Loading...
HomeMy WebLinkAboutSD Remodeling Inc; 2020-10-21; PWS21-1170FACDocuSign Envelope ID: BD5C37AD-1CDF-4FC8-9476-C4103DB1BE04 11/24/2020 11/24/2020 11/24/2020 11/24/2020 11/30/2020 . Project: 4739, NVA Roof and Exterior Refurbishment Change Order No. 01 CITY OF CARLSBAD CONTRACT CHANGE ORD.ER NO. 1 PROJECT: 4739, New Village Arts Building Roof and E,cterior Refurbishment CONTRACT NO. 4739. P.O. NO. P139348 ACCOUNT NO. 3707000-9060 / 47391-9066 - CONTRACTOR: $D Remodeling, Inc. ADDRESS: PO Box 1488 Rancho Santa Fe, CA 92067 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, material$, equipment, contract time extension, and all other goods and s~rvfoes required to implem·er:it this change. Payment stated on this change _order inclLJdes ali Charges, dlrec_t or indir.ect, arising out of this. additional vvorl< including charges for field overheacf.-extended home office~ overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended ~quipnient costs and overtinie premium costs and Js expressly agreed b_etween the City -and the Contractor to he fhe complete ~hd finql costs hereof. The requirements of the specifications, where pertinent-and not in conflict with this 'change order, shall apply to these change_s. This change order is not effective unless signed by th·e City "Manager and/or the Mayoror his/her designee. Pursuant to Section 3 of the General Provisi~ns of this contract, p~rform the following: Item 1: Provide all labor, equipment and materials necessary to remove arid replace framing, sill plate, top plate, beams, Window and door trim in accordance with. the contractor's proposal dated 11/29/2020 attached as Exhibit "N. All work shall be in conformance with tlie building permit modificatiohs afta'ched as Exhibit "B". -. Increase to contractcost.. ......................... , ... , .................................. $26,-990 · TOTAL INCREASE TO CONTRACT COST ................... ; ................................ $.26,990 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY FIFTEEN (15) WORKiNG DA VS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: DEPARTMENT HEAD APPROVED AS TO FORM: . GITY~EY (DATE) . (DATE) APPROVED BY: FINANCE DIRECTOR wff PMMk . _ _ _ _ CITY MANAGER/ MAYOR DlSTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR 11/23/2020 (DATE). (DATE) ~ u>ff (_Liwirk (DATE) DocuSign Envelope ID: BD5C37AD-1CDF-4FC8-9476-C4103DB1BE04 Exhibit "A"• Payment• Extra, Additional or Delete'd Worl< Project Name: New VIiiage Arts Roof exterior Contractor Name: SD Remodeling, Inc. Date: 11/19/2020 Description: Dry Rot PCO No.: R-1 Change Order Per CCD-001 Approved on 11/12/2020 PAYMENT -EXTRA, ADDITIONAL, OR DELETED WORK Extra/Cradlt 1. General Conlraclor Malarial, Egul11ment & Extended OBD $ 9,503.75 2. General Conlraclor Labor $ 13,884.98 Material, Equipment 5% Mark up $ 479.19 Labor 10% Mark up $ 1,388.50 3. Subtotal -(Item #1 plus. llem #2) $ '25,336.42 4. General Contractor GL, bond fees 5°&, · GC Overhead and profit 10% N/A $ 1,266.82 5. Total General Contractor (llem #3 plus Item #<I) $ 26,603.24 6, Subcontractor Material $ 216.00 7. Subconlreclor Labor $ 92.00 8. Subtotal • (Items #6 and #7) $ 307.00 9. Ge□eral Coalractor's overhead, su11ervlslon, bood fees and 11rofil for Subco□lractorwori< (maximum aggregale·tolal of 11% of llem #B) s 33.77 10. Subconlraclo['.s OvertJead and Erofit Maximum aggregate lolal of 1_5% of llem #B. .. $ 46.05 $ 79.82 TOTAL (llems #5 plus llem#B plus Item t/11) $ 26 990 Submitted By: Dmltl~ Zagorodnl~ Date: 11/19/2020 Contractor PM Change In Scope per CCD001 • Dry-rot Modified framing. New 2x studs, lap per detail 20/A-501. Remove and replace existing sill; provide 3x pressure treaded plate with 1/2" diameter Simpson Titen HD Anchor ·(Stainlesss Steel} at 24" 0.C., 3-1/2" minimum embed. Install per ICC ESR-1056 wil,h special Inspection. 1/4" diameter Simpson SOS screW•X 4-1/2" at 12" O.C., typ. New 2x stud connected to existing 2x stud , new stud to match existing size (2) #8 screws at 12" on center. Existing beam to be removed. Existing studs to be removed. New 2x stud, douglas flr#2, tyµ. Anchors per 12/A-501. A35 at each stud. New 3x pressure treated sill plate, douglass fir #2, lyp • Replace top plate-. Replace window and door trim. Note: SD Remodeling wlll build a supporting wall for the roof. Patch, prime, texture and paint Inside DocuSign Envelope ID: BD5C37AD-1CDF-4FC8-9476-C4103DB1BE04 ' I C~ty of Carlsbad "" l\!ew vrnage Arts Th~aJer Partial Re~~o-fing 2787 State $t, Carlsbad, CA92008 Project No. I I I l i I . ! . i I ! I' ' I ! . I -- l 1 1910 dornussl ud I oar c 11 I I ec I ure studio fCJU~E. Weep screed set In continuous bed of mas lie: 2" TYP below plate, 1/2" MIN at thresholds. Slope parallel to conci•ete flatworl<, 1/4" MIN separation. PREV2020=0152 2787 STATE ST NEW VILLAGE ARTS THEATER: ADDING REPAIR OF EXiST!NG FRAMiNG TO SCOPE OF WORI< DEV13044 2032950101 CBC2020-0170 11/10/2020 P EV2(>2(0)~0)152 i DocuSign Envelope ID: BD5C37AD-1CDF-4FC8-9476-C4103DB1BE04 City of Ca rlsbad = i\lew Village Arts Theater Partial Reroofing 2787 State St, Carlsbad, CA 92008 Project No. 1910 domusst ucl loarc h I tee I ure studio f C J U t l Prefabricated edge flashing cap. Fully solder seams All joints to be nailed with (4) nails minimum, (2) on each side of !he joint. Overlap all joints and miters 4" minih1um -·••: .. :.: ~~--, ..... ,___ - --------- _..,·-,r I .-, i I : .. I .if ;· 9/A~501 Head Nailin 3" = 1'-0" ,,.J=-z.___</,, /.J'I)_~ ~ ',,,>, ,,,.-. ,<> ,1 At Joint Conditions AC shingles over new plywood Existing roof structure 20 ga. edge flashing set over underlayment at the rakes and under It at the eaves. Fasten to roof deck using fasteners per manufacturer at 3" OC, staggered Metal drip edge =,1~-----3/4" exterior fiber cement trim -efra,~..,,--\---""l,..r'\-.r~ or L TP4 at 22" 0.C.) "-...,-,\.~·-\.r' ing wood stud wall, install new insulation New weather barrier over new gypsum sheathing New 1/2" sheathing over existing framlnQ ----5/16" exterior fiber cement panel siding over continuous weather barrier C(•:.y •.·:· ·: l: ; . :· l :i ' I H :. ,i I APPROVf:ll Li'i': DocuSign Envelope ID: BD5C37AD-1CDF-4FC8-9476-C4103DB1BE04 City of Carlsbad~ N<B\M v mage Arts Theater Partial Reroofing 2787 State St, Carlsbad, CA 92008 Project No. . . ···.· ,• ··- ~(-}-_F;:\ .. :· :' .... _ .... :·:. ······ ._/:.:.:.:·: ·· ... -.. · ···- 1910 I,_.· --··. ~/ .. _.:,_:,,;_.· __ .;:::_::_·_ r:.: .. ::.-/:-"::~ . --... :· -_ . i ::~-,: . ::::_--_._._._. -··-·-- 20/A~501 Stud Sisterin 1"=1'-0" ·.· .. ; : :· :. ····-.. -· . . . ···~ .. domussl ud lo arc 11 I lee I ure studio f C l U n E l\lo¾e: l·l=H0igbl of \/\/c1II New 2:< stu<;l, douglas fir #2, typ. · Anchors per (12\ ~ ~ A35 at each stud __ , . -·:) <: -New 3x pressure treate_d sill ,• . _ .. _._: ·__ plate, douglas fir#2, lyp, ."-: --~-: .... _-_:~./ . . -:.::· ·:· ::· . .-. ---· ·-----·--··--·-···, ~.:.:· ·,: .• -:::· ... 1" 1" D ~ Section A.-A .. .en.--.. --... , , ¥ } DocuSign Envelope ID: BD5C37AD-1CDF-4FC8-9476-C4103DB1BE04 fJIOIIIECnrn ra f,'iCCED EXf'lCTl1TIOIIS PROJECT ~------------------- { ! \ . . L. ·---· .. __ j "'0-\ SHEET ,-- S,))!-.51.,1-;;f!i,,,) ;,,I.\ 1/1.'.1 (1-1) SI l,L-PL'A-/l ~ '• ct~l C,tiAft,{L-6"1G f-o-on IU ~- I,, .. d -o. /\PPHOVEO i l'i" I . I 1::,:;ue:u u'i: (__ ')7 ' = DocuSign Envelope ID: BD5C37AD-1CDF-4FC8-9476-C4103DB1BE04 fof) ,Z.1( 711/. 0 Clo,\iAJl;C,,fl1i> TD [G) iK ,71'\f\) 1'/t~ -:i1'11D · ~rv t.,\O,r</4-\ {;Ill S\I iJ(.1 6\?::-6- jOl;l NO, _____ ...,......_ .. ·, .. , .... · ... -· d ,:1·••'(=1' . . ···=·rr". .. ;(m t)r. .r,1:w~,:;- M\1J\ilf.\lltl/\.,'AW' ) .... ff\.l(,;rf)) I : t; · · ·• · (1' Hf-z.. 0? w' .. 0 11 • : HJ,., I n•n~~-~"tfr,L ! ~,\,"I~ j . \ . . r, L;_ .. $-· I i ', I I {(·~) -14-0 "''~""oJ" @ 12." ""· J.T , ..... ,., ,r~ fl: . . - L -r:··7 -_P'.'.P.:/J·:/J~~)1: __ --------·1/ •----. :_: .. -1. = ... .., ·--L -. _.,...--,(JS) Ff;8°Jll/!/\ "\""{:' (7' • . ) . . . 06~~0~ L-.7 i1/t G • 1 .,. ....-•--.--...,-..---.. ... \\ ' -= · · · ft,;c,\.,l,~e--\) ~r e:.:.: ..... ___ --' " , . . . I . . . -,IL . Jll-~~ ~, _._______.,,l>r?Jc; e., -;,w"7 . I tA+--,....tf · .l, • . . ·-/¾'<AMP fGf-\.fr,.J 1---~ r-.. · · · · · · ··-." ~--·--· \ -~----· · · _ .. ·-1 yr,) fozn\cv l1 \ \< . . \ (rv) '2-)c, 7•1v1~, tf :tt-:z, .• .er, f) \,_ :--..... (~~~ ·~,., r .r. -5\ l,vv1..., PF-:i:~ ·2--. -c Tlf PJ .. !· i ;' f ' DocuSign Envelope ID: BD5C37AD-1CDF-4FC8-9476-C4103DB1BE04 DATE _____ _ B\VE fllGIUlEflEO ro lXctEO EXPfC,/IT/OilS ENGR ------ PROJECT i:::====---------- •--·•--., __ _ SHEET JOB NO _____ _ CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR New Village Arts Roof and Exterior Refurbishment (2787 State St.) Bidding CONTRACT NO. 4739 PWS21-1170FAC twA. —1- Revised 6/12/18 Contract No. 4739 Page 1 of 116 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 3 Contractor's Proposal 9 Bid Security Form 13 Bidder's Bond to Accompany Proposal 14 Guide for Completing the "Designation of Subcontractors" Form 15 Designation of Subcontractor and Amount of Subcontractor's Bid Items 16 Bidder's Statement of Technical Ability and Experience 17 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 18 Bidder's Statement Re Debarment 19 Bidder's Disclosure of Discipline Record 20 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 22 Contract Public Works 23 Labor and Materials Bond 29 Faithful Performance/Warranty Bond 31 Optional Escrow Agreement for Surety Deposits In lieu of Retention 33 Special Provisions 36-116 tat Revised 6/12/18 Contract No. 4739 Page 2 of 116 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 5 p.m. on August 31, 2020, the City shall accept sealed bids, bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids which may be accessed at https://www.carlsabdca.gov/depts/finance/contracting/bids.asp for performing the work as follows: Re- move and replace the roof and west wall siding for the structure located at 2787 State Street, Carlsbad California. NEW VILLAGE ARTS ROOF AND EXTERIOR REFURBISHMENT (2787 STATE ST.) CONTRACT NO. 4739 PWS21-1170FAC ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad's electronic bidding (eBidding) site, at: http://www.carlsbadca.goviservices/depts/finance/contracting/bids.asp and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City's bidding system and possess a system- assigned Digital ID in order to submit an electronic bid. The City's electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City's bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers' cookies will not be able to log in and use the City's bidding system. The City's electronic bidding system is responsible for bid tabulations. Upon the bidder's or proposer's entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME. • eBids are transmitted into the City's bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from VerisignfThawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME. Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. RECAPITULATION OF THE WORK. Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non- responsive. Alternative proposals will not be considered unless called for. 4p-S, Revised 6/12/18 Contract No. 4739 Page 3 of 116 Pages BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user's internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder's submission to upload and be received by the City's eBidding system. It is the bidder's sole responsibility to ensure their bids are received on time by the City's eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT. The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the bid. General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Con- tract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. —r- Revised 6/12/18 Contract No. 4739 Page 4 of 116 Pages The work shall be performed in strict conformity with the plans, provisions, and specifications as ap- proved by the City Council of the City of Carlsbad on file with the Engineering Department. The spec- ifications for the work include City of Carlsbad Technical Specifications and the Standard Specifica- tions for Public Works Construction, Parts 2 & 3, current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly exe- cuted including notarization, where indicated at time of bid. 1. Contractor's Proposal 2. Bidder's Bond (at time of Bid submit PDF copy via PlanetBids / All Bidders). Bid Bond (Original) due by 5 p.m. next business day after bid Opening / 5 Apparent Low Bidders. 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(s) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) BIDDER'S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the afore- mentioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the City's eBidding system. By 5 p.m. the next business day after the bid opening date, the first five apparent low bidders must provide the City with the original bid security. Failure to submit the electronic version of the bid security at the time of bid submission AND failure to provide the original by 5 p.m. the next business day after bid opening date shall cause the bid to be rejected and deemed non-responsive. Original Bid Bond shall be submitted to: Public Works Contract Administration Attention: Janean Hawney, Contract Administrator 1635 Faraday Avenue Carlsbad, California, 92008 411", tat Revised 6/12/18 Contract No. 4739 Page 5 of 116 Pages ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are ap- proximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $226,000. TIME OF COMPLETION: The Contractor shall diligently prosecute the work to completion within sixty (60) working days after the starting date specified in the Notice to Proceed. Unless otherwise approved in writing by the En- gineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m., Monday through Friday, excluding Agency holidays. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a con- tractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: B-General Building Contractor. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Bid packages, various supplemental provisions and Contract Documents may be obtained on the City of Carlsbad website at www.carlsbadca.gov. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, spec- ifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpreta- tion of any provision in the contract documents will be given by any agent, employee or con- tractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on direc- tions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. 4p-ik —r- Revised 6/12/18 Contract No. 4739 Page 6 of 116 Pages The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcon- tracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any con- tract for public work, unless currently registered and qualified to perform public work pursuant to Sec- tion 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and mak- ing them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. MANDATORY PRE-BID MEETING A mandatory pre-bid meeting and tour of the project site will be held on August 11, 2020 at 10:00 a.m. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Janean Hawney, Contract Administrator janean.hawnev(&,carlsbadca.qov Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details or specification sheets. The cutoff date to submit questions regarding this project is August 14, 2020 at 5 p.m. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project on or before August 18, 2020. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall fkma. Revised 6/12/18 Contract No. 4739 Page 7 of 116 Pages be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the 2018 edition of the Standard Spec- ifications for Public Works Construction "Greenbook". All bonds are to be placed with a surety insur- ance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2020-160, adopted on the 28th day of July 2020. July 31, 2020 ft:um-ea/n/11am vtey Date Janean Hawney, Deputy Clerk tail/ —T- Revised 6/12/18 Contract No. 4739 Page 8 of 116 Pages CITY OF Ci-,RLS AD NEW VILLAGE ARTS ROOF AND EXTERIOR REFURBISHMENT (2787 STATE ST.) CONTRACT NO. 4739 CC 7171ACTOR'S T'ROPa-i iL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, 2018 edition of the Standard Specifications for Pub- lic Works Construction "Greenbook", Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 4739 in accordance with the Plans, Specifications, 2018 edition of the Standard Specifications for Public Works Construction "Greenbook", Contract Documents, Special Provisions, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: New Village Arts Roof and Exterior Refurbishment (2787 State Street) Item No. Description A-1 Replace roofing and siding as shown on the plans, contract documents and special provi- sions. Approximate Quantity Unit Price Total Amount And Unit (Figures) (Figures) Lump Sum $177,800.00 $ 177,800.00 Total amount of bid in words: One hundred seventy-seven thousand eight hundred dollars and zero cents Total amount of bid in numbers: $ 177.800.00 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 1 has/have been received and is/are included in this pro- posal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. UIV Revised 6/12/18 Contract No. 4739 Page 9 of 116 Pages The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 1024032 , classification B which expires on 02/28/2021 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no repre- sentation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is bidder's bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before com- mencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: o 1r Revised 6/12/18 Contract No. 4739 Page 10 of 116 Pages (6) ( ignat Dmitriy Zagorodniy, CEO (1) Name under which business is conducted N/A (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted SD Remodeling, Inc. (Title) Impress Corporate Seal here (2) Incorporated under the laws of the State of California (3) Place of Business 2055 Thibodo Rd., Suite B (Street and Number) City and State Vista, CA (4) Zip Code 92081 Telephone No. (858) 756-5001 (5) E-Mail sdremodels@gmail.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 1% —r- Revised 6/12/18 Contract No 4739 Page 11 of 116 Pages Notary Public Sig Ur LIFORNiA ALi is 7, 0, A C K Mk, •-==. D [CI A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On ô -/.1 I acao personally appeared —t rn v\--Y 2.0k Floroar% who proved to me on the basis of satisfacto-P1 evidenceni be the persirn(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. before me OU Mt .3 I M mond , (Hero Insert name and title of the officer) 11177:177=1=1) COMM. #2295389 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY rom My Comm. Expires June 28,2023 W1TNE 'al seal. (Notary Public Se OPTIONAL INFORMATION ADDITIONA DE RIPTION OF THE ATTACHED DOCUMENT on4r aekor s '77 roposa (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER El Individual (s) El Corporate Officer (Title) Partner(s) Attorney-in-Fact r=1 Trustee(s) Other 2015 Version www,NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This fOrm complies with current CalijOrnia statutes regarding notary wording and, needed, should be completed and attached to the document. Acknowledgments from other states may be completedfor documents being sent to that state so long as the wording does not require the California notary to violate California notary law • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect fonns (i.e. he/she/they, is lam) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area pemiits, otherwise complete a different acknowledgment form, • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Dmitriy Zagorodniy, CEO tat —1- Revised 6/12/18 Contract No 4739 Page 12 of 116 Pages BID SECURITY FORM (Check to Accompany Bid) New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of N/4 dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise re- quired by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) 41-1k tAl Revised 6/12/18 Contract No. 4739 Page 13 of 116 Pages SD Remodeling, Inc. rincipal) By: ignature) Dm/Yriy Zaporodniy C'E-O (Prfht Name/Title) SIGNED AND SEALED, this 27th day of (SEAL) August (Signatur Irenl Luong, Atto ey/-in-F (Print Name/Titrel BIDDER'S BOND TO ACCOMPANY PROPOSAL New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 KNOW ALL PERSONS BY THESE PRESENTS: That we, SD Remodeling, Inc. , as Principal, and The Ohio Casualty Insurance Company, as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount)ren Percent of the total bid amount (10%)for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY — ATTACH ATTORNEY-1N-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. :REWER City Attorne By: Ass ant City Attbrney tat, Revised 6/12/18 Contract No. 4739 Page 14 of 116 Pages On AUG 2, 7 2020 before me, , Notary Public, Robyn R. Kargari Number of Pages: Signer's Name: Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange Date personally appeared Irene Luong Insert Name of Notary exactly as it appears on the official seal Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Wtness my hand and official seal. Signature SigofNota4 Publi? Robyn R. Kargari OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. 0 Individual 111 Individual 01 Corporate Officer —Title(s): Corporate Officer —Title(s): 0 Partner 0 Limited 0 General LI Partner LI Limited El General 0 Attorney in Fact RIGHT THUMBPRINT LI Attorney in Fact RIGHT THUMBPRINT Trustee OF SIGNER Trustee OF SIGNER I1] Guardian or Conservator Top of thumb here LI Guardian or Conservator Top of thumb here El Other LI Other Signer is Representing: Signer is Representing: Place Notary Seal Above ROBYN R. KARGARI COMM. # 2296844 7:11 NOTARY PUBLIC-CALIFORNIA cn ORANGE COUNTY 1.,3 c' MY COMM EXP. JULY 13, 2023 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Liberty Mutual, SURETY Certificate No: 8202900-986938 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Emilie George; Irene Luong; James W. Moilanen; Yung T. Mullick; P. Austin Neff all of the city of Oakland state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of January , 2020 . By: State of PENNSYLVANIA ss County of MONTGOMERY On this 13th day of January , 2020 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. By: COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper Merion Twp., Montgomery County My Commission Expires March 28,2021 Member, Pennsylvania Association of Notaries a:/&64(j Ltd4) eresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 27th day of August , 2020 . By: Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 12/19 No. 5133-4 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of Calfornia, The Ohio Casualty Insurance Company of New Hampshire, organized under the laws ofNew Hampshire, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Automobile and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERIMICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 19 day of March, 2013,1 have hereunto set my hand and caused my official seal to be affixed this 19th day of March, 2013. Dave Jones Insurance Commissioner By Valerie J. Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. GUIDE FOR COMPLETING THE "CH 3AATION OF SUBCONTRACTOKS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the 2018 edition of the Standard Specifications for Public Works Construction "Greenbook", especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 3-3 SUBCONTRACTS of the 2018 edition of the Standard Spec- ifications for Public Works Construction "Greenbook". CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bid- der's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to rovide complete and correct information may result in rejection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. tat Revised 6/12/18 Contract No. 4739 Page 15 of 116 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF StEXONTRACTOR'S 3ID ITEL13 (To Accompany Proposal) New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work - — Subcontractor Name and Location of Business -- Phone No. and Email Address - — DIR Registration No. — --- 1000002422 Subcontractor's License No. and Classification 840297 Amount of Work by Subcontractor in Dollars' $30,090.00 Roofing ACCI Roofing Services (619) 572-2550 11325 Santa Maria Ave. larrvjracci C-39 Lakeside, CA 92040 roofinq.com Page 1 of 1 pages of this Subcontractor Designation form " Pursuant to section 4104 (a)(3)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." 114- M- Revised 6/12/18 Contract No. 419 Page 16 of 116 Pages [DDER'S T 11JEMENT OF TECHNICAL ABILITY AND EXE7RIENCE (To Accompany Proposal) New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 The Bidder is required to state what work of a similar character to that included in the proposed Con- tract he/she has successfully performed and give references, with telephone numbers, which will en- able the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Co leted 10/27/18 Name and Address Name and Phone No. of Person to Contract Type of Work Amount of Contract of the Employer Sweetwater Union High Frank Mendoza Flashing, beams installation, painting $149,000.0C School District (619) 691-5565 1130 Fifth Ave., Chula Vista, CA 91911 7/18/19 Department of Andrew Greiner HVAC installation, $272,500.00 Transportation (619) 718-7869 roof repair, plumbing, 1727 30th Street, MS-65 electrical Sacramento, CA 95816 03/10/20 City of Chula Vista Jerilyn Larson HVAC installation, $579,630 93 1800 Maxwell Rd, (619) 318-5723 roof repair, concrete, Chula Vista, CA 91911 plumbing, electrical 111459' Revised 6/12/18 Contract No. 4739 Page 17 of 116 Pages LIST OF COMPLETED PROJECTS ACCI Roofing Services Project Client Description of Bidder's Work Period of Performance Cost of Bidder's Work GUHSD 8Umil PVC, Primed CI:3 R30 insulation Dec 19-June 20 76100000 City of Lake Forest 60mi l PVC fleece, Primed CB, Tapered, R 30 Jan 2019-may2019 492,000.00 City of National City 60mil TT^ Rhino bond, 1/2" CB May 2020- June 2020 117,380.00 _._ BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMO _ E LIABILITY AND WORICLRS' COMPENSATION (To Accompany Proposal) New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees ancUor premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 6/12/18 Contract No. 4739 Page 18 of 116 Pages City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 ECM #35050 New York NY 10163-4668 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACRD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/16/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Brandon Elder NAME: DJM Insurance Services PHONE (866) 961-4570 (A/C, No, Ext): FAX (A/C, No): (619) 938-2504 10038 Marathon Parkway, 2nd Fl E-MAIL SUPPORT@DJMINS.COM ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # Lakeside CA 92040 INSURER A : AIX Specialty Insurance Company 12833 INSURED INSURER B: SD Remodeling Inc INSURER C: PO Box 1488 INSURER D: INSURER E: Rancho Santa Fe CA 92067 INSURER F: COVERAGES CERTIFICATE NUMBER: Master 10/16/2020 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO VVI-IICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOL INSD SUBK WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD(YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y S1ZGL050413241994 10/16/2020 10/16/2021 EACH OCCURRENCE 2 000 000 $ ' , CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 50,000 $ MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY 1 $ '000,000 GEN'L X AGGREGATE POLICY OTHER: LIMITAPPLIES PRO- CrJE PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,00 0,000 $ - - AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY - NON-OWNED AUTOS ONLY SCHEDULED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ _ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS-MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A PER STATUTE 0TH-ER EL. EACH ACCIDENT $ EL. DISEASE - EA EMPLOYEE $ EL. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: New Village Arts Roof and Siding Refurbishment; BID No. 4739; Contract No. PWS21-1170FAC As per written contract, certificate holder is included as additional insured with respects to the General Liability coverage, per form #AIX AIE OPWS 00 01 0318. Primary and non-contributory wording endorsement applies with respect to the General Liability insurance coverage, per form #AIX AIE OPWS 00 01 0318. Waiver of Subrogation applies with respect to the General Liability insurance coverage, per form #AIXAIE OPWS 00 01 0318. CERTIFICATE HOLDER CANCELLATION @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Specialty Insurance Cr.Tipany THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AIX SPECIALTY INSURANCE COMPANY COMMERCIAL GENERAL LIABILITY POLICY ADDITIONAL INSURED ENDORSEMENT INCLUDING PRIMARY COVERAGE AND WAIVER OF SUBROGATION The section of the policy entitled III. — WHO IS AN INSURED is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in a legally enforceable written contract or agreement entered into before your work commenced, that such person or organization be added as an additional insured on your policy. The coverage afforded by this endorsement is only (1) with respect to liability in connection with the original Named Insured's ongoing operations performed for said Additional Insured during the term of this policy, and (2) only if the Additional Insured performs all obligations required under this policy. The coverage afforded to an Additional Insured is limited to a claim made for a Covered Loss not covered by other insurance available to an Additional Insured, and is limited by the provisions of the Insuring Agreement, Exclusions, Conditions set forth in the policy and all endorsements thereto. No coverage is afforded under the "products-completed operations hazard" for an Additional Insured pursuant to this endorsement. The coverage afforded to an Additional Insured under this endorsement ends as of the date of completion, abandonment, or termination of the work of the Named Insured at any jobsite, project, or structure. There is no coverage hereunder for any Additional Insured in connection with any claim or suit involving any claim for damage that takes place or is alleged to take place following completion of the Named Insured's work. The "work" of the Named Insured will be deemed completed as of the date all work, including materials, parts or equipment furnished in connection with such work, on the project or any structure therein (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or when that portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization, including another contractor or subcontractor engaged in performing operations as part of the same project, whichever is earlier. The coverage provided for the Additional Insured is only to the extent that the additional insured is held liable for the negligence or strict liability of the Named Insured, and is only to the extent of and in the proportion Additional Insured is held liable for the negligence or strict liability/conduct/acts of the Named Insured. No coverage is provided for liability based upon the acts, errors or omissions of the Additional Insured. If expressly required by a written and legally enforceable contract entered into by the Named Insured prior to commencement of work by the Named Insured for the Additional Insured, then the insurance afforded by the policy to the Additional Insured shall be primary insurance, and any insurance or self-insurance maintained by the above Additional Insured shall be excess of the insurance afforded to the Named Insured and shall not contribute to it. If expressly required by a written and legally enforceable contract entered into by the Named Insured prior to commencement of work by the Named Insured for the Additional Insured, then we waive any right of subrogation we may have against an entity that is an Additional Insured per the terms of this endorsement because of payments we make for injury or damage arising out of "your work" performed under such written and legally enforceable contract with that Additional Insured. Except as set forth above, all of the terms, conditions and exclusions of the policy apply and remain in effect. Policy No.: SIZGL0504B241994 AIX Specialty Insurance Company 3250 Grey Hawk Ct, Ste. Z Date: 10/16/2020 Carlsbad, CA 92010 By: Time: 12:01 a.m. 11Ik akk- Authorized Representiative' AIX AIE OPWS 00 01 0318 Page 1 of 1 ACC)REP CERTIFICATE OF LIABILITY INSURANCE 4••••... DATE (MM/DD/YYYY) 10/02/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED 'PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Business World Insurance Agency 7800 University Ave A-1 La Mesa CA 91942 CONTACT NAME; Nick Smadi FAX PHONE Ext): (619) 773-1100 (A/C, No): (619) 773-1101 E-MAIL ADDRESS: Nick.smadi@insuremefree.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : NAUTILUS INSURANCE COMPANY INSURED SD REMODELING INC 3055 THIBODO DR VISTA CA 92081 INSURER B: INSURER C: INSURER D : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR VVVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES - JE PRCOT PER: LOC PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON-OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE AN089021 06/25/2020 06/25/2021 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ DED RETENT ON $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N/A PER STATUTE 0TH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) THE EXCESS LIABILITY DOES OVER THE AUTO AND GENERAL LIABILITY. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services IS LISTED AS ADDITIONAL INSURED. Project Name: New Village Arts Roof and Siding Refurbishment. 10 DAY OF CANCELLTION NOTICE. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York NY 10163-4668 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD City of Carlsbad/CMWD do EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE SDREMOD-01 SZUNIGA , dgik CY:0/7: EY CERTTIC, ,TE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 9/17/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Assured Partners of CA Insurance Services, LLC dba: Wateridge Insurance Services 10717 Sorrento Valley Road San Diego, CA 92121 CONTACT Stephanie Zuniga NAME: PHONE ,aco, 888.7819 No, Ext): 10i-tof VA, No):(858) 888-7820 MESS, szuniga@wateridge.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : United Financial Casualty Co. 11770 INSURED SD Remodeling, Inc. P.O. Box 1488 Rancho Santa Fe, CA 92067 INSURER B : INSURER C: INSURER D: INSURER B: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO 1M-IICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER VVVO I POLICY NUMBER POLICY EFF (IVINVDD/YYYY) POLICY EXP IMM/DIVVYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ CLAIMS-MADE 1 I OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L --- AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OP AGG $ $ X AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS IAIRIC3OSWONa 060131524 3/3012020 3130/2021 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE FrgigtgVil VHF; EXCLUDED? If yes, describe under DESCRIPTION OF OPERATIONS below YIN N / A PER I STATUTE I 0TH- ER E.L. EACH ACCIDENT El. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS/VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project Name: New Village Arts Roof and Siding Refurbishment CERTIFICATE HOLDER CANCELLATION ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 4 POLICYHOLDER COPY SP STATE P.O. BOX 8192, PLEASANTON, CA 94588 CERTIFICATE OF WORKERS COMPENSATION INSURANCE COMPENSATION INSURANCE FUND ISSUE DATE: 09-23-2020 GROUP: POLICY NUMBER: 9082806-2019 CERTIFICATE ID 76 CERTIFICATE EXPIRES: 12-01-2020 12-01-2019/12-01-2020 CITY OF CARLSBAD SP JOB:NEW VILLAGE ARTS ROOF AND SIDING REFUBISH 2787 STATE ST 1635 FARADAY AVE CARLSBAD CARLSBAD CA 92008-7314 CA 92008 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. Authorized Representative President and CEO EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 2020-09-23 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF CARLSBAD ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 12-01-2015 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #1651 - DMITRIY ZAGORODNIY P,S,T - EXCLUDED. EMPLOYER SD REMODELING INC SP PO BOX 1488 RANCHO SANTA FE CA 92067 [P14,H0] (REV.7-2014) PRINTED : 09-23-2020 C !i VV Business World Insurance Agency * lie 7800 University Ave. La Mesa, CA 91942 To whom it may concern, We are able to accommodate this client, "SD Remodeling Inc" with the limits listed below. A. General liability (Including operations, products and completed operations) Combined Single Limit Per Occurrence sz000,000mo General Aggrezate SF„ono.o00.00 B. Automobile Liability Combined Single Limit Per Occurrence (For bodily injury and property damage) Si,000,000.00 We just need him to get approval for the job. If you have any questons or concerns please feel free to call me. Thank you, Marina RUvalcaba Business world Insurance Agency 619-773-1111 GRACE THI PATRICK Notary Public - California San Diego County Corninb;tr,ri 11 27.53329 My Corm, Expire Aug 10, 2022 .3! CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California 1 County of SOyv 05 elo ....../ .g,..,-, I /.... _ .• I, ,_.....L.. 11 1 1, 4 'az zi.."; betore me, tiy-ace.., i,,fr. .1 ei--,(v- x c.....4c....t. Ivy- kliy.f• Date Here Insert Name and Title of the offiCef personally appeared .jfl4 Y C Y'l 4' 1(4... . U VG. Cc, ‘z)c Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and mat oy his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. INITNESS my hand arid s" al. Signature Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: 0 Corporate Officer - Titie(s): O Partner '0- Limited' '0-General O Individual 0 Attorney in Fact O Trustee 0 Guardian or Conservator 0 Other: Signer is Representing: . , . . ©2018 National Notary Association Number of Pages: Signer's Name' o Corporate Officer - Title(s): O Partner 0 Limited ...General o Individual 0 Attorney in Fact O Trustee 0 Guardian or Conservator O Other: Signer is Representing' -...• ' olc,-,Rm•yror BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X no yes 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debar- ment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: SD Remodeling, Inc. By: Dmitriy Zagorodniy, CEO (print name/title) Page 1 of 1 pages of this Re Debarment form 4p'S' 4:4.1 Revised 6/12/18 Contract No. 4739 Page 19 of 116 Pages a )D' l'S DISCLOL OF ! Cl[ThLL.E RECORD (To Accompany Proposal) New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X no yes 2) Has the suspension or revocation of your contractor's license ever been stayed? X no yes 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- tractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X no yes 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page 1 of 2 pages of this Disclosure of Discipline form V Revised 6/12/18 Contract No. 4739 Page 20 of 116 Pages me o ontracto By: Dmitriy Zagorodniy, CEO BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. N/A (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: SD Remodeling, Inc. (print name/title) Page 2 of 2 pages of this Disclosure of Discipline form tAl Revised 6/12/18 Contract No 4739 Page 21 of 116 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 The undersigned declares: I am the CEO of SD Remodeling, Inc., the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infor- mation or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on August 31st , 2020 at Vista [city], CA [state]. 1 1k ar. —1- Revised 6/12/18 Contract No. 4739 Page 22 of 116 Pages CONTRACT PUBLIC WORKS This agreement is made this _21st_____ day of _October____ , 2020, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and SD Remodeling, Inc., a California corporation whose principal place of business is 2055 Thibodo Rd. Suite B, Vista, CA 92081 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: NEW VILLAGE ARTS ROOF AND EXTERIOR REFURBISHMENT (2787 STATE ST.) CONTRACT NO. 4739 (hereinafter called "project") 2.Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equip­ ment, and personnel to perform the work specified by the Contract Documents. 3.Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Tech­ nical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, 2018 edition of the Standard Specifications for Public Works Construc­tion "Greenbook" incorporated herein by reference, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporatedherein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi­ cated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4.Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 7, Measurement and Payment of the 2018 edition of the Standard Specifications for Public Works Construction "Greenbook". The Engineer will closethe estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. {'\ •+;' Revised 6/12/18 Contract No. 4739 Page 23 of 116 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any infor- mation that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time re- quired for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986(8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying pay- roll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. 4111- tat' —r- Revised 6/12/18 Contract No. 4739 Page 24 of 116 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connec- tion with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Con- tractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability (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 oc- currence limit. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities performed by or on behalf of the Contractor; products and com- pleted operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate doc- uments attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. Revised 6/12/18 Contract No. 4739 Page 25 of 116 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, em- ployees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured reten- tion levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is included in Section 3 of the General Provisions. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. 4f. tia —r- Revised 6/12/18 Contract No. 4739 Page 26 of 116 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by an- other jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. _ init M\\\init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation estab- lished by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. ofr to,' Revised 6/12/18 Contract No. 4739 Page 27 of 116 Pages CELIA A. B WER City Attorney By: CITY OF CARLSBAD municipal corporation of i the State of Calif n. 4 , By: att Hall, Mayor 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and in- cluded herein, and if, through mistake or otherwise, any such provision is not inserted, or is not cor- rectly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "Gen- eral Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: k .Emobraw; V\ C2_ (name of Contr9ctor) , -01 (-1(.*:10 - here) ATTEST: (,44. Barbara Engleson, City Clerk By: (sign here) (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: As stant City Attorney See attached California All-purpose Acknowledgernent/44Fa4- 4111- tart — r- Revised 6/12/18 Contract No. 4739 Page 28 of 116 Pages By: ITRTY(/ 2,11-07CPC:D/OTY (print name and title) WITNE S my hand and official seal. Notary u.Itc Sign re (Notary Public Seal) DESCRIPTION OF THE ATTACHED DOCUMENT Corthead- Pumio Vic4-s (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER O Individual (s) O Corporate Officer (Title) • Partner(s) El Attorney-in-Fact O Trustee(s) O Other 2016 Version www.NotaryClasses.com 800-873-9865 Li P 11 \II Li L- 1J-2. LI CAT E OF C itr .EHT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California IcIt-Mct(tct .? On Scf+ • 23 (2020 before me, My i M eta o,Noi-rAv 02)(6, personally appeared M 1'J 2 cila rod nit/ who proved to me on the basis of satisfactolil eviden to be the p4son(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. - County of n Uve9 0 MIRIAM MAGANA-MACEDO COMM.# 2210847 YTAR1 PUBLIC-CALIFORNIA U) SAN DIEGO COUNTY COMM. Exa. A,UG. 20, 202114 INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL IN FORMAT ON This fbri, complies with current CalifOrnia statutes regarding notary wording and, if needed, should be completed and attached to the document. Acknowledgments from othp- states may be com,pleted for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the t notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they'- is le) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text Or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county ci6rk. -.1. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. me of Bond No. 024246392 Premium included in Performance Bond Executed in Duplicate LABOR AND MATERIALS BOND WHEREAS, the City of Carlsbad, State of California, has awarded to SD Remodeling, Inc. (hereinafter designated as the "Principal"), a Contract for: NEW VILLAGE ARTS ROOF AND EXTERIOR REFURBISHMENT (2787 STATE ST.) CONTRACT NO. 4739 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the perfor- mance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, SD Remodeling, Inc. , as Principal, (hereinafter designated as the "Contractor"), and The Ohio Casualty Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of One Hundred Seventy Seven Thousand Eight Hundred and 00/100 Dollars ($ 177,800.00 ), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment In- surance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unem- ployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. —r- Revised 6/12/18 Contract No. 4739 Page 29 of 116 Pages SD Remodeling, Inc. (SEAL) The Ohio Casualty Insurance Company (SEAL) (Principal) (Sur By: / ( 'Hid/ Signature) 1)141,77W 11962,61cotht- /250 (Print Name & Title) Ire e Luon., Attore in?Fact (Print Nanfe & Title) CELIA A. BREWER City Attorne By: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this 17th day of September , 20 20 (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY - ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: Assistant City Attorney -1- Revised 6/12/18 Contract No. 4739 Page 30 of 116 Pages A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On before me, Robyn R. Kargari , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal rROBYNR I COMM. # 2296844 NOTARY PI.181-1C•CALIFORNIA 0.1 co ORANGE COUNTY ha MY COMM EXP, JULY 13, 2023 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared Irene Luong Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand Z icial seal. Signature Place Notary Seal Above OPTIONAL Notary Publi Robyn R. Kargari Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ Signer's Name: 0 Individual 0 Individual El Corporate Officer —Title(s): 0 Corporate Officer —Title(s): 0 Partner El Limited CI General El Partner Ei Limited LI General 0 Attorney in Fact 9RIGHT THUMBPRINT 0 Attorney in Fact RIGHT THUMBPRINT 0 Trustee OF SIGNER Li Trustee OF SIGNER Li Guardian or Conservator Top of thumb here Li Guardian or Conservator Top of thumb here 0 Other: El Other: Signer is Representing: Signer is Representing: This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No: 8202900-986938 Liberty Mutual. SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Emilie George; Irene Luong; James W. Moilanen; Yung T. Mullick; P. Austin Neff all of the city of Oakland state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of January , 2020 . Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company By: State of PENNSYLVANIA ss County of MONTGOMERY David M. Carey, Assistant Secretary On this 13th day of January , 2020 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper MerionTwp„ Montgomery County My Commission Expires March 28,2021 Member, Pennsylvania Association of Notaries By: itatei zo eresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV-OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 17th day of September , 2020 . By: Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 12/19 Premium is subject to change based on the final contract amount Bond No. 024246392 Premium: $4,445.00 Executed in Duplicate FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to SD Remodeling. Inc. , (hereinafter designated as the "Principal"), a Contract for: NEW VILLAGE ARTS ROOF AND EXTERIOR REFURBISHMENT (2787 STATE ST.) CONTRACT NO. 4739 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SD Remodeling. Inc. , as Principal, (hereinafter designated as the "Contractor"), and The Ohio Casualty Insurance Company , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of One Hundred Seventy Seven Thousand Eight Hundred and 00/100 Dollars ($ 177.800.00 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alter- ation thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, in- curred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 41-31f !LI —r- Revised 6/12/18 Contract No. 4739 Page 31 of 116 Pages By: nature) In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. SIGNED AND SEALED, this 17th day of September , 20 20 SD Remodeling, Inc. (SEAL) (Principal) 414 / 2 61 C/t9 00/)00 / _E-0 The Ohio Casualty Insurance Company(SEAL) (Surety) By N (Sign It-en Luong, Attorney-in- act (Print Name & Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY - ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A BREWER City Attor By: As stant City Attorney Revised 6/12/18 Contract No. 4739 Page 32 of 116 Pages ROBYN R. KARGARI COMM. # 2296844 22 NOTARY PUBLIC•CALIFORNIA ORANGE COUNTY MY COMM, EXP, JULY 132023 L CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On before me, Robyn R. Kargari , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Irene Luong Name(s) of Signer(s) Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. fficial seal. • _ • NotaiyPubc obyn R. Kargan Witness my han Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: Ili Individual El Individual El Corporate Officer —Title(s): El Corporate Officer —Title(s): 0 Partner LI Limited 0 General 0 Partner 0 Limited 0 General 0 Attorney in Fact ‘RIGHTTHLIMBPRINT 0 Attorney in Fact RIGHT THUMBPRINT El Trustee OF SIGNER 0 Trustee OF SIGNER El Guardian or Conservator Top of thumb here El Guardian or Conservator Top of thumb here 0 Other: El Other: Signer is Representing: Signer is Representing: This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No: 8202900-986938 Liberty Mutual. SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Emilie George; Irene Luong; James W. Moilanen; Yung T. Mullick; P. Austin Neff all of the city of Oakland state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of January , 2020 . By: State of PENNSYLVANIA County of MONTGOMERY On this 13th day of January , 2020 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. By: COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper MerionTwp., Montgomery County My Commission Expires March 28,2021 Member, Pennsylvania Association of Notaries 1ere,/,14.6 dop_e_go sa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 17th day of September , 2020 . By: Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 12/19 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called whose address is "Contractor" and hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings re- quired to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for New Village Arts Roof and Exterior Refurbishment (2787 State St.) CONTRACT NO. 4739 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow tat —r• Revised 6/12/18 Contract No. 4739 Page 33 of 116 Pages Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title For Escrow Agent: Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. tea Revised 6/12/18 Contract No. 4739 Page 34 of 116 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address l 4f. tai —r- Revised 6/12/18 Contract No. 4739 Page 35 of 116 Pages Bidder Sign City of Carlsbad August 18, 2020 ADDENDUM NO. 1 RE: New Village Arts Roof and Siding Refurbishment; PWS21-1170FAC Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum must be acknowledged via PlanetBids or submitted with your cost proposal. JANEAN liAWNEY Contract Administrator I ACKNOWLEDG r RECElOF ADDENDUM NO. 1 Public Works Branch Contract Administration 1635 Faraday Avenue I Carlsbad, CA 92008 I 760-602-4677 t (City of Carlsbad CITY OF CARLSBAD BID NO. PWS21-1170FAC NEW VILLAGE ARTS ROOF AND SIDING REFURBISHMENT ADDENDUM NO. 1 From: Janean Hawney, Contract Administrator 760-607-7965 janean.hawney@carlsbadca.gov Public Works Branch 1635 Faraday Ave Carlsbad, CA 92008 No. of Pages: 13 (including this page) Date: August 18, 2020 Bid Opening Date: August 31, 2020 at 5 p.m. (no change) 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. Consultant must acknowledge receipt of this Addendum via PlanetBids or with documents submitted at the due date and time specified in the bid documents. Failure to do so may subject Consultant to disqualification. Questions and answers: Ql. Does bidder require a prequalification before bidding? Al. No, prequalification is not required for this project. *Replace page 2 —Table of Contents *Additional documents added: Appendix A - Existing Roofing System Details Appendix B — Electrical Drawing 1 Addendum No. 1 PWS21-1170FAC Addendum No. 1 APPENDIX A The existing roofing system being removed is comprised of three roofing systems. Top layer: Asphalt Fiberglass Shingles over underlayment. Middle layer: Built up roof with cap sheet Lower Layer: Built up roof with gravel surfacing over wood plank decking Pictures of the existing roofing systems are shown below: DIA/COI _117fICAr j P A ‘A1142defuw1-1170 DIA/ 01 117/1CA r's I V ,...,.. I' 1 I I VI fll, Addendum No. 1 I /CIC r", Addendum No. 1 PWS21 -11 70FAC Addendum No. 1 PVVS21-1 70FAC Addendu No. 1 PWS21-1170FAC Addendum No. 1 APPENDIX B Contractor shall be responsible for all coordination and permitting with SDG&E, as required, to remove and replace the existing electric and gas services affixed to the wall of the structure. Attached as reference is a current SDG&E Prearranged Customer Requested Outage form together with reference plans intended to generally depict the scope of work associated with removing and replacing the electrical services on the building. PWS21-1170FAC Addendum No. 1 SD GE0 A coN) Sempra Energy tity Scope of Work for Non-Residential Prearranged Customer Requested Outage Customer Name: Address: Date: Telephone: SDG&E Project #: Outage Requested By (Name of Company): Company Representative: Title: E-Mail: Telephone: Fax: Contact person at job site: Cell Phone: Payment by: Telephone: Company Name Mailing Address: City: Zip Code: E-mail Address: Date Requested for De-energize. Time Requested for De-energize. Re-energize Date: Alternate Date: Re-energize Time: Detailed Scope of Work to be Performed: Additional Questions: 1. Is a permit from the authority having jurisdiction required for the work you are performing? 0 Yes 0 No If yes, what is your permit number? 2. Are you replacing the existing terminating enclosure (underground pull section)? El Yes E No If yes, indicate the size of the new pull section ( amperes), and provide description of work: If adding load, provide new load calculations: If replacing the existing terminating enclosure, electrical contractor to field verify and confirm the following: Height of landing positions on all phases and neutral in NEW pull section are at, or lower than, the existing landing positions. 0 Yes 0 No If no, new utility service lateral conductors will be required and may be at customer's expense. SDG&E Planner to verify cost responsibilities prior to scheduling the outage. 3. Are you adding new, replacing, or disconnecting/reconnecting any service entrance conductors? 0 Yes 0 No If yes, explain which conductors are involved and provide description of work: 4. Are you tapping the existing bus in the terminating enclosure? 0 Yes 0 No If yes, have you submitted your Tap Drawings and received approval from SDG&E? 0 Yes El No Comments: 5. Are you adding any new service entrance conductors? 0 Yes 0 No If yes, please describe where they originate and where they terminate: 6. Are you adding any new service and metering equipment? 0 Yes 0 No If yes, indicate the number and size of each service you are adding, along with the number and size of each metering section. How will they be addressed? 7. Are you removing any service and metering equipment? 0 Yes 10 No If yes, indicate SDG&E's electric meter number(s) to be removed and the size of the metering section: PM Forms: PrearrangedCustomerRequestedOutage-NonResidential.dot Revision Date: 9/15/2014 MTA SIGNAL LEGEND EQUIPMENT LEGEND CONTROL LEGEND ABBREVIATIONS AND DESCRIPTIONS SHEET INDEX .,.... . ..,. L..... .... ---- e .._LE....... ........ ." . . . _ - ---- . . . -- - --- S , CM, -- [PDX PM aff.IWII .3 I. I, WSMAUCLI,M.FILS(011/9.[M1 ME13 MO E,1,1F+.1,4M%,,,TLTW},..11,..711•TOMIHIMPOD.1 .- . SECURITY LEGEND H ,,,,,,,_ HG I POWER LEGEND .,. ,,,...,.......... SINGLE LINE LEGEND • .. '" CT' C. 'TTTT' MAO , ME . CT ni F. E4,1 P. 10.,[15R16,71. LW . Tr".'T,F"..;'":" ............. ... .,; . - - - _.,-r.......-AA...,.... ........ :,...S.-.(... ITAIr,';',..7.1=t;1"""" # ...,„...r,, ................-,.......,.. PHOTOVOLTAIC LEGEND `).-4 F, E*109.19513, ,. If .01.1 .........., 41.1.1“10.1.3 F.I.I1 . 41191W.A.(li A.,-,..............A.A. 7-77 „, M ED viz -L.-- - . .-- ......., .„---"r=------- - - -- . - WIRING LEGEND .." `'`....."' ..,.........,........, WI OD. DLOPRINF LIIN La 64,1[01.1i1r.a..0190:1. 11,3 . 1.111111,71/01.01 11.1130,11111 0.1 OP W,{1,1U,I, We.. r.1" MV.91 FP 19LLE L "T TTTTTTT".' M RAMP . TE,. ' TT" IVI KIWI Pll . ..,,......... E0.01 -A, E GENERAL NOTES • Pal=4-6175.1,11:411: KEYNOTES o 0 zrtrx.r...--4.-ravarcztr— C)P.711-fh E0.06 SPECIAL PROVISIONS The project plans have been submitted to the City's Building Department for plan check. The plans have been reviewed and a building permit is pending. Contractor shall be responsible for completing the building permit application and pulling the pending permit, CBC2020-0170. Contractor responsible for all coordination and permitting with SDG&E, as required, to remove and replace the existing electric and gas services affixed to the wall of the structure. The City will pay for the SDG&E costs and fees associated with the work necessary to remove and replace the existing services. Contractor will be responsible for obtaining a separate city issued building permit for the electrical work required to complete the work in the plans and specifications. Pursuant to section 6-3.1 of the Standard Specifications for Public Works Construction (SSPWC), the contractor shall complete all contract work within 60 calendar days. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for com- pletion of Work (60 calendar days from Notice to Proceed), in accordance with Section 6-9 of the Standard Specifications for Public Works Construction (SSPWC), the Contractor shall pay the Agency, or have withheld monies due it, the sum of Seven Hundred dollars ($700.00) for each consecutive calendar day in excess of the time specified. Such sum is liquidated damages and shall not be con- strued as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Add the following: 2-10 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified here- inafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. 411, tat —1- Revised 6/12/18 Contract No. 4739 Page 36 of 116 Pages 72:=In GENERAL NOTES KEYNOTES G Zs= 1-1`="1:117=416. EINELE0,11,Galni E8.01 (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 state- ment identifying the disputed portion and the undisputed portion of the claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45- day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written state- ment, paragraph (3) shall apply. (2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this section within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation con- ducted 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 qualifi- cations of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. 1117f twe —r- Revised 6/12/18 Contract No. 4739 Page 38 of 116 Pages 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claim- ant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (com- mencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Revised 6/12/18 Contract No. 4739 Page 40 of 116 Pages project manual New Village Arts Theater — Partial Reroofing domus #1910 domusstudio architecture 2800 Third Avenue San Diego, California 92103 619.692.9393 domusstudio.com Page 42 of 116 SECTION 01 11 00 - SUMMARY OF THE WORK 1.1 DESCRIPTIVE SUMMARY OF THE WORK: 1.1.1 Identification: Refer to the Contract (Owner-Contractor Agreement) for name location, project number and abbreviated identification of the work of the project. 1.1.2 Contract Documents: Requirements of the work are contained in the contract documents, and include cross-references herein to published information, which is not necessarily bound therewith. The misplacement addition or omission of any letter, work or punctuation mark shall in no way damage the true spirit, intent or meaning in these specifications. 1.1.3 Verbal Summary: Without force and effect on requirements of contract documents, the description of the work of the Contract can be summarized as follows: Work included in this contract is for the complete construction of the partial reroofing and single façade replacement at the existing New Village Arts Theater (2787 State Street) in Carlsbad, CA. All work shall be in accordance with drawings and specifications prepared by domusstudio architecture. Work includes but is not limited to site preparation, excavation, earthwork, landscaping, demolition, general construction, paving, heating, air conditioning, plumbing, and electrical work, including fire sprinklers and related equipment. Work not included in contract: Any equipment, work, or item indicated on the drawings to be N.I.C. (Not In Contract) shall be provided under some other contract or arrangements of the owner or others. If any equipment or item noted N.I.C. is to be by contractor, it will be so noted on drawings and/or specified in appropriate section of the specifications. 1.1.4 Contractor Use of Premises: 1.1.4.1 General: During the entire construction period, the Contractor shall keep the premises available for the Owner and existing campus operation. 1.1.4.1.1 Keep driveways and entrances serving the premises clear and available at all times. The 9 parking spaces at the west of the structure can be utilized by the Contractor for staging. 1.1.4.1.2 Do not encumber the site with materials or equipment. 1.1.4.1.3 Lock automotive type vehicles and other mechanized or motorized construction equipment, when parked and unattended. Do not leave vehicles or equipment unattended with the motor running or ignition key in place. 1.1.4.1.4 Allow continued operations of the existing Campus. 1.1.5 Compliance with Regulations: It is the intent of these contract documents that the project, when completed, shall conform to regulations of the "California Building Code, 2019 (CBC)", California Administrative Code Title 19 Public Safety, California Administrative Code Title 24 Accessibility Standards and Energy Standards, Uniform Plumbing Code, National Electrical Code, NBFU, CAL/OSHA, and other applicable codes. All publications shall be of the latest edition in force at the time of building permit date. 1.1.5.1 Anything in the Contract Documents not withstanding, the Contractor accepts the responsibility of constructing a watertight, weather tight project. 1.1.6 Owner shall have access to the Work site at all reasonable times. 1.1.7 Scheduling and reasonable security measures are the responsibility of the Contractor. 1.1.8 Approved Applicators: Where specific instructions in these specifications require that a particular product and/or material(s) be installed and/or applied by an "approving applicator" of the manufacturer. It shall be the Contractor responsibility to insure that any subcontractors used for such work be approved applicators. 1.1.9 ARCHITECTURAL AND ENGINEERING SERVICES: It is understood that normal Architectural and Engineering liaison for the purpose of interpretation of the Drawings and Specifications is provided for the Owner. Should any services of the Architect be required to assist in the corrections of error or omissions in construction by the Contractor, or services of the Architect be required because of changes in structure or equipment where the Contractor has requested approval of substitute methods of material these services will be provided by the Architect at their standard hourly rates and shall be paid for by the Contractor. 1.1.10 SCAFFOLD, STAGING, PROTECTION ETC: The work under each Section of these specifications shall include providing, installing and maintaining all scaffold, staging, testles, and planking necessary for the work under each Section in strict conformity with applicable laws and ordinances and maintenance of same so as not to interfere with or obstruct the work of other trades. Additionally, the work under each Section of these specifications shall include providing all forms of protection as necessary to preserve the work of other trades free from damage. These provisions shall be considered as though repeated under each Separate Section of these specifications. END OF SECTION 01 11 00 Page 44 of 116 General Contractor will be required to furnish the specified materials at no extra cost to the Owner. 1.3.1.5 In the event materials are substituted and installed without proper authorization, the Contractor shall remove all materials and install those specified at his own expense. 1.3.1.6 It shall be mandatory upon the Contractor using approved substitutions to determine the effect said substitution may have on other portions of the Work and so inform his subcontractors and employees of these effects. The Owner and Architect shall not be responsible for any effects to other portions of the Work caused by the use of approved substitutions. 1.3.1.7 Related to an "or equal" or similar provision in contract documents. 1.3.1.8 Required product cannot be supplied in time for compliance with Contract Time requirements. 1.3.1.9 Required product is not acceptable to governing authority, or determined to be non-compatible, or cannot be properly coordinated, warrantied or insured, or has other recognized disability as certified by Contractor. 1.3.1.10 Substantial advantage is offered Owner after deducting offsetting disadvantages including delays, additional compensation to Architect/Engineer for redesign, investigation, evaluation and other necessary services, and similar considerations. 1.4 SUBMITTALS: Include full documentation, including product data, samples where appropriate, detailed performance comparisons and evaluations, testing laboratory reports where applicable, coordination information for effect on other work and time schedule, cost information for proposed change order, Contractor's general certification of recommended substitution, and similar information germane to circumstance. The Substitution Request Form provided at the end of this Section shall be filled in and accompany submittal package. 1.5 DELIVERY, STORAGE AND HANDLING: Receive, store and handle products, materials and equipment in a manner which will prevent loss, deterioration and damage. Schedule deliveries to minimize long-term storage at project site. 1.6 WARRANTIES (GUARANTEES): 1.6.1 Categories of warranties required for the work include: 1) Special project warranty issued by Contractor and, where required, countersigned by Installer or other recognized entity involved in performance of the work; 2) Specified product warranty issued by a manufacturer or fabricator, for compliance with requirements in contract documents; and 3) Coincidental product warranty available on a product incorporated into the work, by virtue of manufacturer's publication of warranty without regard for application requirements (non-specified warranty). Refer to sections of Divisions 2 through 16 for requirements of specified warranties. 1.6.2 Warranty Obligations: Restore or remove-and-replace warranted work to its originally specified condition, at such time during warranty as it does not comply with or fulfill terms of warranty. Restore or remove-and-replace other work which has been damaged by failure of warranted work, or which must be removed and replaced to gain access to warranted work. Except as otherwise indicated or required by governing regulations, warranties do not cover consequential damages to property other than work of the Contract (e.g., building contents). Cost of restoration or removal-and-replacement is Contractor's obligation, without regard to whether Owner has - already benefited from use of failing work. 1.6.2.1 Reinstatement of Warranty: Upon restoration or removal-and-replacement of warranted work which has failed, reinstate the warranty by issuing newly executed form, for at least the remaining period of time of the original warranty, but for not less than half of the original warranty period. 1.6.3 Owner's Recourse: Warranties and warranty periods do not diminish implied warranties, and do not deprive Owner of actions, rights and remedies otherwise available for Contractor's failure to fulfill requirements to reject coincidental produce warranties considered to be conflicting with or detracting from requirements of the contract documents. Page 46 of 116 SECTION 01 26 00— CONTRACT MODIFICATIONS PART 1 - GENERAL: 1.1 Sections Include: 1.1.1 Change Procedures. 1.1.2 Request for Information Procedures 1.2 Related Documents or Sections: 1.2.1 Document - Contract 1.2.2 Document — General Conditions 1.2.3 Section 01 33 00 - Submittals 1.3 Change Procedures: 1.3.1 Contractor shall establish measures as needed to assure familiarity of the Contractor's staff and employees with procedures for processing changes in Contract Documents. 1.3.2 The Contractor shall maintain and coordinate a Register of Requests for Information, Architects Supplemental Instructions, Contractor Change Order Requests, Construction Change Directives, Field Change Orders and Change Orders at the job site, accurately reflecting current status of all pertinent data as submitted by the Contractor. 1.3.3 Per General Conditions, Contractor is not authorized to make changes to the Work described by any of the Contract modification documents specified in this Section, until said documents are signed by the Owner. 1.3.4 Architect's Supplemental Instruction (ASI): The Architect will advise of minor changes in the Work that do not involve an adjustment to Contract Price or Contract Time by issuing supplemental instructions on form provided by the Owner. 1.3.5 If Contractor considers the minor change does represent a change in the contract, Contractor shall immediately notify the Architect of Contractors intention to make a claim. 1.3.6 Proposal Request (PR): The Architect may issue a Proposal Request, which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications. 1.3.6.1 Analyze the change and its impact on costs and time. Submit response within 10 days. If accepted by Owner, Architect will prepare Change Order. 1.3.6.2 When requested, meet with the Architect as required explaining costs and, when appropriate, determining other acceptable ways to achieve the desired objective. 1.3.6.3 Alert pertinent personnel and subcontractors as to the impending change and, to the maximum extent possible, avoid such work as would increase the Owner's cost for making the change, advising the Architect in writing when such avoidance no longer is practicable. 1.3.6.4 Following review, and if accepted by Owner, Architect or Contractor will prepare Change Order. 1.3.7 Change Order Request (COR): 1.3.7.1 Contractor may submit a COR to the Architect for changes in conditions, Owner changes, or other direction from the Architect, jurisdictional authority or Owners inspector. 1.3.7.2 Document the proposed change and its complete impact, including its effect on the cost and schedule of the work. 1.3.7.3 Present total cost and schedule impacts in documentation, including all mark-ups permitted by General Conditions. Provide detailed back-up as required by Architect, including supplier costs, sub-contractor labor time and rates, and all other data deemed necessary by Architects. 1.3.7.4 Following final review by Architect of original and supplemental information, and if COR is accepted, no additional cost or schedule adjustments will be included. 1.3.7.5 Architect will review COR. If accepted, Architect will prepare a Change Order or Construction Change Directive, as directed by Owner. 1.3.8 Field Change Order (FC0): Field Change Order will be issued by the Architect in accordance with procedures established in General Conditions. 1.3.8.1 Field Change Order Forms: Architect issued document, form provided by Owner. 1.3.8.2 Execution of Field Change Orders: Architect will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract Page 48 of 116 CONTRACTORS REQUEST FOR INFORMATION From: To: RFI # domusstudio Project # Date: domusstudio Project: Disciplines Impacted: H Structural H Mechanical [1 Electrical 1] Architectural [I Civil H Landscape [] Kitchen 1] Reference: Drawing(s) Spec Section(s) Other Please clarify or provide the following information: Possible Cost Impact 11 Increase 11 Decrease H No Change 11 Unknown Possible Time Impact [1 Increase 1] Decrease [1 No Change 1] Unknown This information is required as soon as possible, ] PRIORITY ATTENTION but no later than REQUIRED Copies to: Contractors Representative Architects Response: Date: Copies to: domusstudio architecture Representative END OF SECTION 01 26 00 Page 50 of 116 1.1.3.3.2 Timing.: Install work during time and under conditions which will ensure best possible results, coordinated with required inspection and testing. 1.1.3.3.3 Anchor work securely in place, properly located by measured line and level, organized for best possible uniformity, visual effect, operational efficiency, durability, and similar benefit to Owner's use. Isolate non- compatible materials from contact, sufficiently to prevent deterioration. 1.1.3.3.4 Mount individual units of work at industry-recognized mounting heights, if not otherwise indicated; refer uncertainties to Architect/Engineer before proceeding. 1.1.3.3.5 Contractor shall coordinate and provide protection of dissimilar metals coming in contact with one another. Contractor shall provide adequate barriers (size, type and method prior approved by Architect prior to installation) to prevent electrolysis and/or breakdown of adjacent metals. 1.1.3.3.6 Contractor shall notify the architect and coordinate for an opportunity to review the site installation of fixtures, boxes, controls, etc. for electrical, tel/com, a/v, and sprinkler piping/heads prior to close up within the finish wall and ceiling/floor assemblies. 1.1.3 Cleaning and Protection: 1.1.3.1 General: For each element of work, provide sufficient maintenance and protection during construction to ensure freedom from damage and deterioration and clean each element of work thoroughly at time of substantial completion. 1.1.3.2 Roofing: The existing board framed roof decking is expected to allow a substantial amount of dust and debris to filter through, particularly during selective demolition of the existing roofing. The Contractor shall provide and securely install minimum 15 mil plastic sheeting throughout the underside of the roof structure, continuous above any interior spaces below the extents of the roofing work, or present an alternate assembly/method for maintaining the safety and cleanliness of the interior spaces.for approval by the City's Project Manager. The Contractor is responsible for maintaining the cleanliness and usability of the building during the course of construction and the final cleaning of all the spaces below the roofing areas at the completion of the roof replacement, prior to final payment. The plan for execution of this Cleaning and Protection Program is to be submitted, reviewed and approved by the City prior to commencement of construction activities. END OF SECTION 01 31 00 Page 52 of 116 SECTION 01 32 00 - SCHEDULES, REPORTS and PAYMENTS PART 1 - GENERAL 1.1 PROGRESS SCHEDULE AND REPORTS: 1.1.1 General: Within 5 days of date established for notice to proceed, submit a comprehensive bar-chart type progress schedule indicating a time bar for each significant category or unit of work to be performed at the site. Arrange schedule to indicate required sequencing of units, and to show time allowances for submittals, inspections and similar time margins. 1.1.1.1 Show critical submittal dates related to each time bar, or prepare separate coordinated listing of critical submittal dates. 1.1.1.2 Submittal Schedule: The Contractor shall also furnish a separate schedule along with the Construction Schedule specified above, showing the proposed dates for submittal of all samples, shop drawings, and product data. 1.1.1.3 Show double cost line immediately below date line in heading, showing precalculated dollar-volume and space for recording actual dollar-volume of completed work at end of each period scheduled. 1.1.1.4 Show schedule of work and its relation to keeping the church functional. 1.2 SUBMITTAL: Following initial revision of schedule after Architect's review, print and distribute schedule to entities with a need-to-know responsibility, including three copies to Architect. Revise at intervals matching payment requests, work accomplished, and redistribute/repost. Provide copies required with payment requests. 1.2.1 A copy of the most recent updated Construction Schedule shall be posted in the Contractor's job office, and copies of all out- of-date schedules shall be kept at the job office at all times for perusal by the Owner. 1.3 SCHEDULE OF VALUES: 1.3.1 Immediately upon being awarded the Contract, and before request for payment, prepare and submit to the architect a Schedule of Values allocated to the various portions of the work. This Schedule of Values, unless objected to by the Architect, shall be used only as the basis for the Contractor's Applications for Payment. 1.3.2 The schedule shall list the installed value of the component parts of the work in sufficient detail to serve as a basis for computing values for progress payments during construction. Follow the table of contents of this Project Manual as the format for listing component items. For each major line item, list sub-values of major products or operations under the item, where applicable. 1.3.3 Each item shall include a directly proportional amount of the Contractor's overhead and profit. 1.3.4 Submit a subschedule for each separate stage of work specified in Section 01 11 00. 1.3.5 The sum of all values listed in the schedule shall equal the total Contract sum. 1.4 PAYMENT REQUESTS: 1.4.1 Submit request for each calendar month, not later than the 10th day of the following month. Use AIA Form G702, fully completed and executed. Architect recommends to pencil rough draft of previous approved applications for review prior to executing final forms. Submit the final forms in triplicate, including attachment of waivers and similar required documentation with one copy. 1.4.2 Prior to the initial payment request, submit: 1.4.2.1 List of principal subcontractors and suppliers. 1.4.2.2 Schedule of values. 1.4.2.3 Progress schedule and first progress report. 1.4.2.4 Copies of building permits and similar start-up authorization or certifications. 1.4.3 Following issuance by Architect of Certificate of Substantial Completion, Contractor may submit special payment request, provided the following have been completed: 1.4.3.1 Obtain permits, certificates of inspection and other approval and releases by governing authorities, required for Owner's occupancy and use of project. 1.4.3.2 Submit warranties and similar documentation. 1.4.3.3 Submit maintenance manuals and provide instruction of Owner's operational/maintenance personnel. 1.4.3.4 Complete final cleaning of the work. 1.4.3.5 Submit record documents. 1.4.3.6 Majority and major punch list items have been corrected and approved by Architect. Page 54 of 116 SECTION 01 33 00 - SHOP DRAWINGS, PRODUCT DATA and SAMPLES PART 1 - GENERAL 1.1 SUMMARY: The work includes the preparation and submission of samples, shop drawings and product data as specified herein and in the various sections of these specifications. The requirements specified herein are in addition to any requirements for samples and shop drawings, product data materials lists, substitutions of materials, or other submittals specified elsewhere in these specifications. The Conditions of the Contract and the other sections of Division 1 apply to this section as fully as if repeated herein. PART 2 - DEFINITIONS: 2.1 As used herein, the term "manufactured" applies to standard units usually mass-produced; and "fabricated" means items specifically assembled or made out to selected materials to meet individual design requirements. PART 3 - GENERAL SUBMITTAL PROCEDURES 3.1 SCHEDULING: Submit samples, shop drawings, and product data in accordance with the schedule specified in Section 01 33 01 but in no event later than 60 days after Notice to Proceed. Extension of Contract time will not be granted because of the Contractor's failure to make timely submittals. Do not purchase materials or equipment or begin work covered by the required submittals until submittals have been reviewed and returned. 3.2 TRANSMITTAL: Accompany each submittal with a dated, signed and sequence numbered transmittal on forms prescribed by the Architect. Include all information required by this form including project identification, name and address of Contractor and of subcontractor or supplier, a list of items included in the submittal, and identification of drawing numbers, specification section and paragraph numbers to which the submittal pertains, and space for Contractor's review and approval stamp. 3.3 CHECK OF RETURNED SUBMITTALS: Check the submittals returned for correction and ascertain if the corrections result in extra cost above the included under the Contract Documents, and give written notice within five days if, in Contractor's opinion, such extra cost results from corrections. By failing to so notify or by starting any Work covered by a submittal, Contractor waives all claims for extra costs resulting from required corrections. PART 4 - SAMPLES 4.1 Furnish for review, samples of the various materials, together with the finish thereon, as specified for and intended to be used on or in the work. Samples shall be sent to the office of the Architect, carriage prepaid. The Architect will distribute the samples, when approved. 4.2 Submit all samples to the Architect for review before purchasing, fabricating, applying or installing such materials and finishes. The Architect will review and take action on samples within ten working days of the Contractor's submission. All actions will be by the Architect in writing. 4.3 Submit all samples, other than field samples, in sets of three. A covering letter shall accompany the sample and shall list all items being transmitted, designating their particular usage and location in the project and shall be identified as to manufacturer, trade name, style, model, etc. Two approved samples shall be returned to the Contractor with one returned set to maintain at the project site for purposes of quality control comparisons. Provide sample cabinet at job site for storage of returned samples. Owner and Architect each will retain one set of samples. 4.4 Approval of a sample shall not be taken in itself to change or modify any contract requirement. All materials, finishes, and workmanship in the completed building shall be equal in every respect to that of the approved sample. 4.5 Unless otherwise specified, samples shall be 8"x10" in size and shall be limited in thickness to a minimum consistent with sample analysis. In lieu thereof, the actual full size item may be submitted. 4.6 Samples of value may be returned to the Contractor for use in the project after review, analysis, comparison and/or testing as may be required by the Architect, provided that the location is recorded and the samples bear temporary identification as samples. 4.7 Field samples shall be prepared at the site by the Contractor as specified in the various sections of these Specifications. Affected finished work shall not be commenced until the Architect has given written approval for the field samples. PART 5 - SHOP DRAWINGS AND PRODUCT DATA 5.1 SHOP DRAWINGS: The term "shop drawings" as used herein includes fabrication and installation, layout and setting drawings; wiring and control diagrams; and other drawings as defined in the applicable Section(s) of the General Conditions, Current Edition, as referenced herein. 5.1.1 The Contractor shall check and verify all field measurements and shall submit for review, with such promptness as to cause no delay in his own work or in that of any other contractor or subcontractor, all shop or setting drawings and schedules required for the work of the various trades. Shop drawings shall be prepared at the Contractor's expense and shall be sent to the office of the Architect, Page 56 of 116 resubmit them with reasonable promptness and no fabrication or construction may begin. The Architect will stamp and return to the Contractor; the transparency of shop drawings and one marked copy and four unmarked copies, of brochures, schedules, materials lists, and other product data. 5.3.4 Resubmittals: If first or subsequent submittal is stamped "REJECTED" or "REVISE AND RESUBMIT", corrective action shall be taken and resubmittal procedure shall be same as for first submittal. The Contractor shall direct specific attention in writing, by highlighting, by clouding, or in some matter clearly noting on resubmitted shop drawing corrections as to revisions requested and also revisions other than the correction requested by the Architect on previous submissions. 5.3.5 Distribution Copies: The Contractor shall be responsible for obtaining required reviewed electronic files & samples and for distribution to Subcontractors. All distribution files of shop drawings and product data and physical copies of samples shall bear the Architect's review stamp. Maintain one copy of all submittals at the project site. 5.4 The Architect will check and take action on such drawings and schedules only for conformance with the design concept of the project and compliance with information given in the contract documents. When so directed by the Architect, the Contractor shall make any and all corrections required by the Architect. 5.5 The shop drawings, product data and supporting data shall be prepared by the Contractor or his suppliers and subcontractors, but shall be submitted as the instruments of the Contractor. 5.6 The Contractor shall check the drawings of his suppliers and subcontractors as well as his own drawings before submitting them. In particular, the Contractor shall ascertain that the drawings meet all requirements of the contract drawings and specifications, and conform to the structural and space conditions. If such shop drawings show variations from contract documents, whether because of standard shop practice or other reasons, the Contractor shall clearly describe such variations including other changes required to correlate the work in his letter of transmittal. 5.7 Shop drawings, product data and samples, when submitted to the Architect for review, shall be accompanied by a written statement signed by the Contractor, that the shop drawings, product data, and samples have been checked by him and found to be in accordance with the contract drawings and specifications, and that proper provision has been made to accommodate all abutting work. This statement may be in the form of an approval stamp bearing the Contractor's (superintendent) signature. Submittals shall be rejected if Contractor fails to take appropriate action prior to submission. 5.8 Substantiating calculations, when specified, shall be prepared and signed by a California registered civil or structural engineer, employed by the Contractor. 5.9 The Architect's review of submittals will be general only and shall not relieve the Contractor from responsibility for errors of any sort, for deviations from drawings or specifications, or for conflict with the work of others that may result from such deviations. Architect's review of a separate item does not indicate a review of an assembly in which the item functions. Refer to General Conditions of the Contract A201, Current Edition as referenced herein, for other pertinent information. END OF SECTION 01 33 00 Page 58 of 116 SECTION 01 40 00 - DEFINITIONS AND STANDARDS PART 1 - DEFINITIONS: 1.1 General: Except as specifically defined otherwise, the following definitions supplement definitions of the Contract, General Conditions, Supplementary Conditions and other general contract documents, and apply generally to the work. 1.1.1 General Requirements: The provisions of Division 1 sections, General Requirements, apply to the entire work of the Contract. 1.1.2 Indicated: Shown on drawings by notes, graphics or schedules, or written into other portions of contract documents. Terms such as "shown", "noted", "scheduled", and "specified" have same meaning as "indicated", and are used to assist the reader in locating particular information. 1.1.3 Directed, Requested, Approved, Accepted, etc.: These terms imply "by the Architect/Engineer", unless otherwise indicated. 1.1.4 Reviewed/Approved by Architect/Engineer: In no case releases Contractor from responsibility to fulfill requirements of contract documents. Architect/Engineer is typically reviewing for general conformance and compliance of the Contract Documents. 1.1.5 Project Site: Space available to Contractor at location of project, either exclusively or to be shared with separate contractors, for performance of the work. 1.1.6 Furnish: To supply and deliver to the project site, ready for installation. 1.1.7 Install: To place in position for service or use. 1.1.8 Provide: Furnish and install, complete and ready for intended use. 1.1.9 Demolish: to remove. 1.1.10 Salvage: to remove or deconstruct in a manner to prevent damage and safely store for reuse. 1.1.11 Restore: to rehabilitate to the original, or new condition and reinstall. 1.1.12 Installer: Entity (firm or person) engaged to install work, by Contractor, subcontractor or sub-subcontractor. Installers are required to be skilled in work they are engaged to install. 1.1.13 Specification Text Format: Underscoring facilitates scan reading, no other meaning. Imperative language is directed at Contractor, unless otherwise noted. 1.1.14 Overlapping/Conflicting Requirements: Most stringent (generally) requirement written directly into the contract documents is intended and will be enforced, unless specifically detailed language written into the contract documents clearly indicates that a less stringent requirement is acceptable. Refer uncertainties to the Architect/Engineer for a decision before proceeding. 1.1.15 Minimum Requirements: Indicated requirements are for a specific minimum acceptable level of quality/quantity, as recognized in the industry. Actual work must comply (within specified tolerances), or may exceed minimums within reasonable limits. Refer uncertainties to Architect/Engineer before proceeding. 1.1.16 Abbreviations, Plural Words: Abbreviations, where not defined in contract documents, will be interpreted to mean the normal construction industry terminology, determined by recognized grammatical rules, by the Architect/Engineer. Plural words will be interpreted as singular and singular words will be interpreted as plural where applicable for context of contract documents. 1.1.17 Testing Laboratory: An independent entity engaged for the project to provide inspections, tests, interpretations, reports and similar services. 1.2 Standards and Regulations: 1.2.1 Industry Standards: Applicable standards of construction industry have same force and effect on performance of the work as if copied directly into contract documents or bound and published therewith. Standards referenced in contract documents or in governing regulations have precedence over non-referenced standards, insofar as different standards may contain overlapping or conflicting requirements. Comply with standards in effect as of date of contract documents, unless otherwise indicated. 1.2.1.1 Abbreviations: Where abbreviations or acronyms are used in contract documents, they mean the well recognized name of entity in building construction industry; refer uncertainties to Architect/Engineer before proceeding, or consult "Encyclopedia of Associations" by Gale Research Co. 1.2.2 Trade Union Jurisdictions: Maintain current information on jurisdictional matters, regulations, actions and pending actions; and administer/supervise performance of work in a manner which will minimize possibility of disputes, conflicts, delays, claims or losses. END OF SECTION 01 40 00 Page 60 of 116 1.6.3 Unless otherwise specified, Contractor shall notify testing laboratory a minimum of ten (10) working days in advance of all required tests, and a minimum of two (2) working days in advance of all required inspections. Extra work resulting from a failure to notify the laboratory shall be paid for by the Contractor. 1.6.4 Contractor shall give sufficient advance notice to testing laboratory in the event of cancellation or time extension of a scheduled test or inspection. Charges due to insufficient advance notice of cancellations or time extension shall be paid for by the Contractor. 1.7 REMOVAL OF MATERIALS: Unless otherwise directed, materials not conforming to the requirements of Contract Documents shall be promptly removed from the job site. PART 2 - PRODUCTS (Not applicable) PART 3- EXECUTION 3.1 Mock-up Quality Control Field Sample: Contractor shall provide as specified in the various Sections a sample of finish work for Architects review. Upon written approval from the Architect, this established quality control sample shall remain on site in a location determined by Contractor for the duration of the work. END OF SECTION 01 45 00 Page 62 of 116 SECTION 01 74 00 - CLEANING PART 1 - GENERAL 1.1 RELATED DOCUMENTS & DESCRIPTION OF WORK: The work includes the furnishing of all labor, materials, equipment, and services, and performing all operations necessary for, and properly incidental to, clean up during construction and final cleaning of the building prior to acceptance by the Owner, including waxing and polishing as specified herein and in other sections when specified. The Conditions of the Contract and the other sections of Division 1 apply to this section as fully as if repeated herein. 1.2 CLEAN UP DURING CONSTRUCTION: 1.2.1 It is required that the entire site be kept in a neat and orderly condition, especially near existing buildings in operation during construction, and the Architect may, at any time during construction, order a general clean up of the site as a part of the work under this section. 1.2.2 Roofing: The existing board framed roof decking is expected to allow a substantial amount of dust and debris to filter through, particularly during selective demolition of the existing roofing. The Contractor shall provide and securely install minimum 15 mil plastic sheeting throughout the underside of the roof structure, continuous above any interior spaces below the extents of the roofing work, or present an alternate assembly/method for maintaining the safety and cleanliness of the interior spaces.for approval by the City's Project Manager. The Contractor is responsible for maintaining the cleanliness and usability of the building during the course of construction and the final cleaning of all the spaces below the roofing areas at the completion of the roof replacement, prior to final payment. The plan for execution of this Cleaning and Protection Program is to be submitted, reviewed and approved by the City prior to commencement of construction activities. 1.2.3 Dispose of waste, trash, and debris in a safe, acceptable manner, in accordance with applicable laws and ordinances and as prescribed by authorities having jurisdiction. Bury no such waste material and debris on the site. Burning of trash and debris on the site will not be permitted. 1.2.4 Location of dump for trash and debris and length of haul is the Contractor's responsibility. 1.3 FINAL CLEANING OF BUILDING: Prior to final inspection by the Architect, and after all construction work is essentially complete, thoroughly clean the building, utilizing professional building cleaners. Items to be cleaned include, but are not limited to: all glass, plastic, doors, opening frames, grilles, trim, exposed non-ferrous metal surfaces, floor covering, theater seating, light fixtures and plates, plumbing fixtures and trim, and all finish surfaces throughout the construction. Thoroughly remove ink trademarks from laminated plastic surfaces. Vacuum-clean the building and remove all spots, smears, dust, debris, hand prints and defacements of every sort, including those of vandals. Follow the recommendations of the manufacturer of the materials and items to be cleaned for all cleaning, polishing and treatment such as waxing. 1.4 FINAL SITE CLEAN UP: Also prior to final inspection, thoroughly clean the entire construction site and put it into a neat, acceptable condition. Remove from the entire site all construction waste and unused materials, dunnage, loose rock and stones, excess earth, roots, weeds, and all debris of any description resulting from the work. Hose down and scrub where necessary all new and existing concrete and asphalt pavement and walks dirtied as a result of the work. Thoroughly remove mortar droppings from concrete walks and other pavements. PART 2 - PRODUCTS (Not applicable) PART 3 - EXECUTION (Not applicable) END OF SECTION 01 74 00 Page 64 of 116 1.3.1 C&D Waste Management Plan Before the start of demolition, submit a C&D waste management plan to the Owner and the architect for approval and it shall include the following: 1.3.1.1 Indicate how the Contractor proposes to recover at least 75% of the C&D wastes for reuse and recycling. 1.3.1.2 The C&D Waste Management Plan should coordinate the recovery effort with the construction, and renovation / demolition schedule. 1.3.1.3 Indicate compliance with section 1.5 QUALITY ASSURANCE. 1.3.1.3.1 Include a list of reuse facilities, recycling facilities and processing facilities that will be receiving the recovered materials (including take back by Owner or on-site auctions.) 1.3.1.3.2 If some of the materials will be donated or sold on-site auctions, describe the process and identify the organizations that may receive the materials. 1.3.1.3.3 Identify materials that are not recyclable or not recovered which will be disposed of in a landfill (or other means acceptable by the State of California and local ordinance and regulations) and explain why the materials are not recovered. 1.3.1.3.4 List the permitted landfill, or other permitted disposal facilities, that will be accepting the disposed waste materials. 1.3.1.3.5 Indicate instances or situations where compliance with the requirements of this specification do not apply or do not appear to be possible. 1.3.1.3.6 Identify each type of waste material to be reused or recycled and estimate the amount, by weight. 1.3.1.3.7 Provide estimate of time requirements for demolition and for the removal of valuable reusable items and materials. 1.3.1.3.8 Prepare building engineering survey and worker safety plan, assessment of building condition and all potential hazards. 1.3.1.3.9 Provide a C&D site management plan. 1.3.1.3.10Provide final accounting of disposition of recovered materials upon completion of project for final payments. 1.3.2 C&D Waste Management Summary Reports Provide the C&D Quality Manager with delivery receipts for the recovered materials and waste materials sent to the permitted recycling facilities, processing facilities, or landfill with the following information: 1.3.2.1 Name of firm accepting the recovered materials or waste materials 1.3.2.2 Specify type of facility (e.g. retail facility, recycler, processor, Class Ill landfill, MRF) 1.3.2.3 Location of the facility 1.3.2.4 Type of materials 1.3.2.5 Net weights (or volume) of each type of material 1.3.2.6 Date of delivery 1.3.2.7 Value of the materials or tipping fee paid 1.3.3 Application for Progress Payment The following should be submitted with the Application for Progress Payment: 1.3.3.1 C&D Waste Management Summary Report as stated above in section 1.3 SUBMITTALS, B. C&D Waste Management Summary Reports, with the C&D Quality Manager approval on each of the report. 1.3.3.2 Prepare 3-ring binder with rebate information and product documentation as required for Owner to qualify for rebate program; submit binder with final closeout submittals. 1.3.3.3 Payment could be withheld until diversion goals are met. The Contractor is ultimately responsible for implementation of the C&D Waste Management Plan and achieving the diversion goals. 1.4 RECYCLING PROGRAM: 1.4.1 The recycling program could utilize one or a combination of any of the following common waste diversion strategies: 1.4.1.1 Sources Separation 1.4.1.2 Time-Based Separation Page 66 of 116 1.5.6 Remove and relocate reusable materials to be reinstalled or retained in a manner to prevent damage or contamination. 1.5.7 Conduct construction and demolition in such a manner to minimize damage to trees, plants and natural landscape environment. 1.5.8 Arrange for adequate collection, and transportation to deliver the recovered materials to the approved recycling center or processing facility. Maintain records accessible to the architect or C&D Quality Manager for verification of diversion of recovered waste materials. 1.6 STORAGE AND HANDLING: 1.6.1 Site Storage 1.6.1.1 Remove materials for recycling and recovery from the work locations to approved containers or storage area as required. Failure to remove waste or recovered materials will be considered cause for withholding payment and termination of Contract. 1.6.1.2 Position containers for recyclable and recoverable waste materials at a designated location on the Project Site. If materials are sorted on site, also provide a sorting area and necessary storage containers. 1.6.1.3 Change-out loaded containers for empty containers, as demand requires. 1.6.1.4 If recovered materials are stored on-site for project duration provide adequate security from pilferage. 1.6.2 Handling 1.6.2.1 Deposit indicated recyclable, and recoverable materials in storage areas or containers in a clean (no mud, adhesive, solvents, petroleum contamination), debris-free condition. Do not deposit contaminated materials into the containers until such time as such materials have been cleaned. 1.6.2.2 Insure all recovered materials are made safe for handling and storage. 1.6.2.3 If the contamination chemically combines with the material so that it cannot be cleaned, do not deposit into the recycle containers. In such case, request resolution by the C&D Quality Manager for disposal of the contaminated material. Directions from the C&D Quality Manager do not relieve the Contractor of responsibility for compliance with all legal and regulatory requirements for disposal, nor shall such directions cause a request for modification of the Contract. 1.7 PROJECT CONDITIONS: 1.7.1 Environmental Requirements: 1.7.1.1 Transport recyclable and recoverable waste materials from the Work Area to containers and carefully deposit in the containers without excess noise and interference with other activities, to minimize noise and dust. 1.7.1.2 The Contractor shall ensure adequate erosion control and storm water control, if required, to prevent or minimize the negative impact to its surrounding environment. 1.7.1.3 Provide measures to insure the containment of lead-based paint and dust, nails, asbestos-based products and any biological contaminants that may affect environmental health and safety conditions. 1.7.2 Site Condition: 1.7.2.1 Signs and instructions should be clear, and easy to understand. All recycling containers should be clearly labeled and lists of acceptable and unacceptable materials will be posted throughout the site. Whenever possible, they should be in multiple-languages, especially in Spanish, and in graphic symbols. 1.7.2.2 The Contractor shall ensure the safety of all personnel involved in the C&D process. 1.7.2.3 A C&D site management plan shall be created including: work areas, materials processing areas, materials storage and disposal areas, worker hand-washing and changing stations, first aid and medical information. Part 2 — PRODUCTS 2.1 RECYCLED MATERIALS: 2.2.1 The following materials are collected for recycling: 2.2.1.1 Ferrous metal 2.2.1.2 Non-ferrous metals: copper, aluminum ... etc Page 68 of 116 SECTION 01 77 00 - PROJECT CLOSEOUT PART 1 - GENERAL DEFINITIONS The provisions of this section apply primarily to close out of actual physical work, not to administrative matters such as final payment and change- over of insurances. Closeout requirements relate to both final completion and substantial completion of work, and apply to individual portions of completed work as well as the total work. Specific requirements in other sections have precedence over general requirements of this section. PART 2- PROCEDURES AT SUBSTANTIAL COMPLETION 2.1 PREREQUISITES: Comply with General Conditions and complete the following before requesting Architect's inspection of the work, or designated portion thereof, for substantial completion: 2.1.1 Submit executed warranties, workmanship bonds, maintenance agreements, inspection certificates and similar required documentation for specific units of work, enabling Owner's unrestricted occupancy and use. 2.1.2 All plumbing and mechanical equipment shall operate quietly and free from vibration. Properly adjust, repair, balance, or replace equipment producing objectionable noise or vibration. All systems shall operate without humming, surging, or rapid cycling. 2.1.3 All operating instructions for equipment shall be properly mounted and posted as specified in their respective sections. 2.1.4 Submit record documentation, maintenance manuals, tools, spare parts, keys and similar operational items. 2.1.5 Complete instruction of Owner's operating personnel, and start-up of systems. 2.1.6 Complete final cleaning, and remove temporary facilities and tools. 2.2 INSPECTION PROCEDURES: Upon receipt of Contractor's request, Architect will either proceed with inspection or advise Contractor of prerequisites not fulfilled. Following initial inspection, Architect will either prepare Certificate of Substantial Completion, or advise Contractor of work which must be performed prior to issuance of certificate; and repeat inspection when requested and assured that work has been substantially completed. Results of completed inspection will form initial "punch list" for final acceptance. 2.3 PROCEDURES AT FINAL ACCEPTANCE: 2.3.1 Reinspection Procedure: Upon receipt of Contractor's notice that work has been completed, including punch list items resulting from earlier inspections, and excepting incomplete items delayed because of acceptable circumstances, Architect will reinspect work. Upon completion of reinspection, Architect will either recommend final acceptance and final payment, or advise Contractor of work not completed or obligations not fulfilled as required for final acceptance. If necessary, procedure will be repeated. 2.3.2 Record Documentation: 2.3.2.1 Record Drawings: The Contractor shall maintain at the job site, accessible to the Architect: 2.3.2.1 One set of black line prints of the site work on which shall be indicated complete "as installed" layouts of all underground utilities u0 to the building connections. (1) Included hereunder are all water, gas, sewer, site grading and drainage and electrical systems. (2) Dimension all systems to the nearest 0.1 foot from adjacent buildings by means of perpendicular offsets. Show all elevations for lines and structures to the nearest 0.1 foot from the tops thereof, except at sewer and drains use invert elevations. 2.3.2.2 One set of dimensioned black line prints showing "as installed" work inside building and extending out to a point of connection to site utilities. (1) Show all not readily visible lines and items of equipment of the electrical, plumbing, heating, ventilating and air conditions systems. (2) Where deviations from the original drawings occur in the layout of ducts or equipment connected thereto, show "as installed" locations and sizes including locations of access doors, dampers and control equipment and wiring. 2.3.2.3 Should any item of equipment differ in type, model, catalog number or manufacturer from that called for on original drawings or specifications, such deviations shall be shown on the black line prints required under the first part of this Article. The Contractor shall submit a reproducible print of any equipment deviating from the original drawings. This print shall be verified by the Job Inspector and signed if accurate. 2.3.2.4 Show all changes in the Work. 2.3.2.5 Make all entries within 24 hours after installing any part of the Work. Progress payments will not be Page 70 of 116 SECTION 017839 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for project record documents. Related Sections: 1. Section 01 77 00- Closeout Procedures. 2. Divisions 2 through 33 Sections for specific requirements for project record documents of the Work in those Sections. 1.3 CLOSEOUT SUBMITTALS A. Record Drawings: Submit set of marked-up record prints for each project. Provide one (1) paper copy and one (1) digital copy in PDF format on compact disc. B. Record Specifications: Submit set of marked-up Project's Specifications, for each project, including addenda and contract modifications. Provide one (1) paper copy and one (1) digital copy in PDF format on compact disc. PART 2- PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one (1) full size set of marked-up paper copies of the Contract Drawings and Shop Drawings, for each project, depicting the current status of the Work. 1. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked-up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an acceptable drawing technique. c. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. Page 72 of 116 PART 3- EXECUTION 3.1 RECORDING AND MAINTENANCE A. Upon completion of the Work, all documents maintained at the Site by the Contractor pursuant to the foregoing shall be assembled and promptly transmitted to the Architect for delivery to the Client. B. The failure or refusal of the Contractor to continuously maintain complete and accurate Record Drawings for each separate project, or to make available the Record Drawings for inspection and review by the Client, may be deemed by the Client to be Contractor's default of a material obligation in which event all fees and costs incurred or associated with such action shall be charged to the Contractor and deducted from any portion of the Contract Price due. C. The Record Drawings shall conform with the following standards: 1. Dimensions shall be given from easily identifiable permanent reference points. D. Recording: Maintain one (1) copy of each submittal, for each project, during the Construction period for project record document purposes. Post changes and modifications to project record documents as they occur; do not wait until the end of Project. E. Maintenance of Record Documents: Store record documents in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Separate documents for each project. Provide access to project record documents for Client's, Project Manager's, or Architect's reference during normal working hours. F. The Contractor shall incorporate an index into the Record Drawing sets, for each project. The index shall reflect the following information obtained from the drawing title block: drawing number, drawing date of issue and drawing last date of revision. G. Review Record Documents for each project weekly with Project Architect. Indicate to Project Architect the items incorporated in Project Record Documents concurrent with progress of the Work, including modifications, concealed conditions, field changes, product selections, and other notations incorporated, END OF SECTION 01 78 39 Page 74 of 116 1.6 PROJECT CONDITIONS: 1.6.1 Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so that Owner operations will not be disrupted. Submit no less than 72 hours notice to Owner of activities that will affect Owner operations. 1.6.2 Owner assumes no responsibility for condition of areas to be selectively demolished. 1.6.2.1 Conditions existing at time of inspection for bidding purpose will be maintained by the Owner as far as practical. 1.6.3 Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1.6.3.1 If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and the Owner. Hazardous materials will be removed by the Owner under a separate contract. 1.6.4 Storage or sale of removed items or materials on-site will not be permitted. 1.6.5 Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.6.5.1 Maintain fire-protection facilities in service during selective demolition operations. 1.6.6 Roofing: The existing board framed roof decking is expected to allow a substantial amount of dust and debris to filter through, particularly during selective demolition of the existing roofing. The Contractor shall provide and securely install minimum 15 mil plastic sheeting throughout the underside of the roof structure, continuous above any interior spaces below the extents of the roofing work, or present an alternate assembly/method for maintaining the safety and cleanliness of the interior spaces.for approval by the City's Project Manager. The Contractor is responsible for maintaining the cleanliness and usability of the building during the course of construction and the final cleaning of all the spaces below the roofing areas at the completion of the roof replacement, prior to final payment. The plan for execution of this Cleaning and Protection Program is to be submitted, reviewed and approved by the City prior to commencement of construction activities. 1.7 WARRANTY: 1.7.1 Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. 1.7.1.1 If possible, retain original Installer or fabricator to patch the exposed Work listed below that is damaged during selective demolition. If it is impossible to engage original Installer or fabricator, engage another recognized experienced and specialized firm. PART 2 - PRODUCTS 2.1 REPAIR MATERIALS: 2.1.1 Use repair materials identical to existing materials. 2.1.1.1 If identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2.1.1.2 Use materials whose installed performance equals or surpasses that of existing materials. PART 3 - EXECUTION 3.1 EXAMINATION: 3.1.1 Verify that utilities have been disconnected and capped. 3.1.2 Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. 3.1.3 Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. 3.1.4 When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to the Architect. 3.1.5 Engage a professional engineer to survey condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. 3.2 UTILITY SERVICES: 3.2.1 Existing Utilities: Maintain services indicated to remain and protect them against damage during selective demolition operations. Page 76 of 116 3.5.1.4 Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 3.5.2 Existing Facilities: Comply with Owner's requirements for using and protecting elevators, stairs, walkways, loading docks, building entries, and other building facilities during selective demolition operations. 3.5.3 Removed and Salvaged Items: 3.5.3.1 Clean salvaged items. 3.5.3.2 Pack or crate items after cleaning. Identify contents of containers. 3.5.3.3 Store items in a secure area until delivery to the Owner. 3.5.3.4 Transport items to the Owner's storage area designated by the Owner. 3.5.3.5 Protect items from damage during transport and storage. 3.5.4 Removed and Reinstalled Items: 3.5.4.1 Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 3.5.4.2 Pack or crate items after cleaning and repairing. Identify contents of containers. 3.5.4.3 Protect items from damage during transport and storage. 3.5.4.4 Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Submit connections, supports, and miscellaneous materials necessary to make item functional for use indicated. 3.5.5 Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by the Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.6 PATCHING AND REPAIRS: 3.6.1 General: Promptly repair damage to adjacent construction caused by selective demolition operations. 3.6.2 Repairs: Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. 3.6.2.1 Completely fill holes and depressions in existing masonry walls that are to remain with an approved masonry patching material applied according to manufacturer's written recommendations. 3.6.3 Finishes: Restore exposed finishes of patched areas and extend restoration into adjoining construction in a manner that eliminates evidence of patching and refinishing. 3.6.4 Floors and Walls: Where walls or partitions that are demolished extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 3.6.5 Ceilings: Patch or repair existing ceilings as necessary to provide an even-plane surface of uniform appearance. 3.6.6 Grind concrete floor at thresholds, as required to comply with ADA maximum heights. 3.7 DISPOSAL OF DEMOLISHED MATERIALS: 3.7.1 General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. 3.7.2 Burning: Do not burn demolished materials. 3.7.3 Disposal: Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION 02 41 19 Page 78 of 116 Simpson "Strong-Tie Connectors", unless otherwise specified, of size, type, material, suited to application shown. Prior approved substitution shall have an equal or better rating acceptable to ICC and meet requirements of the CBC. All hardware to be painted finish or hot-dip galvanized. 2.7 OTHER ROUGH HARDWARE: 2.7.1 Common Nails: Conform to ASTM F1667 and CBC Section 2306.6 unless otherwise noted on drawings. Contractor shall use galvanized or aluminum on exterior where exposed to weather and exterior covered .only by paint. 2.7.2 Screws: Conform to ANSI/ASME B18.6.1, unless otherwise noted on drawings Contractor shall use galvanized on where exposed to weather and exterior covered only by paint. 2.7.3 Bolts and Nuts: Unless otherwise noted or specified, use unfinished American Standard. Unless otherwise noted on drawings, Contractor shall use galvanized at exterior where exposed to weather and exterior covered only by paint. Provide with matching cut or pressed steel washers for both bolts and nuts where bearing on wood, unless otherwise shown. 2.7.4 Connectors Into Concrete or Masonry: Powder-activated fastening system prior approved equal to "Ramset" or "Hilti". Anchor shall be installed to depth of embedment recommended by manufacturer. Anchors shall be galvanized where exposed to weather. Concrete nails are not acceptable. 2.7.5 Construction Adhesive: Adhesive shall conform to APA Specification AFG-01. 2.7.6 Mastic: As specified in Division 07 11 00. 2.7.7 Connector Plates: Contractor shall use galvanized at exterior where exposed to weather and covered only by paint. PART 3- EXECUTION 3.1 FRAMING: Verify all measurements and dimensions at the job. Set framing members and assemblies accurately to required lines and levels, and to arrangements shown. Accurately and neatly cut and fit work, and strongly nail, spike, bolt or otherwise secure in place, in workmanlike manner. Erect roofs level or sloped as noted, aligned in planes except where "warping" is specifically noted. Do not splice structural wood framing members between bearing points or supports. Have capable mechanics do cutting, assembling, and erecting of wood members. Secure approval before cutting any wood members that may weaken structure. Do all cutting, framing and fitting necessary for accommodation of work of other trades. All blocking for structural member shall be as detailed and noted in structural drawings. Exercise due care in placing framing so that structural and other important members do not require cutting for openings, pipes, vents, conduits, ducts, or like work. Finish bearing surfaces on which wood structural members are to rest to give full, true, and even support. Do not use wedges or shims to overcome faulty work. Remove and replace wood members, which have been split or otherwise damaged to such an extent as to materially impair their strength, as directed at no extra cost to Owner. Provide wood grounds, strips and blocking, indicated or required by conditions, of thickness and shape required to receive finish materials. Provide all blocking necessary for toilet accessories. Provide wood framing for air conditioning curbs as detailed or by manufacturers standard literature. 3.2 CONNECTIONS: Term "rough hardware" includes bolts, nails, lag screws, washers, plates, and similar items employed in erection and construction of rough work, bolt anchorages embedded in concrete to concrete trade prior to erection of forms. Provide rough hardware as shown and required to complete work, including installation of such items furnished under other sections. 3.3 NAILING: Drive nails not closer together than 1/2 their length unless driven in drilled holes, nor closer to edge of member than 1/4 its length; drill holes slightly smaller than nail diameters when necessary to prevent splitting. Penetrate second or farther member not less than 1/2 length of nail. Use common nails except where other nails are shown or specified. Refer to Nailing schedule in UBC unless otherwise noted in Structural Notes or Structural Drawings. 3.4 BOLTS AND NUTS: Provide malleable or cut steel washers under heads and nuts except where bearing on steel plates or other steel attachments, or where flat-head countersunk bolts are shown. Clamp members together and bore holes of same diameter as bolts, true to line; drive bolts in place, and draw nuts up tight. Immediately prior to enclosing bolts with finish or, if left exposed, upon completion of other work, draw bolts tight again. Holes at anchor bolts embedded in concrete may be 1/16" larger than bolt diameter. 3.5 SCREWS: Screw (do not drive) lag and wood screws into place. Bore hole to receive lag screw, first of same diameter and depth as shank, and then continue to depth equal to length of screw with diameter equal to base of thread. Screw shall penetrate a distance equal to at least 7 times diameter of screw shank into far member. Install washer under each lag screw head bearing on wood. 3.6 PLYWOOD SHEATHING: 3.6.1 Arrange so that no piece is less than 12" wide in either face dimension. Install with face grain across supports, end joints over joists and staggered, and provide blocking at unsupported edges as noted. Nail as noted using specified nails. Page 80 of 116 SECTION 07 21 16 - BUILDING INSULATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing and installing of thermal and sound insulation in the building as shown and noted on the drawings and specified herein. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 SUBMITTALS: 1.2.1 Submit a list of insulation materials proposed for use, giving the manufacturer's names and brand designations for each material. 1.2.2 See Section 013300 for number and manner of submittals. 1.3 QUALITY ASSURANCE: 1.3.1 Thermal Resistivity: Where thermal resistivity properties of insulation materials are designated by R-values they represent the rate of heat flow through a homogenous material exactly 1" thick, measured by test method included in referenced material standard or otherwise indicated. They are expressed by the temperature difference in degrees F between the two exposed faces required to cause one BTU to flow through one square foot per hour at mean temperatures indicated. 1.3.2 Fire Performance Characteristics: Provide insulation materials which are identical to those whose fire performance characteristics, as listed for each material or assembly of which insulation is a part, have been determined by testing, per methods indicated below, by UL or other testing and inspecting agency acceptable to authorities having jurisdiction. 1.3.2.1 Surface Burning Characteristics: ASTM E84 1.3.2.2 Fire Resistance Ratings: ASTM E119 1.4 DELIVERY, STORAGE AND HANDLING Deliver, store and handle insulation in a manner to prevent damage or deterioration due to moisture or physical abuse. 1.5 SCHEDULING: Do not install insulation until construction has progressed to the point that inclement weather will not damage or wet the insulation material. Install insulation after electric wiring, plumbing and other concealed work is in place. Insulation shall not be closed-in until it has been inspected and approved. PART 2 -PRODUCTS 2.1 BAIT INSULATION: 2.1.1 Insulation materials shall be kraft-faced, foil faced or unfaced glass fiber batts or blankets of the types and R-values as specified below for the various applications as manufactured by Schuller International, Inc. (Manville), Owens-Corning Fiberglass Corp., U.S. Gypsum Co., or prior approved equal in accordance with Section 01 25 00. All materials shall have a flame spread less than 25. 2.1.2 Between Studs in all Exterior Walls: Kraft-faced Batts with an R-value as noted on the drawings. 2.1.2 Sound Insulation in Interior Floor/Ceiling Assemblies: Shall be 4" or 6" thick Kraft-faced sound attenuation batts. Install per manufacturers recommendations. PART 3 - EXECUTION 3.1 INSTALLATION OF BAIT INSULATION: 3.1.1 Installation of batt insulation shall be in accordance with the manufacturer's recommendations. Insulation shall be installed the full height of the wall or between joists, as indicated. Insulation shall be continuous behind all lighting switches, convenience outlet boxes, and other devices. 3.1.2 Fully insulate small areas between closely spaced framing members. 3.1.3 Do end matching neatly with ends fitting snugly or overlapped. 3.1.4 Cut and fit insulation materials around pipes, conduits, outlet boxes and other obstructions as necessary to maintain the integrity of the insulation. Where pipes are installed in spaces to receive insulation, place insulation between exterior wall and the pipe, compressing insulation if necessary. 3.1.5 Batts and Blankets: Where insulation is cut to fit small or irregular spaces, cut the insulation slightly larger than the space to ensure a tight friction fit. Insert blankets between the studs from the inside face of the wall, recessed slightly from the face of the studs where blankets are not adequately supported by friction, attach the blankets with adhesive, 9/16" long divergent point staples located at four corners and center of each blanket or with tie wires spaced not more than 36" on centers. Page 82 of 116 SECTION 07 27 00 — WEATHER / AIR BARRIERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS: Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 and 9 of these Specifications. 1.2 DESCRIPTION / SUMMARY: 1.2.1 Work Included: The work includes, but is not necessarily limited to furnishing of all materials, labor and equipment and transportation to provide an air infiltration barrier and secondary weather resistive membrane as indicated and as specified herein. 1.2.2 Related Work Specified Elsewhere: Note: Coordinate work of this section with work of other sections to properly execute the work and maintain satisfactory progress of work of other sections including: Fiber Cement Siding —07 44 56 1.3 TECHNICAL DATA: 1.3.1 Applicable Standards Air-ins, Inc.: Air-ins Air Permeance Test 1.3.2 American National Standards Institute (ANSI) ANSI A141.1: Safety Requirements for Portable Wood Ladders ANSI 14.2: Safety Requirements for Portable Metal Ladders ANSI 14.5: Safety Requirements for Portable Ladders, Fixed - Safety 1.3.3 American Society for Testing & Materials (ASTM): ASTM D 1117 - Methods of Testing Nonwoven Fabrics ASTM D882 - Standard Test Method for Tensile Properties of Thin Plastic Sheeting ASTM E84a - Standard Test Method for Surface Burning Characteristics of Building Materials ASTM E96 - Standard Test Methods for Water Vapor Transmission of Materials ASTM E 1677- Specification for Air Retarder Material or System for Framed Building Walls 1.4 QUALITY ASSURRANCE 1.4.1 Installer shall be certified or become certified before installation of DuPont TM Tyvek e weather barrier assemblies. 1.4.2 Contact manufacturer's designated representative prior to weather barrier assembly installation, to conduct pre-start construction meeting with all appropriate trades and do site observations and analysis as required for warranty. 1.4 WARRANTY: Provide manufacture's 10 year product and labor cystcm warranty. PART 2 - PRODUCTS 2.1 PRODUCT NAME: DuPont Tyvek Weatherization System - Commercial Wrap DuPont Tyvek 3" Seam Tape, Self-adhered flashings —Flexwrap NF and StraightFlash DuPont Self-adhered flashings —Flexwrap NF and StraightFlash DuPont compatible accessories and fasteners 2.2 MANUFACTURER: DuPont: DuPont Merck Plaza, P.O. Box 80705 Wilmington, DE 19880-0705 call: (800) 448-9835 fax: (800) 203-0013 e-mail: dupontinfdupont.com website: www.dupont.com 2.3 PRODUCT DESCRIPTION: 2.3.1 Composition and Materials: Tyvek building wraps are manufactured from 100% flash spunbonded, high density polyethylene fibers. It is bonded by heat and pressure without binders or fillers into a tough, durable sheet structure. Additives have been incorporated into the polyethylene to provide ultraviolet light resistance. PART 3- EXECUTION 3.1 INSTALLATION: 3.1.1 Methods: Install per manufacturers written installation guide. 3.1.2 Maintenance: Products should be stored in a covered area until installed. 3.1.3 Tyvek shall be covered within four months of installation. Page 84 of 116 SECTION 07 31 13 - LAMINATED SHINGLES PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing, delivery, and installation of laminated shingles as indicated on drawings and as specified. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 QUALITY ASSURANCE: 1.2.1 Manufacturer's Product Warranty: Provide Manufacturer's 30 year transferable limited product warranty. The manufacturer shall warrant that: 1.2.1.1 will be free from manufacturing defects in materials and workmanship resulting in damage by rot or other bacterial growth; 1.2.1.2 are Class A fire rated by the International Conference of Building Officials ("ICB0") when installed per manufacturer's printed installation instruction; 1.2.1.3 comply with ICB0 water permeability requirements in effect as of October, 1986; 1.2.1.4 will not leak as a result of perforation or indentations caused by mild hail; 1.2.1.5 will not blow off or crack when subjected to wind velocities up to 80 mph on buildings up to 40 feet high. 1.2.2 Contractor's Workmanship Warranty: Warrant that the roof system has been installed by a Roofing Contractor, approved by the Roofing Manufacturer, in accordance with the manufacturer's printed installation instruction and all applicable sections of the 2019 California Building Code, will be free from defective workmanship, and to remain watertight and weatherproof with normal usage for five (5) years following Project Substantial Completion date. 1.2.3 Pre-Application Roofing Conference: Approximately two weeks prior to scheduled commencement of roofing installation and associated work, General Contractor shall meet at project site with installer, installer of each component of associated work, installers of deck or substrate construction to receive roofing work, installers of work in and around roofing which must precede or follow roofing work (including mechanical work, if any), Architect, Owner, Subcontractors, roofing system manufacturer's representative, and other representatives directly concerned with performance of the work. Record (Contractor) discussions of conference and decisions and agreements (or disagreements) reached, and furnish copy of record to each party attending. Review foreseeable methods and procedures related to roofing work, including but not necessarily limited to the following: 1.2.3.1 Tour representative areas of roofing substrates (decks), inspect and discuss condition of substrate, curbs, penetrations and other preparatory work performed by other trades. 1.2.3.2 Review roofing system requirements (drawings, specifications, and other contract documents). 1.2.3.3 Review required submittals, both completed and yet to be completed. 1.2.3.4 Review and finalize construction schedule related to roofing work and verify availability of materials, installer's personnel, equipment and facilities needed to make progress and avoid delays. 1.2.3.5 Review required inspection, testing, certifying and material usage accounting procedures. 1.2.3.6 Review weather and forecasted weather conditions, and procedures for coping with unfavorable conditions, including possibility of temporary roofing (if not a mandatory requirement). 1.3 SUBMITTALS: 1.3.1 Submittal procedures and quantities are as specified in Section 01 33 00. 1.3.2 Product Data: Submit manufacturer's technical product data, installation instructions and recommendations for laminated shingles and accessories required. Include data substantiating that materials comply with requirements. 1.3.3 Samples: Submit 3 shingles and prefabricated ridge shingles of colors selected. 1.4 DELIVERY, STORAGE AND HANDLING 1.4.1 Deliver materials in original packages bearing the manufacturer's name and label. 1.4.2 Store materials at a dry location, raised above the ground and protected from damage. Do not open package until ready for installation. PART 2- PRODUCTS 2.1 MATERIALS: 2.1.1 Laminated shingle shall be "Duration COOL Max" as manufactured by Owens Corning or a prior approved equal. Color shall be selected by the Architect. Page 86 of 116 SECTION 07 44 56 - FIBER-CEMENT SIDING PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing, delivery, and installation of wood siding and accessories as indicated on drawings and as specified. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 QUALITY ASSURANCE: 1.2.1 Manufacturer's Product Warranty: Provide Manufacturer's 30 year transferable limited product warranty. The manufacturer shall warrant that: 1.2.2 Contractor's Workmanship Warranty: Warrant that the roof system has been installed by a Contractor, approved by the Manufacturer, in accordance with the manufacturer's printed installation instruction and all applicable sections of the California Building Code (current edition), will be free from defective workmanship, and to remain watertight and weatherproof with normal usage for five (5) years following Project Substantial Completion date. 1.2.3 Pre-Application Siding Conference: Approximately two weeks prior to scheduled commencement of siding installation and associated work, General Contractor shall meet at project site with installer, installer of each component of associated work, installers of deck or substrate construction to receive roofing work, installers of work in and around roofing which must precede or follow roofing work (including mechanical work, if any), Architect, Owner, Subcontractors, siding system manufacturer's representative, and other representatives directly concerned with performance of the work. Record (Contractor) discussions of conference and decisions and agreements (or disagreements) reached, and furnish copy of record to each party attending. Review foreseeable methods and procedures related to roofing work, including but not necessarily limited to the following: 1.2.3.1 Tour representative areas of siding substrates (decks), inspect and discuss condition of substrate, curbs, penetrations and other preparatory work performed by other trades. 1.2.3.2 Review siding system requirements (drawings, specifications, and other contract documents). 1.2.3.3 Review required submittals, both completed and yet to be completed. 1.2.3.4 Review and finalize construction schedule related to siding work and verify availability of materials, installer's personnel, equipment and facilities needed to make progress and avoid delays. 1.2.3.5 Review required inspection, testing, certifying and material usage accounting procedures. 1.2.3.6 Review weather and forecasted weather conditions, and procedures for coping with unfavorable conditions, including possibility of temporary protection (if not a mandatory requirement). 1.3 SUBMITTALS: 1.3.1 Submittal procedures and quantities are as specified in Section 01 33 00. 1.3.2 Product Data: Submit manufacturer's technical product data, installation instructions and recommendations for fiber cement siding and accessories required. Include data substantiating that materials comply with requirements. 1.3.3 Samples: Submit 3 pieces of siding of types selected. 1.4 DELIVERY, STORAGE AND HANDLING 1.4.1 Deliver materials in original packages bearing the manufacturer's name and label. 1.4.2 Store materials at a dry location, raised above the ground and protected from damage. Do not open package until ready for installation. PART 2- PRODUCTS 2.1 MATERIALS: 2.1.1 Fiber cement shall be "Hardipanel" as manufactured by James Hardie Building Products, Inc. or prior approved equal. Color shall be painted as described under separate section of this specification. 2.1.2 "Hardipanel" shall be factory primed. 2.1.3 Wood siding pattern shall be: 2.1.3.1 "Hardipanel" — Sierra 8 with applied batten 2.1.4 Underlayment shall be Air infiltration barrier shall be: DuPont Tyvek Weatherization System — Tyvek Stucco Wrap. 2.1.5 Provide all materials, accessories and starter sheet required for a complete system. PART 3- EXECUTION Page 88 of 116 SECTION 07 51 00 - BUILT-UP ASPHALT ROOFING SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing and installing of all built-up (membrane) roofing and roofing accessories integrally related to roof installation as shown and noted on the drawings and as specified, including supervision of installation of sheet metalwork in connection with roofing work. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 QUALITY ASSURANCE: 1.2.1 Manufacturer Qualifications: Provide primary products, including each type of roofing sheet (felt), bitumen, composition flashings, and vapor retarder (if any), produced by a single manufacturer, which has produced that type product successfully for not less than 3 years. Provide secondary products only as recommended by manufacturer of primary products for use with roofing system specified. 1.2.2 Installer Qualifications: A single installer ("roofer) shall perform the work of this section; and shall be a firm with not less than five years of successful experience in installation of built-up roofing systems similar to those required for this project and which is acceptable to or licensed by manufacturer of primary roofing materials. 1.2.2.1 Installer Certification: Obtain written certification from manufacturer of built-up roofing system certifying that installer is approved by manufacturer for installation of specified roofing system. Provide copy of certification to Architect prior to award of roofing work. 1.2.3 Pre-Application Roofing Conference: Approximately two weeks prior to scheduled commencement of built-up roofing installation and associated work, General Contractor shall meet at prbject site with installer, installer of each component of associated work, installers of deck or substrate construction to receive roofing work, installers of rooftop units and other work in and around roofing which must precede or follow roofing work (including mechanical work, if any), Architect, Owner, Sub-Contractors, roofing system manufacturer's representative, and other representatives directly concerned with performance of the work. Record (Contractor) discussions of conference and decisions and agreements (or disagreements) reached, and furnish copy of record to each party attending. Review foreseeable methods and procedures related to roofing work, including but not necessarily limited to the following: 1.2.3.1 Tour representative areas of roofing substrates (decks), inspect and discuss condition of substrate, roof drains, curbs, penetrations and other preparatory work performed by other trades. 1.2.3.2 Review roofing system requirements (drawings, specifications and other contract documents). 1.2.3.3 Review required submittals, both completed and yet to be completed. 1.2.3.4 Review and finalize construction schedule related to roofing work and verify availability of materials, installer's personnel, equipment and facilities needed to make progress and avoid delays. 1.2.3.5 Review required inspection, testing, certifying and material usage accounting procedures. 1.2.3.6 Review weather and forecasted weather conditions, and procedures for coping with unfavorable conditions, including possibility of temporary roofing (if not a mandatory requirement). 1.2.4 UL Listing: Provide built-up roofing system and component materials which have been tested for application and slopes indicated and are listed by Underwriters Laboratories, Inc. (UL) for Class A external fire exposure. 1.2.4.1 Provide roof covering materials bearing Classification Marking (UL) on bundle, package or container indicating that materials have been produced under UL's Classification and Follow-up Service. 1.3 SUBMITTALS: 1.3.1 Submittal procedures and quantities are as specified in Section 013300. 1.3.2 Product Data: Submit manufacturer's technical product data, installation instructions and recommendations for each type of roofing product required. Include data substantiating that materials comply with requirements. 1.3.2.1 For asphalt bitumen provide label on each container or certification with each load of bulk bitumen, indicating flash point (FP), finished blowing temperature (FBT), softening point (SP) and equiviscous temperature (EVT). 1.3.3 Samples, Mineral Surface Cap Sheet: Submit 12" square samples of each color mineral surface cap sheets to be exposed as finished roof surface. 1.4 JOB CONDITIONS: Weather Condition Limitations: Proceed with roofing work only when existing and forecasted weather conditions will permit work to be performed in accordance with manufacturers' recommendations and warranty requirements. 1.5 PRODUCT HANDLING: Store and handle roofing sheets in a manner which will ensure that there is no possibility of significant moisture pick-up. Store in a dry, well ventilated, weather-tight place. Unless protected from weather or other moisture sources, do not leave unused felts on the roof Page 90 of 116 2.6 FABRICATION OF SHEET METAL ACCESSORIES: 2.6.1 SMACNA and NRCA Details: Conform work with details shown, and with applicable fabrication requirements of "Architectural Sheet Metal Manual" by SMACNA. Comply with installation details of "Roofing and Waterproofing Manual" by NRCA. All metal jack and flashings shall be soldered. 2.6.2 Prefabricate units as indicated, or provide standard manufactured units complying with requirements; fabricate from sheet metal indicated or, if not otherwise indicated, from lead-coated copper. 2.6.3 Provide 4" wide flanges for setting on BUR membrane with concealment by composition stripping. 2.6.4 Fabricate work with flat-lock soldered joints and seams; except where joint movement is necessary provide 1" deep interlocking hooked flanges, filled with mastic sealant. 2.6.5 Fabricate penetration sleeves with minimum 8" high stack, of diameter 1" larger than penetrating element. Counter flashing is specified as work of another section of these specifications. PART 3 - EXECUTION 3.1 INSPECTION OF SUBSTRATE: 3.1.1 Examine substrate surfaces to receive built-up roofing system and associated work and conditions under which roofing will be installed. Do not proceed with roofing until unsatisfactory conditions have been corrected in a manner acceptable to installer. Start of work of this section constitutes acceptance of deck surfaces. 3.1.2 Verify that deck is securely fastened with no projecting fasteners and with no adjacent units in excess of 1/16" out of plane. 3.2 GENERAL INSTALLATION REQUIREMENTS: 3.2.1 Clean deck of all dust, dirt, debris and foreign material. Provide cant strips in angles formed by the roof decks and vertical surfaces. Miter joints in cant strips. 3.2.2 Protect other work from spillage of built-up roofing materials, and prevent liquid materials from entering or clogging drains and conductors. Replace/restore other work damaged by installation of built-up roofing system work. 3.2.3 Insurance/Code Compliance: Install built-up roofing system for (and test where required to show) compliance with governing regulations and with the following insurance requirements: Underwriters Laboratories "Fire Classified" and "Class 60" wind uplift resistance. 3.2.4 Coordinate with installation of roofing sheets, flashings, stripping, coatings and surfacings, so that roof deck and felts are not exposed to precipitation nor exposed overnight. Provide cut-offs at end of each day's work, to cover exposed felts and insulation with a course of coated felt with joints and edges sealed with roofing cement. Remove cut-offs immediately before resuming work. Glaze coat installed ply-sheet courses at end of each day's work where final surfacing has not been installed. 3.2.5 Asphalt Bitumen Heating: Heat and apply bitumen in accordance with equiviscous temperature method ("EVT Method") as recommended by NRCA. Do not raise temperature above minimum normal fluid-holding temperature necessary to attain EVT (+25 deg. Fahrenheit or 14 deg. Celsius, at point of application) more than one hour prior to time of application. Discard bitumen which has been held at temperature exceeding finished blowing temperature (FBT) for a period exceeding 3 hours. Determine flash point, finished blowing temperature and EVT or bitumen, either by information from bitumen producer or by suitable tests, and determine maximum fire-safe handling temperature and do not exceed that temperature in heating bitumen; but in no case heat bitumen to a temperature in higher than 25 deg. Fahrenheit (14 deg. Celsius) below flash point. Keep kettle lid closed except when adding bitumen. Contractor to have operable thermometer at kettle when heating and applying bitumen. 3.2.6 Bitumen Mopping Weights: For interply mopping, and for other moppings except as otherwise indicated, apply bitumen at the rate of 25 lbs. of asphalt (+25% on a total-job average basis) per roof square (100 sq.ft.) between plies. 3.2.7 Substrate Joint Penetrations: Do not allow bitumen to penetrate substrate joints and enter building or damage insulation, vapor barriers (retarders) or other construction. Where mopping is applied directly to a substrate, tape joint or, in the case of steep asphalt, hold mopping back 2" from both sides of each joint. 3.2.8 Cut-offs: At end of each day's roofing installation, protect exposed edge of incomplete work, including ply sheets and insulation. Provide temporary covering of 2 plies of No. 15 roofing felt set in full moppings of hot bitumen; remove at beginning of next day's work. 3.3 ROOF MEMBRANE INSTALLATION: 3.3.1 Using GlasBase, start with a 12" width. Following felts to be applied full width, lapping each felt 2" over the preceding one. Nail the laps at 9" centers and down the longitudinal center of each felt nail two rows of nails with rows spaced approximately 11" apart and nails staggered on approximately 18" centers. Use nails or fasteners appropriate to the type of deck per manufacturer's instructions. 3.3.2 Starting at the low edge of the roof area apply one 18" wide, then a full 36" wide GlasPly Premier. All following felts are to be Page 92 of 116 SECTION 08 11 00 - METAL DOORS AND FRAMES PART 1 -GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing and installing of all metal doors, transoms, sidelights and frames as shown and noted on the drawings and as specified. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 GOVERNING DOCUMENTS: 1.2.1 UL (Underwriters' Laboratories, Inc.) Building Materials Director for labeled openings. 1.2.2 Steel Door Institute Standards. 1.3 SUBMITTALS: Submit fully detailed shop drawings of all hollow metal, including a complete schedule of all doors and frames. No manufacture or fabrication of doors and frames shall be commenced until the shop drawings have been reviewed and returned to the Contractor. See Section 01340 for required number and manner of submittals. 1.4 QUALITY CONTROL: 1.4.1 Labeled Openings: Where labeled openings occur, coordination is required for labeled assembly (door, frame, hardware), not merely labeled items within assembly. Conform to UL requirements. Doors and frames shall bear the specific UL labels as required for the rated openings. 1.4.2 Protection: Protect for shipping in either wood crates or paper cartons. Doors or frames with the prime coat damaged on exposed surfaces or damaged in any other respect will be rejected or corrected in a manner acceptable to the Architect. Do not store doors or frames in contact with the ground and protect at all times from damage of any kind, before, during and after erection. 1.4.3 Templates: Secure templates from finish hardware supplier for specified hardware and mounting locations. PART 2 - PRODUCTS 2.1 DOORS: 2.1.1 Materials: Commercial quality, stretcher leveled, cold rolled steel conforming to ASTM A 366-72 or hot rolled steel, pickled and oiled conforming to ASTM A 569-72, free from scale, pitting or surface defects; with edges, angles and corners square. 2.1.1.1 Exterior doors shall be hot dipped galvanized (0.6 ounces zinc coating minimum); surfaces shall be free of spangles, runs, etc. 2.1.1.2 Approved manufacturers: Steelcraft, Amweld, CECO, or architect's approved equal. 2.1.2 Construction: Doors shall be full flush type, 1-3/4 inch thick, fabricated from steel sheets, 16 gauge at exterior doors and 18 gauge at interior doors. Top and bottom edges to be flush and closed with minimum 16 gauge channels at exterior doors and minimum 18 gauge channels at interior doors. 2.1.3 Internal Construction: Vertical and/or horizontal steel, rigidly formed members welded to the face panels with sound deadening material filling all interior hollow spaces; or polyurethane, polystyrene or mineral core bonded to the inside of both faces. 2.1.4 Hardware Preparation and Reinforcing: Doors shall be factory mortised, reinforced, drilled and tapped for mortised hardware. Reinforce doors for specified surface applied hardware, for which drilling and tapping will be done in the field by others. Provide manufacturer's standard heavy duty hinge (butt) reinforcement, 10 gauge minimum; 12 gauge for closers and 14 gauge minimum for all other hardware reinforcement. 2.2 FRAMES: 2.2.1 Materials: Commercial quality steel as specified for doors. Exterior door frames shall be hot dipped galvanized (0.6 ounces zinc coating minimum); surfaces shall be free of spangles, runs, etc. 2.2.2 Construction: Welded-unit type with integral stop and trim, fabricated from 16 gauge steel for exterior locations, 18 gauge steel for interior locations, to profiles and sizes indicated. Head, jamb member joints shall be mitered, continuously welded and ground smooth where exposed to view. Stops shall be a minimum of 5/8" deep. 2.2.3 Anchors: Provide welded-in floor anchor in each jamb member and a minimum of three wall anchors at each jamb, located at a maximum of 24" centers. Wall anchors, unless indicated otherwise, shall be of a type as recommended by the manufacturer for fastening to the specific wall condition. Provide a minimum of two head anchors for frames installed in stud walls and three or more anchors if frame width exceeds 3'6". All anchors shall be 18 gauge minimum. Provide UL approved anchors at labeled frames. 2.2.4 Hardware Preparation and Reinforcing: Frames shall be factory mortised, reinforced, drilled and tapped for mortised hardware and reinforced for surface applied hardware, for which drilling and tapping will be done in the field. Provide manufacturer's standard reinforcement for hinges, 10 gauge minimum; 12 gauge for closers; and 14 gauge for other hardware reinforcement. Provide 26 gauge minimum grout guards for grouted frames at hardware cutouts and mortise hardware locations. Provide three rubber button Page 94 of 116 SECTION 08 51 13 - ALUMINUM WINDOWS PART 1 - GENERAL 1.1 WORK INCLUDED: 1.1.1 Provide all labor, materials, tools, equipment, and services to furnish and install aluminum windows and related components as shown on drawings and specified herein. 1.2 QUALITY ASSURANCE: 1.2.1 General 1.2.1.1 Provide certified independent laboratory test reports in full accord with Section 1.2.3. 1.2.1.2 Windows and component structural tests shall equal or exceed "Voluntary Guide Specifications for Aluminum Architectural Windows" as published by AAMA (1988) unless more stringent requirements are specified. 1.2.2 Test Units 1.2.2.1 Perform all tests unless otherwise noted on the projects largest size window or, to equal or exceed requirements set forth in AAMA 101-88., Sec. 2.2.2.5. 1.2.3 Test Procedures 1.2.3.1 Air Infiltration Test (Perform before Water Test) a) Air infiltration maximum 0.02 cfm per foot of crack length at 1.57 psf pressure differential when tested in accord with ASTM E283-83. 1.2.3.2 Water Resistance Test a) No uncontrolled water leakage at 4.67 psi pressure differential with water rate 6.7 GPM when tested in accord with ASTM E331-83. 1.2.3.3 Uniform Load Structural Test a) Unit to be tested at 1.5 x design wind pressure both positive and negative, acting normal to plane of wall in accord with ASTM E330-79. b) No glass breakage, permanent damage to fasteners, hardware parts, or damage to make window in-operable or permanent deformation of any main frame or ventilator section in excess of 0.4% of its span. 1.2.3.4 Ventilator Torsion Test a) Deflect at unrestrained corner shall not exceed 1.50" A/10.7 (where A is the area in square feet of ventilator tested), when tested per Section 1.2.1.2. 1.2.3.5 Horizontal Concentrated Load Test on Ventilator Latch Rail a) Deflection at point of load application maximum 0.062" when tested per 1.2.1.2. 1.2.3.6 Vertical Concentrated Load on Intermediate Frame Rails a) Deflection at point of load application maximum 0.062" when tested per 1.2.1.2. 1.2.3.7 Vertical Concentrated Load on Intermediate Frame Rails a) Deflection at point of load application maximum 0.062" when tested per 1.2.1.2. 1.2.3.8 Balance Arm Load Test a) Balance arms shall function normally without apparent damage after loads are removed when tested per 1.2.1.2. 1.3 SUBMITTALS: 1.3.1 Shop Drawings/Samples 1.3.1.1 Shop drawings complete and full scale where practical showing construction of all components, dimensions, and details. 1.3.1.2 Samples of aluminum finishes. Page 96 of 116 2.3.5 Glass Drainage 2.3.5.1 Provision shall be made to insure that water will not accumulate and remain in contact with the perimeter areas of sealed insulating glass. 2.3.6 Hardware 2.3.6.1 Balance Arms a) Two aluminum concealed four-bar adjustable friction hinges each ventilator meeting AAMA 904.1 b) Use stainless steel hinges when glazed ventilator exceeds 110 lbs. 2.3.7 Finish 2.3.7.1 Finish of all exposed areas of aluminum windows and components shall be done in accordance with the appropriate AAMA Voluntary Guide Specification shown: a) ANODIZED FINISHES I. AA M12C22 A44 Dark Bronze .7 Mil, Class I II. AA M12C22 A44 Black .7 Mil, Class I PART 3 - EXECUTION 3.1 ERECTION 3.1.1 Install square, plumb and in true alignment and in accord with details and reviewed Shop Drawings; surfaces free from dents, buckles, dimples, or other defects. 3.1.2 Anchor frames and other items securely to contiguous construction to result in a rigid installation and in accord with required safety factors. Where anchorage involves other work, provide setting drawings for proper installation. 3.1.3 Install hardware and adjust for proper operation. Seal metal-to-metal joints to prevent the entrance of water except at points where frame members are designed to drain water to the exterior. 3.1.4 At juncture between frames and adjacent materials, seal entire perimeter on both sides. Use sealant and backing materials as specified in Section 07900-Sealants. 3.1.5 Protection of contact surfaces: Protect aluminum surfaces in contact with dissimilar metals or with incompatible materials such as, concrete and other cementitious materials, by painting contact surfaces with bituminous paint before installation or isolate with non-absorptive tape or gaskets. 3.1.6 Expansion and contraction: Install aluminum work so as to avoid objectionable distortion or overstress of parts and fastenings resulting from thermal expansion and contraction. 3.1.7 Glazing 3.1.7.1 Determine glass sizes and edge clearances by measuring actual openings. 3.1.7.2 Set glass on glazing blocks to equally support the full glass height and prevent any give or fracture. 3.1.7.3 Set glass with specified materials in accord with reviewed Shop Drawings and manufacturer's instructions. 3.2 PROTECTION AND CLEANING 3.2.1 After installation, clean metal and glass surfaces, on both interior and exterior, of all mortar, plaster, paint and other contaminants. Use no abrasives. Use mild soap and water. 3.2.2 After cleaning, protect all work against damage until date of Substantial Completion. END OF SECTION 08 51 13 Page 98 of 116 SECTION 08 71 00 - FINISH HARDWARE PART 1 -GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK 1.1.1 The work includes the furnishing, delivery and installing of finish hardware as indicated on drawings and as specified. The Conditions of Contract and Division 1 apply as fully as if repeated herein. 1.2 SUBMITTALS: 1.2.1 Submittal procedures and quantities are as specified in Section 01 33 00. 1.2.2 Product Data: Submit manufacturer's product data containing drawings or cuts of all hardware items at same time hardware schedule is submitted. Contractor shall submit sample of hardware finishes integral with storefront system for review by the Architect prior to purchasing and installation of the hardware. Make submittal in a neat brochure form and include an index list of all items, with manufacturer's names and catalog numbers. Include a list of all manufacturers used and their nearest representative with address and phone number. If proposing a substitute, submit that product data attached to one showing specified item and indicated savings to be made. 1.2.3 Hardware Schedule: Submit six typewritten copies of schedule at earliest possible date prior to ordering of hardware. Do not order hardware for purchase until the schedule has been reviewed by the Architect. Architect's review of the schedule shall not be construed as certifying the schedule as being complete. Organize schedule into "Hardware Sets" with an index of doors and heading, indicating complete designations of every item required for each door or opening. Include the following information: 1.2.3.1 Type, style, function, size, quantity and finish of each hardware item. 1.2.3.2 Name, part number and manufacturer of each item. 1.2.3.3 Fastenings and other pertinent information. 1.2.3.4 Location of hardware set cross referenced to indications on drawings both on floor plans and in door schedule. 1.2.3.5 Explanation of all abbreviations, symbols, and codes contained in schedule. 1.2.3.6 Mounting locations for hardware. 1.2.3.7 Door and frame sizes and materials. 1.2.4 Templates: Where required, furnish hardware templates to each fabricator of doors, frames and other work to be factory- prepared for the installation of hardware. 1.2.5 Keying Schedule: Meet with Owner/Architect/Contractor to develop keying and locking requirements. Submit three copies of separate detailed schedule indicating clearly how the Owner's final instructions on keying of locks has been fulfilled. 1.3 QUALITY ASSURANCE: 1.3.1 Qualifications: 1.3.1.1 Obtain each kind of hardware (latch and lock sets, hinges, and closures) from only one manufacturer, although several may be indicated as offering products complying with requirements. 1.3.1.2 Hardware supplier shall be a direct factory contract supplier who has in his employment an experienced hardware consultant for a period of not less than (2) two years in the same area as project and who is available at all reasonable times during the course of the work for project hardware consultation to the Owner, Architect and Contractor. 1.3.2 Schedule Designations: Except as otherwise indicated, the use of one manufacturer's numeric designation system in schedules does not imply that another manufacturer's products will not be acceptable, unless they are not equal in design, size, weight, finish, function, or other quality of significance. However, do not make substitutions after the Architect's acceptance of hardware supplier's completed hardware schedule. 1.3.3 Exit Doors: Operable at all times from the inside without the use of a key or any special knowledge or effort. 1.4 DELIVERY, STORAGE AND HANDLING: 1.4.1 Acceptance at Site: Individually package each unit of finish hardware complete with proper fastening and appurtenances, clearly marked on the outside to indicate contents, specific locations in the work, and with reference to the Hardware Schedule. 1.4.2 Deliver packaged hardware items at the times and to the locations (shop or field) for installation, as directed by the Contractor. 1.5 PROJECT CONDITIONS: 1.5.1 Coordination: Coordinate hardware with other work. Furnish hardware items of proper design for use on doors and frames of Page 100 of 116 light seals occurs, or for fire-resistive rated door assemblies. 2.2.9 Contractor shall provide and install signs under a separate division within these specifications above the main exit doors utilizing indicating type dead bolts which state - "This door to remain unlocked during business hours". See Section 101400. 2.3 FINISH: 2.3.1 Generally to be brushed chrome. 2.3.2 Spray door closures to match finish hardware, or color of finished doors as indicated by the Architect. The finishes for all hardware shall be subject to the approval of the Architect. 2.4 KEYING REQUIREMENTS: 2.4.1 Keying of cylinder locks shall be coordinated with the Owner at Contractor's request so as not to delay manufacturing of the doors and frames. For estimate use masterkeying charge. Keying system shall be approved by Owner's representative in writing. Furnish construction key system with keys which can be rendered inoperative by the turn of the change key. Stamp all keys "Do Not Duplicate." 2.4.2 For protection of the Owner, all locks and cylinders shall be keyed at the factory of the lock manufacturer where permanent records are maintained. Locks and cylinders shall be of the same manufacturer. 2.4.3 Permanent keys shall be delivered only to Owner's representative, properly tagged and indexed. PART 3 - EXECUTION 3.1 HARDWARE LOCATIONS: 3.1.1 Hinges: 3.1.1.1 Bottom Hinge: 10 inches from door bottom to bottom of hinge. 3.1.1.2 Top Hinge: 5 inches from door top to top of hinge. 3.1.1.3 Center Hinge: Center between top and bottom hinge. 3.1.1.4 Extra Hinge: Equally spaced where there is more than one intermediate hinge. 3.1.2 Cylinder Deadlock Centered 44 inches above floor. 3.1.3 Door Knobs: Centered 40 5/16 inches above floor. 3.1.4 Door Pulls: 40 inches from bottom of door to center of pull. 3.1.5 Push Plate: 45 inches from bottom of door to center of plate. 3.1.6 Panic: 36-1/4 inches from finished floor to center of pad. 3.2 INSTALLATION: Install each hardware item per manufacturer's instructions and recommendations. Do not install surface mounted items until finishes have been completed on the substrate. Set units level, plumb and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. 3.3 ADJUSTING: 3.3.1 Adjust and check each operating item of hardware and each door, to ensure proper operation or function of every unit. Replace units which cannot be adjusted to operate freely and smoothly. 3.3.2 Inspection: Hardware supplier shall inspect all hardware furnished within 10 days of contractor's request and include with his guarantee a statement that this has been accomplished. Inspector or Contractor will sign off the hardware as being complete and correctly installed and adjusted. Further corrections of defective material shall be the responsibility of his representative. 3.4 GUARANTEE: All hardware shall be guaranteed for a period of one year from filing of Notice of Completion. Defects in material and workmanship occurring during the guarantee period shall be corrected without expense to the Owner. END OF SECTION 08 71 00 Page 102 of 116 2.1 MATERIALS: 2.1.1 Note: Where pre-manufactured window units incorporate glazing from window manufacturer, glazing shall be provided under that separate division. 2.1.2 Flat Glass: Conform to ASTM C 1036, Type I (Transparent Flat Glass), Quality Q3 (Architectural), Class 1 (Clear) 2.1.4.1 Rollerwave: Rollerwave distortion to be oriented horizontally 2.1.3 Clips for Metal Surrounds: Respective surround manufacturer's standard (steel-to-steel, aluminum-to-aluminum, etc.). 2.1.4 Sealant for Glazing: General Electric Corp. "1200", Dow-Corning Corp. "999A" or equivalent approved in accordance with Section 00160 or as recommended by glass manufacturer. Installed as per section 07 92 00 of these specifications. 2.1.5 Preformed Sealant Tape: Pecora "Extru-Seal", Tremco "Preshimmed 440 Tape" or equivalent approved in accordance with Section 00160, or as recommended by glass manufacturer. Installed as per section 07 92 00 of these specifications. 2.1.6 Preformed Gaskets: Closed cell sponge neoprene conforming to ASTM C 509 and dense neoprene wedge gaskets conforming to NAAMM SG-1. Gaskets shall be preformed to shapes and sizes to suit the glazing stops furnished with the doors and windows and to compress the sponge neoprene gasket 25% to 40%. Installed as per section 07 92 00 of these specifications. Gasket color to be approved by Architect prior to installation. PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS: 3.1.1 Manufacturer's labels, showing strength, grade, thickness, type and quality will be required on each piece of glass. Labels must remain on glass until it has been set, inspected and approved. 3.1.2 Sizes indicated on the drawings are approximate. Actual sizes shall be determined by measuring in the field. 3.1.3 Stops or beads for glazed openings will be provided under other sections for use under this section. 3.1.4 Tong marks of tempered plate glass, when glazing, shall occur on the side of the narrow dimension only. When the long dimension of glass panes are vertical the tong marks shall occur at the bottom of the pane. 3.2 GLAZING: 3.2.1 Conform to applicable portions of GANA "Glazing Manual", latest edition. Check dimensions of openings to be sure that glass thickness is as required for code minimums and adequate clearances are maintained on all four sides at perimeter. Shop cut all glass; cut clean, straight edges, free from chips and fissures. Fixed stops, glass edges, and applied stops shall be cleaned of all dust, dirt, oil or other debris before glazing. Dry all glazing components completely. 3.2.2 Aluminum Openings: Glaze with preformed gasket as supplied by the aluminum frame manufacturer. 3.3 REGLAZING: Existing windows to be re-used, broken windows and other glass areas to be re-glazed shall have all glass cleanly removed from rabbets and glass stops. All old glazing compound shall be removed from rabbets and stops, and all surfaces to receive new glazing compound shall be washed clean with solvent. Re-glazing shall conform to the requirements specified under "Glazing" after preparing rabbets and stops as specified above. 3.4 CLEANING AND PROTECTION: 3.4.1 Upon completion of other glazing work and after approval of the glass installation, all glass surfaces shall be thoroughly cleaned, and all labels, paint spots and other defacements shall be removed. Contractor shall request walk through with Architect to identify scratched glazing prior to releasing horizontal blind subcontractors for installation. Contractor shall be responsible for all scratched glazing. Glazing to be replaced for unreasonable defects or damage as directed by Architect. Cleaning solution shall not etch or stain frames, painted or finished surfaces, or affect the glazing compound. 3.4.2 Cracked, broken and imperfect glass shall be replaced at no additional cost to the Owner. Protect all glass against damage from weld spatter, stains from alkaline or flourine materials, abrasive materials or other damage until final acceptance of the project. Where it is necessary to alert workmen that openings have been glazed, use tape or banners attached to framing. Do not spray paint or other foreign matter directly on the glass. END OF SECTION 08 81 00 Page 104 of 116 SECTION 09 29 00 - GYPSUM DRYWALL PART 1 - GENERAL 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work includes the furnishing and installing of gypsum board construction (walls and ceilings), including shaft wall construction, all other accessories as shown and noted on the drawings and specified herein. The Conditions of the Contract and Division 1 apply to this section as fully as if repeated herein. 1.2 QUALITY ASSURANCE: 1.2.1 Gypsum board construction shall conform with the "California Building Code, 2019 (CBC)", Chapter 25 "Gypsum Board and Plaster". Fire resistive walls, partitions and ceilings shall also conform to Chapter 7, "Fire Resistant Materials and Construction." 1.2.2 Fire and Sound Resistance Ratings: Where gypsum drywall systems with fire and/or sound-resistance ratings are indicated, provide materials and installations which are identical with those of applicable assemblies. Fire systems shall be tested per ASTM E 119 by fire testing laboratories acceptable to authorities having jurisdiction. Sound tests shall be tested accordance with ASTM E90 and ASTM E413 1.2.3 Single-Source Responsibility: Obtain gypsum board products from a single manufacturer, or from manufacturers recommended by the prime manufacturer of gypsum boards. 1.3 SUBMITTALS: 1.3.1 Submittal procedures and quantities are specified in Section 01 3300. 1.3.2 Product Data: Submit manufacturer's product specifications and installation instructions for each gypsum board component, including other data as may be required to show compliance with these specifications. 1.4 DELIVERY, STORAGE AND HANDLING: 1.4.1 Deliver material in original packages, containers or bundles bearing brand name and identification of manufacturer or supplier. Fire resistant type gypsum board shall bear the Underwriter's Laboratories, Inc. (UL) label or label of another organization acceptable to Code Authority. (ICBO, Etc) 1.4.2 Store materials inside under cover and in manner to keep them dry, protected from weather, direct sunlight, surface contamination, corrosion, and damage from construction traffic and other causes. Neatly stack gypsum boards flat to prevent sagging. Do not stack long lengths over shorter lengths. Do not stack gypsum board to exceed design live load of floors above the ground floor. 1.4.3 Handle gypsum boards to prevent damage to edges, ends, or surfaces. Protect metal corner beads and trim from being bent or damaged. 1.4.4 Store flammable adhesives away from fire, sparks, or smoking areas. 1.5 PROJECT CONDITIONS: Maintain temperature range between 55 degrees F and 70 degrees F for a period extending from 24 hours before installation until the permanent heating system is in operation. Provide ventilation during and following adhesive and joint treatment application. Use temporary air circulators in enclosed areas lacking natural ventilation. 1.6 SCHEDULING: Do not apply gypsum board until insulation, pipes, conduits, ducts, vents, supports and other items that will be concealed by the gypsum board have been inspected, tested and approved by the governing authorities and unsatisfactory conditions have been corrected. 1.7 SAMPLE: Prior to finishing gypsum board where painting is indicated, provide four 2'x2' samples of finishes to be selected by Architect. Selected sample shall be kept at job site for comparison. Final wallboard finish shall match selected sample. See Division 2 for finish required. PART 2 - PRODUCTS 2.1 MATERIALS: 2.1.1 Gypsum board shall conform to the standards specified below: 2.1.1.1 Regular Gypsum Board: ASTM C 1396 with tapered edges, 5/8" thick for ceilings and walls unless otherwise indicated. USG Securock Glass-Mat Sheathing 2.1.2 Trim Accessories: Provide manufacturer's standard paper faced trim accessories of types indicated for gypsum board work, formed of galvanized steel with paper face reinforcement to prevent edge cracking unless otherwise indicated,. Provide (90° square - typical) corner beads, L-type edge trim-beads, U-type edge trim-beads, special L-kerf-type edge trim-beads and one-piece control joint beads, J-type moulding reveals and other trim as shown in drawings. Contractor shall utilize prefabricated intersecting reveal joints Page 106 of 116 3.2.3.2 Single-Layer Fastening Methods: Fasten gypsum boards to supports with screws. 3.2.3.3 Gypsum board surfaces shall appear flat, smooth, and monolithic.. 3.3 INSTALLATION OF GYPSUM BOARD TRIM ACCESSORIES: 3.3.1 General: Install per the ASM C840 and in accordance with manufacturer's instructions and recommendations. All beads and trim shall be placed level and plumb. Generally hold trim accessories W —1/." above finish concrete slab. Installations to qualify for 30 year warranty are installed with all-purpose joint compound and no fasteners. 3.3.2 Install paper faced metal corner beads at all external corners of drywall work. 3.3.3 Install paper faced metal edge trim whenever wallboard terminates against dissimilar materials or edge of gypsum board would otherwise be exposed or semi-exposed, and except where plastic trim is indicated. Provide type with face flange to receive joint compound except where semi-finishing type is indicated. Install L-type trim where work is tightly abutted to other work, and install special kerf-type where other work is kerfed to received long leg of L-type trim. Install U-type trim where edge is exposed, revealed, gasketed, or sealant-filled (including expansion joints). Install "J"-type trim in appropriate industry standard and/or as called for in drawings. 3.4 INSTALLATION OF GYPSUM BOARD FINISHING: 3.4.1 General: Apply treatment at gypsum board joints (both directions and above finish ceilings as occurs), flanges of trim accessories, penetrations, fastener heads, surface defects and elsewhere as required to prepare work for decoration. Pre-fill open joints and rounded or beveled edges, if any, using type of compound recommended by manufacturer. 3.4.1.1 Apply joint tape at joints between gypsum boards, except where a trim accessory is indicated. Joining Panels: Apply thin uniform layer of compound, approximately 3" wide, under and over the non-adhesive tape in the joint (angle) to be reinforced. Center tape over all joints to be reinforced and seal into the compound. Apply skim coat of compound immediately over tape. Clean excess compound from wallboard surface. Allow joints to dry thoroughly (24hrs. minimum) between each application of compound. Cover skim coat with another compound coat spread evenly over and slightly beyond the taped edge of the board, feather the edges, with smooth uniform slight crown over joint. 3.4.1.2 All panel joints and dimples at fastener heads shall receive 3 coats of compound in succession, 3.4.1.3 Conceal flanges of all metal corners and edge reinforcing by at least 2 coats of compound. When completed, the compound shall gently feather and extend approximately 8" - 10" on either side of exposed metal nosing. 3.4.1.4 Sand all coats as necessary after each application has dried. The final coat and subsequent sanding shall leave all wallboard and treated areas uniformly smooth and ready to receive decoration. 3.4.1.5 Exterior Ceiling board and wall board finish shall generally be Level #4 and match sample selected by Architect. Areas specified for smooth finish shall have a Level #5 finish. Level 4 shall include a uniform coat of drywall primer roller applied over the entire surface. Level 5 shall include a skim coat of all-purpose joint compound over the entire surface and a uniform coat of drywall primer roller applied over the entire surface. LEVELS OF GYPSUM BOARD FINISH Each level of finish is, the minimum level of finish as described Level Joints Interior Angles Accessories Fasteners Surface #0 No taping, finishing or accessories required. This level of finish may be useful in temporary construction or whenever the final decoration has not been determined. Level Joints Interior Angles Accessories Fasteners Surface #1 Tape set in joint Tape set in joint compound compound. Tool marks and ridges acceptable. Surface free of excess joint compound. Specified in plenum areas above ceilings, in attics, where the assembly would generally be concealed, or in building service corridors and other areas not normally open in public view. Some degree of sound and smoke control is provided; this level is referred to as "fire-taping." Where a fire-resistance rating is required for the gypsum-board assembly, details of construction shall be in accordance with reports of fire tests of assemblies that have met the fire-rating requirement. Tape and fastener heads need not be covered with joint compound. Page 108 of 116 SECTION 09 91 00 - PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS: Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 DESCRIPTION OF WORK: 1.2.1 Extent of painting work is indicated on schedules, and as herein specified. 1.2.2 Work includes painting and finishing of interior and exterior exposed items and surfaces throughout project, except as otherwise indicated. 1.2.2.1 Surface preparation, priming and coats of paint specified are in addition to shop-priming and surface treatment specified under other sections of work. 1.2.3 Work includes field painting of exposed bare and covered pipes and ducts (including color coding), and of hangers, exposed steel and iron work, and primed metal surfaces of equipment installed under mechanical, electrical work, sealants and caulking, except as otherwise indicated. 1.2.3.1 Upon final completion Contractor shall provide the Owner with properly labeled new sealable containers of mixed paint which were utilized on the project in the following quantities. Two (2) - five (5) gallon containers of each color mix which was applied to a surface area totaling greater than 15,000 s.f. One (1) - one (1) gallon container of each color mix which was applied to a surface area totaling less than 15,000 s.f. 1.2.4 "Paint" as used herein means all coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats. 1.2.5 Surfaces to be painted: Except where natural finish of material is specifically noted as a surface not to be painted or where natural finish of material matches adjacent material color, paint exposed surfaces whether or not colors are designated in "schedules". Where items or surfaces are not specifically mentioned, paint the same as similar adjacent materials or areas. Note: Contractor shall paint all sprinkler piping, supply and return mechanical grille registers and/or ductwork, speaker grilles, louvers, etc. to match adjacent wall surfaces even if grilles are pre-finished. Contractor shall paint all electrical light fixture trim in contact with adjacent wall or ceiling surface even if fixture trims are pre-finished. Exact color of paint to be selected by Architect in field at time of field samples. If color or finish is not designated, Architect will select these from standard colors or finishes available. 1.2.6 Following categories of work are not included as part of field-applied finish work. 1.2.6.1 Pre-Finished Items: Unless otherwise indicated, do not include painting when factory-finishing or installer- finishing is specified for such items as (but not limited to) pre-finished partition systems, acoustic materials, ceramic tile, pre-formed roof and wall panels, elevator entrance doors and frames, elevator equipment, and mechanical and electrical equipment, including switchgear and distribution cabinets. 1.2.6.2 Concealed Surfaces: Unless otherwise indicated, painting is not required on surfaces such as walls or ceilings in concealed areas and generally inaccessible areas, foundation spaces, furred areas, pipe spaces, duct shafts and elevator shafts. 1.2.6.3 Finished Metal Surfaces: Unless otherwise indicated, metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze and similar finished materials will not require finish painting. (Galvanized metal is not a finished metal surface). 1.2.6.4 Operating Parts: Unless otherwise indicated, moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sinkages, sensing devices, motor and fan shafts will not require finish painting. 1.2.7 Following categories of work are included under other sections of these specifications. 1.2.7.1 Shop Priming: Unless otherwise specified, shop priming of ferrous metal items is included under various sections for structural steel, metal fabrications, hollow metal work and similar items. Contractor to coordinate for exposure — that finish coat is compatible with shop prime. Provide certificate of primer specification and paint compatibility. Shop primers are used specifically to avoid flash rusting on the jobsite while waiting to be painted. Where exposure has compromised the shop prime, a "high performance epoxy-based primer" or "inorganic zinc-rich primer" should be used. 1.2.7.1.1 Unless otherwise specified, shop priming of fabricated components such as architectural woodwork, and shop-fabricated or factory-built mechanical and electrical equipment or accessories is included under other sections of these specifications. Contractor to coordinate for exposure — that finish coat is compatible with shop prime. Shop primers are used specifically to avoid flash rusting on the jobsite while waiting to be painted. Where exposure has compromised the shop prime, a "high performance epoxy-based primer" or "inorganic zinc-rich primer" should be used. Page 110 of 116 1.5.3.3 Do not apply paint in high winds, rain, fog, or mist, or when relative humidity exceeds 85%, or to damp or wet surfaces, unless otherwise permitted by paint manufacturer's printed instructions. 1.5.3.3.1 Painting may be continued during inclement weather if areas and surfaces to be painted are enclosed and heated within temperature limits specified by paint manufacturer during application and drying periods. 1.6 WARRANTY: 1.6.1 Guarantee painting and finishing against peeling, fading, cracking, blistering, or crazing for a period of 2 years from the date of "Notice of Completion". The written warranty shall include materials and labor. The warranty shall be signed by the paint manufacturer, the painter and the Contractor. PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: 2.1.1 Basis of Design Manufacturer: Subject to compliance with requirements, provide products of Sherwin-Williams; local contact: John Dumesnil, 619-665-9341 or john.t.dumesnilAsherwin.com. 2.1.2 Requests for Substitutions: will only be considered in accordance with provisions of Section 01 60 00 - Product Requirements. 2.2 MATERIALS: 2.2.1 Material Quality: Provide best quality grade of various types of coatings as regularly manufactured by acceptable paint materials manufacturers. Materials not displaying manufacturer's identification as a standard, best-grade product will not be acceptable. 2.2.2 VOC Content: Products shall comply with VOC limits of the South Coast Air Quality Management District (SCAQMD), or authorities having jurisdiction. 2.2.3 Proprietary names used to designate colors or materials are not intended to imply that products of named manufacturers are required to the exclusion of equivalent products of other manufacturers. 2.2.3.1 Color Pigments: Pure, non-fading, applicable types to suit substrates and service indicated. PART 3- EXECUTION 3.1 INSPECTION: 3.1.1 Applicator must examine areas and conditions under which painting work is to be applied and notify Contractor in writing of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to Applicator to produce the results called for herein. 3.1.2 Starting of painting work will be construed as Applicator's acceptance of surfaces and conditions within any particular area. 3.1.3 Do not paint over dirt, rust, scale, welding slag and burrs, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to formation and adhesive bond of a durable paint film. 3.2 SURFACE PREPARATION: 3.2.1 General: Perform preparation and cleaning procedures in accordance with paint manufacturer's instructions and as herein specified, for each particular substrate condition. 3.2.1.1 Provide barrier coats over incompatible primers or remove and reprime as required. Notify Architect in writing of any anticipated problems in using the specified coating systems with substrates primed by others. 3.2.1.2 Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be finish-painted or provide surface-applied protection prior to surface preparation and painting operations. Remove, if necessary, for complete painting of items and adjacent surfaces. Following completion of painting of each space or area, reinstall removed items. 3.2.1.3 Clean surfaces to be painted before applying paint or surface treatments. Fill cracks, holes and imperfections. Remove oil and grease prior to mechanical cleaning. Remove mill scale and welding slag, grind welding joints and burrs smooth. Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly-painted surfaces. 3.2.1.4 Remove mildew from exterior impervious surfaces by scrubbing with a solution of trisodium phosphate and bleach. Power wash with a minimum of 3500psi clean water and allow substrate to dry. Page 112 of 116 3.4.2 Scheduling Painting: Apply first-coat material to surfaces that have been cleaned, pretreated or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 3.4.2.1 As recommended by coating manufacturer, allow sufficient time between successive coatings to permit proper drying. Do not recoat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and application of another coat of paint does not cause lifting or loss of adhesion of the undercoat. 3.4.3 Minimum Coating Thickness: Apply materials at not less than manufacturer's recommended spreading rate, to establish a total dry film thickness as indicated or, if not indicated, as recommended by coating manufacturer. 3.4.4 Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to those items exposed in mechanical equipment rooms and in occupied spaces. 3.4.5 Mechanical items to be painted include, but are not limited to, the following: Grilles, registers, louvers, trim (to match adjacent surface), Sprinkler Piping, Piping, pipe hangers and supports, Heat exchangers, Tanks, Ductwork, insulation, Motor, mechanical equipment and supports, Accessory items. 3.4.6 Electrical items to be painted include, but are not limited to, the following: Light fixtures - see fixture schedule for types (including trim rings, pendants, and plates/boxes), Conduit and fittings, Switchgear. 3.4.7 Prime Coats: Apply prime coat of material which is required to be painted or finished, and which has not been prime coated by others. See 1.2.7.1 for additional information. 3.4.7.1 Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn-through or other defects due to insufficient sealing. 3.4.8 Pigmented (Opaque) Finishes: Two coats are specified. However, apply as many coats as necessary to completely cover to produce an opaque, smooth surface of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable. 3.4.9 Transparent (Clear) Finishes: Use multiple coats to produce glass-smooth surface film of even luster. Provide a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail holes, or other surface imperfections. Provide satin finish for final coats, unless otherwise indicated. 3.4.10 Completed Work: Match approved samples for color, texture and coverage. Remove, refinish or repaint work not in compliance with specified requirements at a time suitable to the project schedule and at Contractor's expense and at no cost to the Owner. The requirements of this specification are to produce work of excellent quality in complete conformance with the best practice of the trade and these specifications. 3.5 FIELD QUALITY CONTROL: 3.5.1 The right is reserved by Owner to invoke the following material testing procedure at any time, and any number of times during period of field painting: 3.5.1.1 Engage services of an independent testing laboratory to sample paint being used. Samples of materials delivered to project site will be taken, identified and sealed, and certified in presence of Contractor. 3.5.1.2 Testing laboratory will perform appropriate tests for any or all of following characteristics: Abrasion resistance, apparent reflectivity, flexibility, washability, absorption, accelerated weathering, dry opacity, accelerated yellowness, recoating, skinning, color retention, alkali resistance and quantitative materials analysis. 3.5.2 If test results show that material being used does not comply with specified requirements, Contractor may be directed to stop painting work, and remove non-complying paint; pay for testing; repaint surfaces coated with rejected paint; remove rejected paint from previously painted surfaces if, upon repainting with specified paint, the two coatings are non-compatible. 3.6 CLEAN UP AND PROTECTION: 3.6.1 Clean-Up: During progress of work, remove from site discarded paint materials, rubbish, cans and rags at end of each work day. 3.6.2 Protection: Protect work of other trades, whether to be painted or not, against damage by painting and finishing work. Immediately remove paint that falls on finished surfaces not scheduled to be painted, using materials and techniques that will not damage the affected surface. Correct any damage by cleaning, repairing or replacing, and repainting as acceptable to Architect. 3.6.2.1 Provide 'Wet Paint" signs as required to protect newly-painted finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of painting operations. 3.6.2.2 At completion of work of other trades, touch-up and restore all damaged or defaced painted surfaces. 3.7 EXTERIOR PAINT SCHEDULE: 3.7.1 General: Provide the following paint systems for the various substrates, as indicated. Page 114 of 116 SECTION 10 14 00 - SIGNAGE PART 1 — GENERAL: 1.1 RELATED DOCUMENTS AND DESCRIPTION OF WORK: The work specified herein includes labor, materials, equipment, and services necessary to furnish and install the exterior signage as listed below. See drawings for sizes and location(s) of the exterior signs. 1.2 SUBSTITUTIONS: In accordance with Section 01 25 00. 1.3 SUBMITTALS: 1.3.1 Submit shop drawings showing each sign in accordance with Section 01 33 00. 1.3.2 Submit one 5x5 mock-up sign for approval prior to fabrication and purchasing of all the materials. PART 2 — PRODUCTS: 2.1 MATERIALS FOR SIGNS: 2.1.1 Exterior Signaqe: 2.1.1.1 Laminated reflective aluminum; match existing 3 Hour Parking Signs PART 3 - INSTALLATION 3.1 The signage subcontractor, at their option, may use the Architect's documents/files as a base to modify and provide camera-ready artwork for the exit plan signage. Match design of the other interior signs and mount in accordance with manufacturer's written instructions (double stick tape and silicone). Provide Shop Drawings of all signs prior to manufacture and installation. Install all signage in locations approved by the local agency, code sections and reviewed/approved by the Architect. If a sign is installed on glass, provide a matching laminate over 1/8" black matt acrylic backing piece the same shape and size of the sign and install on the opposite side of the glass. END OF SECTION 10 14 00 Page 116 of 116