS DETAILED OR APPROVED BY THE ENGINEER 5 WOOD SILL PLATES SHALL BE PRESSURE TREATED DOUGLAS FIR DR FOUNDATION GRADE REDWOOD B WOOD POSTS AND BEAMS WHICH BEAR DIRECTLY ON CONCRETE FOUNDA-TIONS SHALL BE SHIELDED BY 26 GA GALVANIZED SHEET METAL 7 PLYWOOD SHEATHING SHALL BE DOUGLAS FIR A PLYWOOD SHALL BE cAIO PERPENDICULAR TO FRAMING FOR ROOFS AND FLOORS WITH 4' JOINTS STAGGERED ANO CENTERED ON J~ISTS, ALL OTHEP JOINTS BLOCKED EDGE CLEARANCE SHALL >,JT EXCEED 3/?.~ B PC'fWODO GRAOc ,,•,= 'C.OILING SHALL BE FLOORS SEE FHl\H: ~ ?LAN ROOFS SEE FRAMING PLAN A SOLID BLOCK STU06 AT s• VERTICAL INTERVALS AND AT FLOORS. B 60LID BLOCK JOISTS ANO RAFTERS AT SUPPORTS AND UNDER PARTITIONS. NAILING SCHEDULE CONNECTION ---- JOIST TO SILL DR GIRDER. TOE NAIL BRIDGING TO JOIST, TOE NAJL EACH END 1 X 6 SUBFLOOR TO EACH JOIST. FACE NAIL WIDER THAN ! X 6 SUBFLOOR TO EACH JOIST. FACE NAIL 2• SUBFLDOR TO JOIST OR GIRDER. BLIND AND FACE NAIL SOLE PLATE TO JOIST DR BLOCKING FACE NAIL TOP PLATE TO STUD AND NAIL STUD TO SOLE PLATE. TOE NA! L DOUBLED STUDS. FACE NAIL DOUBLED TOP PL~TES. FACE NAIL TOP PLATES. LAPS ANO INTERSECTIONS. FACE NAIL CONTINUOUS HEADER. TWO PIECES 16D AT 16' CEILING JOISTS TD PLATE. TOE NAIL CONTINUOUS HEADER TD STUD. TOE NAIL CEILING JOISTS. LAPS DYER PARTITIONS. FACE NAIL CEILING JOISTS TO PARALLEL RAFTERS. FACE NAIL RAFTER TO PLATE. TOE NAIL 1" BRACE TD EACH STUD A~D PLATE FACE NAIL ! X ~ SHEATHING OR LESS TO EACH BEARING. FACE NAIL WIDE~ THAN 1 X 8 SHE•THJNG TO EAC~ BEARING. FACE NAIL BUILT-UP CORNER STUDS MINIMUM PENETRATION RE~UIRED NAILING ---3-8D 2-80 2-8D 3-80 2-16D 16D AT 16" DC 2-160 4-80 160 AT 24' DC 18D AT 16" OC 2-16D QC ALONG EA EDGE 3-BD 4-BD 3-160 3-160 3-80 2-8D 2-BD 3-80 180 AT 24" OC BO. 1 1/2" 16D 1 3/4" NAILS EXPOSED TO WEATHER SHALL BE GALVANIZED UNLESS OTHERWISE SPECIFIED ROOFING AND SHEET METAL 1. BUILT-UP ROOFING TO BE FIRE-RETARDANT. CLASS A. 15 YEAR BONDED ROOFING SHALL COMPLY WITH U.B.C. SECT. 3203 IE). USE OWENS/CORNING SPECIFICATION 320-WMO OR APPROVED E~UAL MATERIALS· 2 LAYERS 11 LB PERMA PLY WITH 1 LAYER 78 LB CAP SHEET HOT MOP BETWEEN LAYERS IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS 2. ALL MATERIAL SHALL BE DELIVERED IN THE ORIGINAL PACKAGES BEARING THE MANUFACTUAER•s LABEL, 3. GALVANIZED SHEET METAL FLASHING GUTTERS. DOWNSPOUTS AND THE LIKE SHALL BE AS INDICATED. 4. ELECTRICAL CONDUITS" PLUMBING VENTS, VENTILATING AND AIR CON-DITIONING VENTS. OULTS. PIPES AND 01HER ITEMS PENETRATING OR PASSING THROUGH SHALL BE FLASHED IN ACCORDANCE WITH ROOFING MANUFACTURER•s SPECIFICATI □N AND RECOMMENDED FLASHING DETAILS TO PROVIDE A WEATHER-PROOF INSTALLATION (F16/1) 2 3 4 5 6 7 B 9 10 11 BAR OlAMETEA {IN) 1/4 3/8 1/2 5/8 3/4 7/8 1 9/B 5/4 1/8 LAP lN MASONRY (IN[ 12 15 20 25 30 35 40 t.15 50 55 LAP IN CCNC {2 KSJJ 12" 12" 12" 17" 24" 34" 44" 54" 89" 84'- lAP IN CONC i4 KSJ) 12" 1;:>" 12" 15" 18' 23" 30" 38" 49' 64" a z .... ::;: ~-" ' □-DIA OF BAR -6 MIN I 1 -f 4 D 2-1/2" MIN R = 30 #3 -#8 40 #9 -#11 1 crlECECSCCHCED=.,=r =========f=EE=S=C=HE=D:::rl--"11 1/2 BAR DIA DR 1 1/2" MIN CL FOR PARALLEL BARS REINF. BAR BENDS & LAPS , ' , ------- .._ - ' j r ' ..., \ \ I SIMf Ae.+ L. -. ,_ ,-fl ~ ' - - -z::-_ 1 _ ~. ..,, ------ I __ \,./_A-_L_L_E,_P._,_A_C_,t_~ G_~ -------+~==-"&.,.---! ------Tl -, ' L___J T 811 C:: '1 I I Ii t'--~ s , /. ..., ,t '-4- i ,-- I I ~ =====j11 --. -- ' ', ' ' '✓ ' -< ·. \ ' .,.~ • ' .J ' \ ' I ,. , I •l;i ¼:-_/ : I I I I ~+-co,Jc ~ . ,I " 1 I , ~~-~-I 1/3 K. I I --------~.--~----~ . '-, -: . . -' l -o"x ~•:,. '14. w/ L r--f{OLL-,.lf t.w ,~ _ _ ffcf< At<.::H ,1-z_",., s1:Lf 1APP,t-.16 ') r ' ...... "$c;P.ews ~,; ::OL f : / ~ 1 , HioAO&P., ;'ff' / ' TOF' 4 eorr \·:, ' I \ ~-,-J T5 'ryll X. =:I• I ! HE:ADE;P., I I I / I , Jl5E-s ~c&L, / COi.. ~'(?f.li;/---;1- 'w +, E:F, i;. coccu 1s::, 0 > .,., 1--- -· - • .· ARCHITECTS WILLIAM C KROM~ENHOEK A I A C '+ 862 JOHN M Mc:KEOWN A I A C 6617 Copynght' KrommEnho-ek. McKeown & Associates A I A All Id-eas, designs, and arrangements mdI- cated on these drawmgs are the property of Krommenhoek McKeown & Associates and are mten-ded 10 be used 1n connection with this soec1f1c pro1ect only and shaH not o~herw1se be used for any purpose whatso- ever without the written conse:111 of the- a.rch1tects There shall be no changes or deviations from these drawings or the acco-riPanvmg spec1f1catrons without ttie written consent of the arch11ects CONSULTANTS: -~----. ' , -,~--,,_ -- ' . .,-•'.l. ~ -, ·- REVISIONS ' l ~ /e\ f:_DG O''fT ' _:_:, PROJECT: CHECKED: PROJECT NO: 84-<P't SHEET TIT~E: SHEET NO. :s-4 ' ' , ' <C -z a: 0 LL -..J <C 0 "" C <C co en ..J a: <C 0 • -G.I ~ 0 ,-,- N a, ta ·-c ... .2 ·--ta (.) 6 Cl Cl) Q C «I f/J -::s 0 a:i m C Cl) ... 0 :E lO ,- It) ,- C, C ·-C C ra -c.. ~ Cl) ... :::, +"' CJ G> .... ·-.s::. () ... < • <t • -• <t ---.-· ~-- •---- FO R R E F E R E N C E O N L Y ' (FL:1/12) • (0 !---CONCRETE TILT-UP PANEL AS PER PLAN -<---1>5 CONTINUOUS 2•-6" POUR STRIP • :t:~::J:::::::::::::1,"=<~ DRYPACK -0 REINFORCEMENT ER FOOTING & COLUMN SCHEDULE w U] :c C/J u w C/J z "' cr: :CW t-a. •--+----:::;;_.., ._ ___ _,_-'c !wI □TH PERl SCHEDULE ' . _J u • "' NOTE BOTTOM OF FOOTING SHALL BE FOUNDED ON NATURAL OR COMPACTED GRADE. NOTE· SEE FOUNDATION PLAN FOR CONCRETE SLAB REINFORCEMENT T IF2. :!/121 NOTE: SEE FOUNDATION PLAN FOR CONC SLAB REINF'G C ' NOTE: BOTTOM OF FOOTING SHALL BE FOUNDED ON NATURAL OR COMPACTED GRADE BEND EVERY CONC. TILT-UP PANEL THIRD VERT. BAR INTO POU,'1 STRIP FIN GRADE I "·1~11 £n 00 ·:11 • 0 "' "' w w I z u "' U1 u a: H I "' t-a. AS PER PLAN 2. -6" POUR STRIP / #4 CONTINUOUS 11 -11 / . #4 HOOK BAR ' PER PLAN -~ ~DRYPACK ~ REINFORCEMENT PER lwrDTH PER [ 'SCHEDULE ' FOOTING & COLUMN SCHEDULE /' ;s _CD, FINISHED GRADE ROUGH GRADE z H ::,: • "' - z H ::,: • "' - ,.---CONC. WALL PANEL FOOTING FLOOR SLAB • -8,t.Q-22-D1 ◄ STEEL TUBE COLUMN PER PLAN--------._ 1 1/2" DRY- PACK --~ 1/4 I SEE FTG SCHED FOR REINFORCING • 1 1/4" 1 1/4" 4-ANCHOR BOLTS PER SCHEDULE W/ LEVELER NUTS--TYP FIN FLR, z . HD• ~ w' • "' . a; ::E ' (0 "' a "' □ w I u "' _.,..;.,. _____ ...,;=:,;._--r -+-..,,.ffi CONTINUOUS 1 FTG BEYOND ----t~ _J u [l_ I 0_ ' . 1F3J I \ 3' DIA STND 0 4" PIPE COLUMN a ~ ... ~ .. 1 l I -1 1/2" NON-SHRINK J PE.~ l GROUT ',,. -"' C/J Cf) w z "' u H :c t- le !cl 0. z >- <[ t- _J a. _J u a: w. ,r 0. "' ' . l ' \ I .Jl.;4"V \ 11 .D , ' C. = SL.HED' 8" M IN EMBED 1 C fl 4-5 ANC /8" DIA. · HOR BOLTS t . . . . . INFORCING I SEE PLAN ! PER FOUNDATION PLAN ' 1 X ~4" l'-----~---, I _;.~\ l~""' .. ~ -~ • -Ji J~. .~ t-~---t;.":J 1 T-~ "' UJ' • IL I-" "'I " ii ';-.. RE t ' IEcS ·TYf. • r,;'i -½ t I I ' I ! j l t11 rrm"' / e I.,::. I HJ.,;;:1! nr:m i l ' , • . -----r SEE: FTG ----1 'e>CfH':D, -® PER SCHEDULE • "' + ~Et FT(, SC;H:O -f (2)_ ---------_®- (f7/1i2t SEE LEDGER SCHEDULE FOR LEDGER SIZE & BOLTING. PLYWOOD SHEATHING PER PLAN SUB-PURLIN & SIMPSON HANGER PER FRAMING SCHEDULE (F23) 4x PURLIN PER FRJ,<G SCHED CONCRETE TILT-UP PANEL PER PLAN SIMPSON PAR STRAP PEA PLAN W/ (3) N54A 1 FASTENERS~ 48" DC. TYPICAL H-1 1/2' CLEAR 2x SUB-PURLINS PER FRMG SCHED _@ SIMPSON F SERIES HANGER ~EQ ~R~G SCHED _@ {F-8~ SEE LEDGER SCHEDULE FOR LEDGER SIZE AND BOLTING PLYWOOD SHEATHING PER PLAN 4X PURLIN W/"WNP" SERIES HANGER-----~ {FUJ PURLINS PER SCHED GLU-LAM BEAM----11-1 PER SCHED SIMPSON PAR STRAP W/ (5) N54A FASTENERS AT EA 1 PURLIN TYPICAL -~ .1 1/2" CLR CONCRETE TILT-UP PANEL PER PLAN SIMPSON WNP SERIES HANGERS @_ (FU) [FSSJ CONC. TILT-UP PER PLAN SIMPSON PAR W/ (5) -N54A FASTENERS AT G LB TYP. 3/16" 3/16" 4-3/4" DIA BOLTS B'X24"X1/4" STL PLATE ;--. 2-3/4" DIA --Hl=F BOLTS 2" CLEAR--,f-,t 2"XB"X1/4' STL. PLATE--~ ' ' \ 0 0 I ' ,----1X INDENT ,---PLYWOOD SHEATHING PER PLAN ✓ "DIA FOR BOLT -· -1/4' THICK STL PL. CUT TO FIT 1 4" 1/4" ~-6' XS" X1/2 • 3/4" CLR STL ANGLE 0 0 ········---------------- GLU-LAM BEAM\ - PER PLAN 3/16v SIMPSON cco PER PLAN COLUMN PER PLAN ~ ' ; I l ' I ' I ! ! I i ' 1 ! j t ' ' I -~ 84022-tJe GLU- BEAM FRMG LAM PER C ;ca C " B I/ IO O O O o O ~ SIMPSON GLB50 / SIMILAR [PW=5 5/8") . n " ' • n " LAP : 27" B 3-#3 TIES '-C □NC WALL PANEL \ 2-#5 n " ' C • "' " 3-#6 BARS GRADE 40 1 '-10" 1 .f.',1/."--" ~5~Sc_PA:.:;C~Ec.;Sc--"@--i'---'1"-/-=2-,1" 3" ~ 15" GLl{-LAM BEAJ.t . . . . . . . . . . . . . . . . . . ' . . . . . . . . . . . . . . . . . . . . . . . . . ' . . . . . ' . . . . . . . ' . . . . . . . . . . . . . . . . . ' . . . . . . . PL 2 1/2''x1/2''x1'-10' PL. 8 1/2"x1"x0'-6 1/2' SECTION B -B PL. B i/2'x1/4"x0 '-4" C C CONC. WALL PANEL 1/8 6 1/2" 1/B B 1/2" • "' ..._ -"' SECTION ! . PL 8 1/2'x 1/4" .x0'-4" r i 3/8 ( 15) 3/8 (.15) #6 BAR-TYP. C -C l 112•( 1/2"[ l r,1 23 ll'4.1} . a: _J "' I NOTE SEE FOOTI NG SCHEDULE . FOOTING FOR CONT REINFORCEMENT "----r- > iJI .J l)J .J tll 7 <(, "-! ill• I Ill II\, '5LA ----- I :. _, I - -i."' .! L.v :.,I' ~:C -.. V ~ -... ,-,:: • .!... ___ _ ' {f'ff, X~[:0-.<f (F15) .13/16" D IA B" 2'X1/4"X PLATE WE TO BOLTS LDED TYP HOLES- . , -. .1/4" THK PLATE TYPICAL , .. -.-----.J .. . .• . ' _,.. ... + .• ' --·-------- • eT~ • WIDTH PER SCHEDULE a (0 GD I t- 0. w 0 z H ::,: □ w I u "' a: w a. _0 - \../ALL FOK 1 I !'-ASH E-tJCL ?5Uf'.E e,E:-tJP ,-/A~L-PelN.f lN10 PQOTING /d::, -- / GLU-LAM PER FRMG 1/4" THICK BOTH SIDES . BEAM SCHE STL. OF B D. PLATE EAM ~l6" OIA HOLES • ' "' 1:----~-' • • (0 .., -• n I • @_ ( 3' 3" 6' I. 3" 3" l 3" 2'-0' 1F36/12) 0 0 GLU-LAM BEAM 1/ ,PEA FRAMING SCHE: • 1/8" V .J GLU-LAM BM • • PL 6"x1/2" x1·-o·--~ 1 1/2' DRYPACK CONG. WALL PANEL--------! 2-3/4" DIA BOLTS, . . I . ! • A V ' . I _@ 0 0 \COLUMN CAP SIMPSON CCO -PIPE COLUMN PER COL SCHED. J @_ ,---SIMPSON CC05 1/ 4" • • A A 1/4 #3 W/ 2.!" LEGS \ 11'19/12} SAWED JOINT TD BE FILLED W/ JOI NT FILLER. ~r1/8" _ I 1 1/5 THI<. i-y ,, , -~, , ,. y ,. , \ 1/8' PREMDLDED DR METAL STRIP INSERTED WHEN CONCRETE IS PLACED FINISH FLUSH W/ CONCRETE . KEYED CONTROL -\ ~ PAINT W/ CURING COMPOUND JO INT BEFORE ADJACENT SLAB IS PLACED . -. NOTE: ANY OF THESE OPTIONS ARE ALLOWED - 5 - - - - -- --- ------- ---------", (F22) ,.. ' 0 0 0 GLU-LAM BEAMS PER FRMG SCHED 0 0 . . -. D -D D -. . . . -. . . 0 ' : . OI L.__ SIMPSON ~CCT SERIES HI~GE CONNECTOR-- TYPICAL 0.0 N 15 - - - -----------__ ...__., - .□. n . . 20 ---- - - --"--~ ~TOP 4x PLATE v-CONC. WALL / PANEL "''-+---2-#5 f--------Jfr-------- SECTION A A j # ARCHITECTS: WILLIAM C KAOMMENHOEK A. I A C 4862 JOHN M McKEOWN A I A. C. 6617 Cop,.right Krom men 11:oek Mc Keown & Associates. A I A AB ideas. des(gns and arrangements md1- cated on ttiese drawmgs are the property 1 of Kromrr-enhoek McKeown & Associates and are mtended to be used 1r1 -cormect1on w1 lh this specific pro1ect only and shall not otherwise be used for any purpose whatso- ever without the wntten consent of the architects There shall be no changes or dev1at1ors from these drawings ar 1he acc.ompanyrng spec1flcat1ons w1tnoul the wntte n consent ot the architects CONSULTANTS , tY; . '. l ' },-,_·",,,-.·~ "-: /' ,~~<.? ~ .,.,, REVISIONS '\ PPT I ,APis€1+ DB PROJECT I-a: <C 0~ -z a.a: a: a:~ 0 LL c:c a.: -..J <C a:cn 0 <t_U, .. C ~~LC) <C Dl g(/)1-U) ..J a: ~=>o <C a. cc ..J 0 DRAWN= CHECKED= DATE :z & HAPOi 64- PROJECT NQ: e,:;.,~C,:,,j- SHEET TITLE= SHEET NO. S-3.1 ~ 0 CJ) G) ·-Q C (ti "' ~ 'C ... (ti I >· cu --:, . ~I co C cu ... 0 :1: C'i C ·-c C «s -~ ca CD ... ::, ..., (.) G) .., ·-.i::. 0 .. <C • <( • -• <( .. (/'J w ~ -CJ 0 en ~ ca z ~ w ~ (.) ~ ~ w 0 :I: z w ~ :E 0 a: ~ ··"j; FO R R E F E R E N C E O N L Y (F1 :11 4J -+-----11------,----1 • (0 • co ----I----·--.. R -RADIUS OF BAR R IE) R (El 4 X LEDGER PER PLAN L L CHORD STEEL PER PLAN 1 l/2"xl 1/2"x1/4" STEEL ANGLE CHORD STEEL WHERE TWO ARE REQ'O 2 1/2" E ~ (.4) R L = 3" MIN OR AS NOTED / I _0 -·· 2 #5 EDGE STEE TYPICAL-+----<-< -ru 2 -#4 BARS--- -ft 1/2" Ell - CONC LINTEL _ _,_ 2 #5 EDGE STEEL TYPICAL 1/2' EXPANSION ' JOINT TYPICAL R = RADIUS OF BAR R (El Ir L E -(. 4) R l -3• MIN OR AS NOTED I/ A [EJ I'-. L " I I • I ------- -. --J /JL LsTEEL ·---- ANGLE 7 I 12"' -·----- I • CONCRETE TILT-UP LINTEL PER PLAN ~ : • llf I µ'J CHORD- STEEL 7 1/2" - -- - -+. -• ' (D -r - - 2 -#4 BARS 2" 2" '---,----..__..___ __ ....._~----,,<---3 1/2"Xl/2"X6" STEEL PLATE lF:tS/881 I B.li022-D2 2-#5 BARS 4'-0' LONG TYPICAL ~--2-#5 BARS--~ 4' -0" LONG W/ 45 DEGREE BEND AT CENTER 2 -#4 BARS □ET FDR L s~li~ 1/53 2 "GTH I CONC. LINTE l.;i\ \ ... 1 -6" S EACH . .. . . 1/2"X1l4'X . TEEL PATE SIDE -., EG s· '" " ' . -. I E :n " a: ...J u ...J ' <( NU ..._H • -o._ >-., --l------"'11,>- HEAD 1 1/2" CLR TYPICAL ca • • JAMB - - -- -- -~~ 1/2" TYP . 3"X1/2"X 4• STEEL PL ATE BEYOND VARIES ' "' w s· 6" 0 0 ~--f-+-------1 ~ {\J 2 5/B" DIA. !l EA SIDE OF PURLIN TYPICAL [ "' . T r CONCRETE TILT-UP LINTEL PER PLAN 1/2"X1/4"X6" STEEL PLATE EACH SIDE ' 6" 6" T ' --------------~-- 0 0 6' 6" 0 0 3/4" DIA. A B !l MIDSPAN TYPICAL 2 -#4 BARS 3/16 3/16 ~ ,, 2" 2" I B-'02:2.--0'5 2 #5 VERT JAMB STEEL TYPICAL -..... - THROUGHOUT _____ _,___ _0 B-4022-D4 2-#5 VERT JAMB STEEL TYPICAL THROUGHOUT ----~----' 1/2" CHAMFER TYPICAL · I • . • - 1 1/ " 1" "--+--FILL JOINTS WITH SEALANT FILL JOINTS WITH SEALANT TYPICAL /25° TYP 5 1/4"' 4• )-....,,......,....-----,.....,.±~-3 1/2 "X 1/2 "X4" / 2 #5 TYP TYP 3/16" 6" 8-401:!!l:!-DS 45"TYP 3 1/2"Xl/2"X6" STEEL PLtTE 3 l/2"X1/2"X4" STEEL PLATE 3 #3 TIE~ 2 -#4 BARS ~----CmJCRETE TILT-UP PANEL PER PLAN r CL OF WALL & COLUMN ---,-" t----EXT ER I DR FACE EXTERIOR FACE-~ ' . J",r • ( • I '.2-'-' ,~-'---_-...... _ --1-e ---..._.:...,.-,·-COLUMN BELOW COLUMN BELOW .--_--'---'--_--_--_J.._ _____ ---1 -e CL OF WALL & COLUMN --- ! B-4022-DtO _ @ 3 S(!:,' -t ~I l. Tl l<;\,/11' Ex:> L T':>7 --'<" ,'" 11 ~I l1 Ii t~--~---·+-,?-+-/-~:~ ''1 21 STEEL PLATE 3/16 2" 4 1/2 STEEL "X1/2"X6" PLATE . . I .. . . • • • ' • CENTER LINE OF JOINT TYPICAL _.._ __ ___,,,,___ _ ___,.__'--;"'"":----'-·3/16 2" 2" CONCRETE TILT-UP PANEL PER PLAN _,_ 2 -#4 BARS CONCRETE TILT-0 PANEL PER PLAN ' J \ .' \_2 - BAR OPP FDR #4 S SEE DETAIL SIDE LENGTH CONCRETE TILT-UP PANEL PER PLAN 2 -l-4 BARS 1/2" TYP. 1/2" TYP 3 #3 TIES .I / 1 " 2" i---EXTERIOR FACE OF LINTEL '--DRIP NOTCH AT FASCIA PANEL PURLIN PER PLAN--~ SIMPSON I ST2122--H-!-~ ' 4x BLOCK'GJ I 4x 4 BRACE !! B'-o• Dc ---~ @ _ OIJTSIOI':-PACE: Jf Col,- ' 4x4 LEDGER W/ BOLTING PER 15/53.2---~ 4X10 !! EA BRACE ' ' '= (.'d'I •.J - - - -: , -1.---CONC. WAL~ PANEL I 84022-□:11 PURLIN PER PLAN SIM~N ST2122 EACH SIDE----' , SIMPSON HUC44TF HANGER------~ I 4x4 BRACE TO LINTEL __ } _@_ -TUBE COL f'Eef\ rLA i,J ! ' I ' ! VEKT, COL- I'\ !: I fl F' Fel'- 8, /<;,-=,. I -----._---/+<, I \ f '2 lf-4 Tlc5 Wl1HIIJ ~\ j TOF' s,' OF COLUt'lfl \ - ., ------ 4x4 LEDGER W/ 2-3/4' DIA ANCHOR BOLTS@ EACH BRACE -~ A 10 - - - - - - - - - - - - - - - -------✓~ 4x4 BRACE TO LINTEL !! EA PURLIN OR s·-o· DC MAX. \ .. --''--CONC LINTEL " "' \ ,, " ., -, I .,. "L U5~ 5/~" 4-~OLT"> 2. •~TO Pur,1,J 0 0 3~ 3" 6L SECTION ~)---- PAR W/ (5) N54A 4x4 BRACE 4x4 LEDGER A A ----~ ij-•----r-~TUBE-C::JL \ --11---f'AIJfoL REl~F, l I , R~~f _JI PUKuiJ I Z INTO T'? ~r<ACe cco ELl':.VA7"10hl I @~ : I I I I I I t --- -. I ~' ... 1 --it. --1.L F-LEVATION ____ ..,, 'in 1 i; CO>IN ECTIOIJ t"t,P., '1/S3. 2. / . '..), __ : SEE' e,/s3.J ro~ tt H f -rff. COL. R!::lNf ---~ -11-t ' 3 41'3 TIE.';, _@, -----~ _ ::----~ _i __ .__-<-{"' TOf'. -G;~OC -- -1 r . ( I r I , ' 0)-------,, f n rr 1d 11--=-~ ::,_:-J 1 'JE'E, I (I,/ j:, 2 FOK BF-AGE ee:-v,e,e,.j C-o LUM iJ S _. ----- I ., (c:'~----~--20 ---'-✓...I ------------------- ARCHITECTS: WILLIAM C KROMMENHOEK A I A C 4862 JOHN M ~cKEOWN A. I A C 6617 Copyright Krommenhoek Mc'Keown & Associates, A r A All Jdeas designs, and arrangements 1nd1- cated on 1hese draw1rigs am the property of Krorrimetihoek McK-eown & Associates and are fr,,tended to be used in-connection with tt-'15 spec1f,c pro1ect only and shall r10! otherw 1se be used for an~ purpose whatso- ever without the wntle-n-consent of the architects The•e shall be no changes or de\/ at•ons trorr> these drawings or the accQ1"1lpany0ng spec1f1cahor-s w1t'1out 1he- ...,r tter consent of the architects CONSULTANTS: ;0~~ :, ; ' -i _../!. ;;, • ' ' ,' . + J ''·1 t ~ ( ' REVISIONS L~ ! ~B'-C'G cEf'T HAPR B4 DE!, PROJECT • DRAWN: CHECKED, DATE· :2.0 r-';A<'C,rj 64-- PROJECT NQ, \:3"!' (,4 SHEET TTTLE= SHEET NO. , <C -z a: 0 LL -..J <C 0 -C <C m . u, ..J a: <t 0 S-3.2 ~ 0 0) C1) ·-c C co en -::, 0 EC a:! C a, ... 0 :Ii: lt) ,... lt) ,... C, C ..... C C co -CL ca G) ... :::, ... (.) G) ... ·-.s:. (.) ... < • < • -• < "' en w ~ -(.) 0 en ~ oa z ~ w ~ (.) :E ~ w 0 :c z w :E :E 0 a: ~ FO R R E F E R E N C E O N L Y