Loading...
HomeMy WebLinkAboutA. Preman Roofing Inc; 2023-07-27; PWS23-2132FACCITY OF CARLSBAD CONTRACT DOCUMENTS FOR: CARLSBAD SENIOR CENTER ROOF REPLACEMENT PROJECT NO. 4738 00 01 01 TITLE PAGE Document Version: 1.0 PWS23-2132FAC 1635 Faraday Ave, Carlsbad, CA 92008 Email: PWContractAdmin@carlsbadca.gov Date Printed: June 22, 2023 Current Update: October 2022 Table of Contents SECTION 1 ....................................................................................................................................... 1 00 1110 NOTICE INVITING BIDS ..................................................................................................... 1 1. RECEIPT OF BIDS ............................................................................................................. 1 2. DESCRIPTION OF WORK .................................................................................................. 1 3. COMPLETION OF WORK .................................................................................................. 1 4. OPENING AND AWARD OF BIDS ..................................................................................... 1 5. PERIOD FOR AWARD ....................................................................................................... 1 6. BIDDER QUALIFICATIONS ................................................................................................ 1 7. PRE-BID CONFERENCE ..................................................................................................... 2 8. OBTAINING CONTRACT DOCUMENTS ............................................................................ 2 9. BID GUARANTEE AND BONDS ......................................................................................... 2 10. PREVAILING WAGE RATES AND LABOR COMPLIANCE.. .................................................. 3 11. PROJECT ADMINISTRATION/QUESTIONS ........................................................................ 3 00 2110 INSTRUCTIONS TO BIDDERS ............................................................................................. 4 1. SECURING CONTRACT DOCUMENTS .............................................................................. 4 2. EXAMINATION OF SITE AND CONTRACT DOCUMENTS .................................................. 4 3. INTERPRETATION OF DRAWINGS AND DOCUMENTS ..................................................... 4 4. QUESTIONS ..................................................................................................................... 5 5. PRE-BID CONFERENCE ..................................................................................................... 5 6. ADDENDA ........................................................................................................................ 6 7. ALTERNATE BIDS ............................................................................................................. 6 TABLE OF CONTENTS Document Version: 1.0 Date Printed: June 22, 2023 Current Update: October 2022 8. COMPLETION OF BID FORMS .......................................................................................... 6 9. GOVERNING GENERAL PROVISIONS ............................................................................... 7 10. MODIFICATIONS OF BIDS ................................................................................................ 7 11. BID GUARANTEE .............................................................................................................. 8 12. LABOR & MATERIAL BOND AND PERFORMANCE & WARRANTY BOND REQUIREMENTS .............................................................................................................................. 8 13. SUBSTITUTION OF SECURITY ........................................................................................... 9 14. OPTIONAL ESCROW FOR SECURITY DEPOSIT .................................................................. 9 15. INSURANCE REQUIREMENTS .......................................................................................... 9 16. LICENSING REQUIREMENTS .......................................................................................... 10 17. SUBCONTRACTORS ....................................................................................................... 10 18. BIDDER INFORMATION AND EXPERIENCE FORM ......................................................... 11 19. NON-COLLUSION AFFIDAVIT ......................................................................................... 12 20. IRAN CONTRACTING ACT OF 2010 ................................................................................ 12 21. PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION ................................... 12 22. PREVAILING WAGES ...................................................................................................... 13 23. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS .......................................... 13 24. SIGNING OF BIDS ........................................................................................................... 13 25. SUBMISSION OF SEALED BIDS ....................................................................................... 14 26. OPENING OF BIDS ......................................................................................................... 14 27. WITHDRAWAL OF BID ................................................................................................... 15 28. BIDDERS INTERESTED IN MORE THAN ONE BID ........................................................... 15 29. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES, AND FEES ...................... 15 TABLE OF CONTENTS Document Version: 1.0 Date Printed: June 22, 2023 Current Update: October 2022 30. PERMIT AND INSPECTION FEE ALLOWANCE ................................................................. 15 31. BASIS OF AWARD; BALANCED BID ................................................................................ 15 32. AWARD PROCESS .......................................................................................................... 16 33. EXECUTION OF CONTRACT ........................................................................................... 16 34. BUSINESS LICENSE ......................................................................................................... 16 35. PARTICIPATION OF MINORITY AND WOMEN-OWNED BUSINESSES ............................ 16 36. USE OF RECYCLED MATERIALS ...................................................................................... 16 37. STATUTORY REFERENCES .............................................................................................. 16 00 4100 BID FORM ....................................................................................................................... 17 1. BID SCHEDULE ............................................................................................................... 18 2. TOTAL BID PRICE ........................................................................................................... 19 3. RECITALS ....................................................................................................................... 20 00 43 10 BID BOND FORM ............................................................................................................ 26 00 43 20 BID SECURITY .................................................................................................................. 28 00 43 30 PROPOSED SUBCONTRACTORS FORM ........................................................................... 29 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM .......................................................... 31 1. INFORMATION ABOUT BIDDER ..................................................................................... 31 2. LIST OF CURRENT PROJECTS (BACKLOG) ...................................................................... 33 3. VERIFICATION AND EXECUTION .................................................................................... 37 00 45 10 NON-COLLUSION AFFIDAVIT .......................................................................................... 38 00 45 15 IRAN CONTRACTING ACT CERTIFICATION ...................................................................... 39 00 45 20 PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION ..................................... 40 TABLE OF CONTENTS Document Version: 1.0 Date Printed: June 22, 2023 Current Update: October 2022 00 45 25 CERTIFICATE OF INSURANCE .......................................................................................... 41 00 45 30 STATEMENT REGARDING DEBARMENT ......................................................................... 42 00 45 35 DISCLOSURE OF DISCIPLINE RECORD ............................................................................. 43 00 52 00 CONTRACT ...................................................................................................................... 45 00 6110 LABOR AND MATERIALS BOND ...................................................................................... 49 00 6120 FAITHFUL PERFORMANCE AND WARRANTY BOND ....................................................... 52 00 6130 OPTIONAL ESCROW AGREEMENT .................................................................................. 56 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS .......................................................... 60 INTRODUCTION ............................................................................................................................. 60 014126 PERMIT REQUIREMENTS .............................................................................................. 139 PART 1 GENERAL ......................................................................................................................... 139 0150 00 TEMPORARY FACILITIES AND CONTROLS ..................................................................... 141 PART 1 GENERAL ......................................................................................................................... 141 PART 2 PRODUCTS (NOT USED) .................................................................................................. 147 PART 3 EXECUTION (NOT USED) ................................................................................................. 147 AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL ....................................................... 148 AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL ....................................................... 148 Attachment A -Contractor Staging Area Attachment B -City Form E-32, Project SWPPP tier Level Attachment C -Roof Warranty Form Plans -Bid Set Only -Not for Construction TABLE OF CONTENTS Document Version: 1.0 Date Printed: June 22, 2023 Current Update: October 2022 SECTION 1 00 1110 NOTICE INVITING BIDS 1. RECEIPT OF BIDS. The City of Carlsbad ("Agency") will accept Bids via electronic format via the City of Carlsbad Electronic Bidding Site up to and no later than 11 a.m. on June 8, 2023 through the on line bidding portal (Contracting & Purchasing I Carlsbad, CA (carlsbadca.gov)) for the construction of the Work entitled: CARLSBAD SENIOR CENTER ROOF REPLACEMENT CONTRACT NO. PWS23-2132FAC Project No. 4738 2. DESCRIPTION OF WORK. The Work includes the provision of all equipment, labor, materials, tools, services, transportation, permits, utilities, and all other items necessary to complete the construction of the following, as specified and shown in the Construction Documents: The Carlsbad Senior Center is located at 799 Pine Avenue in Carlsbad, CA 92008. The City desires to replace existing low slope roofing with single ply membrane, replace clay tile roofing with standing seem metal roofing, and replace roof top mechanical equipment. 3. COMPLETION OF WORK. The Contract Time is established as 152 working days. The Contract Time shall begin as specified in the Notice to Proceed. The Engineers' estimate for this Project is in the range of $1,806,877 to $2,200,778. 4. OPENING AND AWARD OF BIDS. Agency shall consider awarding the Contract for the Proj ect to the lowest, responsive, responsible Bidder as determined by the Agency from the ba se Bid alone. The Agency has the right to reject any or all Bids or to waive any irregularities or informalities in any Bids or in the Bidding process. 5. PERIOD FOR AWARD. A period of ninety (90) Calendar Days from the time of Bid opening may be required to award the Contract. No Bidder may withdraw its Bid or Bid Guarantee during this period. Bidders shall assume full responsibility for their Bid Price during this period and shall make certain that such delay does not restrict the Bid Guarantee. 6. BIDDER QUALIFICATIONS. Bidders shall be licensed contractors pursuant to Business and Professions Code Sections 7000 et seq. under the classification of C-39, Roofing, or Class B, General Building Contractor, as of the 00 1110 NOTICE INVITING BIDS Document Version: 1.0 Page 1 of 375 Date Printed: June 22, 2023 Current Update: October 2022 date of submittal of the Bid Documents and shall maintain such license until final acceptance of the Work. Additional qualifications are included in the Contract Documents. 7. PRE-BID CONFERENCE. The Agency will conduct a Mandatory Pre-Bid Conference at the Agency's office (address listed below) on May 25, 2023, at 10 a.m. Bidders will have the opportunity to walk a portion of the roof. Address: 799 Pine Ave., Carlsbad, CA 92008 Representatives of the Agency and consulting engineers and architects, if any, will be present. Questions asked by Bidders at the Pre-Bid Conference not specifically addressed within the Contract Documents shall be submitted in writing through the bidding portal, and be answered in writing, and shall be sent to all Bidders present at the Pre-Bid Conference and be posted on the online bidding portal. Bids will not be accepted from any bidder who did not attend the Mandatory Pre-Bid Conference. 8. OBTAINING CONTRACT DOCUMENTS. Bidders may obtain a copy of the Contract Documents from Agency's website (Contracting & Purchasing I Carlsbad, CA (carlsbadca.gov)). To the extent required by Public Contract Code Section 20103.7, upon request from a contractor plan room service, the Agency shall provide an electronic copy of the Contract Documents at no charge to the contractor plan room. It is the responsibility of each prospective Bidder to download and print all Bid Documents for review and to verify the completeness of Bid Documents before submitting a Bid. All Addenda will be posted on the on line bidding portal. It is the responsibility of each prospective Bidder to check the on line bidding portal on a daily basis through the close of the bidding period for any applicable Addenda. The Agency does not assume any liability or responsibility for any defective or incomplete copying, excerpting, scanning, faxing, downloading or printing of the Bid Documents. Information on the online bidding portal may change without notice to prospective Bidders. The Contract Documents shall supersede any information posted or transmitted by the online bidding portal. No time extensions or other consideration will be given for non-receipt or other circumstance associated with the review or acquisition of Contract Documents. Bids must be submitted on the Agency's Bid Forms in the Contract Documents. 9. BID GUARANTEE AND BONDS. Each Bid shall be accompanied by cash, a certified or cashier's check or Bid Bond secured from a surety company satisfactory to the Agency, the amount of which shall not be less than 10% of the submitted Total Bid Price, made payable to the Agency as bid security. The bid security shall be provided as a guarantee that within 10 Working Days after the Agency provides the successful bidder the Notice of Award, the successful Bidder will enter into a contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the successful Bidder fails to comply within these 10 Working Days. No interest will be paid on funds deposited with the Agency. 00 1110 NOTICE INVITING BIDS Document Version: 1.0 Page 2 of 375 Date Printed: June 22, 2023 Current Update: October 2022 All Bidders must upload Bidder's Bond to the on line bidding portal. The original Bid Bond for the 3 apparent low Bidders must be submitted to the city within 2 Business Days of Bid opening. The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Bond each in an amount equal to 100% of the Contract Price. Each bond shall be in the forms set forth in the Contract Documents, shall be secured from a surety company that meets all State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer. Pursuant to Public Contract Code Section 22300, the successful Bidder may substitute certain securities for funds withheld by Agency to ensure its performance under the Contract. 10.PREVAILING WAGE RATES AND LABOR COMPLIANCE. This Project is subject to prevailing wages and labor compliance per the Labor Code. To this end, Bidder shall sign and submit with its Bid the California Department of Industrial Relations (DIR) Public Works Contractor Registration Certification on the form 00 45 00 provided. Failure to su bmit this form may render the bid non-responsive. In addition, each Bidder shall provide the registration number for each listed Subcontractor in the space provided in the Proposed Subcontractors form. In bidding this Project, it shall be the Bidder's so le responsibility to evaluate and include the cost of complying with all labor compliance requirements under this Contract and applicable law in its Bid. A copy of the prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. 11.PROJECT ADMINISTRATION/QUESTIONS. Requests for Information (RFI) or interpretations of Bid Documents during the bid period shall be submitted via Online Q&A in the online bidding portal. The cutoff date and time to submit questions or substitution request regarding this Project via Online Q&A in the online bidding portal is May 30, 2023, at 5 p.m. PST. No questions will be entertained after that date. For further information, see the online bidding portal. END OF SECTION 00 1110 NOTICE INVITING BIDS Document Version: LO Page 3 of 375 Date Printed: June 22, 2023 Current Update: October 2022 00 2110 INSTRUCTIONS TO BIDDERS 1. SECURING CONTRACT DOCUMENTS. Bids must be submitted to the Agency on the Bid Forms which are a part of the Contract Documents for the Project. The Contract Documents may be obtained from the Agency's on line bidding portal (Contracting & Purchasing I Carlsbad, CA (carlsbadca.gov)). Prospective bidders are encouraged to communicate with the Agency well in advance of the date and time bids are due to the Agency ("Bid Submission Deadline") to determine the availability of Contract Documents. The Agency may also make the Contract Documents available for review at one or more plan rooms. Prospective Bidders who choose to review the Contract Documents at a plan room must contact the Agency to obtain the required Contract Documents if they decide to submit a Bid for the Project. Addenda will be posted on the online bidding portal. Failure to acknowledge all Addenda may make a Bid non responsive and ineligible for award of the Contract. Bidders are advised to verify the issuance of all Addenda and receipt of them 1 Working Day prior to bidding. Failure to acknowledge all Addenda may make a Bid non responsive and ineligible for award of the Contract. 2. EXAMINATION OF SITE AND CONTRACT DOCUMENTS. At its own expense and before submitting its Bid, each Bidder shall visit the Site of the proposed Work and fully acquaint itself with the conditions relating to the construction and labor required so that the Bidder may fully understand the Work, including but not limited to, difficulties and restrictions attending the execution of the Work under the Contract. Each Bidder shall carefully examine the Drawings, and sha ll read the Specifications, Contract Documents, and all other referenced documents. Each Bidder shall also determine the local conditions which may in any way affect the performance of the Work, including local tax structure, contractors' licensing requirements, availability of required insurance, the prevailing wages and other relevant cost factors. Each Bidder shall also familiarize itself with all federal, state and local laws, ordinances, rules, regulations and codes affecting the performance of the Work, including the cost of permits and licenses required for the Work, and shall make such surveys and investigations, including investigations of subsurface or latent physical conditions at the Site or where Work is to be performed as may be required. Bidders are responsible for consulting the standards referenced in the Contract. The failure or omission of any Bidder to receive or examine any contract documents, forms, instruments, addenda, or other documents, or to visit the Site and acquaint itself with conditions there existing shall in no way relieve any Bidder from any obligation with respect to its Bid or to the Contract and no relief for error or omission will be given except as required under California law. The submission of a Bid shall be taken as conclusive evidence of compliance with this Section. 3. INTERPRETATION OF DRAWINGS AND DOCUMENTS. During the bidding period, prospective Bidders unclear as to the true meaning of any part of the Drawings, Specifications or other parts of the Contract Documents, or discrepancies in or 00 2110 !INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 4 of 375 Date Printed: June 22, 2023 Current Update: October 2022 omissions from the Drawings and Specifications, may promptly submit a written request for information, interpretation, clarification, or correction ("RFI") to the Bid Administrator (defined below). The Agency may not respond to RFls submitted past the Q&A Submission Deadline. The Bidder submitting the RFI is responsible for prompt delivery to the Bid Administrator. Responses to RFls will be made only by duly issued written Addenda. The Agency shall not provide verbal responses to RFls. Copies of written Addenda will be posted on the on line bidding portal for each prospective Bidder who has downloaded a set of Contract Documents. The Agency will not be responsible for any other explanation or interpretations of the Drawings, Specifications or other parts of the Contract Documents. If any Prospective Bidder becomes aware of any errors or omissions in any part of the Contract Documents, the Prospective Bidder must promptly notify the Agency of such error or omission. Before award of the Contract, no addition to, modification of, or interpretation of any provision in the Contract Documents will be given by any agent, employee or contractor of the Agency except as otherwise specified in these Instructions to Bidders. No bidder may rely on verbal directions given by any agent, employee or contractor of the Agency except as specified in these Instructions to Bidders. 4. QUESTIONS. Questions regarding this Project must be submitted through the online bidding portal. Questions shall be definite and certain, and shall reference applicable drawing sheets, notes, details or specification sections. The deadline to submit questions is identified in the Notice Inviting Bids. Questions received after the deadline may not be answered. Responses to questions submitted during the bidding period will be published in an Addendum and provided to those bidding on the Project no later than the date specified in the Notice Inviting Bids. Except for the Agency's Bid Administrator, no other members of the Agency's staff or Board should be contacted about this procurement during the bidding process. All inquiries and comments from Prospective Bidders regarding a proposed Bid must be communicated in writing, unless otherwise instructed by the Agency. The Agency may, in its sole discretion, disqualify any Prospective Bidder who engages in any prohibited communications. 5. PRE-BID CONFERENCE. The Notice Inviting Bids shall state whether a Pre-Bid Conference will be held and, if so, whether attendance is mandatory. Bids will not be accepted from any bidder who did not attend a Mandatory Pre-Bid Conference. The Conference will commence at the specified start time and the Site visit will begin at the conclusion of the Conference. Prospective Bidders who arrive late (ten or more minutes after the Conference has started) or who do not sign the "Sign-In" sheet, may be disqualified from the bidding process. Representatives of the Agency and its consultants, if any, will be present to the extent possible. Questions asked by Bidders at the Pre-Bid Conference not specifically addressed within the 00 2110 !INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page S of 375 Date Printed: June 22, 2023 Current Update: October 2022 Contract Documents shall be submitted in writing through the bidding portal and be answered in writing and sha ll be sent to all Bidders present at the Pre-Bid Conference. A Pre-Bid Conference may include a Project Site visit. Personal Protective Equipment (PPE) is required of all Job Walk attendees. Attendees are required to wear closed toe shoes and long pants. Sleeved shirts, safety glasses (may be prescription with side shields if in process areas), safety vests and hard hats are recommended. Only those possessing required attire will be allowed on the Job Site. The Agency will not provide personal protective equipment to Job Walk attendees. 6. ADDENDA. The Agency may revise the Contract Documents before the Bid Submission Deadline. Revisions, if any, shall be made by written Addenda. All Addenda will be posted on the on line bidding portal. All Addenda issued by the Agency shall be acknowledged by the Bidder on the online bidding portal and made part of the Contract Documents. The Bidder shall acknowledge the Addenda before submitting its Bid. Bidders are responsible for the receipt of all Addenda. The Agency may reject a Bid if the Bidder fails to acknowledge all Addenda. Pursuant to Public Contract Code Section 4104.5, if the Agency issues an Addendum which includes material changes to the Project less than 72 hours before the Bid Submission Deadline, the Agency will extend the Bid Submission Deadline by no less than 72 hours. The Agency may determine, in its sole discretion, whether an Addendum warrants postponement of the Bid Submission Deadline. 7. ALTERNATE BIDS. If alternate Bid items are called for in the Notice Inviting Bids and the Contract Documents, the time required for completion of the Work for the alternate Bid items is factored into the Contract duration and no additional Contract time will be awarded. The Agency may elect to include one or more of the alternate Bid items, or to otherwise remove certain work from the Project scope of work. Accordingly, each Bidder must ensure that each Bid item contains a proportionate share of profit, overhead, and other costs or expenses which will be incurred by the Bidder. If the Agency utilizes alternate Bid items as described above, the Notice Inviting Bids will prescribe predetermined criteria for the Bid package selection or a selection process in which price information and Bidder identities are not revealed to the Agency before the Bid Submission Deadline. 8. COMPLETION OF BID FORMS. Bids shall only be prepared using the Bid Forms which are included in the Contract Documents. The use of substitute Bid Forms other than legible and correct photocopies of those provided by the Agency are prohibited. Bids shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting "N/A" where applicable), and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms nor make 00 2110 !INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 6 of 375 Date Printed: June 22, 2023 Current Update: October 2022 substitutions thereon. Use of black or blue ink, indelible pencil, or a typewriter is required. Deviations from these instructions may result in the Bid being deemed non-responsive. The following documents must be completed and properly executed including notarization, where indicated, and submitted as a part of the complete Bid Package: 1. Bid Form (00 41 00) 2. Bid Bond (00 43 10) or Bid Security (00 43 20) with check/cash 3. Proposed Subcontractors Form (00 43 30) 4. Bidder Information and Experience Form (00 43 40) 5. Non-Collusion Affidavit (00 45 10) 6. Iran Contracting Act Certification (00 45 15) 7. Public Works Contractor Registration Certification (00 45 20) 8. Certificate of Insurance (00 45 25) 9. Statement Regarding Debarment (00 45 30) 10. Disclosure of Discipline Record {00 45 35) 11. Acknowledgement of ALL Addenda on the on line bidding portal 12. Optional Escrow Agreement, as applicable (00 6130) When paper copies are submitted, all prices must be written in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. 9. GOVERNING GENERAL PROVISIONS. The Specifications contained in the Agency Supplemental General Provisions (00 73 00) take precedence over the specification language contained in the Standard Specifications for Public Works Construction, "the Greenbook" latest edition and all errata. The Supplemental General Provisions address the unique conditions in the City of Carlsbad that are not addressed in the Greenbook. Therefore, if there is a conflict between the two, the Supplemental Provisions shall control over the Greenbook. The Greenbook may be purchased at Bidder's/Contractor's local tec hnical bookstore, online or directly from the publisher. The Supplemental Provisions are available only for download from the online bidding portal with Contract Documents. The Agency does not provide hard copies. 10.MODIFICATIONS OF BIDS. Each Bidder shall submit its Bid in strict conformity with the requirement s of the Contract Documents. Unauthorized additions, modifications, revisions, conditions, limitations, excl usions, or provisions attached to a Bid may render it non-responsive and may cause its rejection. Bidders shall not delete, modify, or supplement the printed matter on the Bid Forms, or make substitutions thereon. Oral, telephonic, and electronic modifications will not be considered. 00 2110 !INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 7 of 375 Date Printed: June 22, 2023 Current Update: October 2022 11.BID GUARANTEE. Each Bid shall be accompanied by: (a) a cashier's check; or, (b) a certified check made payable to Agency; or, (c) a Bid Bond secured from a surety company satisfactory to the Board, the amount of which shall not be less than 10% of the total bid price, made payable to Agency as bid security. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be a California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. The bid security shall be provided as a guarantee that within 10 Working Days after the Agency provides the successful Bidder the Notice of Award, the successful Bidder will enter into a contract and provide the necessary bonds and certificates of insurance. The bid security may be declared forfeited if the successful Bidder fails to enter into a contract and provide the necessary bonds and certificates of insurance. Any Bid received that does not comply with these Bid Guarantee instructions may be rejected as non-responsive, and Agency may enter into a contract with the next lowest, responsive, responsible Bidder, or may call for new Bids. No interest sha ll be paid on funds deposited with the Agency. Copies of Bid Bonds submitted to the Agency shall have the same force and effect as the original. The Bidder's security of the second and third next lowest responsive Bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful Bidders shall be returned to them, or deemed void, within 10 Working Days after the Contract is awarded The proceeds of the Bidder's security may also become property of the Agency if the Bidder withdraws its Bid within 15 Calendar Days after the Bid opening date, unless otherwise required by law, including Public Contract Code Section 5100 et. seq., and notwithstanding the award of the Contract to another Bidder. The Bidder shall submit Bid Bond (00 43 10) or Bid Security (00 43 20) with properly certified check with the Bid Package. 12.LABOR & MATERIAL BOND AND PERFORMANCE & WARRANTY BOND REQUIREMENTS. The successful Bidder shall furnish Agency with a Labor and Material Payment Bond and a Performance and Warranty Bond, each in an amount equal to 100% of the Contract price. Each bond shall be secured from a surety company that meets all State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120 and is admitted by the State of California, and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The Agency shall not accept personal sureties and unregistered surety companies. Each bond shall be accompanied, upon the request of Agency, with all documents required by Code of Civil Procedure Section 995.660 to the extent required by law. All bonding and insurance requirements sha ll be completed and submitted to Agency within 10 Working Days from the date the Agency provides the successful Bidder with the Notice of Award. These bonds shall be kept in full force and effect during the course of this Project, and shall extend in full force and effect and be retained by the Agency until they are released as stated in 00 21 10 !INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 8 of 375 Date Printed: June 22, 2023 Current Update: October 2022 the Contract. The Bonds are to be accompanied by an original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entit ling or authorizing the person who executed the bond to do so. 13.SUBSTITUTION OF SECURITY. The Contract Documents call for monthly progress payments based upon the percentage of the Work completed. The Agency will retain a percentage of each progress payment as provided by the Contract Documents. At the request and expense of the successful Bidder, the Agency will substitute securities for the amount so retained in accordance with Public Contract Code Section 22300. 14.0PTIONAL ESCROW FOR SECURITY DEPOSIT. Pursuant to applicable provisions of law (i.e., Public Contract Code Section 10263), appropriate securities may be substituted for any obligation required by these instructions or for any monies withheld by the Agency to ensure performance under the Contract. Public Contract Code Section 10263 requires monies or securities to be deposited with the Agency or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. 15.INSURANCE REQUIREMENTS. Before commencing the Work, the successful Bidder shall purchase and maintain insurance as set forth in the Agency General Conditions. If the Bid is accepted, and if requested by the Agency, Contractor shall provide Agency or preferred vendor copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Insurance Code Section 900 et seq. within 10 Calendar Days of the insurer's receipt of a request to submit the statements. In acco rdance with the provisions of Labor Code Section 3700, Contractor shall secure the payment of compensation to its employees. Contractor shall sign and file with the Agency the following certificate before performing the Work under the Contract: I am aware of the provisions of Labor Code Section 3700, which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of the Contract. The form of such, Ce rtificate of Insurance (00 45 25), shall be submitted as a part of the Bid Package. Insurance must be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII, or 00 2110 /INSTRUCTIONS TO BIDDERS Document Version: LO Page 9 of 375 Date Printed: June 22, 2023 Current Update: October 2022 2) Appear on the List of Approved Surplus Line Insurers, ("LASLI") with a Best's Key Rating Guide of at least A: X. 3) Are admitted to conduct the business of insurance in the State of California by the Insurance Commissioner. 4) Otherwise comply with all other aspects of City Council Policy No. 70. Auto policies offered to meet the specification of this Contract must: 1. Meet the conditions stated above for all insurance companies. 2. Cover any vehicle used in the performance of the Contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this Contract must be offered by a company meeting the above standards with the exception that the Best's rating condition may be waived. The Agency does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of the insurance shall be included in the Bid price. The award of the Contract by the Board is contingent upon the Contractor submitting the required bonds and insurance, as described in the Contract Documents, within 10 Working Days of bid opening. If the Contractor fails to comply with these requirements, the Agency may award the Contract to the second or third lowest Bidder and the bid security of the lowest Bidder may be forfeited. 16.LICENSING REQUIREMENTS. Pursuant to Business and Professions Code Section 7028.15 and Public Contract Code Section 3300, all Bidders must possess proper licenses for performance of the Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Business and Professions Code Section 7028.5, the Agency shall consider any Bid submitted by a contractor not currently licensed in accordance with California law and pursuant to the requirements found in the Contract Documents to be non responsive, and the Agency shall reject the Bid. The Agency shall have the right to request, and Bidders shall provide within 10 Calendar Days, evidence satisfactory to the Agency of all valid license(s) currently held by that Bidder and each of the Bidder's Subcontractors, before awarding the Contract. Notwithstanding anything contained in this Contract, if the Work involves federal funds, the Contractor shall be properly licensed by the time the Contract is awarded, pursuant to the provisions of Public Contract Code Section 20103.5. 17 .SUBCONTRACTORS. Bidder shall set forth the name, address of the place of business, and contractor license number of each Subcontractor who will perform work, labor, furnish materials or render services to the bidder on the Contract. This requirement includes each Subcontractor licensed by the State of 00 2110 1/NSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 10 of 375 Date Printed: June 22, 2023 Current Update: October 2022 California who, under subcontract to Bidder, specially fabricates and installs a portion of the Work described in the Drawings and Specifications in an amount in excess of one-half of one percent {0.5%} of the total Bid price. Additionally, the Bidder shall indicate the portion of the Work to be done by each Subcontractor in accordance with Public Contract Code Section 4104. Bidder shall submit Proposed Subcontractors Form {00 43 30) with the Bid Package. 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 performance by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated on the Proposed Subcontractors Form (00 43 30) "Contractor's Bid" will not be included in computing the percentage of work proposed to be performed by the Bidder. Suppliers of materials from sources outside the limits of Work are not Subcontractors. The value of materials and transport of materials from sources outside the limits of Work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor, as the case may be, that the Bidder proposes as installer of the materials. The value of material incorporated in any Subcontractor-installed Bid item that is supplied by the Bidder shall be included as a part of the Work that the Bidder proposes to be performed by the Subcontractor installing the item. When the Bidder proposes to use a Subcontractor to construct or install less than 100 percent of a Bid item, the Bidder shall attach an explanation sheet to the Proposed Subcontractor Form (00 43 30). The explanation sheet sha ll clearly apprise the Agency 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 Board in conformance with the provisions of the Contract Documents. The decision of the Board shall be final. Contractor is prohibited from performing any Work on this Project with a Subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Section 1771.1 or 1777.7. Bidders shall make copies of the disclosure forms as may be necessary to provide the required information to Subcontractors. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. 18.BIDDER INFORMATION AND EXPERIENCE FORM. Each Bidder shall complete the provided questionnaire and shall submit the questionnaire along with its Bid. Failure to provide all information requested within the questionnaire along with the Bid may cause the Bid to be rejected as non-responsive. The Agency may reject any Bid if an 00 2110 IINSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 11 of 375 Date Printed: June 22, 2023 Current Update: October 2022 investigation of the information submitted does not satisfy the Agency that the Bidder is qualified to properly carry out the terms of the Contract. The Bidder shall submit Bidder Information and Experience Form (00 43 40) with the Bid Package. 19.NON-COLLUSION AFFIDAVIT. Bidders on all public works contracts are required to submit an affidavit of non-collusion with their Bid. This form (00 45 10 Non-Collusion Affidavit) is included with the Bid Package and must be signed and dated under penalty of perjury. 20.IRAN CONTRACTING ACT OF 2010. In accordance with Public Contract Code Section 2200 et seq., the Agency requires that any person that submits a bid or proposal or otherwise proposes to enter into or renew a contract with the Agency with respect to goods or services of $1,000,000 or more, certify at the time the bid is submitted or the contract is renewed, that the person is not identified on a list created pursuant to subdivision (b) of Public Contract Code Section 2203 as a person engaging in investment activities in Iran described in subdivision (a) of Public Contract Code Section 2202.5, or as a person described in subdivision (b) of Public Contract Code Section 2202.5, as applicable. The form of such Iran Contracting Certificate is included with the Bid Package and must be signed and dated under penalty of perjury. 21.PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION. Pursuant to Labor Code Section 1773, the Agency has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in San Diego County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this Contract. A copy of these prevailing wage rates may be obtained via the internet at www.dir.ca.gov/dlsr/. In addition, a copy of the prevailing rate of per diem wages is available at the Agency and shall be made available to interested parties upon request. The successful Bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any Subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors. Pursuant to Labor Code Sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted, nor any contract entered into without proof of the contractor's and subcontractors' current registration with the Department of Industrial Relations to perform public work. If awarded the Contract, the Bidder and its Subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. 00 2110 /INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 12 of 375 Date Printed: June 22, 2023 Current Update: October 2022 This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder's sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under the Contract and applicable law in its Bid. To this end, Bidder shall sign and submit with its Bid the Public Works Contractor Registration Certification on the form provided, attesting to the facts contained in the registration certificate. Failure to submit this certificate may render the Bid non-responsive. In addition, each Bidder shall provide the registration number for each listed Subcontractor in the space provided in the Proposed Subcontractors Form (00 43 30). 22.PREVAILING WAGES. Pursuant to Labor Code Sections 1720, et. seq. and 1770, et. seq., Contractor shall pay prevailing wages for all Work performed under the Contract. The Agency has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages in the locality in which the Work will be performed for each craft or type of worker needed to execute the Contract. These rates are available at the Agency or may be obtained online at http://www.dir.ca.gov. Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site(s). 23.DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS. In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Labor Code Section 1777.1 or 1777.7. Any contract on a public works project executed between a contractor and a debarred subcontractor is void as a matter of law. A debarred su bcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to the Agency. The Contractor shall be responsible for the payment of wages to workers of a debarred Subcontractor who has been allowed to work on the Project. The Agency may disqualify a Contractor or Subcontractor from participating in bidding when a Contractor or Subcontractor has been debarred by the Agency or another jurisdiction in the State of California as an irresponsible bidder. 24.SIGNING OF BIDS. All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders may be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it may be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that 00 2110 !INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 13 of 375 Date Printed: June 22, 2023 Current Update: October 2022 joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all matters relating to t he Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations that the Bidder assumes under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name. 25.SUBMISSION OF SEALED BIDS. Once the Bid and supporting documents have been completed and signed as set forth in these Instructions to Bidders, they shall be uploaded, along with other required materials, to the on line bidding portal before the deadline for submitting bids. At the time of Bid submission, whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the Agency, Bidders must upload an electronic Portable Document Format (PDF) copy of the Bid Guarantee to the on line bidding portal. The first 3 apparent low Bidders must provide the Agency with the original Bid Guarantee within 2 Business Days after the Bid opening date. Failure to submit the electronic version of t he Bid Guarantee at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Failure to provide the original within 2 business days may deem the bidder non-responsive. Original Bid Bond shall be submitted to: Public Works Contract Administration Attention: Janean Hawney, Contract Administrator 1635 Faraday Avenue Carlsbad, California, 92008 No oral or telephonic Bids will be considered. Pursuant to Public Contract Code Sections 1600 and 1601, Bidders will submit their Bids via electronic transmission (the online bidding portal). Bid s received after the Bid Submission Deadline will not be accepted. Agency may reject any Bid not strictly complying with Agency's designated methods for delivery. 26.OPENING OF BIDS. Bids submitted on the online bidding portal will be reviewed by the Agency. Once the Bid Submission Deadline has passed, Bidders, proposers, the general public, and Agency staff are able to immediately see the results online. Agency shall consider award of the Contract to the lowest, responsive, responsible Bidder as determined by the Agency consistent with Section 32 below. In case of a discrepancy between the line item entries submitted in the online bidding portal and the Bid Form, the online bidding portal shall prevail. In the event of any discrepancies, written numbers (e.g., fifty, hundred) will govern over numerical numbers (e.g., 50, 100) on the Bid Form. Also, the sum of all lump sum line items will govern over the "Total Proposed Lump Sum Price" line item. 00 2110 /INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 14 of 375 Date Printed: June 22, 2023 Current Update: October 2022 The Agency may reject any or all Bid s or waive any irregularities or informalities in any Bids or in the Bidding process. The Bid and the terms of the Contract Documents constitute an irrevocable offer that shall remain valid and in full force for a period of 90 Calendar Days from the Bid Submission Deadline and such additional time as may be mutually agreed upon by the Agency and the Bidder. 27.WITHDRAWAL OF BID. Any Bid may be withdrawn via written letter, incurring no penalty, at any time before the scheduled closing time for receipt of Bids. Requests to withdraw Bids shall be worded to not reveal the amount of the original Bid . Withdrawn Bids may be resubmitted until the Bid Submission Deadline, provided that resubmitted Bids are in conformance with these Instructions to Bidders. Bids may be withdrawn after bid opening only by providing written notice to Agency within five (5) Working Days of the bid opening and in compliance with Public Contract Code Section 5100 et seq., or as otherwise may be allowed with the consent of the Agency. 28.BIDDERS INTERESTED IN MORE THAN ONE BID. No Bidder shall be allowed to make, file or be interested in more than 1 Bid for the same work unless alternate Bids are specifically called for. If the Notice Inviting Bids provides for alternate Bids, a person, firm or corporation that has submitted a sub-proposal to a Bidder, or that has quoted prices of materials to a Bidder, is not disqualified from submitting a sub-proposal or quoting prices to other Bidders. No person, firm, corporation, or other entity may submit a sub- proposal to a Bidder, or quote prices of materials to a Bidder, when also submitting a prime Bid on the same Project. 29.SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES, AND FEES. Contractor and its Subcontractors performing work under the Contract will be required to pay California sales tax and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the Work will be located, unless otherwise expressly provided by the Contract Documents. 30.PERMIT AND INSPECTION FEE ALLOWANCE . Section not used. 31.BASIS OF AWARD; BALANCED BID. The Agency shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. The lowest Bid will be determined on the basi s of the Schedules A and Bl Bid price. In the event of any discrepancies, written numbers (e.g., fifty, hundred) will govern over numerical numbers (e.g., 50, 100) on the Bid Form. Also, the su m of all lump sum line items will govern over the "Total Proposed Lump Sum Price" line item. 00 2110 !INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 15 of 375 Date Printed: June 22, 2023 Current Update: October 2022 The Agency may reject any Bid which, in its opinion when compared to other Bids received or to the Agency's internal estimates, does not accurately reflect the cost to perform the Work. The Agency may reject as non-responsive any Bid which unevenly weights or allocates costs, including but not limited to overhead and profit to 1 or more particular Bid items or otherwise violates Public Contract Code Section 9203. 32 .AWARD PROCESS. Once all Bids are opened and reviewed to determine the lowest responsive and responsible Bidder, the Board may award the Contract. Once notified by Agency staff, the apparent successful Bidder should begin to prepare the following documents: (1) the Labor and Materials Bond; (2) the · Performance and Warranty Bond; and (3) the required insurance certificates and endorsements. Once the Agency notifies the Bidder of the award, the Bidder will have 10 Working Days from the date of this notification to execute the Contract and supply the Agency with all of the required documents and certifications or the Bidder may forfeit the Bid security and the Agency may pursue award of the Contract to the next lowest, responsive, responsible Bidder. Once the Agency receives all properly drafted and executed documents and certifications from the Bidder, the Agency shall issue a Notice to Proceed to that Bidder. 33 .EXECUTION OF CONTRACT. As required in these Instructions to Bidders, the Bidder to whom an award is made shall execute the Contract in the amount determined by the Contract Documents. The Agency may require appropriate evidence that the persons executing the Contract are duly empowered to do so. The Contract and bond forms to be executed by the successful Bidder are included within these Specifications and shall not be detached. 34.BUSINESS LICENSE The prime Contractor and all Subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the Contract. 35.PARTICIPATION OF MINORITY AND WOMEN-OWNED BUSINESSES. The Agency encourages the participation of minority and women-owned businesses. 36.USE OF RECYCLED MATERIALS The Agency encourages Bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Agency's Engineer. 37.STATUTORY REFERENCES All references in these Instructions to Bidders (00 2110) to any statute, rule or regulation are to the statute, rule or regulation as amended, modified, supplemented or replaced from time to time by the corresponding legislative or regulatory body. END OF SECTION 00 2110 !INSTRUCTIONS TO BIDDERS Document Version: 1.0 Page 16 of 375 Date Printed: June 22, 2023 Current Update: October 2022 00 41 00 BID FORM NAME OF PROJECT: Carlsbad Senior Center Roof Replacement CONTRACT NO.: PWS23-2132FAC NAME OF BIDDER: A. Preman Roofing, Inc. AGENCY: City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 The undersigned declares that we have carefully examined the location of the proposed Work, and have read and examined the Contract Documents, including all Plans, Specifications, and Addenda, if any, for the above-mentioned Project. The undersigned has acknowledged receipt, understanding, and full consideration of ANY and ALL Addenda to the Contract Documents via the online bidding portal. We propose to furnish al l labor, materials, equipment, tools, transportation, and services, and to discharge all duties and obligations necessary and required to perform and complete the Project, as described and in strict conformity with the Drawings, and these Specifications for TOTAL BID PRICE. Qi Attached is the required Bid Bond (00 43 10) or Bid Security (00 43 20) in the amount of not less than 10% of the Total Bid Price . ~ Attached is the completed Proposed Subcontractors form (00 43 30). ~ Attached is the completed Bidder Information and Experience form (00 45 40) ~ Attached is the fully executed Non-collusion Affidavit (00 45 10). ~ Attached is the completed Iran Contracting Act Certification form (00 45 15). ~ Attached is the completed Public Works Contractor Registration Certification form (00 45 20). fi1 Attached is the completed Certificate of Insurance form (00 45 25). ~ Attached is the Statement of Regarding Debarment form (00 45 30) ~ Attached is the Disclosure of Discipline Record (00 45 35) nlJa Attached is the Optional Escrow Agreement (if applicable) (00 61 30) 00 41 00 BID FORM Document Version: 1.0 Page 17 of 375 Date Printed: May 5, 2023 Current Update: October 2022 1. BID SCHEDULE Schedule "A" PER GENERAL AND TECHNICAL SPECIFICATIONS, PROJECT MANUAL AND PLANS Item No. A-1 A-2 A-3 A-4 A-5 A-6 A-7 A-8 A-9 A-10 A-11 00 41 00 BID FORM Document Version: 1.0 Item Desc. Mobilization (See Contract Section 7- 3.4) General Provisions Division 1; General Requirements Division 2; Existing Conditions Division 7; Thermal and Moisture Protection Division 8; Openings Division 9; Finishes Division 11; Equipment Punchlist Completion 30-year City Roof Warranty and Maintenance Form Per Attachment C (City Form) Allowance for square feet of roof sheathing that requires replacement, with all associated work to access and replace with new materials for construction to restore completed roof construction should replacement be required Unit of Unit Price M easure LS N/A LS N/A LS N/A LS N/A LS N/A LS N/A LS N/A LS N/A LS N/A LS N/A 2000 square $5.50 feet Page 18 of 375 Total Price $58,000.00 $50,000.00 $50,000.00 $200,000.00 $1,170,000.00 $6,000.00 $5,000.00 $14,000.00 $15,000 $10,000 $11 ,000.00 Date Printed: May 5, 2023 Current Update: October 2022 Schedule "B" -ADDITIVE ALTERNATIVE SCHEDULE "B" PER GENERAL AND TECHNICAL SPECIFICATIONS, PROJECT MANUAL AND PLANS Item No. Item Desc. Unit of Unit Price Total Price Measure B-1 Priority 1 Mechanical LS N/A Equipment $492,508.88 Replacement B-2 Priority 2 Mechanical LS N/A Equipment $7,782.44 Replacement B-3 Priority 3 Mechanical LS N/A Equipment $10,608.68 Replacement The costs for any Work shown or required in the Contract Documents, but not specifically identified above as a line item shall be included in the related line items in the above schedules and no additional compensation sha ll be due to Contractor for the performance of the Work required in the Contract Documents. The City shall determine the low bid based on the sum of Schedules "A" and Schedule "B" bid item B-1 only. After the low Bid has been determined, the City may, at its sole discretion, award the Contract for Schedule "A" alone or for Schedule "A" and Schedule "B", bid Item B-1, B-2 and B-3, or any combination thereof. Schedule "B" bid items (Priorities 1, 2 and 3) are detailed in the permitted Construction Drawing's Mechanical and Electrical sheets. Schedule "B" pricing shall include related items in Technical Specifications Division 22: Plumbing, Division 23: Heating, Ventilating and Air Conditioning, and Division 26: Electrical. 2. TOTAL BID PRICE The TOTAL BID PRICE on Bid Schedule "A" Total Bid Price in Numbers: $1,589,000.00 ---"'-'-..<....:.....:c..::...L:....::.....:C.,;..:_;;__ ___________ _ Total Bid Price in Written Form: one million five hundred eighty-nine thousand The TOTAL BID PRICE on Bid Schedule "B" Total Bid Price in Numbers: $510,900.00 ------'---'----------------- Tot a I Bid Price in Written Form: five hundred ten thousand nine hundred The TOTAL BID PRICE on Bid Schedule "A" and Schedule "B" Total Bid Price in Numbers: $2,099,900.00 Total Bid Price in Written Form: two million ninety-nine thousand nine hundred 00 41 00 BID FORM Document Version: 1.0 Page 19 of 375 Date Printed: May 5, 2023 Current Update: October 2022 The undersigned agrees that this Bid Form constitutes a firm offer to the Agency which cannot be withdrawn for ninety (90) Calendar Days from and after the Bid opening, or until a Contract for the Work is fully executed by the Agency and the lowest responsible Bidder, whichever is later. The Undersigned has carefully checked all the above figures and understands that the Agency will not be responsible for any error or omission on the part of the Undersigned in preparing this Bid. 3. RECITALS The successful Bidder agrees to sign the Contract and furnish the necessary bonds and certificates of insurance within 10 Working Days after the Agency issues the Notice of Award to the successful Bidder. The Undersigned agrees that in case of failure to execute the required Contract w ith necessary bonds and insurance policies within this time period, the Agency may pursue awarding t he Contract to the next lowest responsible Bidder and the Bid Security of the lowest Bidder may be forfeited. Upon receipt of the signed Contract and other required documents, the Agency will proceed to execute the Contract and issue a purchase order and the Notice to Proceed. The time of completion shall commence on the date of the Notice to Proceed, unless otherwise specified. The undersigned agrees to begin the Work within 10 Working Days of the date of the Notice to Proceed, unless otherwise specified. The Undersigned is aware of the provisions of Labor Code Section 3700, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the Work of this Contract and continue to comply until the Contract is complete. The Undersigned is aware of the provisions of Labor Code Section 1770 et seq. relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. 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 and that this statement is true an d correct and has the lega l effect of an affidavit. The following are the Bidder's applicable license number(s), with their expiration date(s) and class of license(s): 764917, 10/31 /2024, B, C39, C43, C10, C-61 / 012 00 41 00 BID FORM Document Version: 1.0 Page 20 of 375 Date Printed: May 5, 2023 Current Update: October 2022 If the Bidder is a joint venture, each member of the joint venture must include the required licensing information. A Bid submitted to the Agency by a Contractor who is not licensed as a Contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the Agency. In all contracts where federal funds are involved, no Bid submitted shall be invalidated by the failure of the Bidder to be licensed in accordance with California law. However, at the time the Contract is awarded, the Contractor shal l be properly licensed. The Undersigned Bidder represents as follows: l. That no elected or appointed official, officer, agent, or employee of the Agency is personally interested, directly or indirectly, in this Contract, or the compensation to be paid under it; that no representation, oral or in writing, of the Agency, its officers, agents, or employees has induced Bidder to enter into this Contract, excepting only those contain ed in this form of Contract and the papers made a part of this Contract by its terms; and 2. That this Bid is made without connection with any person, firm, or corporation making a Bid for the same Work, and is in all respects fair and without co llusion or fraud. Accompanying this Bid is Bidder's Bond (Cash, Certified Check, Bidder's Bond or Cashier's Check) for 10% of the amount Bid, payable to Agency as Bid Security and which is given as a guarantee that the undersigned will enter into a Contract and provide the necessary bonds and certificates of insurance if awarded the Contract. Organized under the laws of the State of __ C_a_lif_o_rn_i_a ______ . LJ an individual 0 a partnership ~ a corporation 00 41 00 BID FORM Document Version: 1.0 (Signatures continued on next page) Page 21 of 375 Date Printed: May 5, 2023 Current Update: October 2022 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: N/A I certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made in this Bid are true and correct. 1 Name under which business is conducted 2 Signature (given and surname) of proprietor Printed/Typed Name 3 Place of Business (Full Address: street, number, city, state, zip) 4 Telephone Number 5 Email NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 00 41 00 BID FORM Document Version: 1.0 Page 22 of 375 Date Printed: May 5, 2023 Current Update: October 2022 IF A PARTNERSHIP, SIGN HERE: N/A I certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made in this Bid are true and correct. 1 Name under which business is conducted 2 Signature (given and surname and role) (Note: Signature must be made by a general partner) Printed/Typed Name 3 Place of Business (Full Address: street, number, city, state, zip) 4 Telephone Number 5 Email NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 00 41 00 BIO FORM Document Version: 1.0 Page 23 of 375 Date Printed: May 5, 2023 Current Update: October 2022 IF A CORPORATION, SIGN HERE: I certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made in this Bid are true and correct. 1 Name under which business is conducted 2 Signature (given and surname and Title) (Note: Signature must be made by a someone who can bind the corporation) Printed/Typed Name 3 Place of Business (Full Address: street, number, city, state, zip) 4 Telephone Number 5 Email A. Preman Roofing, Inc. I 1,1,I • ,,•' \ ;_ ; I . . .. ~•I ,• • o ~ I o • : • : o .... i,, ..... , . " ~· "'·· · .. l I : { , ; ,. I J ' , , , .. , . :' ; d4A ..... , Aaron A. Preman, President 875 34th Street San Diego, CA 92102 619-985-0314 george@premanroofing.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 00 41 00 BID FORM Document Version: 1.0 Page 24 of 375 Date Printed: May 5, 2023 Current Update: October 2022 .. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of th e individual who signed the document to which this certificate is attached , and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On June 5, 2023 before me, Katie-Grace Preman, Notary Public (insert name and title of the officer) personally appeared Aaron A. Preman who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature , 1, / 1 /.,/ ::::::,,.., .....__ (Seal) r ··-.-.:.:··------KATIE-OAACEPREMAN 1 te CommiAionNo. 2402714 I ~ NOTARY PUBLIC -CALIFORNIA ! { SAN DtEi:;0 COVffTY l i CommiSsion Expns May 1, 2026 l List below names of president, vice president, CFO, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Aaron A. Preman serves as President, CFO, VP, Secretary. Approved as to form this 5 day of June 20 23 At the time of preparing Bid Docs, Attorney not available (out of office). We have provided copy of Articles of Incorporation & Adaptation of By Laws listing President, CFO & Secretary END OF SECTION 00 41 00 BID FORM Document Version: 1.0 Page 25 of 375 Attorney for Agency Date Printed: May 5, 2023 Current Update: October 2022 .1 - --=====A====~ ~ ;:e ,l~\,.,,_ " -=====--- It . . '"" ~If~ ~i~· .. · ~u ~-•• "' J 7' , :,.·· {fl, SECRETARY OF STATE .ta 2297463 ~OF ~ Cll't~~' l, Kevin Shelley, Secretary of State of the State of California, hereby certify: ) That the attached transcript of __ page( s) has been compared with the record on file in this office, of which it purports to be a copy, and that it is full, true and correct. Sec/State Form CE-107 (rev. 1103) IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of JUL 2 9 2003 7~~/!::~ ~T.~ OSP 03 74699 ARTICLES OF INCORPORATION OF A. PREMAN ROOFINGL INC . I 2297463 ENDORSED -FILED In the office of the Secretary of State of the State of Californla JUL 2 4 2003 K5 VIN SHeLLSY Secretary of State The name of the corporation is A. PREMAN ROOFING , INC . I I The purpose of this corporat ion i s to engage in any lawful act or a ctivity for wh i ch a corporation may be organized under the general corporations law of California , other than the banking business, the trust comp any business o r t he p r actice of a profession permitted to be incorporat ed by the California corporations code. III Th e name and address i n t he State of Cal ifor nia of this corpora- tion's i n itial agent for servi ce of process is : Aaron Preman 1769 Oliver Avenue San Diego, CA 92109 IV The liab ility of the d i rectors of this corporation for monetar y damages shall be elimi nated to the ful lest extent permissible under California law . Accordingly, the corporation is authorized to provide indemnification of agents (as defined in Section 317 o f the California Corporat ion Code) through bylaws provisions, agreements with the agents , vote of shareholders or disinterested directors , or otherwise, in excess of the indemnification otherwise permitted by Section 317 of the California Corporations Code, subject only to the limits set forth in Section 204 of the California Corporations Code with respect to actions for breach of duty to the Corporation or its shareholders. The corporation is further authorized to provide insurance for agents subject to the limitations of and as provided by Section 317 of the California Corporations Code . V The corporation is authorized to issue only one class of stock. The total number of shares the corporation is authorized to issue is 100 ,000 shares. DATED : July 23, 2003 SIGNATURE OF INCORPORATOR Josefh Matranga , Incorporator I declare that I am the person who executed the above Articles of Incorporation, and such instrument is my act and deed. SIGNATURE OF INCORPORATOR /X''' 1 KtV I~'\ z-·'-. . '. '1\' Joseph Incorpora DATED: July 23, 2003 CERTIFICATE OF ADOPTION OF BY-LAWS ADOPTION BY INCORPORATOR(S) OR FIRST DIRECTOR(S). The undersigned person(s) named in tbe Articles of Incorporation as the Incorporator(s) or First Director(s) of the above named corporation hereby adopt the same as the By-Laws of said corporation. _ h-. Executed this Z'/ Name~. day of !✓ I y z ou·? CERTIFICATE BY SECRETARY I DO HEREBY CERTIFY AS FOLLOWS: That I am the duly elected, qualified and acting Secretary of the above named corporation, that the foregoing By-Laws were adopted as the By-Laws of said corporation on the date set forth above by the person(s) named in the Articles of Incorporation as the Incorporator(s) or First Director(s) of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 2,\-°' day of 1:i!l':""'7 ~ ,/,(__ Secret~y CERTIFICATE BY SECRETARY OF ADOPTION BY SHAREHOLDERS' VOTE. THIS IS TO CERTIFY: That I am the duly elected, qualified and acting Sec retary of the above named corporation and that t he abo v e and foregoing Code of By-Laws was submitted to the Shareholde rs at their first meeting and recorded in the minutes thereof, was ratified by the vote of Shareholders entitled to exercise the majority of the voting power of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand this 1,,1/ .,,,._ day of 1vtr J,ptl J Sd!g:_~ Secretary -19- , 00 43 10 BID BOND FORM (Note: This form is not required when other form of Bidder's Security, e.g. cash, certified check or cashier's check, accompanies Bid. In that case, use form 00 43 20 Bid Security) NAME OF PROJECT: Carlsbad Senior Center Roof Replacement CONTRACT NO.: PWS23-2132FAC NAME OF BIDDER: _A_. P_re_m_a_n_R_oo_fi_ng-, _Inc_. _________ _ The makers of this bond are, A. Preman Roofing. Inc. as Principal, and Nationwide Mutual Insurance Company , as Surety and are held and firmly bound unto the City of Carlsbad ("Agency") in the penal sum of 10% OF THE TOTAL BID PRICE of the Principal submitted to the Agency for the Work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid dated ...,;J'""'un-'e""'8~2=0 __ 23 __________ _ If the Principal does not withdraw its Bid within the time specified in the Contract Documents; and if the Principal provides all required documents to the Agency and is awarded the Contract; then this obligation shall be null and void. Otherwise, this bond will remain in full force and effect. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents shall affect its obligation under this bond, and Surety waives notice of any such changes. In the event a lawsuit is brought upon this bond by the Agency and judgment is recovered, the Surety shall pay all litigation expenses incurred by the Agency in such suit, including reasonable attorneys' fees, court costs, expert witness fees and expenses. Ill Ill Ill Ill Ill 00 43 10 BID BOND Document Version: 1.0 Page 26 of 375 Date Printed: May 5, 2023 Current Update: October 2022 I IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this 31st day of ~ _. _, 2023 , the name and corporate seal of each corporation. PRINCIPAL: A. Preman Roofin.9.i. Inc. (Name of Principal) By: (sign her'e)44'j,C.. M(\()f\ A. tttMM {Print name here)N ~~\~t-"-'t1 Lf-0 1 SE::-t.~~ {Title and Organization of Signatory) Required Attachments: Executed by SURETY this 31st day of May • 2O~ SURETY: Nationwide Mutual Insurance Com~ (name of Surety) 18700 North Hayden Road, Suite 150, Scottsdale, AZ 85255 (address of Surety) (480) 365-4037 (telepbone number of Surety) By: (sig Lawrence F. McMahon, Attorney-in-Fact (printed name of Attorney-in-Fact) r □ Corporate resolution showing current power of attorney. □ Proper execution by PRINCIPAL. □ Proper notarial acknowledgment of execution by SURETY. □ President or vice-president and CFO, secretary or assistant secretary must sign for corporations. If only 1 officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation. END OF SECTION 00 43 10 BID BOND Document Version: 1.0 Page 27 of 375 Date Printed: May 5, 2023 Current Update: October 2022 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or val idity of that document. State of California County of San Diego On June 5, 2023 before me, Katie-Grace Preman, Notary Public (insert name and title of the officer) personally appeared Aaron A. Preman who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature \. 1 1 J.,, r----.-~---KATIE-GRACE PREMAN I ii;. Commillion No. 2'402714 t ~ NOTARY PUBLIC · CALIFORNIA ! f SAN DIEOO COUNTY l Commillion &pill May 1, 2026 ., ..,, ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On May 31, 2023 before me, Minna Huovila, Notary Public (insert name and title of the officer) personally appeared Lawrence F. McMahon who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature .\---)~~=-=-:=:::::~~~;,L~ (Seal) !··-·· en • (.) , I . MINNA HUOVILA l COMM. #2313883 n NOTARY PUBLIC-CALIFORNIA en SAN DIEGO COUNTY !2 My Commlsaion Expifes I DECEMBER e, 2023 ...,I Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: tionwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the ·company" and collectively as "the Companies· does hereby make, constitute and appoint: CHRISTOPHER CONTE, JANICE MARTIN, LA WREN CE F MCMAHON, MARJA GUISE, RYAN WARNOCK, SARAH MYERS, DALE G HARSHAW, GEOFFREY SHELTON, JOHN R QUALIN, MINNA HUOVILA, TARA BACON each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. .. ,..~ Jr,tf..~~\ 'If'~--····l\ f .\S~AL.:•-1 ·· ... l, ..... 1 \ ~-....... ... ~,~ d/-@-- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021 , before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public, State of New YO<k No. 02MC6270117 Qualified in New YO<k County Commissioo Expires October 19 2024 CERTIFICATE ~~"j}1~ Nola,yPubllc My Commlnlon Expires Clclober 19, 202• I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board "l directors; and the foregoing power of attorney is still in full force and effect. ,, WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seat of said Company this 31st day of Ma_.__ ____ 2023 J_ 0 Cf\~ U· 6-v'<J-- Assistant Secretary BDJ 1(08-21)00 00 43 20 BID SECURITY (Note: This form is required when cash, certified check or cashier's check, accompanies Bid. If Bid Bond is being provided, use form 00 43 10 Bid Bond) NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: _______________ _ Accompanying this proposal is a Certified / Cashier's check payable to the order of the City of Carlsbad ("Agency"), in the sum of _____________________ _ dollars ($ ________ ~, this amount being 10% of the total amount of the Bid. The proceeds of this check shall become the property of the Agency, provided this proposal shall be accepted by the Agency 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 Agency if the Undersigned shall withdraw his or her Bid within the period of 15 Calendar Days after the date set for the opening of the Bid, unless otherwise required by law, and notwithstanding the award of the Contract to another Bidder. Required Attachments: □ Certified Check or Cashier's Check END OF SECTION 00 43 20 BID SECURITY Document Version: 1.0 Page 28 of 375 BIDDER Date Printed: June 22, 2023 Current Update: October 2022 00 43 30 PROPOSED SUBCONTRACTORS FORM NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: A. Preman Roofing, Inc. In compliance with the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 et seq.), Bidder shall set forth below: (a) the name and the location of the place of business, (b) the California contractor license number, (c) the DIR public works contractor registration number, and (d) the portion of the Work which will be done by each Subcontractor who will perform work or labor or render service to the Bidder in or about the construction of the Work or improvement to be performed under this Contract in an amount in excess of one- half of one percent (0.5%) of the Bidder's Total Bid Price. Notwithstanding the foregoing, if the Work involves the construction of streets and highways, then the Bidder shall list each Subcontractor who will perform work or labor or render service to the Bidder in or about the Work in an amount in excess of one-half of one percent {0.5%) of the Bidder's Total Bid Price or $10,000, whichever is greater. No additional time shall be granted to provide the below requested information. If a Bidder fails to specify a Subcontractor or if a Contractor specifies more than one Subcontractor for the same portion of Work, then the Bidder shall be deemed to have agreed that it is fully qualified to perform that portion of Work and that it shall perform that portion itself. No changes in the Subcontractor's listed Work will be made without the prior approval of the Agency. Attach add itional pages as required. ~ BiddP ,-·o··-·-· _ -· _____ r) f\fWl_'l>'\ A· ~9W\N'\1 ~~1()H\T 00 43 30 PROPOSED SUBCONTRACTORS FORM Document Version: 1.0 Page 29 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Name of Location of CSLB DIR Type of Work %of Amount of Subcontractor Business Contractor Registration to be done by Work Work by License No./ Exp. Subcontractor Subcontractor No./ Exp. Date in Dollars* Date !Klondike 1000008336 !Construction 9.52 Services Inc Ontario, CA 990645 Demolition 200,000.00 k:lba Klondike Roo 02/29/2024 ~onstruction 6/30/2024 !Service La Jolla San Diego, 1073890 PW-LR-100 Mechanical 6/30/2023 HVAC CA 0854224 24 510,900.00 u I ~0 1 ~4 ~ 6/30/2024 Pursuant to Public Contract Code Section 4104, subdivision (a}(3}(A), receipt of the information preceded by an asterisk(*) may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." END OF SECTION 00 43 30 PROPOSED SUBCONTRACTORS FORM Document Version: 1.0 Page 30 of 375 Date Printed: May 5, 2023 Current Update: October 2022 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM NAME OF PROJECT: Carlsbad Senior Center Roof Replacement CONTRACT NO.: PWS23-2132FAC NAME OF BIDDER: A. Preman Roofing, Inc. 1. INFORMATION ABOUT BIDDER (Indicate not applicable ("N/A") where appropriate.) NOTE: Where Bidder is a joint venture, pages shall be duplicated, and information provided for all parties to the joint venture. l. Type, if Entity: S-Corporation 2. Bidder Address : 875 34th Street, San Diego, CA 92102 a. Facsimile Number 619-276-1703 b. Telephone Number 619-276-1700 c. Email Address george@premanroofing.com 3. How many years has Bidder's organization been in business as a contractor?~ 4. How many years has Bidder's organization been in business under its present name? 23 a. Under what other or former names has Bidder's organization operated? n/a 5. If Bidder's organization is a corporation, answer the following: a. Date of Incorporation: 06/24/1999 b. State of Incorporation: California c. President's Name: Aaron A. Preman d. Vice-President's Name(s): Same as above e. Secretary's Name: Same as above f. Treasurer's Name: Same as above g. CFO's Name: Same as above 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM Document Version: 1.0 Page 31 of 375 Date Printed: May 5, 2023 Current Update: October 2022 6. If an individual or a partnership, answer the following: a. Date of Organization : _____ n_/a _________ _ b. Name and address of all partners {state whether general or limited partnership): n/a 7. If other than a corporation or partnership, describe organization and name principals: n/a 8. List other states in which Bidder's organization is legally qualified to do business. n/a 9. What type of work does the Bidder normally perform with its own forces? Roofing, architectural sheet metal, solar procurement and installation 10. Has Bidder ever failed to complete any work awarded to it? If so, note when, where, and why: n/a 11. Within the last 5 years, has any officer or partner of Bidder's organization ever been an officer or partner of another organization when it fa iled to complete a contract? If so, attach a separate sheet of explanation: n/a 12. List Trade/Client References: _________________ _ ABC Supply, Material Supplier. John Petrics 619-447-9995 Garden Communities, Client. Johnathan C. 858-200-2243 Balfour Beatty Construction, GC. Jason Marquardt. Super. 714-808-3252 13. List Bank References {Bank and Branch Address): Wells Fargo. 401 B St. Suite 2201, San Diego, CA 92101 14. Name of Bonding Company and Name and Address of Agent: Alliant Insurance SeNices, Inc. -Geoff Shelton. 701 B Street, 6th Floor, San Diego, CA 92102 Representing Nationwide Mutual Insurance Company [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM Document Version: 1.0 Page 32 of 375 Date Printed: May 5, 2023 Current Update: October 2022 2. LIST OF CURRENT PROJECTS (BACKLOG) [**Duplicate or attach add itional pages if needed for listing current projects.**] Project Name Description of Bidder's Work Sub or Prime? Del Sol Sheet Metal Roofing High -Sub P-1904 -Sub. TPO & Sheet Metal Roofing Gaylord Hotel PVC & Sheet Metal Roofing San Diego Roofing & Sheet Metal Performing Arts Academv -Prime Irvine Medical Sheet Metal Roofing Campus Horton Elementar, PVC Rooting & 5chool -Prime Photovoltaic Panel Installation La Paloma Middli PVC Roofing School -Sub 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM Document Version: 1.0 Page 33 of 375 Client Completion Cost of Name Date Bidder's Work Balfour 4th Quarter $6,213,383.00 Beatty 2023 Const. RQ 2023 $6,698,654.00 Const. McCarthy 2023 $3,359,067.00 Const. 2023 $2,263,340.00 SDUSD Hensel 2023 $1,446,885.00 Phelps Const. SDUSD 2023 $1,854,366.00 Nielson 3rd Quarter $1,239,364.00 Constrcutio n 2023 ***Approximately 160 projects including residential available upon request Date Printed: May 5, 2023 Current Update: October 2022 LIST OF COMPLETED PROJECTS (LAST 3 YEARS) [**Duplicate or attach additional pages if needed for listing completed projects.**) Please include only those projects which are similar enough to demonstrate Bidder's ability to perform the required Work. Project Name Description of Bidder's Work Sub or Prime? Irvine Valley College - Metal & PVC Roofing Sub Chino High PVC Roofing School - Phase 2 Park Point Loma TPO & Shingle Roofing -Prime P-1090 -Sub. PVC & Sheet Metal Roofing UCI Verano 8 -Metal Roofing Sub 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM Document Version: 1.0 Page 34 of 375 Client Completion Cost of Name Date Bidder's Work NKS 1st $3,658,754.00 Mechanical Quarter 2023 Balfour 2nd Quarter $1,984,965.00 Beatty 2023 Park 3rd Quarter $1,116,931.00 Point 2022 Loma HOA RQ 3rd Quarter $1,007,239.00 Const. 2022 Hensel 1st Quarter $3,875,069.00 Phelps 2023 **Over 1500 projects completed in last 3 years including residential. Available upon request Date Printed: May 5, 2023 Current Update: October 2022 EXPERIENCE AND TECHNICAL QUALIFICATIONS QUESTIONNAIRE Personnel: The Bidder shall identify the key personnel to be assigned to this Project in a management, construction supervision or engineering capacity. Add additional pages to identify ALL key personnel. Bidder may submit a 2-page resume of each key personnel mentioned above. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by the Agency. Job Title Specialized Name Education % time committed to this Project Superintendent 30+ years of Alejandro Reyes roofing experience 100% Superintendent 30+ years of Robert Hoff man sheet metal 100% experience Project Manager B.S. Construction George Arreguin Engineering & Mgmt. 100% , 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM Document Version: 1.0 Years of construction experience relevant to the Project 30+ years of roofing experience 30+ years of sheet metal experience 1 0+ years in construction estimating & PM Page 35 of 375 Summarize the experience Roof installer, foreman & Super experience Sheet metal installer, foreman & Super experience 3 years working at Preman as Estimator & PM Date Printed: May 5, 2023 Current Update: October 2022 Additional Bidder's Statements: If the Bidder feels that there is additional information which has not been included in the questionnaire above, and which would contribute to the qualification review, it may add that information in a statement here or on an attached sheet, appropriately marked: 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM Document Version: 1.0 Page 36 of 375 Date Printed: May 5, 2023 Current Update: October 2022 3. VERIFICATION AND EXECUTION These Bid Form s shall be executed only by a duly authorized official of the Bidder: I declare under penalty of perjury under the laws of the State of California that the foregoing information is true and correct: Name of Bidder: A. Preman Roofing, Inc. --------------------------- Signature ✓/fffk Name Aaron A. Preman Title President Date ,J t • I~ / ' .! J 0 r., ;: •, I J f,,I 1j 0 >. i1 END OF SECTION 6/5/2023 00 43 40 BIDDER INFORMATION AND EXPERIENCE FORM Document Version: 1.0 Page 37 of 375 Date Printed: May 5, 2023 Current Update: October 2022 00 45 10 NON-COLLUSION AFFIDAVIT NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: A. Preman Roofing, Inc. Consistent with Public Contract Code Section 7106, the undersigned declares: 1 am the President of A. Preman Roofing, 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 of it, or the contents of it, or divulged information or data relative to it, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent of these, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, represents that 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 CaliforgJa that the foregoing is true and correct and that this declaration is executed ,) 1, I'\£. '? 20 ~ at San Diego [city],~ [state]. Signature ~d~ Name Aaron A. Preman Title President END OF SECTION 00 45 10 NON-COLLUSION AFFIDAVIT Document Version: 1.0 Page 38 of 375 Date Printed: May 5, 2023 Current Update: October 2022 00 45 15 IRAN CONTRACTING ACT CERTIFICATION NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: A. Preman Roofing, Inc. As required by Public Contract Code Section 2204, the Contractor certifies subject to penalty of perjury that the option checked below relating to the Contractor's status in regard to the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct: ~ The Contractor is not: 1) identified on the current list of persons and entities engaged in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; or 2) a financial instruction that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. D The Agency has exempted the Contractor from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, the Agency will be unable to obtain the goods and/or services to be provided pursuant to the Contract. D The amount of the Contract payable to the Contractor for the Project does not exceed $1,000,000. Signature: 4A Jt----' Date: 6/5/2023 Name: Aaron A. Preman Title: President Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for 3 years. END OF SECTION 00 45 15 IRAN CONTRACTING ACT CERTIFICATION Document Version: 1.0 Page 39 of 375 Date Printed: May 5, 2023 Current Update: October 2022 00 45 20 PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: A. Preman Roofing, Inc. Pursuant to Labor Code Sections 1725.5 and 1771.1, all Contractors and Subcontractors that wish to Bid on, be listed in a Bid proposal, or enter into a Contract to perform public work must be registered with the Department of Industrial Relations. See Public Works (ca.gov) for additional information. No Bid will be accepted, nor any Contract entered into without proof of the Contractor's and Subcontractors' current registration with the Department of Industrial Relations to perform public work. Bidder certifies that it is aware of the registration requirements set forth in Labor Code Sections 1725.5 and 1771.1 and is currently registered as a Contractor with the Department of Industrial Relations. Name of Bidder: A. Preman Roofin_g_, Inc. DIR Registration Number: DIR Registration Expiration: 1000006355 6/30/23 -&f-~o / .:2<o c-lt- Bidder further certifies: 1. Bidder shall maintain a cu rrent DIR registration for the duration of the Project. 2. Bidder sha ll include the requirements of Labor Code Sections 1725.5 and 1771.1 in its Contract with Subcontractors and ensure that all Subcontractors are registered at the time of Bid opening and maintain registration status for the duration of the Project . 3. Failure to submit this form or comply with any of the above requirements may result in a finding that the Bid is non-responsive. Signature: ... 4-?f'•k------: Name: Aaron A. Preman END OF SECTION 00 45 20 PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION Document Version: 1.0 Date: Title: Page 40 of 375 6/5/2023 President Date Printed: May 5, 2023 Current Update: October 2022 00 45 25 CERTIFICATE OF INSURANCE NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: A. Preman Roofing, Inc. Bidder must attach either of the following to this page. XI Certificates of insurance showing conformance with the requirements for each of: a. Comprehensive General Liability b. Automobile Liability c. Workers Compensation d. Employer's Liability □ Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder the required policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance and the required Certificates of insurance to the Agency. END OF SECTION 00 45 25 CERTIFICATE OF INSURANCE Document Version: 1.0 Page 41 of 375 Date Printed: May 5, 2023 Current Update: October 2022 ~ PREMR00-04 BFENr. ACORD" CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 7/19/2023 J THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED .BY THE POLICIES ,, BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) 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 License # OC36861 ~$.lti!~cT Hailey Aguirre San Diego-Alliant Insurance Services, Inc. PHONE I FAX 701 B St 6th Fl (A/C, No, Ext): (A/C, No): San Diego, CA 92101 ~~nAJ~ ..... Hailey.Aguirre(@alliant.com INSURER(SI AFFORDING COVERAGE NAIC# INSURER A, Clear Blue Soecialtv Insurance Comoanv 37745 INSURED INSURER B: Everest Denali Insurance Company 16044 A. Preman Roofing, Inc. INSURER c : Colonv Insurance Company 39993 875 34th Street INSURER D: Transverse Insurance Company 21075 San Diego, CA 92102 INSURER E : INSURER F: COVERAGES ~ERTIFICATE 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. NOl'MTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO V\/HICH 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. l~f: TYPE OF INSURANCE ,~,.\l.,0,.\-SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS wvn " A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 -D CLAIMS-MADE [Kl OCCUR DAMAGE TO RENTED 100,000 X ~R01-RS-2202925-02 6/30/2023 6/30/2024 PRCUIC:CC: /Co $ -MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY < 1,000,000 -2,000,000 H 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY [Kl m?r □ LOC PRODUCTS· COMP/OP AGG $ 2,000,000 " OTHER: $ B AUTOMOBILE LIABILITY I -fc~~~~~~11SINGLE LIMIT $ 1,000,000 X ANY AUTO CF8CA00329-231 6/30/2023 6/30/2024 BODILY INJURY (Per person) $ -0\11/NED ~ SCHEDULED -AUTOS ONLY -AUTOS BODILY INJURY /Per accidenl) $ X ~mlffi.oNLY X ~ar~vmi~ Fte~~gdlJit~AMAGE $ --$ C UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE $ 5,000,000 -~R6462009 6/30/2023 6/30/2024 5,000,000 X EXCESS UAB CLAIMS-MADE AGGREGATE s OED I X I RETENTION$ 0 • D WORKERS COMPENSATION X I ~ffTurE I I ~~H-AND EMPLOYERS' LIABILITY YIN X FOR-WC-000000305-1 4/1/2023 4/1/2024 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE [!] N/A E.L. EACH ACCIDENT $ ~:~ai~l~~Ti~ EXCLUDED? E.L. DISEASE· EA EMPLOYEE • 1,000,000 ~~it~r~~ ~rOPERATIONS below E.L. DISEASE. POLICY LIMIT s 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Re: All Projects The City of Carlsbad is named as Additional Insured, Waiver of Subrogation applies. 30 Days' Notice of Cancellation applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad/CMWD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. '. \ c/o EXIGIS Insurance Compliance Services ,.,,; P.O. Box 947 Murrieta, CA 92564 AUTHORIZED REPRESENTATIVE 4--2>-~ I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number:AR01-RS-2202925-02 Effective 06/30/2023 -06/30/2024 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organlzation(s) Location And Description Of Completed Operations Blanket as required by virtue of written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the addition.al insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: AR01-RS-2202925-02 EFFECTIVE: 06/30/23 -06/30/24 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Blanket as required by virtue of written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG20100413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section 111-Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 0403 06 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be _2.50_% of the California workers' compensation premium otherwise due on such remuneration. · Schedule Person or Organization Job Description Per written Contract Requirements This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 04/01/2023 Policy No. FOR-wc-000000305-1 Endorsement No. ooo Insured A. Preman Roofing, Inc. Insurance Company Transverse Insurance Company WC 04 03 06 (Ed. 04-84) Premium Countersigned by Page 1 of 1 00 45 30 STATEMENT REGARDING DEBARMENT NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: A. Preman Roofing, Inc. 1. Have you or any of your Subcontractors ever been debarred as an irresponsible Bidder by another public agency in the State of California? D YES )] NO 2. If yes, what was/were the name(s) of the public agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than 2 debarments. party debarred public agency period of debarment ::rnNTR~ A: (sign he~ Aaron A. Premanl. President (print name/title) party debarred public agency period of debarment Page _1_ of _1 __ pages of this Statement Regarding Debarment form END OF SECTION 00 45 30 STATEMENT REGARDING DEBARMENT Document Version: 1.0 Page 42 of 375 Date Printed: May 5, 2023 Current Update: October 2022 00 45 35 DISCLOSURE OF DISCIPLINE RECORD NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: A. Preman Roofing, Inc. Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a latent act or omission is filed within 4 years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the al leged 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 2 or more times within an 8-year period? □ YES ~ NO 2. Has the suspension or revocation of your contractor's license ever been stayed? □ YES ~ NO □ N/A 3. Have any Subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State License Board 2 or more times within an 8-year period? □ YES ~ NO 4. Has the suspension or revocation of the license of any Subcontractors that you propose to perform any portion of the Work ever been stayed? □ YES ~ NO CJ N/A 00 45 35 DISCLOSURE OF DISCIPLINE RECORD Document Version: 1.0 Page 43 of 375 Date Printed: May 5, 2023 Current Update: October 2022 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 pertains to, the nature of the violation and disciplinary action taken. (If needed attach additional sheets to provide full disclosure.) 6. If the answer to either of 2 or 4 above is "yes," fully identify, in each and every case, the party whose discipline was stayed, the date of and the violation that the disciplinary action pertains to, the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. BY CONTRACTOR: By: /{;fk-c= (sign here) Aaron A. Preman, President (print name and title) END OF SECTION 00 45 35 DISCLOSURE OF DISCIPLINE RECORD Document Version: 1.0 Tsclosure. Page 44 of 375 Date Printed: May 5, 2023 Current Update: October 2022 00 52 00 CONTRACT t+-' This Project NJ 4738 ("Contract") is made and entered into this 2, 1 day of L1 l\.\ , 2023, by and between the City of Carlsbad ("Agency") and A. Preman Roofing~lnc. ("Contractor"), whose principal place of business is 875 34th Street, San Diego, CA 92102 The parties agree: 1. SCOPE OF WORK. The Contractor shall perform all Work within the time stipulated in the Contract, and shall provide all labor, materials, equipment, tools, utility services, and transportation to complete all the Work required in strict compliance with the Contract Documents for the following Project: NAME OF PROJECT: Carlsbad Senior Center Roof Replacement The Contractor and its surety shall be liable to the Agency for any damages arising as a result of the Contractor's failure to comply with the obligation described in this Section 1. 2. TIME OF COMPLETION. Time is of the essence in the performance of t he Work. The Work shall be commenced on the date stated in the Agency's Notice to Proceed. The Contractor shall complete all Work required by the Contract Documents within 152 working days from the commencement date stated in the Notice to Proceed. Contractor agrees the time for completion set forth above is adequate and reasonable to complete the Work. 3. CONTRACT PRICE. The Agency shall pay to the Contractor as full compensation for the performance of the Contract, subject to any additions or deductions made in accordance with the Contract Documents, and including all applicable taxes and costs, the sum of TWO MILLION NINETY-NINE THOUSAND NINE HUNDRED Dollars($ 2,099,900.00 ). Payment shall be made as set forth in the General Conditions. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The Agency shall withhold retention as requ ired by Public Contract Code Section 9203. 4. LIQUIDATED DAMAGES. In accordance with Government Code Section 53069.85, it is agreed that the Contractor will pay the Agency the sum set forth in Section 00 73 00 Supplemental General Provisions for each and every Calendar Day of delay beyond the time of completion prescribed in this Contract as Liquidated Damages and not as a penalty or forfeiture. If this sum is not paid, the Contractor agrees the Agency may deduct that amount from any money due or that may become due the 00 52 00 CONTRACT Document Version: 1.0 Page 45 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Contractor under the Contract. This Section does not exclude recovery of other damages specified in the Contract Documents. 5. CONTRACT DOCUMENTS. The "Contract Documents" include the following: • 00 1110 Notice Inviting Bids • 00 2110 Instructions to Bidders • 00 41 00 Bid Form • 00 42 10 Bid Bond or 00 43 20 Bid Security • 00 43 30 Proposed Subcontractors • 00 43 40 Bidder Information and Experience • 00 45 10 Non-Collusion Affidavit • 00 45 15 Iran Contracting Act Certification • 00 45 20 Public Works Contractor Registration Certification • 00 45 30 Statement of Regarding Debarment • 00 45 35 Disclosure of Discipline Record • 00 52 10 Contract • 00 6110 Labor and Materials Bond • 00 61 20 Faithful Performance and Warranty Bond • 00 61 30 Optional Escrow Agreement (if applicable) • 00 73 00 Supplemental General Provisions • Technical Specifications for the Project • All Addenda • Plans and Drawings • Permits • 00 74 00 Supplemental Technical Provisions • "Standard Specifications and Drawings," as last revised • Standard Specifications for Public Works Construction "Greenbook," latest edition and including all errata o Part 1 General Provisions o Part 2 to Part 8 (Construction Materials, Construction Methods, Existing Improvements, Pipeline System Rehabilitation, Temporary Traffic Control, Street Lighting and Traffic Signal Systems, Landscaping and Irrigation) • Standard Plans for Public Works Construction, latest edition and including all errata • Applicable Local Agency Standards and Specifications, as last revised • Approved and fu lly executed change orders 00 52 00 CONTRACT Document Version: 1.0 Page 46 of 375 Date Printed: May 5, 2023 Current Update: October 2022 • Any other documents contained in or incorporated by reference into the Contract Documents The Contractor shall complete the Work in strict accordance with the Contract Documents. The requirements of the various sections or documents comprising the Contract Documents are intended to be complementary. Work required by 1 of the Contract Documents and not by others shall be done as if required by all. This Contract shall supersede any prior agreement of the parties. 6. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE. Every provision of law required to be included in these Contract Documents shall be deemed to be included in these Contract Documents. The Contractor sha ll comply with all requirements of applicable federal, state and local laws, rules and regulations, including, but not limited to, the provisions of the Labor Code and Public Contract Code which are applicable to the Work. 7. INDEMNIFICATION. Contractor shall provide indemnification and defense as set forth in the 00 73 00 Agency Supplemental General Provisions. 8. PREVAILING WAGES. Contractor shall be required to pay the prevailing rate of wages in accordance with the Labor Code which such rates may be obtained online at http://www.dir.ca.gov and which must be posted at the job site. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill 00 52 00 CONTRACT Document Version: 1.0 Page 47 of 375 Date Printed: May 5, 2023 Current Update: October 2022 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR By: ~ Aaron Preman, President (print name/title) By: ~ (sign here) Aaron Preman, Secretary (print name/title) City of Carlsbad By: lcfl;U-- Keith Blackburn, Mayor ATTEST: ~ for Sherry Freisinger, City Clerk If required by the Agency, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, the Contract must be signed by 1 corporate officer from each of the following 2 groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: \..--......==-----+-----=---- END OF SECTION 00 52 00 CONTRACT Document Version: 1.0 Page 48 of 375 Date Printed: May 5, 2023 Current Update: October 2022 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthful ness, accuracy, or validity of that document. State of California County of San Diego On July 19 2023 before me, Katie-Grace Preman, Notary Public (insert name and title of the officer) personally appeared Aaron A. Preman who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature h ./ -, // --..___ (Seal) ! 8........ KATIE-GRACE PREMAN I 1i: 1 . , · Commission No. 2402714 ~ .. . NOTARY PUBLIC · CALIFORNIA j I Comm=~= ~~!:~_J • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On July 19 2023 before me, Katie-Grace Preman, Notary Public (insert name and title of the officer) personally appeared Aaron A. Preman who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. S~nawre -(Seal) re--·-··. KATIE-GRACE PREMAN f -1 • Commission No. 2402714 i . · NOTARY PUBLIC-CALIFORNIA~ i · . SAN DIEGO COUNTY ! J Commission Exp,les May 1, 2026 ... J Executed In Triplicate 00 6110 LABOR AND MATERIALS BOND KNOW ALL PERSONS BY THESE PRESENTS THAT : Bond Number: 7901133318 Premium Included In Performance Bond WHEREAS, the City of Carlsbad ( "Agency") has awarded to _A_. P_re_m_a_n_R_oo_fi....:ng~, _ln_c. ______ _ ("Principal,") a Contract for the Work described as follows: Contract No PWS23-2132FAC, Project No. 4738, Carlsbad Senior Center Roof Replacement (the "Project"} in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated by this reference; and WHEREAS, Principal is required to furnish a bond in connection with the Contract providing that if Principal or any of its Subcontractors fail to pay (1) for any materials, provisions, provender, equipment, or other supplies used in, upon, for or about the performance of the Work contracted to be done, (2) for any Work or labor of any kind performed under the Contract, (3) for amounts due under the Unemployment Insurance Code for any Work or labor of any kind performed under the Contract, or (4) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department under Unemployment Insurance Code Section 13020 or to the Franchise Tax Board under Revenue and Taxation Code Section 18663 from the wages of employees of Principal and its Subcontractors with respect to the Work or labor, the Surety on this bond will pay for the same to the extent set forth below. NOW THEREFORE, we, Principal and Nationwide Mutual Insurance Company as Surety, are held and firmly bound unto the Agency in the penal sum of Two Million Ninety-Nine Thousand Nine Hundred and No/100ths Dollars ($ 2,099,900.00---), for the payment of which sum being an amount equal to 100% of the total amount payable under the terms of the Contract by the Agency, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if Principal, or its Subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of the persons named in Civil Code Section 9100; fail to pay for any materials, provisions, provender, equipment, or other supplies, used in, upon, for or about the performance of the Work contracted to be done; fail to pay for any Work or labor of any kind performed under the Contract; fail to pay amounts due under the Unemployment Insurance Code for any Work or labor of any kind performed under the Contract; or fail to pay for any amounts required to be deducted, withheld, and paid over to the Employment Development Department or Franchise Tax Board from the wages of employees of Principal or its Subcontractors pursuant to Unemployment Insurance Code Section 13020 or Revenue and Taxation Code Section 18663, with respect to the Work or labor, then the Surety will pay for the same, in an amount not exceeding the penal sum specified above, and also, in case suit is brought upon this bond, all litigation expenses incurred by the Agency in the suit, including reasonable attorneys' fees, court costs, expert witness fees and investigation expenses to be fixed by the court consistent with Civil Code Section 9554. 00 6110 LABOR AND MATERIALS BOND Document Version: 1.0 Page 49 of 375 Date Printed: May 5, 2023 Current Update: October 2022 This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as to give a right of action to such persons or their assigns in any suit brought upon this bond. The Surety stipulates and agrees that this bond shall not be exonerated or released from the obligation of this bond by: 1. Any change, extension of time for performance, addition, alteration or modification in, to, or of any Contract, Plans, Specifications, or agreement pertaining or relating to any scheme or Work of improvement described above, or the furnishing of labor, materials, or equipment pertaining or relating to any scheme or Work of improvement described above. 2. Any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or Work of improvement described above. 3. Any rescission or attempted rescission or attempted rescission of the Contract, agreement or bond. 4. Any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such Contract or agreement or under the bond. 5. Any fraud practiced by any person other than the claimant seeking to recover on the bond. The Surety also stipulates and agrees that this bond shall be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is given, and under no circumstances shall Surety be released from liability to those for whose benefit this bond has been given by reason of any breach of contract between the Agency and Principal or on the part of any obligee named in this bond. Finally, the Surety waives notice of any such change, extension of time, addition, alteration or modification mentioned in this bond, including but not limited to the provisions of Civil Code Sections 2819 and 2845. If Principal is an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK] 00 6110 LABOR AND MATERIALS BOND Document Version: 1.0 Page SO of 375 Date Printed: May 5, 2023 Current Update: October 2022 Executed by PRINCIPAL this \C(t-, day of ~ • 20~. PRINCIPAL: A. Preman Roofing, Inc. (name of Contractor) By: /4!J{;. (sign here) MitM~-~ (print name here) ¾,b~~ (title and organization of signatory) Executed by SURETY this 18th day of July , 20....fL_. SURETY: Nationwide Mutual Insurance Company (name of Surety) 18700 North Hayden Road, Suite 150, Scottsdale, AZ 85255 (address of Surety) (480) 365-4037 (telephone number of Surety) By: ~awrence F. McMahon, Attorney-In-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only 1 officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: END OF SECTION 00 6110 LABOR AND MATERIALS BOND Document Version: 1.0 Page 51 of 375 Date Printed: May 5, 2023 Current Update: October 2022 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On July 19 2023 before me, Katie-Grace Preman, Notary Public (insert name and title of the officer) personally appeared Aaron A. Preman who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature / ), ?"0 ( -----(Seal) re.···-· KATIE-GRACE PREMAN f a: ' ·· Commission No. 2402714 ~ . . NOTARY PUBLIC -CALIFORNIA j f --~m::;;:ut~~ J ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego on July 18, 2023 before me, Minna Huovila, Notary Public (insert name and title of the officer) personally appeared Lawrence F. McMahon who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that ho/shoAhoy executed the same in his/hoF!thoir authorized capacity(.es), and that by his/horilthoir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ (Seal) I ,. I MINNA HUOVILA COMM. #2313883 o NOTARY PUBLIC-CALIFORNIA II) SAN DIEGO COUNTY !J My Commission Expires J DECEMBER 6, 2023 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: <""'"-lionwide Mutual Insurance Company, an Ohio corporation nereinafler referred to severally as the ·company" and collectively as "the Companies· does hereby make, constitute and appoint: CHRISTOPHER CONTE, JANICE MARTIN, LAWRENCE F MCMAHON, MARIA GUISE, RYAN WARNOCK, SARAH MYERS, DALE G HARSHAW, GEOFFREY SHELTON, JOHN R QUALIN, MINNA HUOVILA, TARA BACON each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.• "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. ~-:,II~ .. ~~-~~ .. ~;..-·· ·--~~. 'ffs,· EA_L}ii f ., _,., ' -..... ....-I \,\~~~ d/-@-- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public, Stale of New Yori< No. 02MC6270117 Qualified in New Yori< County Commission Expires October 19, 2024 CERTIFICATE ~~"lh~ ~Public My~ E,q,no ~19.2024 I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board oLdirectors; and the foregoing power of attorney is still in full force and effect. NITNESS WHEREOF, I have. hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 18th day of Jul 2023 · :,,.,/ o (/\~ IJ-6-v'd- Assistant Secretary BDJ 1 (08-21 )00 1.. CAUFORNIA ' DEPARTMENT OF IIJSURArJCE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information Old Company Names Agent For Service Melissa DeKoven NATIONWIDE MUTUAL INSURANCE COMPANY 1 NATIONWIDE BLVD, FRAP SOLUTIONS COLUMBUS, OH 43215 800-523-7828 Effective Date 2710 Gateway Oaks Drive, Suite !SON Sacramento CA 95833-3505 Reference Information NAIC #: 1123787 California Company ID #: 111805-1 Date Authorized in California: II 08/03/1965 License Status: II UNLIMITED-NORMAL Company Type: II Property & Casualty State of Domicile: IIOHIO I back to top NAIC Group List NAIC Group #: 0140 NATIONWIDE CORP GRP Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS back to top © 2008 California Department of Insurance PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Executed In Triplicate Bond Number: 7901133318 Premium: $33,550.00* • Premium is for Contract Term and Subject to Adjustment Based on Final Contract Price 00 61 20 FAITHFUL PERFORMANCE AND WARRANTY BOND KNOW ALL PERSONS BY THESE PRESENTS THAT: WHEREAS, the City of Carlsbad ( "Agency") has awarded to A. Preman Roofing, Inc. ("Principal,") a Contract for the Work described as follows: Contract No PWS23-2132FAC, Project No. 4 738, Carlsbad Senior Center Roof Replacement (the "Project") in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated by this reference; and WHEREAS, the Work to be performed by e Pr·ncipal is more particularly set forth in the Contract Documents for the Project dated 1 t,1 J,,, ("Contract Documents"), the terms and conditions of which are incorporated by reference; and WHEREAS, the Principal is required by the Contract Documents to perform the terms of them and to furnish a bond for the faithful performance and warranty of the Contract Documents. NOW THEREFORE, we, A. Preman Roofing, Inc. Principal, and _____ _ Nationwide Mutual Insurance Company ,as Surety, are held and firmly bound unto the Agency in the penal sum of Two Million Ninety-Nine Thousand Nine Hundred and No/10oths,----dollars ($ 2,099,900.00-----), which is equal to 100% of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if Principal, its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration of the Contract Documents made as provided in the Contract Documents, on its part, to be kept and performed at the time and in the manner specified in the Contract Documents, and in all respects according to their true intent and meaning; and shall indemnify and save harmless the Agency, its Board, members of the Board, officers, directors, managers, employees, agents, and authorized volunteers, as stipulated in the Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured by this bond and in addition to the face amount specified in this bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by Agency in enforcing such obligation, all to be taxed as costs and included in any judgment rendered. As a condition precedent to the satisfactory completion of the Work unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of 1 year after the acceptance of the Work by the Agency. During this 1-year period, if Contractor fails to make full, complete, and satisfactory repair and replacements and totally protect the Agency from loss or damage resulting from or caused by defective materials or faulty workmanship in connection 00 61 20 FAITHFUL PERFORMANCE AND WARRANTY BOND Document Version: 1.0 Page 52 of 375 Date Printed: May 5, 2023 Current Update: October 2022 with Contractor's Work on the Project, the obligations of Surety under this bond shall continue so long as any obligation of Principal remains to the Agency. Nothing in this bond shall limit the Agency's rights or the Principal's or Surety's obligations under the Contract, law or equity, including, but not limited to, Code of Civil Procedure Section 337.15. Whenever Principal shall be, and is declared by the Agency to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the Agency's option: i. Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; ii. Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a contract between such bidder, the Surety and the Agency, and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the Contract Price, including other costs and damages for which Surety may be liable. The term "balance of the Contract Price" as used in this paragraph shall mean the total amount payable to Principal by the Agency under the Contract and any modification to the Contract, less any amount previously paid by the Agency to the Principal and any other set offs pursuant to the Contract Documents. Or iii. Permit the Agency to complete the Project in any manner consistent with Applicable Law and make available as Work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the Contract Price, including other costs and damages for which Surety may be liable. The term "balance of the Contract Price" as used in this paragraph shall mean the total amount payable to Principal by the Agency under the Contract and any modification to the Contract, less any amount previously paid by the Agency to the Principal and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the Agency may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Principal. Surety shall not utilize Principal in completing the Project, nor shall Surety accept a bid from Principal for completion of the Project, if the Agency, when declaring the Principal in default, notifies Surety of the Agency's objection to Principal's further participation in the completion of the Project. The Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed under the Contract Documents shall in any way affect Surety's obligations on this bond, and Surety waives notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project. 00 6120 FAITHFUL PERFORMANCE AND WARRAN1Y BOND Document Version: 1.0 Page 53 of 375 Date Printed: May 5, 2023 Current Update: October 2022 If Principal is an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK] 00 61 20 FAITHFUL PERFORMANCE AND WARRANTY BOND Document Version: 1.0 Page 54 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Executed by PRINCIPAL this )Ct\¥. day of Executed by SURETY this ~~ • 202:j_. of July 18th day PRINCIPAL: A. Preman Roofini, Inc. (name of Contractor) By: $A (sign here) M{l.{,N\ ¥\.~ (print name here) ~~\\\)~1 (title and organization of signatory) , 20R._. SURETY: _t,Jationwide Mutual Insurance Company (name of Surety) 18700 North Hayden Road, Suite 150, Scottsdale, Al. 85255 (address of Surety) (480) 365-4037 By: . ~:::-,.,r (signa ure of Attorney-in-Fact) Lawrence F. McMahon1 ~ttomey-ln-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only 1 officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: :~NDI~ ~rney END OF SECTION 00 6120 FAITHFUL PERFORMANCE AND WARRANTY BOND Document Version: 1.0 Page 55 of 375 Date Printed: May 5, 2023 Current Update: October 2022 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On July 18, 2023 before me, Minna Huovila, Notary Public (insert name and title of the officer) personally appeared Lawrence F. McMahon who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/st'loAt'loy executed the same in his/t'lorAt'loir authorized capacity(ies), and that by his/t'lerAt'loir signature(&} on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ~ (Seal) r u@·-.. • (/) . 0 I ,. MINNA HUOVILA I COMM #2313883 o NOTARY PUBLIC-CALIFORNIA (I) SAN DIEGO COUNTY (_] My Comm,ss,on Exp11 c. DECEMBER 6, 2023 \ Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: •~tionwide Mutual Insurance Company, an Ohio corporation ·ne'Feinafter referred to severally as the "Company• and collectively as "the Companies· does hereby make, constitute and appoint: CHRISTOPHER CONTE, JAN1CE MARTIN, LA WREN CE F MCMAHON, MARIA GUISE, RYAN WARNOCK, SARAH MYERS, DALE G HARSHAW, GEOFFREY SHELTON, JOHN R QUALIN, MINNA HUOVILA, TARA BACON each in their individual capacity, its true and lawful attorney-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. .. ,.~ .-...._~~~ fts...-~A~J\ -... -•~ ' ..... ,~.~· . ..--, \ -~.;,~ ~~-· d)JJ,-- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public, State of New YOtlc No. 02MC6270117 Qualified in New YOtlc County Commissioo Expires October 19. 2024 CERTIFICATE ~~111~ Notary Pubic My Commission Expires Oclober 19, 2024 I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board ot directors; and the foregoing power of attorney is still in full force and effect. ( WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 18th day of Jul'-'--___ __2.Q2.1 Ci'\'~ 8-6v 'ct- Assistant Secretary BDJ 1 (08-21 )00 \ • CALIFORNIA . DEPARTMENT OF mSURAr,cE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information Old Company Nam es Agent For Service Melissa DeKoven NATIONWIDE MUTUAL INSURANCE COMPANY 1 NATIONWIDE BLVD, FRAP SOLUTIONS COLUMBUS, OH 43215 800-523-7828 Effective Date 2710 Gateway Oaks Drive, Suite 150N Sacramento CA 95833-3505 Reference Information I NAIC #: 23787 I I California Company ID #: 1805-1 I Date Authorized in California: 08/03/1965 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: OHIO back to top NAIC Group List NAIC Group #: 0140 NATIONWIDE CORP GRP Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS back to top © 2008 California Department of Insurance PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION 00 61 30 OPTIONAL ESCROW AGREEMENT NAME OF PROJECT: Carlsbad Senior Center Roof Replacement NAME OF BIDDER: _________________ _ This Escrow Agreement is made and entered into by and between the City of Carlsbad, Carlsbad, California, 92008 ("Agency"), ___________ whose address is ______ _ ______________________ ("Contractor") and _____ _ whose address is --------------------------- ---("Escrow Agent"). Agency, Contractor and Escrow Agent agree as follows: 1. Pursuant Public Contract Code Section 22300, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by Agency pursuant to the construction contract entered into between Agency and Contractor for the Carlsbad Senior Center Roof Replacement in the amount of _____ dated ____ _ ("Contract"). Alternatively, on written request of Contractor, Agency shall make payments of the retention earnings directly to Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, Escrow Agent shall notify Agency within 10 Calendar Days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract. Securities shall be held in Agency's name and shall designate Contractor as the beneficial owner. 2. Agency shall make progress payments to Contractor for those funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that Escrow Agent holds securities in the form and amount specified above. 3. When Agency makes payment of retentions earned directly to Escrow Agent, Escrow Agent shall hold them for the benefit of Contractor until the time that the escrow created under this Escrow Agreement is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this Escrow Agreement and the rights and responsibilities of the parties shall be equally applicable and binding when Agency pays Escrow Agent directly. 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account and all expenses of Agency. These expenses and payment terms shall be determined by Agency, Contractor, and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to Agency. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from Agency to Escrow Agent that Agency consents to the withdrawal of the amount sought to be withdrawn by Contractor. 00 61 30 OPTIONAL ESCROW AGREEMENT Document Version: 1.0 Page 56 of 375 Date Printed: July 18, 2023 Current Update: October 2022 7. Agency shall have a right to draw upon the securities in the event of default by the Contractor. Upon 7 Calendar Days' written notice to Escrow Agent from Agency of a default, Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by Agency. 8. Upon receipt of written notification from the Agency certifying that the Work required by the Contract is final and complete and that Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from Agency and Contractor pursuant to Sections (5) to (8), inclusive, of this Escrow Agreement and Agency and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the secu rities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of Agency and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For Agency Title _________________________ _ {Finance Director) Name Signature Address For Contractor Title Name Signature 00 61 30 OPTIONAL ESCROW AGREEMENT Document Version: 1.0 Page 57 of 375 Date Printed: July 18, 2023 Current Update: October 2022 For Escrow Agent Address Title Name Signature Address At the time the Escrow Account is opened, Agency and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Escrow Agreement. · IN WITNESS WHEREOF, the parties have executed this Escrow Agreement by their proper officers on the date first set forth above. For Agency Title Name Signature Address For Contractor Title 00 61 30 OPTIONAL ESCROW AGREEMENT Document Version: 1.0 Page 58 of 375 Date Printed: July 18, 2023 Current Update: October 2022 Name Signature Address For Escrow Title Agent Name Signature Address APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: ____________ _ Deputy City Attorney END OF SECTION 00 6130 OPTIONAL ESCROW AGREEMENT Document Version: 1.0 Page 59 of 375 Date Printed: July 18, 2023 Current Update: October 2022 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS INTRODUCTION Exhibit 3 The specifications contained in this 00 73 00 Agency Supplemental General Provisions take precedence over the specification language contained in the Standard Specifications for Public Works Construction, "The Greenbook," latest edition and all errata. This specification addresses the unique conditions in Carlsbad that are not addressed in The Green book. Therefore, if there is a conflict, these specifications shall control. The Greenbook may be purchased at Bidder's/Contractor's local technical bookstore or directly from the publisher. These Supplemental General Provisions are available only for download from the online bidding portal with Contract Documents. The Agency does not provide hard copies. When used in the Contract Documents, statements, or command phrases (active voice and imperative mood) refer to and are directed at the "Bidder" or "Contractor" as applicable. The specifications are written to the "Bidder" before award and the "Contractor" after award. Before award, interpret sentences written in the imperative mood as starting with "The Bidder shall." Interpret the term "you" as "the Bidder" and interpret the term "your" as "the Bidder's." After award, interpret se ntences written in the imperative mood starting with "The Contractor shall." Interpret the term "you" as "the Contractor" and interpret the term "your" as "the Contractor's." PART 1 GENERAL PROVISIONS SECTION 1-GENERAL, TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-1 GENERAL ADD the following: 1. The word "provide" shall mean "furnish and install," unless otherwise stated. 2. In reference to Drawings, where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar import are used, it shall be understood that reference is made to the Plans accompanying these provisions, unless stated otherwise. 3. Where the words "equal," "approved equal," "equivalent," and words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer," unless otherwise stated. 4. The word "perform" shall be understood to mean that the Contractor, at its expense, shall "perform all operations and furnish labor, tools and equipment," and further, "furnish and install materials that are indicated, specified or required" shall be understood to mean that the Contractor, at its expense, shall "furnish and install the Work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation." 5. Where words "directed," "designated," "selected," or words of similar import are used, it shall be understood that the direction, designation, or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the Work as required and as approved by the Engineer," unless stated otherwise. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 60 of 375 Date Printed: June 22, 2023 Current Update: October 2022 Exhibit 3 Where the words "approved," "approval," "acceptance," or words of similar import are used, it shall be understood that the approval, acceptance, or si milar import of the Engineer is intended. 1-2 TERMS AND DEFI NITIONS Where applicable ADD/REPLACE the following: 1. Agency -The City of Carlsbad, the owner of the Project. 2. Agency Approval -Except where stated in this Contract to the contrary, the phrases "Agency approval," and "Agency's written approval" or such similar phrases shall mean approval by the City Manager for the City of Carlsbad, which approva l shall not be unreaso nably withheld. 3. Agency Forces -City of Carlsbad employees who coordinate construction work. 4. Agency Supplement -00 73 00 Agency Supplemental General Provisions; and 00 74 00 Agency Supplemental Technical Provisions. 5. Allowance (AL) -Payment under Allowance Bid items, denoted as "AL," shall be based on the actual expenditures and for pre-authorized items of the Work in accordance with t he Contract Documents. The unused portions of the Allowances shall revert to the Agency upon acceptance of the Project or Work. 6. Apparent Low Bidder -The Bidder whose Bid having been publicly opened, initially meets the material requirements of the Bid Documents and whose Bid price is the lowest received. 7. Applicable Laws -Laws, statutes, ordinances, rules, orders, and reg ulations of governmental authorities and courts having jurisdiction over the Project. 8. As-Builts -The CADD drawings prepared from the approved Red -lines for record keeping purposes. 9. Award of Contract (Award) -The date on which the Board or designee executes the Contract. 10. Bid -Any proposal submitted to the Agency in competitive bidding for the construction, alteration, repair, or improvement of any structure, building, road or other improvement of any kind. 11. Bid Administrator -The City's designated representative for soliciting and conducting bids on the City's on line bidding portal. 12. Board -The officer or body constituting the awarding authority of t he Agency, which is the City Council for the City of Carlsbad. 13. 8eard ef Dire6ters fer tl::ie Carlsl~ad Mwni6ipal \\<ater Distri6t The legislative body that governs the Carlsbad M1-micipal Water !)istrict and has the authority to pass ordinances and appropriate fonds. 14. Business Day -See Working Day. 15. Calendar Day -Every day on the calendar, including weekends and holidays. 16. City -The term "City" or "the City" means, City of Carlsbad . See also Agency. 17. City Council -The legislat ive body that governs the City of Carlsbad and has the authority to pass ordinances and appropriate funds. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 61 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 18. City Engineer -The term "City Engineer" is defined as the Transportation Director, or designee, and is the person authorized to perform the functions of the City Engineer as defined in Government Code Section 66416.5. The City Engineer is the City's "duly authorized officer" for the purposes of Public Contract Code Sections 4107 and 4107.5. 19. City Manager -The appointed official who directs the administration of the City of Carlsbad. 20. Construction Documents -Plans and details, including Plans showing installation of major systems, equipment, fixed furnishings and graphics, the technical specifications and all other technical drawings, schedules, diagrams and specifications, accepted Shop Drawings, Working Drawings, and submittals that are necessary to set forth in detail the requirements for the Project. 21. Construction Manager -The City's Consultant Project Inspector and the Engineer's designated representative for the first level of appeal for informal dispute resolution. Contractor to review all work progress, monthly payment app lications, monthly schedule updates and project docume ntation (e.g., submittals, RFl's, etc.) with Construction Manager. 22. Construction Work -The portion of the Work to construct the Project as set forth in the Contract Documents in conformance with 2-1, "WORK TO BE DONE." 23. Contract -The written agreement between the Agency and the Contractor covering the Work. 24. Contract Documents -Contract Documents include the following_: The signed Contract, Addenda, Notice Inviting Bids, funding agency provisions, Bid including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award when attached as an exhibit to the Contract, Bonds, Permits, CEQA documents, Standard Specifications (the "Greenbook"), Agency Supplement, Plans, Standard Plans, Construction Documents, Reference Specifications, and Change Orders. Contract Documents, when applicable, shall also include Site and Coa stal development permits, NEPA documents, re-vegetation plans, biological letters or technical reports, habitat mitigation plans, storm water documents, and local, state, and federal resource agency permits. 25. Contract Time -The number of Working Days to complete the Work as specified in the Contract Documents. 26. Contractor -The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of Work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. 27. Critical Path -In the Construction Schedule, the sequence of activities that represents the longest path through the Project network of activities and the shortest possible Project duration. 28. Days -Days shall mean consecutive calendar days unless otherwise specified in this Contract. 29. Defective Work -Work that does not conform to the Contract Documents. 30. Delay Factor -The Delay Factor may be the basis for compensation for idle equipment time on an excusable delay. The factor has been calculated to include the ownership costs 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 62 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 without including operating costs. The Delay Factor recovers all the Contractor's non- operating costs in an 8-hour day. If payment is made for equipment on an excusable delay, it is limited to 8 hours per day or 40 hours per week maximum. 31. Qepwty City lingineer The Engineering Manager of the Constrt1ction Management & Inspection Oi•,ision and the Constrnction Manager's immediate st1per.iisor and the Engineer's designated representati¥e for the second le¥el of appeal for informal dispt1te resolt1tion. 32. Dispute Board -Persons designated by the City Manager of the City of Carlsbad, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad is the last appeal level for informal dispute resolution. 33. Drawings -See Plans. 34. D-size Sheet -"D" size paper for engineering design applications refers to 22" x 34" paper. 35. Engineer -The Deputy City Manager, Public Works of the City of Carlsbad acting either directly or through designated representatives and the fourth level of appeal for informal dispute resolution. 36. Engineer of Record/Design Engineer -A registered Professional Engineer licensed in the State of California who is qualified to act as an agent of a Project Owner or to prepare Plans for facilities to be accepted by the City of Carlsbad. The term includes persons licensed in the State of California as Civil Engineers or Structural Engineers, as well as other licensed professionals like Architects and Landscape Architects. 37. Engineering Manager -For this project, this capacity will be served by the Public Works Manager. 38. Field Book -The Agency field maps showing sewer and water facilities. 39. Field Order -A Field Order is a written agreement by the Engineer to compensate the Contractor for work items in accordance with 2-8, "EXTRA WORK" or 2-9, "CHANGED CONDITIONS." A Field Order does not change the Contract Price or Contract Time or the intent of the Contract. The unused portions of the Field Orders shall revert to the Agency upon acceptance of the Work. 40. l=inal lin•tironmental Qo6wment The CEQA and/or NEPA doct1ment isst1ed for the Project, st1ch as certified en¥ironmental impact reports, mitigated negati¥e declarations (MNDs), negati•,e declarations, or exemptions. 41. Final Payment -The last payment for the Contract made to the Contractor, excluding Retention. 42. Fleet & Facilities Project Manager -The Project Manager with the Fleet & Facilities Division and the Construction Manager's immediate supervisor and designated representative for the second level of appeal for informal dispute resolution. 43. Float -The number of days by which an activity in the Construction Schedule may be delayed from either its earliest start date or earliest completion date without extending the Contract Time {total float}. Total float belongs to the Project and to any Party to accommodate changes in the Work or to mitigate the effect of events which may delay completion. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 63 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 44. Holiday -Holidays observed by the Agency are listed below: Holiday Observed On New Year's Day January 1 Martin Luther King Day 3rd Monday in January Presidents' Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Indigenous Peoples' Day 2nd Monday in October Veteran's Day November 11 Thanksgiving Day 4th Thursday/Friday in November Christmas Day December 25 If any Holiday listed falls on a Saturday, the Saturday and the prece ding Friday are both legal Holidays. If the Holiday falls on a Sunday, both Sunday and the following Monday shall be legal Holidays. Unless specified otherwise in the Contract Documents or authorized by the Engineer, do not work on Holidays. 45. l.imited Netice te Preceed (1.NTP) A written notiEe gii.«en from the AgenE'f that a1:-Jthorizes the ContraEtor to start a limited amo1:-Jnt of worl< that, as desEril:led in the notiEe, is not ConstrnEtion Worl<. 46. Minor Bid Item -a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. 47. Nigt:it 'Jlerk See Working Night. 48. Normal Working Hours -Unless specified otherwise, Normal Working Hours core periods shall be 7:00 AM to 5:00 PM, Monday through Friday, inclusive. Saturdays, Sundays, and Agency Holidays are excluded. For Traffic Control Permits, Normal Working Hours are defined as 8:30 AM to 3:30 PM, unless specified otherwise. 49. Notice of Completion (NOC} -A document recorded with the County of San Diego to signify that the Work has been completed to the satisfaction of the Construction Manager and accepted by the Agency. SO. Notice to Proceed (NTP) -A written notice to proceed with the work of the contract as mutually agreed in the Preconstruction Meeting. 51. Party or Parties -The Agency, the Contractor, or both, their respective permitted successors or assigns, and any other future signatories to the Contract. 52. Plans-The drawings, profiles, cross sections, Standard Plans, working drawings, and shop drawings, or reproductions thereof, approved by the City Engineer, which show the location, character, dimensions or details of the Work. 53. Prime Contractor -See Contractor. 54. Preject IRspecter the ~ngineer's designated representatit.1e for inspeEtion, ContraEt administration and the first level for informal disp1:-Jte resol1:-Jtion. 55. Project Site (Site) -Areas where the Work is performed pursuant to the Contract. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 64 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 56. Public Works Manager -The Public Works Manager of the Fleet & Facilities Division and the Facilities Engineering Project Manager's immediate supervisor and designated representative for the third level of appeal for informal dispute resolution. 57. Punchlist -A list of items of Work or corrections generated after a Walk-through that is conducted when the Contractor considers that the Work and Services are complete. 58. Quality Control Standards and Procedures -The standards and procedures that are stated in a written manual that can be furnished to the Engineer upon request. The standards and procedures are followed by the Supplier in the production of materials supplied for the Work Site. 59. Red-lines -Plans with annotations of changes made during construction to reflect the actual improvements or facilities built during construction whether concealed or visible. 60. Retention -The amount withheld from the money due to the Contractor in accordance with 7-3.2, "PARTIAL AND FINAL PAYMENT." 61. Samples -Physical examples of the materials, equipment, or workmanship specified or required and which conform with the standards and specifications in the Contract Documents and by which the Work shall be evaluated. 62. Schedule -A Critical Path Method (CPM} schedule of construction activities and their durations to be performed during the Contract Time and prepared by the Contractor in accordance with 6-1, "CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK," and accepted by the Engineer. 63. Scope of Work (SOW} -Labor, materials, equipment, facilities, and services required to be performed or provided by the Contractor to complete the entire Project or the various separately identifiable parts of the Project pursuant to the provisions of the Contract Documents. 64. Services -Work performed in connection with the layout, construction, testing, inspection, and commissioning of the Work or administration of the Contract and which may include professional services such as engineering, surveying, construction management and legal services that are required in accordance with the Contract Documents. Services are incidental to the Work. 65. Separate Contractors -Those individuals or entities that have entered into arrangements with the Agency for the provision of labor, materials, or other services in connection with the Project who are not under contract with the Contractor. 66. SigRal PFe Che6k The 13roceelure that the City uses to e¥aluate traffic signal svstems 13rior to Signal Turn On anel generating a Punchlist. 67. Signal Turn-On -The day the City activates new traffic signals. 68. Supplemental Provisions -See Agency Supplement. 69. TeRRe ,t\lso referreel to as "metric ton." ~e13resents a unit of measure in the International System of Units e€Jual to 1,000 kilograms. 70. Walk-through -The procedure the Agency uses to evaluate the status of the Project and to generate a Punch list prior to acceptance of the Work. 71. Work-All labor, materials, equipment, tools, and services and other requirements of the Contract Documents as modified by Change Order, whether completed or partially completed, provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 65 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 72. Working Day -Any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: • Saturday; • Sunday; • any day designated as a holiday by the Agency; • any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association; • any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1; or • any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6- 6.l. 73. WerkiRg Nigl=lt (Nigl=lt lft.!erk) A period of nighttime work, allov,•ed onl'( on Sunda'( through Thursda'(, excluding Molidays. 74. Work Site -See Project Site (Site). 1-3 ABBREVIATI ONS 1-3.2 Common Usage. ADD the following: AML CADD CAMUTCD CCT CEQA CFR CGP CL CMS CNC CRI DBE DCE DG DVBE DWT EOW FRP GFE GMT GPS Approved Material List Computer Aided Design and Drafting California Manual on Uniform Traffic Control Devices Correlated Color Temperature California Environmental Quality Act. Code of Federal Regulations Construction General Permit Centerline Content Management System Database Computer Numerical Control Color Rendering Index Disadvantaged Business Enterprise Data Computer Equipment Decomposed Granite Disabled Veteran Business Enterprise Detectable Warning Tiles Engineer of Work Fiberglass Reinforced Plastic Good Faith Effort Greenwich Mean Time Global Positioning System 00 73 00 AGENCY SUPPLEM ENTAL GENERAL PROVISIONS Document Version: LO Page 66 of 3 75 Date Printed: May 5, 2023 Current Update: October 2022 LCD M&M MMC NC NEPA NOC NPDES NTP OC PB PL RFP RFI sow sov SPDT SSD UF VAC VPC WBE Liquid Crystal Display Maintenance and Monitoring Mitigation and Monitoring Coordination Not Connected, Normally Closed National Environmental Policy Act of 1969 Notice of Completion National Pollutant Discharge Elimination System Notice to Proceed On Center Pull Box Property Line Request for Proposal Request for Information Statement of Work, Scope of Work Schedule of Values Single Pole Double Throw Surge Suppression Devices Underground Feeder Volts AC Vitrified Polymer Composite Women Business Enterprise 1-3 .3 INSTITUTIONS. ADD the following: ANSI AISC ANSI ASTM AWPA AWS AWWA DSD ISO American National Standards Institute American Institute of Steel Construction American National Standards Institute American Society for Testing and Materials American Wood Preservers Association American Welding Society American Water Works Association Development Services Department International Organization for Standardization San Diego Metropolitan Transit System National Association of Pipe Fabricators North County Transit District National Electrical Manufacturers Association Exhibit 3 MTS NAFP NCTD NEMA NOAA NFPA PCI SANDAG UL National Oceanic and Atmospheric Administration (Dept. of Commerce) National Fire Protection Association USGS Prestressed Concrete Institute San Diego Association of Governments Underwriters' Laboratories Inc. United States Geological Survey 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 67 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 1-6 BIDDING AND SUBM ISSION OF THE BID 1-6.2 Subcontractor Listing. ADD the following: Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The use of Subcontractors in no way relieves the Contractor of any obligations or responsibilities under the Contract. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in Section 4104: "(a) The name and location of the place of business of each Subcontractor who will perform Work or Labor or render service to the prime Contractor in or about the construction of the Work or improvements, or a Subcontractor licensed by the State of California who, under Subcontract to the prime Contractor, specially fabricates and installs a portion of the Work or improvement according to detailed Drawings contained in the Plans and Specifications, in an amount in excess of one-half of 1 percent of the prime Contractor's total Bid, or, in the case of Bids or offers for the construction of streets or highways, including bridges, in excess of one- half of 1 percent of the prime Contractor's total Bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the Work which will be done by each such Subcontractor under this act. The prime Contractor shall list only one Subcontractor for each such portion as is defined by the prime Contractor in his Bid." If the Contractor fails to specify a Subcontractor or specifies more than one Subcontractor for the same portion of the Work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for cau ses and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exerci se the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the Subcontract involved, after a public hearing. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 68 of 3 75 Date Printed: May 5, 2023 Current Update: October 2022 1-7 AWARD AND EXECUTION OF THE CONTRACT 1-7.1 General. DELETE in its entirety and SUBSTITUTE with the following: 1-7.1 Standard Contract Provisions. 1-7.1.1 Successor's Obligations. Exhibit 3 All grants, covenants, provisions and claims, rights, powers, privileges and abilities contained in the Contract Documents shall be read and held as made by and with, and granted to and imposed upon, the Contractor, the Agency, and the Contractor's and the Agency's respective heirs, executors, administrators, successors, and assigns. 1-7.1.2 Waiver of Legal Rights. l. The Agency's failure to insist, in any 1 or more instances, upon the performance of any provision of the Contract, or to exercise any right therein, shall not be construed as a waiver or relinquishment of such provisions or rights. 2. Any waiver of any breach of the Contract shal l not be held to be a waiver of any other or subsequent breach. 3. Any waiver the Agency issues to any provision of the Contract shall only be effective if it is agreed upon in writing by the Agency and if it is specific to the matter concerned. 1-7.1.3 Requests for Information (RFI}. 1. Inquiries from the Contractor seeking clarification of the requirements of the Contract Documents shall be submitted in writing to the Agency as a Request for Information (RFI). 1-7.1.4Assignment to Awarding Body. 1. In accordance with subdivision (b) of Public Contract Code Section 7103.5, the Contractor and the Contractor's Subcontractors shall conform to the following requirements: a. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the Contractor or the Contractor's Subcontractor offer and agree to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Business and Professions Code Section 16700 et seq.) arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. b. This assignment shall be made and become effective at the time the awarding body tenders to the Contractor, without further acknowledgment by the Parties. 1-7.2 Contract Bonds. AD D the following: 1. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a Surety, who is authorized to issue bonds in California, and whose bonding limitation shown 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 69 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 in the circular is enough to provide bonds in the amount required by the Contract shall be deemed approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all documents enumerated in Code of Civil Procedure Section 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. 2. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. 3. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 Calendar Days after recordation of the Notice of Completion and will remain in full force and effect for the 1-year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bond to secure payment of laborers and materials suppliers sha ll be released 6 months plus 30 Calendar Days after recordation of the Notice of Completion if all claims have been paid. 4. All bonds are to be placed with a Surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed its liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: a. An original, or a certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument entitling or authorizing the person who executed the bond to do so. b. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. 5. If the Bid is accepted, the Agency may require a financial statement of the assets and liabilities of the Surety for the quarter calendar year preceding t he date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Corporations Code Section 173. In the case of a foreign Surety, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 6. If the Surety on any bond furnished by the Contractor is declared bankrupt, becomes insolvent, or its right to do business is terminated in any state where any part of the Project is located, immediately notify the Engineer; and immediately substitute another bond and Surety acceptable to the Agency. 7. The Contractor shall require the Surety to mail its standard "Bond Status" form to the Agency. SECTION 2 -SCOPE OF THE WORK 2-1 WORK TO BE DONE ADD the following: 1. Where approval or acceptance by the Agency is required, only a general approval is required. However, such approval does not relieve the Contractor from the Contractor's responsibility for complying with all applicable laws, codes, and best industry practices. Contractor has its obligation to fulfill all conditions of the Contract. 2. In accordance with the provisions of California Law, the Contractor shall possess or require the Contractor's Subcontractor(s) to possess valid appropriate license(s) for the Work being performed as conveyed in the Bidding Documents. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 70 of 375 Date Printed: May 5, 2023 Current Updat e: October 2022 Exhibit 3 2-2 PERMITS ADD the following: 2-2 PERMITS, FEES, AND NOTICES 2-2.1 Building Permits. l. The Contractor shall obtain the required building permits from Agency's permitting departments. Any prior approval obtained for the Plans sha ll not in any way waive this requirement. 2. Request inspections in accordance with the building codes in effect on the permitted Plans and by City's Development Services Department, Building Division.,.. Any Work performed without the benefit of the required permit and subsequent inspection shall be removed and rep laced at the discretion of the City Building Inspector at no additional cost. 3. The payment for procuring Building Permits shall be included in the Allowance Bid item for "Building Permits." If no such Bid item is included in the Bid Schedule, payment shall be included in the various Bid items and no additional payment shall be made. 2-3 RIGHT-OF-WAY ADD the following: l. The Contractor shall coordinate access to private property with the property owners and the timing of accessing private property when the Agency has already obtained rights of entry. Unless otherwise provided, the Contractor shall coordinate, pay for, and assume all responsibility for acquiring using, and disposing of additional work areas and facilities temporarily required. The Contractor shal l indemnify and hold the Agency harmless from all claims for damages caused by such actions. The Contractor shall protect any private and public improvements. 2-4 COOPERATION AND COLLATERAL WORK ADD the following: l. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 2. If work to be performed by the Agency or it s separate Co ntractors is not shown or specified in the Contract Documents, the Engineer shall notify the Contractor in writing 10 Working Days prior to the start of such work and make available Plans or Specifications for work to be performed by others that may be pertinent to Contractor's Work. If Contractor determines that the work to be performed by the Agency or its separate Contractors may interfere with or cause damage or delays to Contractor's Work, notify the Engineer in writing within 3 Working Days of the Engineer's notice. The Contractor shall diligently pursue with the Engineer resolution of potential conflicts with the work of others. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 71 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 3. The Contractor shall prepare and submit to the Engineer for approval a plan and schedule to integrate the work of Contractor or its Subcontractors, Agency or the work of others. The plan shall conform to the tasks identified in the Construction Schedule and identify additional tasks as necessary and the sequencing of interrelated activities. 2-5 THE CO NTRACTOR'S EQUIPMENT AND FACILITIES 2-5.2 Temporary Utility Servi ces. ADD the following: 1. The Contractor shall furnish, install, maintain, and remove all temporary utility services, such as light, power, electrical, gas, and water, at its own expense for construction and maintenance activities until acceptance of Work. These include piping, wiring, lamps, and other equipment necessary for the Work. 2. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter, and any, and all, other charges, deposits and/or fees. The costs shall be considered incidental to the items of Work that they are associated with and no additional payment will be made for them. 2-6 CHANGES REQUESTED BY THE CONTRACTOR ADD the following: 1. Any plan or method of work suggested to the Contractor by the Agency, but not specified or required by the Contract or Change Order, which is adopted or followed by the Contractor in whole or in part shall be done at the Contractor's sole risk and responsibility. 2. The Contract Price is not subject to adjustment for any type of tax increases after the Award. ADD 2-6.1 Cost Reduction Proposal. 1. The Contractor may su bmit to the Engineer in writing, proposals for modifying the Plans, Specifications, or other requirements of the Contract for the sole purpose of reducing the total cost of construction. 2. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the Project such as service life, economy of operation, ease of maintenance, quality, desired appearance, or design and safety standards. 3. The following information must be included in the cost reduction proposal: a. A description of both the existing Contract requirements for performing the Work and the proposed changes. b. An itemization of the Contract requirements that shall be changed if the proposal is adopted. c. A detailed estimate of the cost of performing the Work under the existing Contract and under the proposed change. d. A statement of the time within which the Engineer shall act on the cost reduction proposal. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 72 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 e. The Contract items of Work affected by the proposed changes, including any quantity variation attributable thereto. 4. This subsection does not require the Engineer to consider any cost reduction proposal. The Agency shall not be liable to the Contractor for not approving or acting upon any cost reduction proposal the Contractor submitted nor for any delays to the Work attributable to the cost reduction proposal. 5. If a cost reduction proposa l is similar to the information included in the Contract Documents or adopted by the Agency after the advertisement and prior to Award of the Contract, the Engineer will not accept such proposal and reserves the right to make such changes without compensation to the Contractor under the provisions of this subsection. 6. The Contractor shall continue to perform the Work in accordance with the requirements of the Contract until a Change Order incorporating the cost reduction proposal has been issued. 7. The Engineer is the sole judge of the acceptability of a cost reduction proposal and the estimated net savings. In determining the estimated net savings, the Agency has the right to disregard the Contract Bid prices if, in the judgment of the Engineer, such prices do not represent a fair measure of the va lue of the Work to be performed or to be deleted. 8. The Agency reserves the right to require the Contractor to share in the Agency's costs of investigating the Contractor's cost reduction proposal. When this is required, the Contractor sha ll indicate the Contractor's acceptance in writing allowing the Agency to deduct amounts payable to the Contractor. 9. If the Engineer accepts the Contractor's cost reduction proposal in whole or in part, the Engineer shall issue a Change Order to incorporate the changes in the Plans and Specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted to be put into effect. If the Engineer's approval is conditional, the Change Order shall include any conditions upon which the Engineer's approval is ba sed. 10. The Change Order also includes the estimated net savings in the cost of performing the Work due to the accepted cost reduction proposal and provides that the Contract cost be adjusted by crediting the Agency with 50% of estimated net savings amount. 11. The Contract Time shall not be extended by the acceptance of the cost reduction proposal and the performance of the Work unless specified otherwise in the Change Order. 12. The amount specified as payable to the Contractor in the Change Order is full compensation for the cost reduction proposal and the performance of the Work. 13. The Agency expressly reserves the right to adopt a cost reduction proposal for general use on contracts administered by the Agency when it determines that the proposal is suitable for application to other contracts. When an accepted cost reduction proposal is adopted for general use, only the Contractor who first submitted such proposal shall be eligible for compensation subject to this subsection, and in that case, only for contracts awarded prior to submission of the accepted cost reduction proposal. 14. The cost reduction proposals identical or similar to previously submitted proposals shall be eligible for consideration and compensation under the provisions of this subsection if the identical or similar previously submitted proposa ls were not adopted for general application to other contracts administered by the Agency. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 73 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 15. Subject to the provisions contained in the Contract, the Agency or any other public agency shall have the right to use all or any part of any submitted cost reduction proposal without obligation or compensation of any kind to the Contractor. 16. The Contractor shall bear all costs to revise bonds for the Project to include the cost reduction incentive proposal work. 2-7 CHANGES INITIATED BY THE AGENCY 2-7.1 General. ADD the following: 1. The Agency may change the Plans, Specifications, character of the Work, or quantity of Work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written supplemental agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. 2. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in Contract Time of completion, and when negotiated prices are involved, and shall provide for the Contractor's signature indicating acceptance. 3. Unless expressly set forth in writing in a Change Order signed by the Agency and the Contractor, changes initiated by the Agency shall not be construed as the Agency directing the Contractor's mean-and-methods in the execution of the Work. ADD: 2-7.2 Payment-Contract Unit Prices. 1. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the Work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. 2. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of the item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 2-7.3 or 2-7.4 as appropriate. 3. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the Work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 2-7.6. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 74 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 2-7.3 Payment-Increases of More than SO Percent. 1. Should the actual quantity of an item of Work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 2-8. The Extra Work per Section 2-8, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through paym~nt for 150 percent of the Bid quantity at the Contract Unit Price. 2-7.4 Payment -Decreases of More than SO Percent Should the actual quantity of an item of Work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 2-8; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 2-7.5 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Supplemental General Provisions. 2-7.6 Agreed Prices. Agreed Prices are prices for new or unforeseen Work, or adjustments in Contract Unit Prices per Section 2-7.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance with Section 2-8, except as otherwise specified in Sections 2- 7.3 and 2-7.4. 2-7.7 Schedule of Values. Before construction, Contractor shall provide a schedule of values for all lump-sum Bid items that shall be used for the purpose of progress payments. The total value of this schedule shall be equal to the total value shown in Section 00 41 00 BID FORM above. 2-7.8 El iminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 75 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned, and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used in this Agency Supplement, sha ll be computed on the basis of Extra Work per Section 2-8. 2-8 EXTRA WORK ADD the following: l. New or unforeseen Work will be classified as "Extra Work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices . 2. Any request by the Contractor for Extra Work shall be in writing to the Engineer and shall include itemized estimates and in accordance with Section 7-4. The Contractor shall fully itemize the Extra Work cost estimates such as labor and payroll costs, quantities, crew composition, production rates, material costs, Subcontractor and Supplier costs, equipment costs, supplemental costs, and time impact. 2-9 CHANGED CONDITIONS ADD the following: The Contractor shall promptly notify the Engineer of the following Work Site conditions ("Changed Conditions"), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Health and Safety Code Section 25117, that is required to be removed to a Class I, Class 11, or Class Ill disposa l site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be Changed Conditions. If the Engineer determines that conditions are Changed Conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to Section 6-4.2 . If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of Changed Conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of al l claims in connection with them. 1. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a Change Order, or 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 76 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 for the occurrence of any event or other cause, unless the Contractor shall have first given t he Engineer written notice of potential claim as specified in this Section 2-9. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-4.2(4) Extensions of Time, nor to any claim that is based on differences in measurement or errors of computation as to Contract quantities. 2. The Contractor shall provide the Agency with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and the nature of any and all costs involved within 20 Working Days of the date of service of the written notice of potential claim for Changed Conditions. Verbal notifications will not be accepted. 3. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12656. "The undersigned certifies that the above stat ements are made in full awareness of the California False Claims Act, Government Code Sections 12650-12656. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the Agency's proposed final estimate for it to be further considered." By: Title: _____________ _ Date: Company Name: 4. The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit proof of its actual costs to t he Engineer within 20 Working Days after the affected Work is completed. Failure to do so shall be cause to deny any later-filed claim regarding a potential claim described in this Section 2-9. 5. The intent of this Section 2-9 is to have differences between the parties arising under the Contract brought to the attention of the Engineer at the earliest possible time so that such matters can be settled, if possible, or other appropriate action promptly taken. 2-10 DISPUTED WORK ADD 2-10.1 Claims. 1. A Claim is a written demand by the Contractor that seeks an adjustment in the Contract Price, Contract Time, or other relief associated with a dispute arising under or relating to the Contract, including a breach of any Contract provision. A voucher, invoice, or other routine request for payment is not a Claim. 2. A Claim shall conform to these specifications and may be considered after the Agency has previously denied a request by the Contractor for a Change Order seeking the demanded relief. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 77 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 3. The Contractor shall submit a Claim to the Engineer if a dispute occurs that arises from or relates to the Contract. The Claim shall seek all relief to which the Contractor asserts the Contractor is entitled as a result of the event(s) giving rise to the dispute. The Contractor's failure to process a Claim in accordance with these specifications shall constitute a waiver of all relief associated with the dispute. Claims are su bject to 6-10, "Right to Audit." 4. The Contractor shall continue to perform the Services and Work and shall maintain the Schedule during any dispute proceedings. The Engineer will continue to make payments for undisputed Services and Work. 5. The Agency's Claims process specified in the Agency Supplement shall not relieve the Contractor of the Contractor's statutory obligations to present Claims prior to any action under the Government Code. 6. Except for those final payment items disputed in the written statement required in Section 7-3.2, all Claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 7-3.2 shall be submitted no later than 30 Calendar Days after receipt of the Final Payment estimate. No Claim will be considered that was not included in this written statement, nor will any Claim be allowed for which written notice or protest is required un der any provision of this Contract, including Sections 2-9 Changed Conditions, 2-10 Disputed Work, 4-1(22) Protection, 6-4.4 Written Notice and Report, or 6-4.2(4) Extensions of Time, unless the Contractor has complied with notice or protest requirements. 7. The Engineer will consider Contractor's filed Claims, which must be detailed enough so the Engineer can determine the basis and amount of the Claims. Contractor shall provide the Engineer additional information to determine the facts or contentions involved in a Claim if requested by the Engineer. If additional information is needed, Contractor must provide Engineer with this information within a reasonable time of being asked for additional information. Failure to submit such information and details will be sufficient cause for denying the Claims. 8. Payment for Claims shall be processed by the next payment application of their resolution for those Claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 2-10, Disputed Work, for those Claims remaining in dispute. 2-10.1.1 Initiation of Claim. 1. A Claim is a written demand by the Contractor that seeks an adjustment in the Contract Price, Contract Time, or other relief associated with a dispute arising under or relating to the Contract, including a breach of any provision of the Contract. A voucher, invoice, payment application or other routine request for payment is not a Claim. A Claim shall conform to these specifications and may be considered after the City has previously denied a request from the Contractor for a Change Order seeking the demanded relief. The Contractor shall, consistent with 2-10.1.2, give the Agency written notice of Claim prior to commencing any Disputed Work. Failure to give the notice shall constitute a waiver of all Claims in connection with the Disputed Work. If the Contractor and the Agency are unable to reach agreement on Disputed Work, the Agency may direct the Contractor to proceed with the Work and such direction shall not be con strued as the Agency directing the Contractor's mean-and-methods 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 78 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 in the execution of the Work. After the Agency has rejected a Change Order request and prior to proceeding with dispute resolution pursuant to the Public Contract Code, applicable provisions of which are specified below, the Contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: For claims with a monetary value of $50,000 or less: i. Construction Manager ii. Fleet and Facilities Project Manager iii. Public Works Manager For claims with a monetary value greater than $50,000: iv. Construction Manager v. Fleet and Facilities Project Manager vi. Public Works Manager vii. Engineer v111. City Manager or Executive Manager 2. Consistent with Section 2-10.1.2, the Contractor shall submit a complete report within 20 Working Days after completion of the Disputed Work stating its position on the Claim, the contractual basis for the Claim, along with all documentation supporting the costs, Contract Time, and all other evidentiary materials. At each level of Claim or appeal of Claim the Agency will, within 10 Working Days of receipt of the Claim or appeal of Claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the Agency will provide its position within 10 Working Days of receipt of the additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the Public Works Manager for claims less than $50,000 and/or up to the City Manager for the City of Carlsbad for claims greater than $50,000 after which the Contractor may proceed under the provisions of the Public Contract Code. The Agency's failure to state a position or otherwise respond to a Claim within the timeframes set forth above shall be deemed a rejection of the Claim by the Agency. 3. The authority within the dispute resolution chain of command is limited to recommending a resolution to a Claim to the City Manager for the City of Carlsbad. Actual approval of the Claim is subject to the Change Order provisions in the Contract. 4. Any remaining Claims not resolved by the informal dispute resolution process described above shall be resolved in accordance with Public Contract Code Section 9204, the relevant portion of which is included below: (d)(l)(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. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 79 of 375 Date Printed: May 5, 2023 Current Update: October 2022 {C) If the public entity needs approval from its governing body to provide the Claimant a written statement identifying the disputed portion and the undisputed portion of the Claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a Claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the Claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph (3) shall apply. (2)(A) If the Claimant disputes the public entity's written response, or if the public entity fails to respond to a Claim issued pursuant to this section within the time prescribed, the Claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the di spute. (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, sha ll be su bmitted 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 se lection 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. Exhibit 3 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Date Printed: May 5, 2023 Current Update: October 2022 Page 80 of 375 (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the Contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requ1nng arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program if mediation under this section does not resolve the parties' dispute. (3) Failure by the public entity to respond to a Claim from a Contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the Claim being deemed rejected in its entirety. A Claim that is denied by reason of the public entity's failure to have responded to a Claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the Claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a Subcontractor or a lower tier Subcontractor lacks legal standing to assert a Claim against a public entity because privity of Contract does not exist, the Contractor may present to the public entity a Claim on behalf of a Subcontractor or lower tier Subcontractor. A Subcontractor may request in writing, either on their own behalf or on behalf of a lower tier Subcontractor, that the Contractor present a Claim for work which was performed by the Subcontractor or by a lower tier Subcontractor on behalf of the Subcontractor. The Subcontractor requesting that the Claim be presented to the public entity shall furnish reasonable documentation to support the Claim. Within 45 days of receipt of this written request, the Contractor shal l notify the Subcontractor in writing as to whether the Contractor presented the Claim to the public entity and, if the original Contractor Exhibit 3 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Date Printed: May 5, 2023 Current Update: October 2022 Page 81 of 375 did not present the Claim, provide the Subcontractor with a statement of the reasons for not having done so. (e) The text of this section or a summary of it shal l be set forth in the Plans or Specifications for any Public Works Project that may give rise to a Claim under this section. (f) A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a Claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable Change Order, Claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g) This section applies to contracts entered into on or after January 1, 2017. (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2027, and as of that date is repealed, unless a later enacted statute that is enacted before January 1, 2027, deletes, or extends that date. Exhibit 3 In addition, all Claims by Contractor for $375,000 or less shal l be resolved in accordance with the procedures in the Public Contract Code Section 20104 et seq., applicable provisions of which are included below: 20104.2 For any Claim subject to this article, the following requirements apply: (a) The Claim shall be in writing and include the documents necessary to substantiate the Claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the t ime limit or supersede notice requirements otherwise provided by contract for the filing of Claims. (b)(l) 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 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 82 of 375 Date Printed: May 5, 2023 Current Update: October 2022 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)(l) 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 su bdivision, upon mutual agreement of the local agency and the Claimant. (3) The local agency's written response to t he 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. Exhibit 3 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Date Printed: May 5. 2023 Current Update: October 2022 Page 83 of 375 (e) Following the meet and confer conference, if the Claim or any portion remains in dispute, the Claimant may file a Claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a Claim must be filed shall be tolled from the time the Claimant submits his or her written Claim pursuant to subdivision (a) until the time that Claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort Claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort Claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4 The following procedures are established for all civil actions filed to resolve Claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process sha ll 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)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act (Title 4 (commencing with Section 2016.010) of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable Exhibit 3 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Date Printed: May 5, 2023 Current Update: October 2022 Page 84 of 375 hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (b) The court may, upon request by any party, order any w itnesses to participate in the mediation or arbitration process. 20104.6 Payment on undisputed portion of Claim; interest on arbitration awards or judgments: (a) No local agency shall fail to pay money as to any portion of a Claim which is undisputed except as otherwise provided in the Contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Exhibit 3 5. Although not to be construed as proceeding under Extra Work provisions, the Contractor shall keep and furnish records of disputed Work in accordance with Section 2-10. 2-10.1.2 Claim Certification Submittal. 1. If the Contractor's Claim seeks an increase in the Contract Price, the Contract Time, or both, submit with the Claim an affidavit certifying the following: a. The Claim is made in good faith and covers all costs and delays to which the Contractor is entitled as a result of the event(s) giving rise to the Claim. b. The amount Claimed accurately reflects the adjustments in the Contract Price, the Contract Time, or both to which the Contractor believes the Contractor is entitled. c. All supporting costs and pricing data are current, accurate, and complete to the best of the Contractor's knowledge. The Contractor shall supply a cost breakdown per item of Work. d. The Contractor shall ensure that the affidavit is executed by an official who has the authority to legally bind the Contractor. 2-10.1.3 Agency's Final Determination. 00 73 00 AGENCY SUPPLEM ENTAL GENERAL PROVISIONS Document Version: 1.0 Page 85 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 1. If the Contractor disagrees with the City Manager final determination, as described in 2- 10.1.1(1-2), Contractor must notify the Engineer in writing of the Contractor's objection within 15 Working Days after receipt of the written determination and file a "Request for Mediation" in accordance with 2-10.2, "Dispute Resolution Process." 2. Failure to give notice of objection within the 15 Working Days period shall waive the Contractor's right to pursue the Claim. 2-10.1.6 Mandatory Assistance. 1. If a third-party dispute, litigation, or both, arises out of or relates in any way to the Services provided under the Contract, upon the Agency's request, the Contractor shall assist in resolving the dispute or litigation. The Contractor's assistance includes, but is not limited to the following: a. Providing requested documents in a timely manner. b. Providing professional consultations. c. Attending mediations, arbitrations, depositions, trials, or any event related to the dispute resolution and litigation. 2-10.1.6.1 Compensation for Mandatory Assistance. 1. The Agency will reimburse the Contractor for reasonable fees and expenses incurred by the Contractor for any required assistance rendered in accordance with 2-10.1.6, "Mandatory Assistance" as Extra Work. 2. The Engineer will determine whether these fees and expenses were necessary due to the Contractor's conduct or failure to act. 3. If the Engineer determines that the basis of the dispute or litigation in which these fees and expenses were incurred were the result of the Contractor's conduct or the Contractor's failure to act in part or in whole, the Contractor shall reimburse the Agency for any payments made for these fees and expenses. Reimbursement may be through any legal means necessary, including the Agency's withholding of the Contractor's payment. ADD 2-10.2 Dispute Resolution Process 2-10.2.1 Mandatory Non-binding Mediation. 1. If a dispute arises out of or relates to the Contract, or the breach of it, and if the dispute cannot be settled through those procedures described in Section 2-10.1.1, the parties must attempt to settle the dispute in an amicable manner, using mandatory mediation under the Construction Industry Mediation Rules of the American Arbitration Association before having recourse in a court of law. 2. To initiate mediation, the initiating party shall serve a Request for Mediation at the American Arbitration Association (AAA). 2-10.2.2 Mandatory Mediation Costs. 1. The expenses of witnesses for either side shall be paid by the party producing such witnesses. All other expenses of the mediation, including required traveling and other expenses of the mediator and the cost of any proofs or expert advice produced at the 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 86 of 375 Date Printed: May S, 2023 Current Update: October 2022 Exhibit 3 direct request of the mediator, shall be borne equally by the parties, unless they agree otherwise. 2-10.2.3 Selection of Mediator. 1. A single mediator, knowledgeable in construction aspects and acceptable to both parties, shall be used to mediate the dispute. 2. If AAA is used, the initiating party shall concurrently file with AAA a "Request for Mediation" along with the appropriate fees, a copy of requested mediators marked in preference order, and a preference for available dates. 3. If AAA is selected to coordinate the mediation {Administrator), within 10 Working Days from the receipt of the initiating party's Request for Mediation, the opposing party shall file the following: a. A copy of the list of the preferred mediators listed in preference order after striking any mediators to which they have any objection. b. A preference for available dates. c. Appropriate fees. 4. If the parties cannot agree on a mediator, then each party shall select a mediator and those mediators shall select the neutral third party to mediate the matter. 2-10.2.4 Conduct of Mediation Sessions. 1. Mediation hearings shall be conducted in an informal manner and discovery shall not be allowed. 2. Discussions, statements, or admissions shall be confidential to the proceedings and shall not be used for any other purpose regarding the party's legal position. The parties may agree to exchange any information they deem necessary. 3. Both parties shall have an authorized representative attend the mediation. Each representative shall have the authority to recommend entering into a settlement. Either party may have attorney{s), witnesses, or expert{s) present. Either party may request a list of witnesses and notifications of whether attorney{s) sha ll be present. 4. Any resulting agreements from mediation shall be documented in writing. Mediation results and documents, by themselves, shall be "non-binding" and inadmissible for any purpose in any legal proceeding, unless such admission is otherwise agreed upon in writing by both parties. Mediators shall not be subject to any subpoena or liability and their actions shall not be subject to discovery. ADD 2-10.3 Governing Law & Forum for Litigation. 1. This Contract shall be governed by and construed in accordance with the laws of the State of California. Any lawsuits, at law or in equity, between the parties arising out of this Contract sha ll be filed in a court of competent jurisdiction in the County of San Diego. With respect to venue, the parties agree that this Contract is made in and will be performed in the County of 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 87 of 3 75 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 San Diego. The parties waive all provisions of law providing for a change of venue in these proceedings to any other county. ADD 2-10.4 Pre-judgment Interest. 1. The parties stipulate that if a judgment is entered against a party for breaching this Contract, the pre-judgment interest sha ll be 2% per annum. SECTION 3 -CONTROL OF THE WORK 3-2 SELF-PERFORMANCE ADD the following: 1. If Contractor fails to satisfy the prov1s1ons requiring the Contractor to complete Work amounting to at least 50 percent of the Contract price with its own organization unless stipulated otherwise in the Contract Documents, the Agency may at its sole discretion elect to cancel the Contract or deduct an amount equal to 10 percent of the value of the Work performed in excess of 50 percent of the Contract Price by other than the Contractor's own organization. The Board sha ll be the sole body for determination of a violation of these provisions. In any proceedings under this section, the Contractor, or prime Contractor, shall be entitled to a public hearing before the Board and shall be notified 10 Calendar Days in advance of the time and location of the hearing. The determination of the Board shall be final. 3-3 SUBCONTRACTORS ADD the following: 1. The Contractor shall incorporate these Specifications in the Contractor's subcontracts for the work being performed by the Contractor's Subcontractor. 2. The Contractor sha ll obtain or require that each Subcontractor obtains insurance policies in accordance with 5-4, "INSURANCE" which shall be kept in full force and effect for the duration of the Contract and in any attached supplemental agreements. 3. In any dispute between the Contractor and the Contractor's Subcontractors, the Agency shall not be made a party to any judicial or administrative proceeding to resolve the dispute. 4. The Contractor shall ensure that the Contractor's Subcontractors are appropriately licensed for the duration of the work that is performed under the Subcontracts in accordance with 2- 1, "WORK TO BE DONE." If a Subcontractor is not properly licensed, the Contractor shall cease payment to the Subcontractor for all work performed when the Subcontractor was not properly licensed. The Contractor shall return to the Agency any payment the Contractor made to a Subcontractor for work performed when the Subcontractor was not licensed. 5. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 6. Where the Contract Documents require that a particular product be installed or applied by an applicator approved by the manufacturer, ensure the Subcontractor or Supplier employed for such work is approved by the manufacturer. 7. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the Work to be subcontracted giving the name and 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 88 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 business of each Subcontractor and description and value of each portion of the Work to be so subcontracted. This submittal will confirm the Subcontractor's commitments in the Bid. 3-4 AUTHORITY OF THE ENG IN EER ADD the following: 1. The Engineer shall be the single point of contact and shall be included in all communications between Contractor and any Agency representative. 3-5 INSPECTION ADD the following: l. Contractor shall make available to the Engineer accurate books and accounting records regarding all its activities. Contractor shall contractually require all Subcontractors to this Contract to do the same. The Engineer shall have access to the Contractor's, and any Subcontractors documents described in this Section 3-5(1) within San Diego County. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its Subcontractor's performance pursuant to this Contract. The Engineer's monitoring, assessments, and evaluations will include, but shall not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all Subcontractors to this Contract. Upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all Subcontractors to this Contract, records with respect to all matters covered by this Contract. Contractor shall also permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. Any inspection described in this Section 3-5(1) shall occur as often as the Engineer deems necessary and during normal business hours. However, any such inspection shall not unreasonably interfere with Contractor's ongoing business operations. Contractor and all Subcontractors to this Contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2. The Agency may utilize consultants to assist the Engineer during construction in observing the Contractor's performance. The consultant shall be the Agency's Representative on the Site assisting the Engineer and must not be confused with a building inspector with the Agency or with a Special Inspector. 3. The Agency may utilize a Special Inspector for inspection of specialty work and materials, whose costs the Agency will pay for unless the Contractor fails inspection. If inspections or tests reveal non-compliance with the requirements of the Contract Documents, the Contractor shall pay for all corrective measures deemed necessary by the Engineer and also pay the cost of the Agency's subsequent re-inspection and re-testing. 4. Inspections required by codes or ordinances are the Contractor's responsibility. 5. The Contractor's quality control testing and inspections are the Contractor's responsibility. Contractor shall coordinate and schedule all inspections and tests. The Contractor shall give the Engineer notice of tests and inspections made by others. At least 5 Working Days of notice 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 89 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 shall be given for offsite inspections. The Contractor shall wait until the Engineer has re sponded and agreed to Contractor's schedule before scheduling test or inspections. 6. The Agency shall schedule any inspections and tests as the Agency deems necessary to ensure the Work is accomplished in accordance with the requirements of the Contract Documents (other than inspections for work performed in accordance with a permit}. The Contractor is responsible for the inspection of all Work performed in accordance with the Contract Documents. 7. Contractor sha ll provide access in accordance with Cal-OSHA Standards as necessary. 8. Contractor shall remove and replace any items of Work performed without the required permit or inspection. For required subsequent inspection, the Contractor shall remove and replace Work at the discretion of Engineer at no additional cost to the Agency. Inspection of the Work does not relieve the Contractor of full compliance with the Contract Documents. 9. Contractor shall not conceal the Work prior to inspection, testing, or approval required by the Contract Documents, the Engineer's prior written request, or by other agencies. If any item of Work is done prior to obtaining the required approvals when requested by the Engineer, Contractor shall expose the Work for inspection, t esting, and/or approval. Upon successful completion of the inspection, testing, or approval, the Contractor shall proceed with the Work. The Contractor shall bear all direct and indirect costs and damages of such uncovering and re-covering and shall not be entitled to an increase in the Contract Price or the Contract Time, unless the Contractor has given the Engineer and any other affected agencies written notice of the Contractor's intention to cover the Work and the Engineer has not acted in response to such notice. 10. When specified, Contractor shall make arrangements for tests, inspections, and approvals with an independent testing laboratory or entity acceptable to the Engineer, or with the appropriate public authority. The payment for such tests, inspections, and approvals are included in the Contract Price. 11. Unless specified otherwise, the Contractor shall pay the cost of inspections and tests. If inspections or tests reveal non-compliance with the requirements of the Contract Documents, the Contractor shall bear the cost of corrective measures deemed necessary by the Engineer and the cost of the Agency's subsequent re-inspection and re-testing. 12. The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or Subcontractor's possession pertaining to the Work that the Engineer may request. 13. Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books, and accounting records relative to all its activities and to contractually require all Subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its Subcontractors performance pursuant to this Contract, the monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all Subcontractors to this Contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all of its Subcontractors' records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 90 of 3 75 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all Subcontractors to this Contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 3-6 THE CONTRACTOR'S RE PRESENTATIVE ADD the following: 1. Both the representative and alternative representative shall be the Contractor's employees and shall not be assigned to a Subcontractor unless otherwise approved by the Agency in writing. 2. The Contractor's Project team shall attend scheduled construction meetings as required by the Engineer. If any of Contractor's staff cannot attend, the Contractor shall notify the Engineer a minimum of 24 hours in advance, prior to the start of the scheduled meeting. If the Contractor does not provide the required notification, the Contractor shall pay for the costs of the Agency's staff, consultants, or both that attended. The Contractor shall be charged a minimum of 2 hours of the attendee's time. 3. The payment for the Contractor's attendance at Project meetings is included in the Contract Price. The Engineer shall deduct costs assessed to the Contractor for not attending the meetings from the monthly progress payment via Change Order. 3-7 CONTRACT DOCUMENTS 3-7.1 General. ADD the following: 1. Specifications and Plans are divided into groups by engineering discipline for the Agency's convenience. These divisions are not for the purpose of apportioning the Work or responsibility for the Work among Subcontractors and Suppliers. 2. The Contractor shall supply any Work that may reasonably be inferred from the Specifications or Plans as being required to produce the intended result whether or not it is specifically called for, at no additional cost to the Agency. 3. If referenced documents have been discontinued or updated by the issuing organization, the replacement documents issued or otherwise identified by that organization shall be used or, if there are no replacement documents, the last version of the document before it was discontinued. 4. Scaled dimensions on Contract Documents are approximate. Before ordering materials or commencing the Work, the Contractor shall measure the Site for proper size and fit and verify dimensions and quantities by taking measurements in the field. The Contractor shall be responsible for their accuracy. 5. The Contractor shall verify any conditions affecting the cost of the Work through a reasonable examination of the Work Site prior to submitting the Bid. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 91 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 6. Existing improvements visible at the Work Site, for which no specific disposition is made on the Plans, but which interfere w ith the completion of the Work, shall be removed, and disposed of by the Contractor. 7. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. 8. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. 9. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work Site prior to submitting the Bid. 10. Existing improvements visible at the Work Site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed, and disposed of by the Contractor. 11. The Contractor sha ll, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 3-7.2 Precedence of the Contract Documents. DELETE in its entirety and REPLACE with the following: 1. If there is a conflict between any of the Contract Documents, the document highest in the order of precedence, and most recent in edition, shall control. The order of precedence, from highest to lowest, shall be as follows: a. Permits (issued by jurisdictional regulatory agencies including environmental documents). b. Change Orders and supplemental agreements; whichever occurs last. c. Contract Addenda, whichever occurs last. d. The signed written Contract. e. Bid/Proposal. f. Project Plans. g. Technical Specifications/Project Manual h. Agency Supplemental General Provisions (Section 00 73 00). i. Agency Supplemental Technical Provisions (Section 00 74 00). j. Standard Drawings. k. Standard Plans i. City of Carlsbad Standard Drawings. ii. Carlsbad Municipal Water Di strict Standard Drawings. iii. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. iv. Traffic Signal Design Guidelines and Standards. v. State of California Department of Transportation Standard Plans. vi. California Manual on Uniform Traffic Control Devices (CA MUTCD). I. "Green book" (Standard Specifications for Public Works Construction). m. Reference Specifications. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 92 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 2. When additional small business/minority/women-owned/veteran or other special requirements by funding sources are included in the Contract Documents, the funding source's requirements shall govern. a. With reference to the Drawings, the order of precedence shall be as follows: Figures govern over scaled dimensions. b. Detail Drawings govern over general Drawings. c. Addenda and Change Order Drawings govern over Plans. d. Plans govern over Standard Drawings. 3. When a conflict exists between the ADA requirements of Title 24, and the Agency Supplemental Provisions, the most restrictive requirement shall be followed. ADD: 3-7.3 Red-lines and Record Documents. 3-7.3.1 General. 1. The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or Subcontractor's possession pertaining to the Work that the Engineer may request. 2. The Contractor shall keep the Red-lines current with entries checked by the Engineer before the Work is covered. Contractor's failure to update and deliver Red -lines information monthly to the Engineer for review and approval may result in the withholding of monthly progress payments. 3. The Contractor shall note the source identification, such as RFI numbers and Change Order numbers, as required identifying the source of the change to the Contract Documents. 4. The Contractor shall deliver the Red-lines to the Engineer upon completion of the Construction Work. 5. The Contractor shall legibly annotate a full-size set of Plans daily, in red ink, to record additions, deletions or changes to the Work and changes in location, elevation or character of the Work not otherwise shown or noted in the Contract Documents. This "redline" set of drawings shall be kept on the Job Site, shall be used only as a record set, and shall be delivered to the Engineer within 10 Calendar Days of completion of the Work. Contractor shall immediately give written notice of any conflicts between these documents to the Engineer. 6. As-built information shall represent field measurements, approved Shop Drawings, Working Drawings, samples, product data, and other pertinent data discovered during the performance of the Work. The Contractor sha ll note the source of the change such as RFI or Change Order numbers, as required. The Contractor shall clearly record additions or changes in the Work and depth of underground facilities by dimensioning from 2, known, fixed points. 7. Payment for Record Drawings and Documents shall be included in the various Bid items and no additional payment will be made therefore. 3-7.3.2 Asset Specific Red-lines. 1. Utility Red-lines: Utility Red-lines sha ll show any changes from the Plan for the following: a. Horizontal and vertical bends 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 93 of 375 Date Print ed: May 5, 2023 Current Update: October 2022 Exhibit 3 b. Changes in pipe material or pressure class c. Isolation valves d. Insulating joints e. Blow off valves by stationing and offsets. f. Air vacuum va lves by stationing and offsets. g. Water and recycled water meter boxes replaced. h. Water sampling stations i. Cathodic test stations j. Locations of all sewer laterals and cleanouts. k. Items abandoned in place following dewatering operation. 2. Building Red-lines: Building Red-lines shall show any changes from the Plans for the following: a. Location by dimension and the depth by elevation of underground lines, valves, plugged tees, and capped ends. b. By dimension or scale Plans, wiring, conduits, and pull boxes as installed. c. Information necessary to maintain and service concealed items of Work. d. Dimensional changes to the Drawings. e. Revisions to details shown on the Drawings. f. Depths of foundations below the first floor. g. Locations and depths of underground utilities. h. Revisions to the routing of piping and conduits. i. Revisions to electrical circuitry. j. Actual equipment locations. k. Duct size and routing. I. Locations of concealed internal utilities. m. Changes made by Change Orders. n. Details not shown on original Plans. 3-7.3.3 Payment. l. The payment for Red-lines Drawings shall be included in the Contract Price. ADD 3-7.4 Measurement and Dimensions. 1. Scaled dimensions are approximate. Before ordering materials or commencing the Work, the Contractor shall measure the Site for proper size and fit and verify dimensions and quantities by taking measurements in the field. Contractor shall be responsible for their accuracy. 3-8 SUBMITTALS 3-8.1 General Add the following: 1. Shop Drawings and engineering data (submittals) covering all equipment and all fabricated components and building materials which will become a permanent part of the Goods and Special Services under this Contract shall be submitted to Engineer for review, as required. Submittals shall verify compliance with the Contract Documents and shall include Drawings 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 94 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 and descriptive information in sufficient detail to show the kind, size, arrangement, and the operation of component materials and devices; the external connections, anchorages, and supports required; the performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. 2. Each submittal shall cover items from only one section of the specification unless the item consists of components from several sources. Contractor shall submit a complete initial submittal including all components. When an item consists of components from several sources, Contractor's initial submittal shall be complete including all components. 3. All submittals, regardless of origin, shall be approved by Contractor and clearly identified with the name and number of this Contract, Contractor's name, and references to applicable specification paragraphs and Contract Drawings. Each copy of all submittals, regardless of origin, shall be stamped or affixed with an approval statement of Contractor. Each submittal shall indicate the intended use of the item in the Goods and Special Services. When catalog pages are submitted, applicable items shall be clearly identified and inapplicable data crossed out. The current revision, issue number, and date shall be indicated on all Drawings and other descriptive data. 4. Contractor shall be solely responsible for the completeness of each submittal. Contractor's stamp or affixed approval statement of a submittal, is a representation to Engineer that Contractor accepts sole responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that Contractor has reviewed and coordinated each submittal with the requirements of the Goods and Special Services and the Contract Documents. 5. All deviations from the Contract Documents sha ll be identified as deviations on each submittal and shall be tabulated in Contractor's letter of transmittal using Figure P-01300-2. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation) and all required piping and wiring diagrams. 6. Engineer will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 7. For electronic submittals, drawings and the necessary data shall be submitted electronically to Engineer as specified below. Submittal documents shall be in black and white unless color is required for the review of the submittal. All electronic files shall be in PDF as generated by Adobe Acrobat Professional latest version. The PDF file(s) shall be fully indexed using the Table of Contents, searchable with thumbnails generated. PDF images must be at a readable resolution. For most documents, they shou ld be scanned or generated at 300 dots per inch (dpi). Optical Character Recognition (OCR) capture must be performed on these images so that text can be sea rched, se lected and copied from the generated PDF file. The PDF documents shall have a bookmark created in the navigation frame for each major entry ("Section" or "C hapter") in the Table of Contents. Thumbnails shall be generated for each page or graphic in the PDF file. The opening view for each PDF document shall be as follows: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 95 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 1. Initial View: Bookmarks and Page 2. Magnification: Fit In Window 3. The file shall open to the Contractor's transmittal letter, with bookmarks to the left. The first bookmark shall be linked to the Table of Contents. PDF document properties shall include the submittal number for the document title and the Contractor's name for the author. 8. Electronic submittal file sizes shall be limited to 10 MB. When multiple files are required for a submittal the least number of files possible shall be created. 9. The Contractor shall post submittals and retrieve the Engineer's submittal review comments through the Engineer's (Consulting Engineer's) Project website accessible through the Internet. Instruction on procedures for posting and retrieving submittals will be provided after award of the Contract. 10. Facsimiles (fax) will not be acceptable. Engineer will not accept submittals from anyone but Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. 3.8.1.2 Resubmittal of Drawings and Data 1. Contractor shall accept full responsibility for the completeness of each resubmittal. Contractor shall verify that all corrected data and additional information previously requested by Engineer are provided on the resubmittal. 2. When corrected copies are resubmitted, Contractor shall direct specific attention to all revisions in writing and shall list separately any revisions made other than those called for by Engineer on previous submittals. Requirements specified for initial submittals shall also apply to resubmittals. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) or a unique identification that indicates the initial submittal and correct sequence of each resubmittal. 3. If more than 1 resubmittal is required because of failure of Contractor to provide all previously requested corrected data or additional information, Contractor shall reimburse Agency for the charges of Engineer for review of the additional resubmittals. This does not include initial submittal data such as shop tests and field tests that are submitted after initial submittal. 4. Resubmittals shall be made within 30 Calendar Days of the date of the letter returning the material to be modified or corrected, unless within 14 Calendar Days Contractor submits an acceptable request for an extension of the stipulated time period, listing the reasons the resubmittal cannot be completed within that time. 5. The need for more than 1 resubmittal, or any other delay in obtaining Engineer's review of submittals, will not entitle Contractor to extension of the Contract Times unless delay of the Work is the direct result of a change in the Work authorized by a Change Order or failure of Engineer to review and return any submittal to Contractor within the specified review period. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 96 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 3-8.1.3 Color Selection 1. Contractor shall submit samples of colors and finishes for all accepted products before Engineer will coordinate the selection of colors and finishes with Agency. Engineer will prepare a schedule of finishes that include the colors and finishes selected for both manufactured products and for surfaces to be field painted or finished and will furnish this schedule to Contractor within 60 Calendar Days after the date of acceptance of the last color or finish sample. 3-8.1.4 Operations and Maintenance Data and Manuals 1. Adequate operation and maintenance information shall be supplied for all equipment requiring maintenance or other attention. The equipment supplier shall prepare a Project specific operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. 2. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. 3. Operation and maintenance manuals shall include the following: a} Equipment function, normal operating characteristics, and limiting conditions. b) Assembly, installation, alignment, adjustment, and checking instructions. c) Operating instructions for startup, routine and normal operation, regulation and control, shutdown, and emergency conditions. d) Lubrication and maintenance instructions. e) Guide to troubleshooting. f) Parts lists and predicted life of parts subject to wear. g) Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. h} Test data and performance curves, where applicable. 4. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which may be required by Contractor. 5. Manuals shall be submitted in electronic format to the Engineer prior to the date of shipment of the equipment. The manuals shall be submitted and the Engineer's review comments retrieved, through the Project website accessible through the Internet. Instruction on procedures for posting and retrieving O&M submittals and review comments will be provided after award of the Contract. When the O&M manuals are reviewed "RETURNED FOR CORRECTION," the corrections shall be made as instructed by the Engineer or Consulting Engineer, and corrected manuals resubmitted to the Engineer or Consulting Engineer. When review by the Engineer is complete, 3 copies of each electronic O&M manual shall be delivered on CD-ROM to the Engineer. Each CD shall contain only 1 copy of 1 manual. Delivery of the final O&M shall be made 30 Calendar Days prior to placing the equipment in operation. 6. All material shall be marked with Project identification, and inapplicable information shall be marked out or deleted. 7. Shipment of equipment will not be considered complete until all required manuals and data have been received. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 97 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 3-8.1.5 Electronic Operations an d Maintenance Manuals 1. Electronic manuals shall be in Adobe Acrobat's PDF and shall be prepared at a resolution between 300 and 600 dpi, depending on document type. OCR capture shall be performed on these documents. OCR settings shall be performed with the "original image w ith hidden text" option in Adobe Acrobat Exchange. 2. File size shall be limited to 10 MB. When multiple files are required the least number of files possible shall be created. File names shall be in the format OMXXXXX-YYYZ-V.pdf, where XXXXX is the 5-digit number corresponding to the specification section, YYY is a 3-digit O&M manual number, e.g., 001, Z is the letter signifying a resubmittal, A, B, C, etc, and Vis a number used only when more than one 10 MB file is required for an O&M manual. 3. Documents prepared in PDF format shall be processed as follows: Pages shall be searchable (processed for optical character recognition} and indexed when multiple files are required. 3-8.1.6 a} Of material to update the manual provided by the manufacturer. Pages shall be rotated for viewing in proper orientation. b) A bookmark shal l be provided in the navigation frame for each entry in the Table of Contents. c) Embedded thumbnails shall be generated for each completed PDF file. d) The opening view for PDF files shall be as follows: e) Initial View: Bookmarks and Page f} Page Number: Title Page (usually Page 1) g} Magnification: Set to Fit in Window h} Page: Single Page i) Where the bookmark structure is longer than 1 page, the bookmarks shall be collapsed to show the chapter headings only. j} When multiple files are required the first file of the series (the parent file) shall list every major topic in the Table of Contents. The parent file shall also include minor headings bookmarked based on the Table of Contents. Major headings, whose content is contained in subsequent files (children) shall be linked to be called from the parent to the specific location in the child file. The child file shal l contain bookmark entries for both major and minor headings contained in the child file. The first bookmark of any child file shall link back to the parent file and shall read as follows "Return to the Equipment Name Table of Contents," e.g., Return to the Polymer Feed System Table of Contents. k} Drawings shall be bookmarked individually. I} Files shall be delivered without security settings to permit editing, insertion and deletion Labeling 1. At a minimum, the following information sha ll be included on all final O&M manual materials, including thumb drives and hard copy manuals: a) Equipment name and/or O&M title spelled out in complete words. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 98 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 b) Project Name. c) Agency Project/Contract Number. d) Specification Section Number. Example: "Section 15 55 00" e) Manufacturer's name. f) File Name and Date. 3-8.4 Supporting Information ADD the following: 1. The Contractor shall provide and keep up-to-date a complete "As-Built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original Drawings and Specifications and the exact "As-Built" locations, sizes and kinds of equipment, underground piping, valves, and all other Work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of Drawings shall be kept on the job and shall be used only as a Record Set and shall be delivered to the Engineer within 10 Calendar Days of completion of the Work. Payment for performing the Work required by Section 2-5.4 shall be included in the various Bid items and no additional payment will be made therefore. 3-12 WORK SITE MAINTENANCE 3-12.1 General. ADD the following: 1. Maintain Site improvements including any temporary facilities, equipment, or other materials. Remove graffiti encountered on the Site within 24 hours. See also SECTION 400 - PROTECTION AND RESTORATION . 2. As a condition of Final Payment, the Contractor shall su bmit a signed and notarized affidavit stating that all brush, trash, debris, and surplus materials resulting from this Project have been disposed of in a legal manner. The cost of disposal is the Contractor's responsibility. 3. The Contractor shall provide and maintain enclosed toilets for the use of their employees. Toilets must be kept in a neat and sanitary condition and ensure that they comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. The cost of such is the Contractor's responsibility. 4. If required in the Special Provisions, the Contractor shall provide and maintain enclosed toilets for the use of the Agency's and Contractor's officers, employees, or agents. Toilets must be kept in a neat and sanitary condition and ensure that they comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. The cost of such is the Contractor's responsibility. 5. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, aspha ltic concrete, or other 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 99 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 acceptable material will be permitted, when necessary, by the SWPPP and/ or BMP plan. Such dams shall be removed from the Site as soon as their use is no longer necessary. 6. Work Site maintenance shall be conducted on non-workdays when increased levels of maintenance are deemed necessary, in the opinion of the Engineer, to preserve the health safety or welfare of the public and or to comply with applicable regulations. 7. Disposal of all rubbish and surplus materials is incidental to Work Site maintenance. Disposal shall be made off the Site and shall be in accordance with: a. Local codes and ordinances that govern locations and methods of disposal. b. All applicable safety laws. c. Requirements of Subpart H, Section 1926.252 of the OSHA Safety and Health Standards for Construction. 8. Work Site maintenance is considered incidental to the items of work that they are associated with and no additional payment will be made. 9. Cleanup and Dust Control. Throughout all phases of construction, including suspension of the Work, and until the final acceptance, the Contractor shall keep the Site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping, and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. 3-12.2 Air Pollution Control. ADD the following: 1. Contractor sha ll carry out effective measures whenever and as often as necessary to prevent Contractor's operation from producing dust in amounts damaging to property, cultivated vegetation, domestic animals, or causing a nuisance to persons living or occupying buildings in the vicinity. Contractor shall be responsible for· any damage resulting from any dust originating from Contractor's operations. The dust abatement measures shall be continued until Contractor is relieved of further responsibility by the Engineer. 2. Contractor shall adhere to Air Pollution Control District County of San Diego regulations for equipment used on the Job Site. 3-12.3 Noise Control. ADD the following: 1. All internal combustion engines used in the Work shall be equipped with mufflers in good repair and are subject to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 3-12.4 Storage of Equipment and Materials. 3-12.4.1 General. ADD the following: 1. Equipment and material storage shall be confined to areas approved by the Engineer. Disposal of all rubbish and surplus materials shall be at the Contractor's expense. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 100 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 2. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. 3. Materials shall be delivered to the Work Site only during Working Hours, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the Project name and number, address of delivery and name of consignor and a description of the material(s) shipped. 4. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the City's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. 5. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Storage of hazardous wastes, construction equipment material, and parking and fueling of equipment shall not occur in biologically sensitive areas. 6. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work is a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. 7. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 8. Restore the storage area to an equal or better condition as deemed necessary by the Engineer and at no additional cost to the Agency. 10. When required by the Engineer, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each Working Day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. 11. Materials and equipment shall be removed from the Site as soon as they are no longer necessary. Before the final inspection, the Site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. 12. Care shall be taken to prevent spillage on haul routes. Any such spillage sha ll be removed immediately, and the area cleaned. 13. Excess excavation material from catch basins or similar structures shall be removed from the Site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the Site as soon as practicable after stripping. 14. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend Work until the condition is corrected. No additional compensation will be allowed because of such suspension. 15. Cleanup and dust control required in the Contract shall also be executed on weekends and other non-Working Days when needed to preserve the health safety or welfare of the public. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 101 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of Work that they are associated with and no additional payment will be made for them. 16. Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 17. Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove al l temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this Contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees for them. These costs shall be considered incidental to the items of Work that they are associated with and no additional payment will be made for them. 3-12.4.2 Storage in Pu blic Streets. DELETE in its entirety and SUBSTITUTE with the following: 1. Construction materials shall not be stored in streets, roads, or highways for more than 5 Calendar Days after unloading. All materials not installed or used in construction within 5 Calendar Days after unloading shall be stored at a location approved by the Engineer. 2. Construction equipment shall not be stored at the Work Site before its actual use nor for more than 5 Calendar Days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. 3. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. Immediately after placing backfill, all excess material shall be removed. 4. The Contractor sha ll not store equipment for traffic control in right of way. ADD 3-12.4.3 Storage and Staging Areas. 1. The City has designated a staging location in close proximity to the Project, as shown in Attachment A, that the Contractor may utilize for their use. Additional storage and staging areas are the Contractor's responsibility. The storage and staging areas shall be as close as possible to the Site. Contractor is responsible for obtaining any permits, leases, or any other items necessary to obtain staging areas. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 102 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 2. Storage of hazardous wastes, construction equipment material, and parking and fueling of equipment shall not be allowed in the MHPA or other biologically se nsitive areas. Ensure the fueling of vehicles occurs only within designated staging areas using appropriate catch basins and devices. 3. Return the storage and staging area and the adjacent area to an equal or better condition as deemed necessary by the Engineer, at no additional cost to the Agency. 4. The Contractor shall provide the Engineer a copy of the lease agreement for any property to be used for the storage of materials or equipment prior to delivery or storage of any materials or equipment. Each lease agreement shall clearly state the term of the lease and a description of the materials or equipment allowed to be stored and shall provide for the removal of the materials or equipment and restoration of the storage site within the time allowed for the Work. 5. Construction equipment shall not be stored at the Work Site before its actual use on the Work nor for more than 5 Calendar Days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. 3-12.6 Water Pollution Controls 3-12.6.2 Best Management Practices (BMPs). ADD the following: 1. Contractor shall submit a BMP plan as a submittal to the Agency. 3-12.6.3 Storm Water Pollution Prevention Plan (SWPPP). ADD the following: 1. The Project is expected to require a Tier 1 SWPPP. The Contractor shall evaluate the requirements for the preparation of a SWPPP for Work within the City's boundary by reviewing the Determination of SWPPP Tier Level and Construction Threat Level (form E-32), attached as Attachment B. 2. The Contractor shall review the criteria requiring the preparation of a SWPPP conforming with the State Water Resources Control Board Order No. 2022-0057-DWQ, NPDES General Permit No. CAS000002, Waste Discharge Requirements for Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities {the Construction General Permit or CGP). The CGP and other information are available at: https://www.waterboards.ca.gov/water issues/programs/stormwater/constpermits.shtml 3. If the Agency has not prepared a SW PPP for the Project and the Project is subject to coverage under the CGP, the Contractor shall prepare and implement the SWPPP conforming with the CGP requirements. 4. The Contractor shall comply with all requirements of the approved SWPPP and the CGP including implementation during construction by a QSP, The Contractor shall provide all information necessary for the Agency to obtain coverage under the CGP during the electronic submittal of Permit Registration Documents and supporting data necessary for the filing of 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIO NS Document Version: 1.0 Page 103 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 the storm water Notice of Intent and Notice of Termination. The Contractor shall be responsible for conducting all monitoring and inspections and filing all reports required by and in accordance with the CGP. 3-12.6.5 Payment. DELETE in its entirety and SUBSTITUTE with the following: 1. Unless otherwise specified, payment for water pollution control, including implementation and maintenance of BMPs, shall be considered as included in the Contract Unit Price for each item in the Bid. Payment for dewatering shall be as specified in the Special Provisions. ADD 3-12.7 Vermin Control. 1. The Site and structures constructed under the Contract shall be kept free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor sha ll be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 3-13 COM PLETION, ACCEPTANCE, AND WARRA NTY 3-13.1 Completion. DELETE in its entirety and SUBSTITUTE with the following: 1. The Contractor shall comply with the following prior to requesting a Pre-Final inspection of the Work and filing of a written assertion that the Work has been completed: a. Provide completed and signed redline drawings and record documents including installation, maintenance and operation instructions, manuals and/or tools for installed equipment. b. Provide and properly label all keys for existing facilities or new permanent work. c. Provide all items specified to be supplied as extra stock and spare parts. Wrap, seal, or place in a container all items as necessary to allow for storage by the Agency for future use. Verify the specified quantities. d. Provide all final Special Inspection reports and certifications required by equipment manufacturers to demonstrate compliance with applicable codes and standards. e. Remove temporary facilities from the Site. f. Thoroughly clean the Site and remove all mark-outs and construction staking. 2. The Agency Inspector will schedule the Pre-Final inspection within 5 Working Days of receipt of the Contractor's request. The Inspector will generate a list of deficiencies (Punch list) within 5 Working Days after the Pre-Final inspection. 3. The Contractor shall have no more than 30 Working Days to correct the deficiencies and provide a written response to each Punchlist item. The Inspector will review the corrective work within 5 Working Days of receipt of the Contractor's written response to each Punch list item. Any outstanding deficiencies will be considered incomplete Work and the Punch list will be returned to Contractor. Full payment will not be made for any Bid item with outstanding 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 104 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 deficiencies and a Final Inspection will not be scheduled until all deficiencies are completed to the satisfaction of the Inspector. 4. The Contractor shall submit a request for Final Inspection which shall include a written assertion that the Work has been completed in accordance with the Contract Documents and a written response describing the corrective Work completed for all punch list items identified in the Pre-Fina l inspection(s}. The request for Final Inspection will not be considered without the Contractor's written response to the punch list items. The Inspector will schedule the Final Inspection within 10 Working Days of receipt of the Contractor's request and invitees will include the Construction Manager, Engineer and represe ntatives from agencies or utility companies having jurisdiction over the Work. The Contractor's attendance is mandatory. 5. If, in the Engineer's judgment, the Work has been completed in accordance with the Contract Documents, the Engineer will set forth in writing the date the Work was completed. This will be the date when the Contractor is relieved from responsibility to protect and maintain the Work, and to which liquidated damages will be computed. 3-13.2 Accept ance DELETE in its entirety and SUBSTITUTE with the following: 1. Acceptance of the Work will occur after all the requirements of the Contract Documents have been fulfilled. If, in the Engineer's judgment, the Contractor has fully performed the Contract, the Engineer will recommend to the City Manager for the City of Carlsbad that the Contractor's performance of the Contract be accepted. Upon such certification by the Engineer, the City Manager or Executive Manager may accept the Work. Upon the acceptance of the Work by the City Manager or Executive Manager, a "Notice of Completion" will be filed in the office of t he San Diego County Recorder. The date of recordation shall be the date of acceptance of the Work. 3-13.3 Warranty. DELETE in its entirety and SUBSTITUTE with the following: 1. Contractor shall warranty and repair all defective materials and workmanship for a period of 2 years. This warranty period shall start on the date the Work was recorded by the "Notice of Completion" unless the Agency has beneficial use of the Project (excluding water, sewer, and storm drain projects}. In addition, Contractor shall warranty the Work against all latent and patent defects for a period of 10 years. The Contractor shall warranty the roof system for a period of 30 years, per the terms, conditions and limitations included in Attachment C -City Roof Warranty and document shall be signed, notarized and returned to the City upon completion of the contract work. 2. The warranty period for specific items covered under manufacturers' or suppliers' warranties shall commence on the date they are placed into service at the direction of or as approved by the Engineer in writing. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 105 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 3. All warranties, express or implied, from Subcontractors, manufacturers, or suppliers, of any tier, for the materials furnished and work performed shall be assigned, in writing, to the Agency, and shall be delivered to the Engineer prior to the acceptance of the Contractor's performance of the Contract. 4. Replace or repair defective materials and workmanship in a manner satisfactory to the Engineer after notice to do so from the Engineer and within the time specified in the notice. If Contractor fails to make such replacements or repairs within the time specified in the notice, the Agency may perform the replacement or repairs at Contractor's expense. If Contractor fails to reimburse the Agency for the actual costs, Contractor's Surety shall be liable for the cost. 5. If, during the warranty period, any item of the Work is found t o be Defective Work, Contractor shall correct it promptly after receipt of written notice from the Agency to do so. The warranty period shall be extended with respect to portions of the Work corrected as part of the warranty requirements. ADD 3-13.3.1 Defective Work. 1. If the Engineer finds any part of the Work, to be defective or not in compliance with the Contract Documents, the Contractor shall correct the Defective Work in accordance with the Engineer's written instructions and within the specified time limits. 2. The Engineer may order Contractor to stop all or part of the Project if, upon notice, Contractor fails to immediately correct the Defective Work in conformance with the Contract Documents. The Contractor bears all direct and indirect costs and damages that result from the Agency's Stop Work notice. 3. The Engineer may determine in its sole discretion to accept Defective Work instead of having the Contractor correct the Defective Work. However, the Contractor will still be financially responsible for the Defective Work. The Engineer shall issue a deductive Change Order and will incorporate the necessary revisions in the Contract Documents for the Defective Work, the diminished value to the Project, or for the cost to repair the Defective Work. 4. If the Contractor fails to correct Defective Work within the specified time limits, the Engineer may correct the Contractor's Defective Work. The Agency has the right to correct any Defective Work without notice in the event of an emergency. Contractor shall bear all direct and indirect costs of the Defective Work that the Agency corrects. 5. When undertaking remedial action under this section, the Agency may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's Work and or services, and incorporate into the Project all materials and equipment stored at the Site or for which the Agency has paid but Contractor has stored elsewhere. 6. For Building Projects which require a certificate of occupancy, not including sewer and water facilities, if the Contractor fails to correct the Defective Work listed on the Agency's Punchlist within 30 Working Days in accordance with 6-1.1, "Construction Schedule," the Contractor shall reimburse the Agency for all costs to provide inspection services required to monitor the Contractor's Work beyond the 30 Working Days. The Agency shall bill the Contractor for the additional inspection at the Agency's established rates. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 106 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 7. If the Contractor completes the Project or portions of the Project prior to NOC, the Contractor shall preserve equipment by developing and implementing a preventive maintenance program in compliance with manufacturer's recommendations. ADD 3-13.3.2 Warranty Format Requirements. 1. Written warranties, except manufacturer's sta ndard printed warranties, shal l be on the Contractor's and Contractor's agents', material suppliers', installers', or manufacturers' own letterhead, addressed to and for the Agency's benefit. Submit warranties in the format described in this section, modified as approved by Engineer to suit the conditions pertaining to the warranty. 2. The Contractor shall obtain warranties, executed in triplicate by responsible Subcontractors and Suppliers, within 10 Working Days after completion of the applicable item of Work. Except for items put into use with the Engineer's permission with date mutually agreed upon in writing, ensure that the beginning time of the warranty is the Project completion date. 3. The Contractor shall verify that the documents are in proper form, contain full information, and are notarized. 4. The Contractor shall verify that warranties are signed by both the Contractor and the appropriate party. 5. The Contractor shall provide warranties to the Engineer with a neatly typed table of contents, identifying each warranty with the number and title of the applicable specification section requiring the warranty and the name of the product or work item. 6. The Contractor shall separate each warranty with index tab sheets keyed to the table of contents listing. Provide complete information using separate typed sheets as necessary. The information shall include a list of Subcontractors and Suppliers with the name, address, and telephone number of the responsible principals. ADD 3-14 SITE ACTIVITIES BY THE AGENCY OR SEPARATE CONTRACTORS 3-14.1 The Agency's Right to Award Separate Contracts. 1. The Agency reserves the right to perform work or operations outside the Scope of Work of the Contract related to the Project with Agency Forces, Separate Contractors, or both. If work to be performed by another party was not noted in the Contract, the Agency shall give written notice to Contractor 10 Working Days prior to the start of any Work. If Contractor determines that the work being performed by the Agency or others may interfere with or cause damage to Work being performed by Contractor, notify the Engineer in writing within 3 Working Days of the Engineer's notice. 3-14.2 Integration of the Work with Separate Contractors. 1. When specified in the Contract Documents, prepare a plan to integrate the work performed by Separate Contractors, Agency Forces, or both with the performance of the Work and submit the plan to the Engineer for approval. The plan shall be fair and reasonable for Contractor and the Separate Contractors. Work with Separate Contractors to reach an agreement for the prepared plan. Arrange the performance of the work so that the Work and the work of the Separate Contractors are, to the extent applicable, properly integrated and 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 107 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 jointed in a manner that avoids any damage to the Work or to the work of the Separate Contractors. 3-14.3 Coo rdination. 1. Coordinate Contractor's activities and the Schedule with the activities and schedules of the Separate Contractors and make any revisions to the Schedule deemed necessary to avoid any disruption to the Work or to the work of the Separate Contractors. 3-14.4 Use of Site. 1. Provide the Agency and the Separate Contractors reasonable opportunities for the storage of materials and equipment and performance of their work. Connect and coordinate work and operations with the work and operations of the Agency and the Separate Contractors as required by the Contract Documents. 2. Coordinate traffic co ntrol with the Separate Co ntractors for other projects and minimize the impact to the community. Prior to the start of construction, submit Contractor's plan for coordination. 3-14.5 Deficiency in Work of Separate Contractors. 1. If part of Contractor's Work depends on proper execution or results upon construction or operations by the Agency or a Separate Contractor, prior to proceeding with that portion of the Work, promptly report to the Separate Contractor and the Engineer any apparent discrepancies or defects in construction that would render it unsuitable for proper execution and results. Use good faith efforts to resolve any such discrepancies or defects or any related disagreements. Contractor's failure to report constitutes Contractor's acceptance of the Work of Separate Contractors as fit, proper, and coordinated with the Work. 3-14.6 Paymen t . 1. Payment for reporting deficiencies, coordinating, and resolving discrepancies shall be included in the Contract Price. SECTION 4-CONTROL OF MATERIALS 4-2 PROTECTI ON ADD the following: 1. The Contractor shall repair or replace any equipment and materials in the event of vandalism, damage, or theft at no additional cost to the Agency. 2. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. 3. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 4. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the Work. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 108 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this Work, full compensation for such Work shall be considered as included in the prices Bid for other items of Work. 6. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. 7. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish, and place the necessary protection at its expense. 8. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for. 9. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located. 10. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: a. Furnish and install a 2-inch cushion of expansion joint material or other similar resilient material; or b. Provide a sleeve or other opening which will result in a 2-inch minimum-clear annular space between the concrete and the utility; or c. Provide other acceptable means to prevent embedment in or bonding to the concrete. 11. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 12. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place." Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of Work necessitating such removals. 13. When feasible, the owner is responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of Work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Contract Documents. Utilities which are relocated to avoid interference shall be protected in their 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 109 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 position and the cost of such protection shall be included in the Bid for the items of Work necessitating such relocation. 14. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered, or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid. 15. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such Work shall be included in the Bid for the items of Work necessitating such Work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. 16. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid and will include the restoration of all existing improvements which may be affected by the relocation. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. 17. Contractor shall coordinate the Work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the Work and adjacent to the location where such utility structures are shown on the Plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of Work affected by the utility. If such temporary omission is approved by the Engineer, the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission sha ll be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 18. The Contractor shall notify the Engineer of its Construction Schedule insofar as it affects the protection, removal, or relocation of utilities. The notification shall be included as a part of the Construction Schedule. The Contractor shall notify the Engineer in writing of any subsequent changes in the Construction Schedule which will. affect the time available for protection, removal, or relocation of utilities. 19. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed. 20. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing the Work correctly shown on the Plans. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 110 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 21. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. 22. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible or for delays attributable to interferences, relocations, or alterations not covered by the Contract Documents. These damages for delay will be determined by the Engineer. The Agency shall not be liable for damages which could have been avoided by the judicious handling of forces, equipment, or plant. These avoidable damages will be determined by the Engineer. The Engineer may grant Contractor an extension of time for damages due to delay. 23. When necessa ry, the Contractor shall so conduct its operations as to permit access to the Work Site and provide time for utility work to be accomplished during the progress of the Work. 4-3 INSPECTION 4-3.1 General ADD the following: 1. All costs of inspection at the source, including salaries and mileage costs, shall be paid by the Contractor. 2. Materials typically accepted by Certificate of Compliance shall not require inspection at the source unless specified in the Contract Documents. For a list of these items or materials, Contractor may refer to the Summary of Work. 3. Location changes to the source of materials requiring inspection without the required 24- hour notification may result in non-compliant material subject to rejection. Contractor shall be responsible for staff charges resulting from last minute changes or cancellations once staff has been deployed. The Engineer shall issue a deductive Field Order for a minimum of 2 hours of staff time to reimburse the Agency for misdirected staff charges. The Contractor shall be notified in writing of the additional staff charges incurred. 4. Agency staff or a qualified inspection agency approved by the Engineer shall witness all welding, lining, coating, and testing. Contractor shall incur additional inspection costs outlined in 4-2.3, "Inspection of Items Not Locally Produced." 5. All parts of production (including but not limited to product fabrication, welding, testing, lining, and coating of straight pieces and specials) shall be performed or produced in the United States. 6. Welding and all testing shall be performed by certified welders and testing staff with credentials traceable in the United States. 7. The Contractor shall provide the Engineer free and safe access to any and all parts of Work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the California Code of Regu lations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 111 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the Work or materials incorporated in the Work shall not relieve Contractor from any obligation to fulfill this Contract. 4-3.3 Inspection of Items Not Locally Produced ADD the following: 1. The Engineer may elect Agency staff or Consultants to perform inspection of an out-of-town manufacturers. The Contractor shall incur additional inspection costs of the Engineer including lodging, meals, and incidental expenses based on Federal Per Diem Rates, along with travel and car rental expenses. If the manufacturing plant operates a double shift, a double shift shall be figured in the inspection costs. a. At the option of the Engineer, full time inspection shall continue for the length of the manufacturing period. If the manufacturing period will exceed 3 consecutive weeks, Contractor shall incur additional inspection expenses of the Engineer's supervisor for a trip of 2 Working Days to the site per month. b. When the Engineer elects Agency staff or Consultants to perform out-of-town inspections, the wages of staff employed by the Agency shall not be part of the additional inspection expenses paid by Contractor. c. Federal Per Diem Rates can be determined at the location below: https://www.gsa.gov/portal/content/104877 2. Specialty Testing of Foreign Materials. a. Materials that are manufactured, produced, or fabricated outside of the United States shall be delivered to a distribution point in California, unless otherwise specified. Quality Control and related testing shall be performed to all applicable specified US standards. Manufacturer's testing and staff certification shall be traceable to a United States regulatory agency. Retain the materials for a sufficient period of time to permit inspection, sampling, and testing. The Contractor shall not be entitled to an extension of time for acts or events occurring outside of, at point of entry, or during transport to the United States, unless the extension is acceptable to the Engineer. ADD 4-3.4 Specialty Inspection Paid for by the Contractor 1. Contractor shall employ and pay for the services of a qualified inspection agency to perform specialty inspection services as required by the Contract Documents. 2. The payment for the specia lty inspection service Work shall be included under the Bid item for "Specialty Inspection Paid For By the Contractor." 3. When an Allowance Bid item for "Specialty Testing Under the Direction of the Engineer" is provided, Contractor shall employ and pay for the services of a qualified third party independent laboratory to perform the required t esting. Contractor shall be re imbursed for the cost of testing under this Bid item. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 112 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 4. Contractor shall be reimbursed for the cost of specialty inspections when an Allowance Bid item is included in the Bid otherwise the cost is the responsibility of the Contractor if the manufacturer requires a specialty inspection service. 4-4 TESTING ADD the following: 1. Except as specified in these Special Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. 2. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the Work and shall be removed from the Project Site all at the Contractor's expense. 3. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. The tests may be made at any place along the Work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-6 TRADE NAMES ADD the following: 1. Whenever materials or equipment are indicated in the Contract Documents by using t he name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function, and quality required. 2. Unless stated otherwise, materials or equipment of other suppliers may be accepted if sufficient information is submitted to the Engineer for review to determine whether the material or equipment proposed is equivalent or equal to that named. 3. For reviews prior to Bid: a. If the Engineer fails to respond to Contractor's substitution proposal before the Bid due date, the substitution proposal shall be deemed denied. b. Contractor may bring forward a substitution proposal after Award that was denied based on the Engineer's failure to respond by submitting a Cost Reduction Proposal in accordance with 2-6.1, "Cost Reduction Proposal." 4. Include the following information in the request for substitution: a. Whether or not acceptance of the substitute for use in the Work shall require a change in any of the Contract Documents to adopt the design to the proposed substitute. b. Whether or not incorporation or use of the substitute in connection with the Work is subject to the payment of any license fee or royalty. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 113 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 c. All variations of the proposed substitute from the items originally specified shall be identified. d. Available maintenance, repair, and replacement service requirements. The manufacturer shall have a local service agency within 50 miles (80.5 km) of the Site which maintains properly trained personnel and adequate spare parts and is able to respond and complete repairs within 24 hours. e. Certifications from the manufacturer or service provider that the proposed substitute shall perform the intended function adequately under the expected service conditions, achieve the results called for by the general design, and be similar and of equal substance to that indicated. 5. There is no guaranteed time frame for the Engineer's review of the substitution requests. Any lack of action on the Engineer's side within Contractor's requested time does not constitute acceptance of the substitution. 6. If, in the opinion of the Engineer, substitute items are determined to be unsatisfactory in performance, appearance, durability, compatibility with existing equipment or systems, availability of repair parts and suitability of application, the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 7. The burden of proof as to the type, function, and quality of any such substitute product, material or equipment shall be upon Contractor. The Engineer may require at Contractor's expense additional data about the proposed substitute. 8. Acceptance by the Engineer of a substitute item does not relieve Contractor of the responsibility for full compliance with the Contract Documents. If the Engineer takes no exceptions to the proposed substitution, it shall not relieve Contractor from Contractor's responsibility to the efficiency, sufficiency, quality, and performance of the substitute material or equipment in the same manner and degree as the material and equipment specified by name. 9. The Bid submittal shall be based on the material and equipment specified by name in the Contract. If the proposa I is rejected by the Engineer, Contractor shall not be entitled to either an extension in Contract Time, an increase in the Contract Price, or both. 10. As applicable, no Shop Drawing or Working Drawing submittals shall be made for a substitute item nor shall any substitute item be ordered, installed, or utilized without the Engineer's prior written approval. 11. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. SECTION 5 -LEGAL RELATIONS AND RESPONSIBILITIES 5-1 LAWS AND REGULATION S ADD the following: 1. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 114 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 prohibitions against discrimination, harassment, and retaliation. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. 2. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. 3. The Contractor's attention is directed to Labor Code Section 1776 which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the Project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 4. Municipal ordinances that affect this Work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction Project which would be subject to Fish and Game Code Section 1601 or 1603, the conditions established in Fish and Game Code Section 1601 et seq. shall become conditions of the Contract. 5-3.3 Payroll Record s. ADD the following: 1. If requested by the Agency, the Contractor and its Subcontractors shall maintain and furnish to the Agency, at a designated time, a certified copy of each weekly payroll reflecting the wages containing all of Contractor's and Subcontractors' employees engaged in the Work and a statement of compliance signed under penalty of perjury. 5-3.4 Hours of Labor ADD the following: l. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 AM and 4:00 PM on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside these hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the stated hours and/or days when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 2. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed w ithin the dates, areas and/or types of work prohibited in this section. 5-4 INSURANCE 5-4.1 General. ADD the following: l. 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 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 115 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 with the performance of the Work by the Contractor, his or her agents, representatives, employees or Subcontractors. The insurance shall meet the City's policy for insurance as stated in City Council Policy No. 70. a. Coverages and Limits: Contractor shall maintain the types of coverages and minimum limits specified in these Agency Supplemental General Provisions (00 73 00): i. Commercial General Liability (CGL) Insurance: Insurance written on an "occurrence" basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. ii. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the Contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. iii. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. b. Additional Provisions: Contractor shall ensure that the policies of insurance required under this Contract with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. i. The Agency, its officials, employees and volunteers must be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Agency, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; 1 for each company affording general liability, and employers' liability coverage. ii. The Contractor's insurance coverage shall be primary insurance as respects the Agency, its officials, employees and volunteers. Any insurance or self- insurance maintained by the Agency, its officials, employees or volunteers shall be in excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Agency, its officials, employees or volunteers. iv. Coverage shall state that the Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liabil ity. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 116 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 c. Notice of Cancellation. Each insurance policy required by this Contract shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after 10 Calendar Days' prior written notice has been sent to the Agency by certified mail, return receipt requested. d. Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self- insured retention levels must be declared to and approved by the Agency. At the option of the Agency, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the Agency, its officials and employees; or t he Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. e. Waiver of Subrogation. All policies of insurance required under this Contract sha ll contain a waiver of all rights of subrogation the insurer may have or may acquire against the Agency or any of its officials or employees. f. Subcontractors. Contractor shall include all Subcontractors as insu red under its policies or shall furnish separate certificates and endorsements for each Subcontractor. Coverages for Subcontractors shall be subject to all of the requirements stated in these Agency Supplemental General Provisions (00 73 00). g. Acceptability of Insurers. Insurance must be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy No. 70. h. Verification of Coverage. Contractor shall furnish the Agency with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the Agency and are to be received and approved by the Agency before the Contract is executed by the Agency. i. Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below unless the Risk Manager or City Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Contract. Agency, its officers, agents, and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Contract are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the Agency as an additional insured. j. Cost of Insurance. The Cost of all insurance required under this Contract shall be included in the Contractor's Bid. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 117 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 5-6 PATENTS FEES AND ROYALTIES. DELETE in its entirety and SUBSTITUTE with the following: l. Contractor shall pay, at no additional cost to the Agency, all applicable royalties and license fees arising from the Work. Contractor shall indemnify and defend all claims and lawsuits for infringement of patent, trademark, and copyright against the Agency and shall hold the Agency harmless from any loss. 5-7 SAFETY 5-7.1.1 General. ADD the following: l. When conducting grading or excavation, place Contractor's name and emergency telephone number adjacent to the Work at intervals and locations approved by the Engineer. The method of posting shall be approved by the Engineer. 2. The Contractor shall respond and initiate corrective action in accordance with OSHA and within 24 hours of the notice of the nonconforming Work that poses an imminent threat to person or property. 3. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the Work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. ADD: 5-7.1.3 Health and Safety Plan (H SP). 1. The Contractor is ultimately responsible for the health and safety of Contractor's employees. These specifications shall not be construed to limit Contractor's liability nor to assume that the Agency, its employees, or designees sha ll assume any of Contractor's liability associated with Site safety considerations. 2. Contractor shall have a HSP in effect at least 1 week prior to the commencement of the Work. The HSP shall comply with all OSHA and other applicable requirements. 3. The HSP shall specifically address procedures and protocols that shall be followed to monitor for or respond to the presence of hazardous atmosphere, possibility for engulfment, gasses due to organic soils or proximity to landfills, exposure to hazardous products such as may be released when grinding, cutting, or torching ga lvanized or painted surfaces or asbestos containing materials, contaminated soil, and groundwater. Identify response actions that shall be taken when these conditions are encountered. 4. The Agency sha ll not assume any role in determining the adequacy of the HSP on Contractor's behalf. 5-7.7 Security and Protective Devices. 5-7.7.1 Genera l. DELETE in its entirety and SUBSTITUTE with the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 118 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 1. Security and protective devices shall consist of fencing, railing, steel plates, or other devices for the protection of workers or the public from hazards posed by open excavations or any work in progress. Security and protective devices shall remain in place until the Work is accepted. 2. Unless otherwise specified, no separate or additional payment will be made for security and protective devices. Payment sha ll be included in the Contract price for the various Bid items requiring such devices. ADD 5-8 INDEMNIFICATION AND HOLD HARMLESS AGREEMENT 1. Contractor agrees to defend, indemnify, and hold harmless Agency, its affiliated and subsidiary entities, and its elected and appointed officials, officers, directors, managers, employees and agents ("Indemnified Parties") from and against all claims asserted, liability established, or judgments for damages or injuries to any person or property, including to Contractor's officers, employees, agents, or subcontractors, arising directly or indirectly out of the Work, which arise from, are connected with, or are caused or claimed to be caused by the acts or omissions of Contractor, its officers, employees, agents or subcontractors. Contractor's duty to defend, indemnify, and hold harmless shall not include any claims or liabilities arising from the sole negligence or so le willful misconduct of the Indemnified Parties. Contractor further agrees that its duty to defend includes all attorney fees and costs associated with enforcement of this indemnification provision, defense of any claims arising from this Contract, and, where a conflict of interest exists or may exist between Contractor and Agency, the reasonable value of attorney fees and costs if Agency chooses, at its own election, to conduct its own defense or participate in its own defense of any claim related to this Contract. 2. Contractor shall also defend and indemnify the Indemnified Parties against any challenges to the Award of the Contract to Contractor, and Contractor will pay all costs, including defense costs for the Agency. Defense costs include the cost of separate counsel for the Indemnified Parties, if the Indemnified Parties request separate counsel. 3. Contractor sha ll also defend and indemnify the Indemnified Parties against any challenges to the Award of the Contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the Agency. Defense costs include the cost of sepa rate counsel for the Indemnified Parties, if the Indemnified Parties request separate counsel. 4. Contractor sha ll defend, indemnify, protect and hold the Indemnified Parties harmless from and against any dispute between Contractor and Contractor's Subcontractors if the Indemnified Parties are made a party to any judicial or administrative proceeding. ADD 5-9 CONFLICT OF INTEREST 1. Establish and make known to Contractor's employees appropriate safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 119 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 motivated by desire for private gain for themselves or others and particularly those with whom they have family, business, or other relationships. Project personnel shall not accept gratuities or any other favors from Subcontractors or potential Subcontractors. 2. Contractor is subject to all federal, state, and local conflict of interest laws, regulations, and policies applicable to public contracts and procurement practices (Government Code Sections 1090 et. seq. and 81000 et. seq., the Agency's Ordinances, and the City of Carlsbad Municipal Code). If, in performing the Work, Contractor makes or participates in a "governmental decision" in accordance with Title 2, Section 18701, subdivision (a)(2) of the California Code of Regulations, or performs the same or substantially all the same duties for Agency that would otherwise be performed by an Agency employee holding a position specified in the Agency's conflict of interest code, Contractor shall be subject to a conflict of interest code requiring the completion of 1 or more statements of economic interests disclosing Contractor's relevant financial interests. 3. Statements of economic interests shall be made on Fair Political Practices Commission Form 700 and filed with the City of Carlsbad's City Clerk. Contractor shall file a Form 700 (Assuming Office Statement) within 30 Calendar Days of the Agency's written determination that Contractor shall be subject to a conflict of interest code and file a Form 700 (Annual Statement) on or before April 1st disclosing any financial interests held during the previous calendar year for which Contractor was subject to a conflict of interest code. 4. If the Agency requires Contractor to file a statement of economic interests as a result of the Work performed, Contractor shall be considered an "Agency Official" for conflict of interest purposes, including the prohibition against lobbying the Agency for 1 year following the expiration or termination of the Contract. 5. Contractor's personnel employed on the Project shall not accept gratuities or any other favors from any Subcontractors or potential Subcontractors. Contractor shall not recommend or specify any product, supplier, or other Contractor with whom Contractor has a direct or indirect financial or organizational interest or relationship that would violate conflict of interest laws, regulations, or policies. 6. If Contractor violates any conflict of interest laws or any of these conflict of interest provisions, the violation shall be grounds for immediate termination of this Contract. Further, the violation subjects Contractor to liability to the Agency for all damages sustained as a result of the violation. ADD 5-10 ELECTRONIC COMMUNICATION 1. When specified in the Contract Documents, Contractor shall post all communications addressed to the Engineer concerning construction including RFls, submittals, daily logs, and transmittals to the Project management website established for the Project. The Contractor shall maintain a list of scheduled activities including planned and actual execution dates for all major construction activities and milestones defined in the approved Schedule. The Contractor shall review and act on all communications addressed to the Contractor in the Project management website. A user's guide to the Project management system may be available on the City's website and shall be provided to Contractor at the Pre -construction Meeting. 2. The payment for electronic communications shall be included in the Contract Price. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 120 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 ADD 5-11 STATUTORY REFERENCES 1. All references in these Agency Supplemental General Provisions (00 73 00} to any statute, rule or regulation are to the statute, rule or regulation as amended, modified, supplemented, or replaced from time to time by the corresponding legislative or regulatory body. SECTION 6 -PROSECUTION AND PROGRESS OF THE WORK 6-1 CONSTRUCTI ON SCHEDULE AN D COMMENCEMENT OF THE WORK ADD the following: 1. Payment for the creation and maintenance of the Construction Schedule shall be included in the Contract Price and no separate payment will be made, therefore. 6-2 PROSECUTION OF WORK ADD the following: 1. As soon as possible under the provisions of the Contract, the Contractor shall start the Work. 2. When a Subcontractor fails to prosecute a portion of the Work in a manner satisfactory to the Agency, Contractor shall remove such Subcontractor immediately upon written request of the Agency, and shall request approval of a replacement Subcontractor to perform the Work in accordance with the Subletting and Subcontracting Fair Practices Act (Pub. Contract Code,§ 4100 et seq.) at no added cost to the Agency. ADD 6-2.1 Order of Work. 1. The Contractor shall incorporate the requirements of the city, utility companies or agencies having jurisdiction over the Work in accordance with 2-4 Cooperation and Collateral Work, including any phasing requirements identified on the Plans or Special Provisions. 2. If construction and demolition operations are within an active public space, the Contractor shall submit a phasing plan to the Engineer to accommodate accessibility to the public and Agency staff. Phasing plan must be approved before Work starts. Phasing plan will be considered part of the mobilization Bid item and shall include any revisions or implementation of the Plan. ADD 6-2.2 Moratoriums. l. When moratorium periods are specified in the Special Provisions, Contractor shall stop Work and completely demobilize all construction related activity, equipment, and materials within the stated limits prior to the beginning of the moratorium periods at no additional cost to the Agency. The Contractor shall complete any Work that has been started prior to the start of the moratorium. 2. Contractor shall restore and clean the Site prior to each moratorium. The Contractor shall not leave equipment, materials, or traffic control on the Site during the moratorium periods. Trenches shall be backfilled during moratorium periods. Temporary resurfacing or steel plate covers over trenches shall not be used. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 121 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 3. The payment for complying with moratorium requirements shall be included in the Contract Bid. Contractor shall not be entitled to any additional costs for repeated mobilization and demobilization to continue the Work after the moratorium periods. 6-3 TIME OF COMPLETION 6-3.1 Genera l. ADD the following: 1. Unless otherwise specified in the Contract, the time of completion of the Contract shall be expressed in Working Days. 2. The number of Working Days specified for the walk-through, preparation, and the completion of Punchlist items until acceptance shall be included in the stipulated Contract Time. 3. The Contractor shall obtain the written approval of the Engineer to perform any Work outside of normal Work hours. This approval must be obtained at least 48 hours prior to commencement of such Work. The Contractor shall pay any additional costs for inspection or testing of such Work. 4. The Contractor shall not perform Work during moratoriums per 6-2.2 or during any periods of restriction identified in agency permits or Project environmental documents and shall include all such schedule constraints in the Construction Schedule. 5. No additional payment or adjustment of Bid item prices or adjustment of Contract Time will be made for the Contractor's inability to work outside of normal Work hours if Contractor's request is denied by the Engineer or during prohibited periods. 6-4 DELAYS AND EXTENSIONS OF TI M E 6-4.1 General. ADD the following: 1. The Agency shall only grant an extension of time if the Extra Work or unforeseen condition impacts the Project's critical path. All requests for an extension in Contract Time for any Extra Work or unforeseen event shall be demonstrated by using the CPM. No other scheduling method shall be used to calculate the Project's schedule. 6-4.2 Ext ensions of Time. DELETE in its entirety and SUBSTITUTE with the following: 1. The Contract Time shall be modified only by Change Order. 2. Contractor shall immediately submit to the Agency a written request for a Change Order to modify the Contract Time, but in no event later than 1 Working Day after the occurrence and discovery of the events giving rise to the request. Contractor shall include in Contractor's request a general description of the basis for and the estimated length of any extension and submit supporting data, including a time impact analysis setting forth the claimed Critical Path impacts to the Construction Schedule consistent with Section 1.14 (Change Orders, Delays, and Extensions of Time). 3. The Engineer shall not grant an extension of Contract Time unless Contractor demonstrates, through an analysis of the critical path, the following: 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 122 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 a. The event causing the delay impacted the activities along the Project's critical path. b. The increases in the time to perform all or part of the Project beyond the Contract Time arose from unforeseeable causes beyond Contractor's control and without Contractor's fault or negligence. c. All Project float has been used. 4. The Engineer shall issue a weekly document that stipulates the Contract Time. If Contractor does not agree with this document, Contractor shall submit to the Engineer for review a written protest supporting Contractor's objections to the document within 15 Working Days after receipt of the weekly document. Contractor's failure to file a timely protest sha ll constitute Contractor's acceptance of the Engineer's weekly document. a. Contractor's protest will be considered a claim for time extension and sha ll be subject to 2-10.1, "Claims." 6-4.4 Written Notice and Report. DELETE in its entirety and SUBSTITUTE with the following: 1. Contractor's failure to file with the Engineer a written request and report of cause within 24 hours will be considered grounds for refusal by the Agency to consider such request. 2. The Contractor shall provide written notice to the Engineer within 2 hours after the beginning of the delay, or when the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each Working Day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each worker and supervisor and the make and model of all equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 3. The request for payment or extension must be made at least 15 Calendar Days prior to the specified completion date. Failure by the Contractor to provide notices and reports as specified in the Contract will be considered grounds for refusal by the Agency to consider such request. 6-7 TERMINATION OF THE CONTRACT FOR DEFAULT 6-7.1 General. DELETE in its entirety and SUBSTITUTE with the following: 1. Prior to the Acceptance of the Work, Contractor sha ll be found in default of the Contract if: a. Contractor becomes insolvent, assign Contractor's assets for the benefit of Contractor's creditors, are unable to pay Contractor's debts as they become due, or are otherwise financially unable to complete the Work. b. Contractor abandons the Work by failing to report to the Site and by failing to diligently execute the Work to completion. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 123 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 c. Contractor disregards written instruction from the Engineer or materially violates provisions of the Contract Documents. d. Contractor fails to execute the Work according to the Schedule approved by the Engineer. e. Contractor disregards laws or regulations of any public body having jurisdiction. f. Contractor commits continuous or repeated violations of regulatory or statutory safety requirements. g. Contractor fails to notify the Engineer upon discovery of items of Native American, Archaeological, or Paleontological interests. 2. Notices and other written communications regarding default between the Contractor, the Agency, and the Surety shall be transmitted in accordance with 5-2, "SPECIAL NOTICES." 6-8 TERM INATION OF THE CONTRACT FOR CONVEN IENCE. DELETE in its entirety and SUBSTITUTE with the following: 1. At any time, the Agency may at its sole discretion terminate this Contract in whole or in part. If the Agency decides to terminate this Contract for convenience, the Agency shall issue a written notice of termination for convenience in accordance with 5-2, "SPECIAL NOTICES." Upon receipt of this notice, Contractor shall immediately proceed as follows: a. Stop Work immediately or in accordance with the Notice of Termination. b. Notify Subcontractors and Suppliers to immediately cease their Work and place no further subcontracts for materials, services, or facilities except as necessary to complete any authorized continued portion of the Contract. c. Terminate all subcontracts to the extent that they relate to the Work terminated. d. With approval by the Engineer, settle all outstanding obligations arising from the termination of subcontracts. This approval shall be final for the purposes of this section. e. As directed by the Engineer, transfer and deliver completed or partially completed drawings, plans, calculations, specifications, and any other documents and records that, if the Contract had been completed, would be required to be furnished to the Agency. f. Complete the performance of the Work not terminated. g. Take all necessary steps and actions to minimize all costs to the Agency as a result of the termination. h. Take any action that may be necessary or that the Engineer may direct for the protection and preservation of the property related to the Contract that is in Contractor's possession and in which the Agency has or may acquire an interest. 6-8.1 Termination Cost. 1. The Agency shall determine and pay Contractor the fair and reasonable amounts for Contractor's termination cost as follows: a. The Contract Price for completed services accepted by the Engineer not previously paid or adjusted for any saving of freight and other charges. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 124 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 b. The fair and reasonable cost of settling and paying termination settlements for terminated subcontracts that are chargeable to the terminated portion of the Contract. c. The Agency shall pay Contractor a prorated amount of profit for Work that Contractor performed. The Agency shall not pay for lost profit on Work that was not performed by Contractor. 6-8.2 Termination Settlement. l. After termination, Contractor shall submit a final termination settlement proposal to the Engineer no later than 3 months from the effective date of termination, unless extended in writing by the Engineer. 2. If Contractor fails to submit the proposal within the time allowed, the Agency may determine and pay the fair and reasonable amount that may be due Contractor as a result of the termination. If Contractor does not agree that the amount determined by the Engineer is fair and reasonable, Contractor must notify the Engineer within 30 Calendar Days of receipt of payment. 6-8.3 Determination of Amount Due the Contractor. 1. In determining the amount due Contractor, the Agency shall deduct the following: a. The fair value of property destroyed, lost, stolen, or damaged that has become undeliverable to the Agency. b. Any claim which the Agency has against Contractor under the Contract. 6-8.4 Records and Documents Relating to Termination. l. The Engineer will file an Agreement of Mutual Rescission of Contract with the Board. Once the Agreement is executed and a Notice of Completion is recorded, retention can be released. 2. Unless otherwise specified or required by statute, Contractor shall maintain all records and documents relating to the terminated portion of the Contract for 3 years after final settlement. This includes all books and other evidence bearing on Contractor's costs, expenses, and settlement under the Contract. Contractor shall make these records and documents ava ilable to the Agency, at Contractor's office, at all reasonable times, without any direct charge. If approved by the Engineer, Contractor may maintain photographs, microphotographs, and other authentic reproductions instead of original records and documents. 6-8.5 The Agency's Right to Terminate or Suspend for Loss of Project Funds. l. The Agency may terminate or suspend the Contract at its sole discretion if the State of California or its agents render the funds being used to fund this Project unavailable. If the Agency chooses to suspend the Contract, that suspension shall last until funds are identified and approved by the Board, whichever is appropriate, to be used to complete this Project. If the Agency elects under this provision to terminate the Contract, then neither Party is entitled to compensation from the other Party for any costs arising from such termination. The Agency may also elect to terminate after invoking a suspension under this provision. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 125 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 6-9 LIQU IDATED DAMAGES DELETE in its entirety and SUBSTITUTE with the following: 1. Contractor's failure to complete the Work within the time allowed shall result in damages being sustained by the Agency. Such damages are, and sha ll continue to be, impracticable and extremely difficult to determine. For each consecutive Working Day in excess of the time specified for the completion of the Work, as adjusted in accordance with 6-4, "DELAYS AND EXTENSIONS OF TIME," Contractor shal l pay to the Agency, or have withheld from monies due it, the sum described in the table below, along with any other damages that may be sustained by the Agency during the Project, unless otherwise specified in the Special Provisions. 2. The execution of the Contract shall constitute agreement between Contractor and the Agency that the liquidated damage amount described in the table below is the value of the damage caused by Contractor's failure to complete the Work within the allotted time. Such sum shall not be construed as a penalty and may be deducted from Contractor's payments if such delay occurs. Contract Value $100,000 and more Liquidated Damage Daily Amount $1,000 3. Any progress payments made to Contractor after the specified completion date shall not constitute a waiver of payment for damages sustained by the Agency under this section. ADD 6-10 RI GHT TO AUDIT 6-10.1 General. 1. The Agency retains the right to review, audit, reasonably access Contractor's and all Contractor's Subcontractor's premises to review and audit Contractor's compliance with the provisions of the Contract. This includes the right to inspect, photocopy, and retain copies, outside of Contractor's premises, of all records with appropriate safeguards if such retention is deemed necessary by the Agency in its sole discretion. The Agency will keep this information in strictest confidence. 2. Contractor shall include the Agency's right to audit in its subcontracts and ensure that these specifications are binding upon all Subcontractors. 6-10.2 Audit . 1. The right to audit includes the right to examine any and all books, records, documents, and any other evidence of procedures and practices that the Agency determines is necessary to discover and verify that Contractor are in compliance with all requirements under t he Contract. 2. If there is a claim for additional compensation or for changes in Work, the right to audit also includes the right to verify all direct and indirect costs which are claimed to have been incurred, anticipated to be incurred, or for which a claim for additional compensation or for changes in the Work have been submitted. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 126 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 3. Contractor shall maintain complete and accurate records in accordance with generally accepted accounting practices in the construction industry. Contractor shall also make available to the Engineer for review and audit all Project-related accounting records and documents and any other financial data. Upon the Engineer's request, Contractor shall submit exact duplicates of originals of all requested records to the Engineer. 6-10.3 Compliance Req uired Before Mediation and Litigation. 1. As a condition precedent to proceeding with mandatory mediation and further litigation under 2-10.2, "Dispute Resolution Process" Contractor shall comply with the audit specifications within 60 Calendar Days of the Engineer's notice to review and audit compliance. See 5-2, "SPECIAL NOTICES." 6-10.4 Access to Reco rds on Federally Funded Projects. 1. Contractor shall retain all records, books, papers, and documents directly pertinent to the Contract for a minimum of 5 years after the Agency makes final payments and all other pending matters are closed and shall allow access to those records to the Agency, the Federal grantor agency, the Comptroller General of the United States, or any duly authorized representatives. SECTION 7 -MEASUREMENT AND PAYMENT 7-2 LUMP SUM WORK ADD 7-2.1 Schedule of Values (SOV). 1. Submit a SOV for the lump sum Bid items of the Work to the Engineer for review and approval at the pre-construction meeting. The total value for the work described in the contract documents shall be shown in the SOV with category totals reflective of those values presented in Section 00 41 00 BID FORM, Bid Schedules A and Bin the contract. 2. The SOV shall: a) Subdivide the Work into its respective parts. b) Include values for all items comprising the Work. 3. The Engineer is the sole judge of acceptable numbers, details, and description of values established. If, in the opinion of the Engineer, a greater number of SOV items than proposed by Contractor is necessary, add the additional items identified by the Engineer. When requested by the Engineer, provide substantiating data in support of the SOV. 4. The Contractor shall develop the SOV independently but simultaneously with the development of the Schedule activities and logic. Incorporate phase funding impacts, if applicable, into the Schedule. 5. The Contractor shall break down the Work not specifically included in the Bid as necessary for establishment of cost and Schedule activity. 6. The Contractor shall update and submit these listings in conjunction with the Schedule monthly submittals. 7. The Contractor sha ll incorporate issued Change Orders or Field Orders in the Schedule into the SOV as single units identified by the Change Order or Field Order number. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 127 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 8. Changes to the Schedule which add activities not included in the original Schedule but included in the original Work (schedule omissions) shall have values assigned as accepted by the Engineer. Other activity values shall be reduced to provide equal value adjustment increases for added activities as accepted by the Engineer. 9. In the event that the Contractor and the Engineer agree to make adjustments to the original SOV because of inequities discovered in the original accepted SOV, increases and equal decreases to values for activities may be made. 10. The payment for the preparation of the SOV shall be included in the Contract Price. 7-3 PAYMENT 7-3.1 General. To paragraph (8), DELETE in its entirety and SUBSTITUTE with the following: If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money plus 25 percent due for such labor or materials will be withheld from payment in accordance with applicable laws. At the expiration of 30 Calendar Days from the date of recording the NOC, the amount deducted from the final estimate and retained by the Agency shall be paid to Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment. ADD the following: 1. Unless specified otherwise, the Contract Price includes use, consumer, and other taxes mandated by applicable legal requirements. The Contract Price is not subject to adjustment for tax increases. 2. As provided in California Public Contract Code Section 7105, if the Contract is not financed by revenue bonds, Contractor is not responsible for the cost of repairing or restoring damage to the Project when damage was proximately caused by an Act of God, in excess of 5% of the Contract Price, if the following occur: a. The damaged portion of the Project was built in accordance with the Contract requirements. b. There are no insurance requirements in the Contract for the damages. 3. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the Notice of Completion. 7-3.2 Partial and Final Payment. To paragraph (5), DELETE in its entirety and SUBSTITUTE with the following: Pursuant to Public Contract Code Section 22300, Contractor shall have the option, at Contractor's expense, to substitute for any money withheld by the Agency, securities equivalent to the amount being withheld. Securities eligible for such substitution are bank or savings and loans certificates of deposit or such securities which are eligible for investment pursuant to Government Code Section 16430. As to any such security or securities so substituted for monies 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 128 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 withheld, Contractor shall be the beneficial owner of same and shall receive any accrued interest. Such security shall, at Contractor's request and expense, be deposited with the Agency or with a State or Federally Chartered bank as the escrow agent who shall pay such monies to Contractor upon notification by the Engineer that payment can be made. Such notification shall be given at the expiration of 30 Calendar Days from the date of NOC, or as prescribed by law, provided however, that there shall be a continued retention of the necessary securities to cover such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. ADD the following: 1. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the Contract Bid item and Change Order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the Contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 Calendar Days from receipt of the Final Payment Estimate to make a written statement disputing any Bid item or Change Order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all Contract Bid items and Change Order items. If the Contractor submits a written statement with supporting documents within 30 Calendar Days from receipt of the Final Payment Estimate, the Engineer will review the disputed item within 30 Calendar Days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 2-10.1.1, Initiation of Claim. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of the disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 2. Final Payment and release of Retention shall be paid after Contractor submits the following: a. An affidavit that payrolls and bills for materials, equipment, and other indebtedness connected with the Work for which the Agency or the Agency's property might be responsible for or encumbered by. Fewer amounts withheld by the Agency shall have been paid for or otherwise satisfied. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 129 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 b. A certificate evidencing that insurances required by the Contract Documents shall remain in force after Final Payment is currently in effect and shall not be canceled or allowed to expire until at least a 30 Calendar Days prior written notice has been given to the Engineer. c. Consent of Surety to Final Payment. d. If required by the Engineer, other data establishing payment or satisfaction of obligations such as receipts, releases and waivers of liens, claims, and security interests or encumbrances arising out of the Contract Documents. If a Subcontractor refuses to furnish a release or waiver required by the Agency, Contractor may furnish a bond satisfactory to the Engineer to indemnify the Agency against such lien. e. If required in the Contract Documents, the successful completion and submittal of the required reports such as construction demolition, waste recycling, and hydrostatic discharge reports. f. Required documentation, record drawings, operations manuals, test reports, warranty documentation, and UL labels shall be submitted before requesting the release of retention. ADD 7-3.2.1 Application for Progress Payment. 1. Using Application for Payment Form provided by Engineer, and by the 5th day of each month, sign, fill out, and submit to the Engineer a partial payment estimate that identifies acceptable Work performed during the previous month, or since the last partial payment estimate was submitted. If requested by the Construction Manager, provide such additional data as may be required to support the payment estimate. Such data may include submission of signed field orders and satisfactory evidence of payment for equipment, materials, and labor, including payments to Subcontractors and Suppliers. 2. Monthly schedule updates must be submitted for Engineer's approval on monthly basis also and payment application approval will be contingent on schedule update approval. 3. Each month, the Engineer will make an approximate measurement of the Work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on completed Contract and Change Order Work. Progress payments shall be made no later than 30 Calendar Days after the closure date. Five Working Days following the closure date, the Engineer shal l complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's review. Should the Contractor assert that additional payment is due, the Contractor shall within 10 Calendar Days of receipt of the progress estimate, submit adequate justification supporting the amount of supplemental payment request to the Engineer. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that t he supplemental payment request is not proper, then t he request shal l be returned to the Contractor as soon as practicable, but not later than 7 Calendar Days after receipt. The returned request sha ll be accompanied by a document setting forth in writ ing the reasons why the supplemental payment request was not proper. Consistent with Public Contract Code Section 20104.50, t he Agency shall make payments within 30 Calendar Days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 130 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 supplemental payment request is not made withfn 30 Calendar Days after receipt by the Engineer, then the Agency shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Code of Civil Procedure Code Section 685.010. 4. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the Contract Bid item and Change Order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the Contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. 5. The Contractor shall have 30 Calendar Days from receipt of the Final Payment Estimate to make a written statement disputing any Bid item or Change Order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all Contract Bid items and Change Order items. 6. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 Calendar Days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 2-10, Disputed Work. 7. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of the disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 8. Progress payments shall be signed, and the date of the invoice shall be the date that the invoice is submitted. 9. The Agency shall not pay progress or partial payments until Contractor submits to the Engineer an updated Schedule. It is solely the Contractor's responsibility to prepare and submit the Schedule updates. 10. Disputed or incorrect applications shall be returned to the Contractor within 7 Calendar Days with documentation describing the reason for the rejection of the payment request. ADD 7-3.2.2 Amount of Progress Payments. 1. If an undisputed and properly submitted application for payment is received by the Engineer, the Agency shall pay Contractor within 30 Calendar Days after the Engineer receives the application for Payment consistent with Public Contract Code Section 20104.50. The Agency shall pay Contractor for the Work performed, including the payment for offsite stored materials per section 7-3.3.1.2, through the period covered by the application for payment if the payment amount before Retention does not exceed the percentage of completion of the Work as set forth in the SOV. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIO NS Document Version: 1.0 Page 131 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 ADD 7-3.2.3 Waiver of Claims at Final Payment. 1. Contractor's acceptance of Final Payment constitutes a waiver of affirmative claims by Contractor, except those previously made in writing and identified as unsettled at the time of Final Payment, which are expressly reserved by Contractor from operation of its Release of Claims pursuant to Public Contract Code Section 7100 or other Applicable Law. ADD 7-3.2.4 Withholding of Payment and Back Charge. 1. The Engineer may withhold payment for any of the following reasons: a. Defective or incomplete Work. b. Stop notices, wage orders, or other withholdings required by Applicable Law. c. Contractor's failur_e to comply with 5-3.3, "Payroll Records" and the Contractor Registration and Electronic Reporting System requirements of the Contract Documents. d. Failure to submit monthly Construction Schedule updates. 2. The Engineer may back charge the Contractor for any of the following reasons: a. Defective or incorrect Work not remedied. b. Damage to Agency property or a third party's property that was caused by Contractor. c. Liquidated Damages. d. Non-attendance at meetings without prior cancellation notice. e. Failed inspections or re-inspections paid by the Agency. 7-3 .3 Delivered Materials ADD 7-3.3.1 ADD 7-3.3.1.1 Payment for Stored Materials on Site. General. 1. When authorized, Contractor may request payment for materials and equipment which has not been incorporated into the Work but will be at a later date and will be delivered and stored at the Project Site. 2. The material shall meet the Contract requirements and the material's required test results and certifications shall be filed with the Engineer. 3. Only non-perishable materials for major items of Work or Materials Subject to Price Adjustment shall be considered for payment for on-site storage. However, each individual item has a value of more than 1% of the Contract Price and shall become a permanent part of the Work. 4. Materials cost shall be evidenced by the manufacturer's paid invoice bearing the statement that Contractor has paid all invoices in full. 5. The payments for the stored materials shall not exceed the invoice price or 60% of the Bid prices for the pay items into which the materials are to be incorporated, whichever is less, unless otherwise approved by the Engineer. 6. Apply for the payment for materials stored on a form provided by the Engineer and attach documentation to show the following: a. The amount paid on the invoice (or other record of production cost) for the stored items. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 132 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 b. The dollar amount of the material incorporated into each of the various Work items for the month. c. The amount that should be retained for stored materials. d. That Contractor has received the materials and equipment free and are clear of all liens, charges, secured interests, and encumbrances. e. That the materials and equipment are covered by the appropriate property insurance in accordance with the insurance provisions and other arrangements that prot~ct the Agency's interest. 7. Contractor shall provide the Engineer, upon request and prior to any partial payment, documentation which transfers full legal title to such materials to the Agency conditional only upon receipt of the Final Payment. Such transfer of title or any partial payment shall not constitute acceptance by the Agency of the materials nor shall it void the right to reject materials subsequently found to be unsatisfactory in accordance with SECTION 4 -CONTROL OF MATERIALS. This shall also not relieve Contractor of any obligation arising under the Contract Documents. 8. The payments for materials on-site are subject to retention as set forth in 7-3.2, "Partial and Final Payment." 9. Contractor shall assume all risks associated with the loss or damage to the stored products for which payment has or has not been received. 10. Equipment and materials shall be stored in accordance with manufacturer's recommendations. The stored products shal l be in a form ready for installation. The Agency shall not pay for raw materials or parts and pieces of equipment. 11. Any and all surplus materials that are not incorporated in the Work shall become Contractor's property at no additional cost to the Agency. 12. Unless specifically provided in the Contract, payment for the materials on hand shall not be included when determining the percentage of Work completed. 13. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary, for t he progress of the Work. No markup shall be applied to any material provided by the Agency. ADD 7-3.3.1.2 Payment for Stored Materials Offsite. 1. The payment of materials and equipment delivered and stored offsite shall be contingent upon Contractor's compliance with the storage and protective maintenance requirements set forth in the Contract Documents and all other requirements necessary to preserve equipment warranties for the benefit of the Agency. 2. The Agency reserves the right to refuse approval for the payment of any equipment or materials suitably stored offsite in its sole discretion, regardless of whether all conditions in the Contract Documents have been met. 3. Partial payment may be made for products eligible for offsite delivery and storage only upon Contractor's presentation of a bill of sale, a paid invoice, or an affidavit certifying that the 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 133 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 material is received by the Contractor free and clear of all liens, encumbrances, and secured interest of any kind including offsite delivery. 4. Partial payment for products delivered and stored offsite shall be contingent upon Contractor's compliance with the storage and protective maintenance requirements set forth in the Contract Documents and all other requirements necessary to preserve equipment warranties for the benefit of the Agency. 5. The cost of materials and equipment delivered but not incorporated into the Work will not be included in the progress estimate. 6. Costs associated with the delivery to and storage at an offsite facility shall be at Contractor's expense regardless of the Engineer's approval to deliver and store the materials. 7. Contractor sha ll provide written evidence to the Engineer of having made arrangements for unrestricted access by the Agency and the Agency's authorized representatives to the materials wherever stored, including provisions for the Agency to take control and possession of such materials at any time and without restriction. Contractor shall furnish the Engineer a permit of entry, from the owner of the property, for at least 6 months after the NOC has been filed. The permit of entry shall contain information similar to the following: PERMIT OF ENTRY: Permission is granted to the Agency and its designated employees or agents to enter upon the property described in this permit for a period of not less than 6 months after the NOC has been filed for Carlsbad Senior Center Roof Replacement for the purpose of removing materials for which advance materials on hand payment has been made to (Contractor's Name). The property is owned by (Owner's Name) and is described as follows: (Address and Description of Property). (Include signature(s) and date(s) for owner and lessee or purchaser, and, if appropriate, attach a copy of a warehouse receipt or contract for storage. 8. The material shall be cl early marked and identified as being specifically fabricated, produced, and reserved for use on the Project. The Contractor shall provide payment documentation for the materials. 7-3.4 Mobilization. ADD the following: 1. Mobilization consists of Work necessary for the movement of personnel, equipment, supplies, and incidentals to and from the Site; for establishment of all offices, buildings, storage yards, and other facilities necessary for the Work; and for all other Work and operations which shall be performed prior to beginning the Work and after completion of the Work on the various Contract items on the Site. 2. Contractor shall properly design the Project parameters to incorporate construction mobility for moving on and off the Site in a manner that limits disturbance to the surrounding residences, businesses, and any other citizens. This includes the designated staging areas, loading areas, and assemblage areas. Contractor shall consider and address access rights of the public at all times. Prepare a mobilization plan that shall describe and govern Contractor's mobilization activities. 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 134 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 3. When a Bid item has been provided for "Mobilization," payment for mobilization Work shall be distributed equally over the first 2 progress payments up to the Bid amount of the "Mobilization" Bid item but shall not exceed 3% of the Contract Price. If Contractor's Bid item for "Mobilization" exceeds 3% of the Contract Price, then anything above 3% of the Contract Price shall be paid as a part of the Final Payment. 4. The complete dismantling and removal of all of Contractor's properties, temporary facilities, equipment, materials, construction wastes, and personnel at the Site referred to as demobilization is included in the payment for mobilization, unless there is a Bid item for demobilization. 5. If a separate Bid item has not been provided for mobilization, the payment for mobilization is included in the Contract Price. ADD 7-3.9 Field Orders. 1. The Agency shall pay Field Order items of the Work in accordance with the limits below if the cumulative total of Field Orders does not exceed the "Field Orders" Bid Item: Contract Price Less than $100,001 $100,001 to $1,000,000 7-4 PAYMENT FOR EXTRA WORK 7-4.1 General. ADD the following: Maximum Field Order Amount $2,500 $5,000 l. With every request for payment, Contractor shall submit to the Engineer a breakdown showing monthly and cumulative amounts of the Work performed under the Change Order by Contractor and Contractor's Subcontractors. The reporting format shall be approved by the Engineer. 2. When the price for the Extra Work cannot be agreed upon, the Agency will pay for the Extra Work based on the accumulation of costs. 7-4.2 Basis for Establishing Costs. 7-4.2.1 Labor. ADD the following: 1. The costs of labor will be the actual cost for wages of workers performing the Extra Work at the time the Extra Work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from federal, state, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. 2. The use of a labor classification which would increase the Extra Work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 135 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 included in the invoice for equipment rental. The labor cost for foremen shall be proportionate to all their assigned work and only that applicable to Extra Work will be paid. 3. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 7-4.2.1(1). 4. The Agency reserves the right to request the following: a. Financial records _of salaries for an employee. b. Wage rates/Certified Payroll. c. Bonuses and deductions. 5. Contractor shall list the labor rates of its personnel and Subcontractors who work on the Project. The payment for payroll records is included in the Contract Price. 6. If Contractor's proposal for Extra Work is based upon services and Work to be performed outside Normal Working Hours, the labor charges associated with the Extra Work shall consist of straight time wages and burdens plus the appropriate overtime or shift premium with no additional burdens, such as fringe benefits, on the premium portion. 7-4.2.3 Tool and Equipment Rental. DELETE in its entirety and SUBSTITUTE with the following: 1. No payment shall be made for the use of tools which have a replacement value of $200 or less. 2. Regardless of ownership, the rates and delay factors to be used in determining equipment rental costs shall not exceed those listed in the latest edition of the Caltrans publication entitled "Labor Surcharge and Equipment Rental Rates" preceding the date the Work is accomplished. The latest edition of the Caltrans publication is available at www.dot.ca.gov. The delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and Subcontractors, if any. The labor surcharge rates published therein are not a part of this Contract. 3. Contractor shall be entitled to a rental rate adjustment when Contractor can substantiate that the rental rates prevailing locally exceed the published rates by more than 15%. For equipment not listed in the Caltrans publication, rental rates shall not exceed listed rates prevailing locally at equipment rental agencies or distributors at the time the Work is performed. 4. Whenever possible, Extra Work shall be accomplished using equipment available on Site or owned by Contractor. If a specific piece of equipment shall be rented to be used exclusively for the Extra Work, the rental rate shall be the invoiced rate. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the Extra Work shall be included. 5. If rental equipment is not being used or used intermittently and could be returned to its rental source rather than holding it at the Work Site, the Contractor shall return the equipment at no expense to the Agency unless Contractor elects to keep it at the Work Site at Contractor's expense. 6. The reported rental time for equipment already at the Work Site shall be the duration of its use on the Extra Work. This time shall begin when equipment is first used on Extra Work, plus 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 136 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 the time required to move it from its previous site and back or from its previous site to a closer site. 7. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. 7-4.2.5 Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 7-4.3 Markup. 7-4.3.1 Work by the Contractor. DELETE in its entirety and REPLACE with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: Labor 20 Materials 15 Equipment Rental 15 Other Items and Expenditures 15 To the sum of the costs and markups provided for in this section, 1% shall be added as compensation for bonding. 7-4.3.2 Work by a Subcontractor. DELETE in its entirety and REPLACE with the following: When all or any part of the Extra Work is performed by a Subcontractor, the markup established in 7-4.3.1 shall be applied to the Subcontractor's actual cost of such Work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the Extra Work and a markup of 5 percent on Work added in excess of $5,000 of the subcontracted portion of the Extra Work may be added by the Contractor. 7-4.4 Daily Reports. ADD the following: Payment for Extra Work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. When the price for the Extra Work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for Extra Work will not be made until such time that the 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 137 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Exhibit 3 Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next Working Day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shal l be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, cla ssifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. END OF SECTION 00 73 00 AGENCY SUPPLEMENTAL GENERAL PROVISIONS Document Version: 1.0 Page 138 of 375 Date Printed: May 5, 2023 Current Update: October 2022 SECTION 2 014126 PERMIT REQUIREMENTS PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS a. The Contractor is responsible to obtain all local, state and federal permits and licenses required to perform the Work. Payment for obtaining and complying with permits and licenses including, but not limited to, general construction permits, building permits, grading permits, encroachment permits, haul route permits, excavation permits, drilling permits, water discharge permits, temporary easements, licenses, inspection fees, and Federal, State and local taxes shall be borne by the Contractor and shall be included in prices Bid for Work for which such costs are appurtenant. b. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, b·ut not limited to, permits required for sewage bypass pumping or discharge; Night Work; overload; blasting or demolition or for any permit related to the operation of equipment used in such Work. c. The Contractor sha ll obtain and pay for all permits for the disposal of all waste or surplus materials removed from the Project. The cost of the permit(s) shall be included in the price for the Bid items requiring the permits and no additional compensation will be allowed for them. d. The Contractor shall provide a copy of the permit or license to the Agency prior to performing the Work requiring the permit or license. e. Contractor shall pay for all fees applicable to Contractor's operations. f. Contractor shall not begin Work until all permits applicable to the Work are obtained. Permits shall be maintained in valid status until acceptance of the Work by the Agency. g. The Contractor shall pay all business taxes or license fees that are required for the Work. l. To the extent that there is a change in the type or cost of any permits, fees, licenses, or inspections after Contract award, there shall be an equitable adjustment in the Contract Price on account of such change under the Extra Work provisions. 2. The Contractor shall comply with and give notices required by Applicable Laws. The Contractor is not entitled to damages or additional payment for delays attributable to the acquisition of permits. 3. The Contractor shall pay the Agency for regulatory fees, fines, or penalties imposed on the Agency arising from the Contractor's fa ilure to complete the Work in accordance with the Contract Documents. 01 41 26 PERMITS REQUIREMENTS Document Version: 1.0 Page 139 of 375 Date Printed: May 5, 2023 Current Update: October 2022 h. The Contractor shall obtain, pay for, and comply with required permits, licenses, work permits, and authorizations from appropriate agencies, including the following: 1. Licenses i. Before submitting Bids, Contractors shall be licensed in accordance with provisions of Chapter 9, Division 3, of the Business and Professions Code. ii. City of Carlsbad Business License. i. The Agency will obtain for the Contractor, the following: 1. CEQA Notice of Exemption 2. NEPA documents 3. City of Carlsbad Building Permit 01 41 26 PERMITS REQUIREMENTS Document Version: 1.0 Page 140 of 375 Date Printed: May 5, 2023 Current Update: October 2022 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 PAYM ENT 1.03 WATER a. Water in reasonable amounts required for and in connection with the Work to be performed will be furnished at existing fire hydrants by Agency without charge to Contractor. Contractor shall furnish necessary pipe, hose, nozzles, and tools and shall perform all necessary labor. Contractor shall make arrangements with the appropriate water department (who will fix the time, rate, and duration of each withdrawal from the distribution system) as to the amount of water required and the time when the water w ill be needed. Unnecessary waste of water will not be tolerated. Special hydrant wrenches shall be used for opening and closing fire hydrants. In no case shall pipe wrenches be used for this purpose. b. All water required for and in connection with the Work to be performed will be furnished by Agency in the vicinity of the Site without charge to Contractor, provided: a. Contractor shall procure such water in the location and in the manner designat ed by Engineer. b. Contractor at its own expense shall make authorized connections and provide means for delivering the water to the Site. c. Contractor shall provide adequat ely against waste and needless use of water. 1.04 POWER a. Contractor shall provide all power for heating, lighting, operation of Contractor's plant or eql:lipment, or for an•, other l:JSe bv Contractor. Temporarv heat and lighting shall be maintained l:Jntil the Worl< is accepted. b. Constrl:lction Operations. Each Contractor shall pro¥ide all po•.ver for operation of its plant and eql:lipment, or for anv other l:Jse, except bl:lilding heating and lighting. /\II bl:lilding heating and lighting shall be pro•,ided l:lnder Contract. c. Temporary Lighting and Heating. Contractor under Contract shall provide t emporary heat and light for all buildings, to protect the Work and maintain suitable working conditions. Temporary heat and light shall be maintained until Work under Contract has been accepted by Agency. d. When operational, the permanent heating and ventilating svstem and the permanent lighting s•,stem shall be l:Jsed bv Contractor l:lnder Contract to pro¥ide temporarv heat and light. Before l:JSe of the permanent heating and ventilation svstem in the XXX bl:lilding, Contractor shall install a filter with MERV of 8 at each retl:Jrn air grille in the svstem and remo•.1e the filter at end of constrnction. e. Temporarv heat shall be provided 1.i.1hen the temperatl:Jre falls belmv S0°F (10°() and as otherwise reql:lired to maintain reasonable working conditions and protect all Work, AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL Document Version: 1.0 Page 141 of 375 Date Printed: May 5, 2023 Current Update: October 2022 materials, and e{l1:1ipment against damage from dampness or cold, to efry 01:1t the strnct1:1re, or to maintain proper conditions for the installation and c1:1ring of materials. f. Heating equipment and fuels shall be suitable for the particular purpose and shall include adequate safety devices. Combustion type heaters sha ll not be used without proper venting nor in areas where such equipment might introduce a hazard. Heat from Owner's existing facilities shall not be used. g. All enclosed areas shall be ventilated (using forced-draft equipment when necessary) as required to maintain proper conditions for workers and the Work and to avoid any accumulation of hazardous dust or fumes. h. Power for heating, lighting, and operation of Contractor's plant and equipment in connection with the Work to be done under this Contract shall be provided by Agency without charge to Contractor, subject to the following conditions: 1. The existing heating system at each location will remain in operation and may be utilized by Contractor to the extent available. 2. Existing lighting systems at each location may be utilized by Contractor to the extent available. Any necessary additional or temporary lighting systems shall be provided by Contractor at no additional cost to Owner. 3. Power will se a•,cailasle at existing power panels at the locations indicated on the Drawings. 4. Power will be available at 120 volts, 60 Hz, single phase and 240/ 480 volts, 60 Hz, 3 phase. 5. Contractor at its own expense sha ll make authorized connections to the existing power sources and shall extend temporary service lines to the required areas. Temporary wiring shall conform to Article 305 of the NEC. 6. Contractor shall at all times provide adequately against waste and needless use of power. Electrical power shall be used only in such quantities as will not interfere with Owner's requirements, and care shall be taken not to overload the existing facil ities. Contractor shall provide any additional or temporary electrical power or power of other voltages it may require for prosecution of the Work. i. These provisions shall not be construed as a guarantee by Agency of the uninterrupted continuation of power, and interruptions beyond the control of Agency shall not be reason for claims for additional costs nor for extensions of time. Contractor shall provide, at no additional cost to Agency, any necessary power required for prosecution of the Work during such interruptions. 1.05 SANITARY FACILITIES a. Contractor shall furnish temporary sanitary facilities at the Site, as provided in the Contract, for the needs of all construction workers and others performing Work or furnishing services on the Project. b. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the construction period, and obscured from public view to the greatest practical extent. If AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL Document Version: 1.0 Page 142 of 375 Date Printed: May 5, 2023 Current Update: October 2022 toilets of the chemically treated type are used, at least 1 toilet will be furnished for each 20 persons. Contractor sha ll enforce the use of such sanitary facilities by all personnel at the Site. 1.0€i VOICE /\~IQ Q/\TA SERVICES 1.07 CONSTRUCTION AIDS a. Contractor shall furnish, install, maintain, and operate all construction aids required by it and its Subcontractors in the performance of the Work, except as otherwise provided in the Contract. b. Contractor under Contract shall provide construction aids necessary for the performance of Work by other Contractors on the Project. Such construction aids shall be suitable for conditions encountered and shall include: 1. Elevators and hoists 2. Cranes 3. Temporary enclosures 4. Swing staging 5. Scaffolding 6. Temporary stairs c. Construction aids shall be furnished without charge to the other Contractors, and all necessary erection, maintenance, and operating personnel shall be included. In the event of conflict, the Contractor furnishing the equipment shall determine priorities in the best interest of the Project. d. The use of any plant equipment, whether furnished and installed under this Contract or not, including elevators, shop cranes, heating, ventilating, air conditioning, and plumbing fixtures, shall be only with Agency's written permission. 1.08 MAINTENANCE OF TRAFFIC a. Contractor shall conduct its Work to interfere as little as possible with public travel, whether vehicular or pedestrian. Whenever it is necessary to cross, obstruct, or close roads, driveways, and walks, whether public or private, Contractor shall provide and maintain suitable and safe bridges, detours, or other temporary expedients for the accommodation of public and private travel, and shall give reasonable notice to owners of private drives before interfering with them. Such maintenance of traffic will not be required when Contractor has obtained permission from the Agency and tenant of private property, or from the authority having jurisdiction over public property involved, to obstruct traffic at the designated point. b. Detours. Where required by the authority having jurisdiction thereover that traffic be maintained over any Construction Work in a public street, road, or highway, and the traffic cannot be maintained on the alignment of the original roadbed or pavement, Contractor shall, at its own expense, construct and maintain a detour around the Construction Work. Each detour sha ll include a bridge across the pipe trench and all AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL Document Version: 1.0 Page 143 of 375 Date Printed: May 5, 2023 Current Update: October 2022 necessary barricades, guardrails, approaches, lights, signals, signs, and other devices and precautions necessary for protection of the Work and safety of the public. 1.09 BARRICADES AND LIGHTS a. All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. b. All open trenches and other excavations shall have suitable barricades, signs, and lights to provide adequate protection to the public. Obstructions, such as material piles and equipment, sha ll be provided with similar warning signs and lights. c. All barricades and obstructions sha ll be illuminated with warning lights from sunset to sunrise. Material storage and conduct of the Work on or alongside public streets and highways shall cause the minimum obstruction and inconvenience to the traveling public. d. All barricades, signs, lights, and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway rights-of-way, as required by the authority having jurisdiction thereover. 1.10 FENCES a. All existing fences affected by the Work shall be maintained by Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. b. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. 1.11 PROTECTION OF PUBLIC AND PRIVATE PROPERTY a. Contractor shall protect, shore, brace, support, and maintain al l underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by its construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. b. No trees shall be removed outside the permanent easement, except where au thorized by the Engineer or Consulting Engineer. Whenever practicable, Contractor shall tunnel beneath trees in yards and parking lots when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations. AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL Document Version: 1.0 Page 144 of 375 Date Printed: May 5, 2023 Current Update: October 2022 c. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work Site or any part of it, whether by Contractor or its Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. d. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. 1.12 DAMAGE TO EXISTING PROPERTY a. Contractor will be held responsible for any damage to existing structures, Work, materials, or equipment because of its operations and shall repair or replace any damaged structures, Work, materials, or equipment to the satisfaction of, and at no additional cost to, Agency. b. Contractor shall protect all existing structures and property from damage and shall provide bracing, shoring, or other work necessary for such protection. c. Contractor sha ll be responsible for all damage to streets, roads, curbs, sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property, which may be caused by transporting equipment, materials, or workers to or from the Work Site. Contractor shall make satisfactory and acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair or replacement. 1.13 TREE AND PLANT PROTECTION a. All trees and other vegetation which must be removed to perform the Work shall be removed and disposed of by Contractor; however, no trees or cultured plants shall be unnecessarily removed unless their removal is indicated on the Drawings. All trees and plants not removed shall be protected against injury from construction operations. b. Trees considered by Engineer to have any significant effect on construction operations are indicated on the Drawings and those which are to be preserved are so indicated. c. Contractor shall take extra measures to protect trees designated to be preserved, such as erecting barricades, trimming to prevent damage from construction equipment, and installing pipe and other Work by means of hand excavation or tunneling methods. Such trees shall not be endangered by stockpiling excavated material or storing eq uipment against their trunks. d. When injuring or removal of trees designated to be preserved cannot be avoided, or when removal and replacement is indicated on the Drawings, each tree injured beyond repair or removed shall be replaced with a similar tree of the nearest size possible. AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL Document Version: 1.0 Page 145 of 375 Date Printed: May 5, 2023 Current Update: October 2022 e. All trimming, repair, and replacement of trees and plants shall be performed by qualified nursery workers or horticulturists. 1.14 SECURITY a. Contractor sha ll be responsible for protection of the Site, and all Work, materials, equipment, and existing facilities thereon, against vanda ls and other unauthorized persons. b. No claim sha ll be made against Agency by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Agency's property resulting from Contractor's failure to provide security measures as specified. c. Security measures shall be at least equal to those usually provided by Agency's to protect Agency's existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, watchman services, and other measures as required to protect the Site. 1.15 ACCeSS ROADS a. Contractor shall establish anel maintain temporary access roaels to ¥ario1,1s parts of the Site as reei1,1ire€l to complete the Project. S1,1ch roads shall be a¥ailable for the 1,1se of all others performing work or f1,1rnishing services in connection with the Project. 1.16 PARKING a. Contractor shall provide and maintain suitable parking areas for the use of all workers and others performing Work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Agency's operations, or construction activities. 1.17 NOISE CONTROL a. Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound- muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. b. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct its operations to avoid unnecessary noise which might interfere with the activities of building occupants. 1.18 DUST CONTROL a. Contractor shal l take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL Document Version: 1.0 Page 146 of 375 Date Printed: May 5, 2023 Current Update: October 2022 b. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. 1.19 TEMPORARY DRAINAGE PROVISIONS a. Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the Site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the Site, and adjacent property. b. Existing drainage channels and conduits shall be cleaned, enlarged, or supp lemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property {except in natural channels), to protect Agency's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. 1.20 EROSION CONTROL a. Contractor shall prevent erosion of soil on the Site and adjacent property resulting from its construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. b. Work shall be scheduled to expose areas subject to erosion for the shortest possible time, and natural vegetation shall be preserved to the greatest extent practicable. Temporary storage and construction buildings shall be located, and construction traffic routed, to minimize erosion. Temporary fast-growing vegetation or other suitable ground cover shall be provided as necessary to control runoff. 1.21 POLLUTION CONTROL a. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris, and other substances resulting from construction activities. No sanitary wastes shall be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris, or other substance shall be permitted to enter sanitary sewers, and reasonable measures shall be taken to prevent such materials from entering any drain or watercourse. 1.22 PeST co~nROL 1.23 RODENT CONTROL PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL Document Version: 1.0 Page 147 of 375 Date Printed: May 5, 2023 Current Update: October 2022 AGENCY TECHNICAL SPECIFICATION S/ PROJECT MANUAL AGENCY TECHNICAL SPECIFICATIONS/ PROJECT MANUAL Document Version: 1.0 Page 148 of 375 Date Printed: May 5, 2023 Current Update: October 2022 Project Manual I City of Carlsbad Senior Center Roofing January 16 2023 domusstudio architecture 2800 Third Avenue San Diego, California 92103 619.692.9393 domusstudio.com PROJECT MANUAL TABLE OF CONTENTS DIVISION 0 Not Used DIVISION 1 01 11 00 012300 01 25 00 012600 01 31 00 01 31 19 01 32 00 01 33 00 01 33 01 014000 014500 01 73 29 01 74 00 01 74 19 017700 017839 DIVISION 2 02 00 01 02 41 19 DIVISION 3 Not Used DIVISION 4 Not Used DIVISION 5 Not Used DIVISION 6 Not Used DIVISION 7 07 01 50 07 41 13 07 54 16 07 62 00 07 92 00 DIVISION 8 08 62 00 DIVISION 9 09 91 00 DIVISION 10 Not Used DIVISION 11 11 24 29 DIVISION 12 Not Used DIVISION 13 Not Used DIVISION 14 Not Used DIVISION 21 Not Used DIVISION 22 22 04 00 DIVISION 23 TITLE GENERAL REQUIREMENTS Summary of the Work Alternates Products and Substitutions Contract Modifications Project Coordination Project Meetings Schedules, Reports and Payments Shop Drawings, Product Data and Samples Submittal Schedule Definitions & Standards Quality Control Services Cutting and Patching Cleaning Construction and Demolition Waste Management Project Closeout Record documents EXISTING CONDITIONS General Demolition, Alterations and Salvaging Selective Demolition CONCRETE MASONRY METALS WOOD, PLASTICS AND COMPOSITES THERMAL AND MOISTURE PROTECTION Preparation for Re-Roofing Metal Roof Panels, Standing Seam Ketone Ethylene Ester (KEE) Roofing Sheet Metal Flashing and Trim Joint Sealers OPENINGS Prefabricated Skylights FINISHES Painting SPECIAL TIES EQUIPMENT Facility Fall Protection FURNISHINGS SPECIAL CONSTRUCTION CONVEYING SYSTEMS FIRE PREVENTION PLUMBING Plumbing HEATING, VENTILATING, AND AIR CONDITIONING 23 00 00 23 30 00 DIVISION 25 Not Used DIVISION 26 26 05 00 26 05 19 26 05 33 26 05 44 26 05 53 26 27 26 26 28 13 26 28 16 DIVISION 27 Not Used DIVISION 28 Not Used DIVISION 31 Not Used DIVISION 32 Not Used DIVISION 33 Not Used Mechanical General Heating, Ventilating, Air Conditioning INTEGRATED AUTOMATION ELECTRICAL Common Work Results for Electrical Low-Voltage Electrical Power Conductors and Cabling Raceways and Boxes for Electrical Systems Sleeves and Sleeve Seals for Electrical Raceways and Cabling Identification for Electrical Systems Wiring Devices Fuses Enclosed Switches and Circuit Breakers COMMUNICATIONS ELECTRONIC SAFETY AND SECURITY EARTHWORK EXTERIOR IMPROVEMENTS UTILITIES 2 SECTION 01 11 00 • SUMMARY OF THE WOR~ 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 Narrative 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 following: Removal of the existing low slope roofing and replacement with new singly-ply membrane roofing. Removal of the existing tile roofing, battens, and underlayment, and replacement with a new standing seam metal roofing system with compatible underlayment. Repair of any damaged or deteriorated substrate. Resloping of low slope roof areas as required to eliminate ponding. Removal and replacement of existing, identified mechanical equipment with new mechanical equipment. All work shall be in accordance with drawings and specifications prepared by domusstudio architecture. 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 site/facility operation. 1.1.4.1.1 Keep driveways and entrances serving the premises clear and available at all times. Do not use for parking or storage of materials. Coordinate with owner for staging location in parking area. 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 buildings and site/facility operations and functions. 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 "2019 California Building Code (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, CAUOSHA, 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 0111 00-1 SECTION 01 23 00 ·ALTERNATES 1.1 1.2 DESCRIPTION OF REQUIREMENTS: 1.1.1 Definition: An alternate is an amount proposed by Bidders and stated on the Bid Form that will be added to or deducted from Base Bid amount if the Owner decides to accept a corresponding change in either scope of work or in products, materials, equipment, systems or installation methods described in Contract Documents. 1.1.2 Coordination: Coordinate related work and modify or adjust adjacent work as required to ensure that work affected by each accepted alternate is complete and fully integrated into the project. 1.1.3 Notification: Immediately following award of Contract, prepare and distribute to each party involved. notification of the status of each alternate. Indicate whether alternates have been accepted, rejected or deferred for consideration at a later date. Include a complete description of negotiated modifications to alternates, if any. 1.1.4 Schedule: A "Schedule of Alternates" is included at the end of this section. Specification sections referenced in the Schedule contain requirements for materials and methods necessary to achieve the work described under each alternate. Include as a part of each alternate, miscellaneous devices, appurtenances and similar items incidental to or required for a complete installation whether or not mentioned as part of the alternate. SCHEDULE OF ALTERNATES: Reductive Alternate: Provide reductive alternates for scopes identified in Mechanical Drawings. END OF SECTION 01 23 00 01 23 00-1 SECTION 01 25 00 -PRODUCTS AND SUBSTITUTIONS PART 1 -PROCEDURAL REQUIREMENTS 1.1 1.2 1.3 GENERAL LIMITATIONS: Where possible, provide entire required quantity of each generic product, material or equipment from a single source; and, where not possible to do so, match separate procurement as closely as possible. To extent selection process is under Contractor's control, provide compatible products, material and equipment. Where available and complying with requirements, provide standard products which have been used previously and successfully in similar applications, and which are recommended by manufacturers for applications indicated. PRODUCT SELECTION LIMITATIONS: 1.2.1 Product Selections: Comply with the following for selection of products, materials and equipment: 1.2.1.1 Single Product Named: Provide only that product, unless determined to be unavailable, non-compatible with the work, or non-complying with requirements or governing regulations. 1.2.1.2 Two or More Products Named: Selection from named products is Contractor's option, provided selection complies with requirements. 1.2.1.3 "Or Equal" Clause: Provide named product which complies with requirements, or comply with requirements for gaining approval on "substitution" to select and use an unnamed product. 1.2.1.4 "Or Prior Approved Equal" Clause: Provide named product which was prior approved as a substitution through proper process at time of bid as described in this section 1.3.1.3 as identified in Addenda. 1.2.2 Compliance with Standards: Selection of product which complies with requirements, including applicable standards, is Contractor's option where no product names are indicated. 1.2.3 Performance Requirements: Selection of product which has been tested to show compliance with requirements, including indicated performances, is Contractor's option where no product names are indicated. 1.2.4 Prescriptive Requirements: Selection of product which has been certified by manufacturer to comply with requirements, including prescriptive requirements, is Contractor's option where no product names are indicated. 1.2.5 Visual Requirements: Where indicated to be selected from manufacturer's standard options, selection is Architect's option, subsequent to determination or selection of manufacturer (Contractor' option). Where indicated to be selected from among standard options available within industry, selection is Architect's/Engineer's option prior to determination or selection of manufacturer. 1.2.6 Nameplates: Where indicated or needed for operation and maintenance, provide permanent nameplates on equipment, located in inconspicuous but accessible places, and containing suitable information and operational data. Otherwise, do not allow manufacturer's trademarks or similar labels or nameplates to be placed on products in locations where exposed to view after installation. SUBSTITUTIONS: 1.3.1 Conditions: All proposals shall be considered only when submitted in strict compliance with Drawings and Specifications. Except where expressly provided for in Specifications and defined in Supplementary Instruction to bidders, request for substitutions will not be considered. If Contractor determines that systems or products, to his knowledge and experience, will provide same function, design and value as those materials and methods specified herein, he may submit, with his proposal for work, on the attached Substitution Request Form staling difference in cost and reason(s) for such a proposal. Each attachment shall be reviewed by Owner and Architect prior to execution of work. In any case, requests for substitutions will not be considered after award of Contract unless for cost savings or unavailability. All proposals for substitutions shall comply with the following: 1.3.1.1 Substitutions shall, without exception, be manufactured of same basic materials, and comply with or exceed all specification requirements of dimension, function, structure and appearance, without deviation. 1.3.1.2 Use of approved substitutions shall in no way relieve Contractor from responsibility for compliance, after installation. It shall be incumbent upon Contractor using approved substitutions to assume all ex1ra costs caused by use of approved substitute materials, where affecting other work or trades. Under no circumstances shall Owner or Architect be required to pay for material or labor as a result of substitutions granted General Contractor. 1.3.1 .3 Submittal of proposed substitutions under the "prior approved equal" clause shall be made Q!Jb'. by the General Contractor (Prime Bidder). The Architect will not entertain direct submittals by manufacturers, suppliers or subcontractors. The ArchitecUEngineer will consider written request(s) by a Prime Bidder only, for substitutions(s) which is/are considered equivalent to the item(s) specified. The written request will be considered only if it is received at least 12 (twelve) consecutive calendar days prior to the current established bid due date. The prime bidder shall furnish at his own expense and on their own letterhead the necessary data per the substitution request form to substantiate and validate that the physical, chemical and operational qualities of each substitute item is such that this item will fulfill its required function. The substitution if approved, will be authorized by a written addendum under "prior approved" items to the contract documents and made available to all prime bidders. 1.3.1.4 Substitutions for the specified product, brand or manufacturer that have been submitted for this project and disapproved by the Architect shall not be re-submitted in any modified form for this particular project, and the 01 25 00-1 1.4 1.5 1.6 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 ArchitecVEngineer for redesign, investigation, evaluation and other necessary services, and similar considerations. 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. 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. 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. 01 25 00·2 SUBSTITUTION REQUEST FORM DATE: TO: PROJECT: SPECIFIED ITEM: Section Page Paragraph Description The undersigned requests consideration of the following: PROPOSED SUBSTITUTION: PROPOSED MANUFACTURER: REASON FOR SUBSTITUTION: Attached data includes product description, specification information, drawings, photographs, performance and test data for evaluation of request applicable portions of the data are clearly identified. Attached data also includes description of changes to the Contract Documents which proposed substitution requires for its proper installation. The undersigned states that the following paragraphs, unless modified on attachments, are correct: 1. The proposed substitution will not affect dimensions shown on the Drawings. 2. The undersigned will pay for changes to building design, including engineering design, detailing and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other trades, the construction schedule, or the specified warranty/guarantee requirements. 4. Maintenance and service parts will be locally available for the proposed substitution. The undersigned further states that the function, appearance and quality of the Proposed Substitution are equivalent or superior to the Specified Item. The difference in cost shall reflect a savings/increase (circle one) to the Owner$ ____ _ Submitted By: Signature: ______________ _ Firm: ________________ _ Address: _______________ _ Date: _______________ _ Telephone: _____________ _ Reviewed for General Contractor by: END OF SECTION 01 25 00 Accepted Accepted as Noted Rejected Received too Late By: Date: Remarks: ___________ _ 01 25 00-3 SECTION 01 26 00 -CONTRACT MODIFICATIONS PART 1 -GENERAL: 1.1 1.2 1.3 Sections Include: 1.1.1 Change Procedures. 1.1.2 Request for Information Procedures Related Documents or Sections: 1.2.1 Document -Contract 1.2.2 Document -General Conditions 1.2.3 Section 01 33 00 -Submittals 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 Owner 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. 1.3.7 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. Change Order Request /COR): 1.3. 7 .1 Contractor may submit a COR to the Owner 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, per the Greenbook (current edition) Sections 2-8, 2-9, and 2-10, 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, per the Greenbook (current edition) Sections 2-8, 2-9, and 2-10, 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. 1.3.8 Field Change Order /FCO): Field Change Order will be issued by the Owner in accordance with procedures established in the Greenbook (current edition) Sections 2-8, 2-9, and 2-10. 1.3.9 Change Order /CO): Change Orders will be issued by the Owner or Contractor in accordance with procedures established in the Greenbook (current edition) Sections 2-8, 2-9, and 2-10. 1.3.1 O Construction Change Directives (CCD): Construction Change Directives (CCD) will be issued by the Owner in accordance with procedures established in the Greenbook (current edition) Sections 2-8, 2-9, and 2-10. 01 26 00-1 1.4 1.5 1.3.11 Architect will provide a single copy of all documents issued under this Article for transmission to Contractor. Contractor shall prepare copies as required for distribution to subcontractors. suppliers and others at no cost to Owner. Payment For Contract Modifications: 1.4.1 The Contractor shall compensate the Owner, by Owner-Contractor Contract adjustment, for the Architect reasonable costs to modify Contract Documents required by work not performed in accordance with approved Contract Documents. Request For Information: 1.5.1 The Architect will respond to legitimate and bonafide Requests for Information (RFI) initiated by Contractor. 1.5.2 Submit all RFl's on the attached form OR Contractors standard form. Contractor shall sequentially number the issued documents and maintain a RFI log on site indicating summary, date issued, date information required, and date information received. Use of Contractors form will not be accepted. RF l's submitted by subcontractors or supplier will not be reviewed. 1.5.3 The Contractor shall compensate the Architect, by Owner-Contractor Contract adjustment, for the Architects reasonable costs to respond to RFl's if the Architect determines: 1.5.3.1 The RFI does not reflect careful study and review of the documents, or; 1.5.3.2 Demonstrates a lack of knowledge or construction competency reasonably expected of a Contractor performing the work. 1.5.4 The Architect's action will be taken with such reasonable promptness (generally within 10 working days) while allowing sufficient lime in the Architect's professional judgment to permit adequate review. 1.5.5 RFl's received in Architects office after 9:00 AM Friday will be logged in as received by Architect on Monday, 8:00 AM. This applies to all forms of communication, including RFl's arriving via FAX transmission. PART 2 -PRODUCTS: Not Used PART 3 -EXECUTION: Not used 01 26 00-2 CONTRACTORS REQUEST FOR INFORMATION From: To: Disciplines Impacted: [] Structural [] Civil [] Mechanical [] Landscape RFI# _____ _ domusstudio Project# ____ Date:. ___ _ domusstudio Project: _________ _ [] Electrical [] Kitchen [] Architectural [] Reference: Drawing(s) ______ _ Spec Section(s) ___ _ Other ______ _ Please clarify or provide the following information: Possible Cost Impact [] Increase [] Decrease Possible Time Impact [] Increase [] Decrease This information is required as soon as possible, but no later than. ____________ _ [] No Change [] Unknown [] No Change [] Unknown [] PRIORITY ATTENTION REQUIRED Copies to: ________________ _ Contractors Representative Architects Response: Date: ___ _ Copies to: ____________ _ domusstudio architecture Representative END OF SECTION 01 26 00 01 26 00-3 SECTION 01 31 00 · PROJECT COORDINATION 1.1 ADMINISTRATION AND SUPERVISION: 1.1 .1 1.1.2 Coordination: 1.1.1.1 The Contractor shall consult the contract documents, the field layouts of the various trades, their shop drawings and applicable manufacturer's brochures and instructions, and the Contractor shall coordinate all phases of the work described and affected by these documents. The Contractor shall be responsible for the accurate location and layout of all chases, pipe sleeves and openings in the construction required to accommodate the work of all the trades, and with work by separate contractors (if any) and by Owner. 1.1.1.2 Divisions of the Specifications: 1.1.1.2.1 These specifications are divided for convenience into sections as set forth in the index of the specifications. 1.1.1.2.2 Schedules of work included in these sections are given for convenience and shall not be considered as a comprehensive list of items necessary to complete the work of any section. 1.1.1.2.3 Where devices or items, or parts thereof are referred to in the singular, it is intended that such reference shall apply to as many such devices, items or parts as are required to properly complete the work. 1.1.1.2.4 Where the specifications are divided into two or more sections, the Contractor shall coordinate the work covered in each section with the work of other sections. The necessary information and the items, accessories, anchors, connections, patterns, templates, etc., shall be delivered when required, in order to prevent any delay in the progress and completion of the work. 1.1.1.2.5 Items or parts of work specified shall constitute a responsibility of the Contractor, regardless of where they are located in the specifications. The Architect will not make decisions on jurisdiction or responsibilities of subcontractors. 1.1.1.3 Errors and Omissions: Should there be omissions or discrepancies found to exist between the drawings and specifications or any parts of either, or should language of any part of the contract prove to be ambiguous or doubtful, the Contractor shall notify the Architect, who will decide as to the true intent and meaning. Should the Contractor fail to give such notification in writing and proceed with the work so affected without receiving proper instructions from the Architect, he shall do so at his own risk, and he shall remove and replace the work so as to be in compliance with the Architect's instructions. The costs of replacing said work and of any damages or defects which result shall be paid by the Contractor. 1.1.1.4 Oral Modifications: It shall be distinctly understood that no oral statement of any person shall be allowed in any manner to modify any of the contract provisions. Changes shall be made only on written authorization of the Architect except in an emergency endangering life or property. 1.1.1.5 Transmittal: Any notice from one party to the other under the contract shall be in writing, and shall be dated and signed by the party giving such notice, or by duly authorized representative of such party. Preparation for Installation: 1.1.2.1 Installer Inspections: Require installer of each major unit of work to inspect substrate and conditions for installation, and to report (in writing) unsatisfactory conditions. Subcontractor's should notify Contractor in writing of unacceptable substrate conditions to correct unsatisfactory conditions before proceeding. Inspect each product immediately before installation. Once a contractor or subcontractor proceeds or installs over defective or nonsuitable substrate conditions it is now the responsibility of the Contractor and latest trade subcontractor involved to correct all work. Do not install and/or install over damaged or defective products, materials or equipment. 1.1.2 .2 Pre-Installation Conference: Prior to starting installation of each major component of the work, hold a pre- installation conference, attended by each entity involved or affected by planned installation. Include technical representatives of product manufacturers and others recognized as expert or otherwise capable of influencing success of the installation. 1.1.3.2.1 The Contractor to provide 7-day notification of the date and time of each meeting to the Owner's representative and the Architect so they can attend if they desire. In any event, the Contractor shall document minutes of the meetings and provide copies to the Owner's representative and the Architect 1.1.3.2.2 Review significant aspects of requirements for the work. Record discussion and distribute as plan of action. 1.1.2.3 Installation General: 1.1.3.3.1 Comply with manufacturer's instructions and recommendations to extent printed information is more detailed or stringent than requirements contained directly in contract documents. 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. 01 31 00-1 1.1.3 1.1.2.3.3 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. 1.1.2.3.4 Mount individual units of work at industry-recognized mounting heights, if not otherwise indicated; refer uncertainties to ArchitecVEngineer before proceeding. 1.1.2.3.5 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. 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. END OF SECTION 01 31 00 01 31 00-2 SECTION 01 31 '19 -PROJECT MEETINGS PART 1 -GENERAL 1.1 1.2 1.3 RELATED DOCUMENTS AND DESCRIPTION OF WORK The work includes scheduling and administering project progress meetings as specified herein. The Conditions of the Contract and other sections of Division 1 apply to this section as fully as if repeated herein. GENERAL REQUIREMENTS: 1.2.1 City will schedule and administer progress meetings, prepare agendas, and make arrangements for meetings. City will make advance notices of regular and special meetings at least four working days prior to meeting. 1.2.2 The Architect and Owner will attend meetings to ascertain that the project is expedited consistent with construction schedule and with Contract Documents. The Architect will record minutes including all significant proceeding and decisions and will distribute copies to all participants no later than four working days after the meeting. Unless advised expeditiously in writing otherwise the Contractor and the team members will assume that the minutes accurately record the events discussed and agreements reached at the meeting. PRE-CONSTRUCTION MEETING: 1.3.1 1.3.2 City will schedule the meeting prior to Notice to Proceed. Attendance: Owner, Architect and his Consultants, Contractor, major subcontractors of the Contractor. PART 2 -PRODUCTS (Not applicable) PART 3 -EXECUTION (Not applicable) END OF SECTION 01 31 19 01 31 19-1 SECTION 01 32 00 -SCHEDULES, REPORTS and PAYMENTS PART 1 -GENERAL 1.1 1.2 1.3 1.4 PROGRESS SCHEDULE AND REPORTS: 1.1 .1 General: Within 5 days of date established for notice to proceed, submit a comprehensive progress schedule per the Greenbook (current edition) Section 6-1 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. 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. 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 0111 00. 1.3.5 The sum of all values listed in the schedule shall equal the total Contract sum. PAYMENT REQUESTS: 1.4.1 Submit payment requests per the Greenbook (current edition) Section 7-3. PART 2 -MATERIAL ((Not applicable) PART 3 -EXECUTION (Not applicable) END OF SECTION 01 32 00 01 32 00-1 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: 3.3 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. 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, 01 33 00-1 5.2 5.3 carriage prepaid if applicable. 5.1.2 Drawings shall show all information required by the applicable Technical Section and shall be in sufficient detail as may be required to show that fabricated materials. equipment or systems. and the positions thereof conform to the Contract Documents. 5.1.3 Shop drawings shall establish the actual detail of all fabricated items, indicate proper relation of adjoining work, amplify design details of mechanical and electrical equipment in proper relation to physical spaces in the structure, and incorporate minor changes of design or construction to suit actual conditions. Shop drawings shall be drawn to scale and shall be completely dimensioned. 5.1.4 Composite Shop Drawings and Field Layouts: Prepare and submit composite Shop Drawings and field layouts as required to solve tight field conditions and when required to coordinate the Work of several trades. Include dimensioned plans, elevations, sections, and details and give complete information particularly as to kinds and types of materials and equipment, size and location of sleeves, inserts, attachments, chases, openings, conduits, ducts, boxes, and structural interferences. Coordinate these composite Shop Drawings and field layouts in the field for proper relationship to Work of applicable trades based on field conditions. Contractor shall have competent personnel readily available for coordinating, checking, and supervision of field layouts. The procedures for submittals and resubmittals, and final distribution shall be as specified for Shop Drawings. 5.1.5 Prepare shop drawings on sheet of same size as project drawings or on 8-1/2" x 11" documenVfiles. 5.1 .6 Each shop drawing shall have a title block containing the following information: 5.1.6.1 Name and location of the project. 5.1.6.2 Name and address of the Contractor. 5.1.6.3 Name and address of the subcontractor, manufacturer, supplier or distributor as applicable. 5.1.6.4 Name and address of Owner. 5.1.6.5 Date. scale of drawings and identification number. 5.1.6.6 Space for the Contractor's review and approval stamp. 5.1.7 Grouping of Submittals Unless otherwise specifically permitted by the Architect, make all submittals in groups containing all associated items. Architect may reject partial submittals as not complying with the provisions of the contract documents. 5.1.8 Submit one electronic file set of each shop drawing only for Architect's action. Architect will distribute as required for Consultant review/comment. 5.1 .9 The Architect will review and take action on shop drawings within ten working days of the Contractor's submission. All actions will be by the Architect in writing. PRODUCT DATA: The terms "product data" as used herein includes manufacturer's standard drawings, certificates of conformance, substantiating calculations and other data as defined in Clause 3.12.2 of the General Conditions. 5.2.1 The data shall include all information required by the applicable technical section and shall be in sufficient detail to show that manufactured materi~ls and equipment conform to the Contract Documents. 5.2.2 Catalog Cuts: Clearly mark each copy to indicate the product or model as well as all optional sizes, finishes or other features proposed for use. Delete all inapplicable data. 5.2.3 Submittal Preparation: Submit one electronic file set of each product data for Architect's action. Architect will distribute as required for Consultant review/comment. Group product data with labeled cover sheets with an index listing the contents. Undocumented product data submittals will be returned without review. 5.2.4 The Architect will review and take action on product data within ten working days of the Contractor's submission. All actions will be by the Architect in writing. ARCHITECT'S ACTION: The Architect will review the submittals with reasonable promptness (generally ten working days) and will affix the Architect's initials or signature as follows: 5.3.1 Submittals stamped "REVIEWED" require no further action and fabrication and/or construction may proceed. The Architect will stamp and return to the Contractor, the transparency and one copy of shop drawings and one marked copy and four unmarked copies of brochures, schedules, materials lists, and other product data, except where required otherwise. 5.3.2 Submittals stamped "FURNISH AS CORRECTED" require no further action and fabrication and/or construction may proceed contingent upon all corrections being made as noted. Quantities returned to be as specified in paragraph 5.3.1. 5.3.3 Submittals stamped "REJECTED" or "REVISE AND RESUBMIT" or "SUBMIT SPECIFIED ITEM" require the Contractor to 01 33 00-2 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 01 33 00-3 SECTION 01 33 01 -SUBMITTAL REQUIREMENTS SCHEDULE 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 -SUBMITTAL SCHEDULE 01 74 19 C&D Waste Management Plan, C&D Waste Management Summary Reports 01 78 39 Record Drawings, Record Specifications 02 41 19 Dust Control, Noise Control 07 41 13 Product Data, Test Reports, Shop Drawings, Details, Design, Samples, Qualifications, Certificates, Test Reports, Quality Control Reports, Warranties, Maintenance Data, 07 54 16 Product Data, Test Reports, Shop Drawings, Samples, Certificates, Qualifications, Test reports, Warranties, Maintenance Data 07 62 00 Product Data, Shop Drawings, Samples, Certificates, Warranties 07 92 00 Product Data, Samples, Certificates 11 24 29 Product Data, Shop Drawings, Samples, Qualification Data, Test Reports, Operation and Maintenance Data END OF SECTION 01 33 01 01 32 00-1 SECTION 0140_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 Contract. General Requirements: The provisions of Division 1 sections, General Requirements, apply to the entire work of the 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 ArchitecUEngineer", unless otherwise indicated. 1.1.4 Reviewed/Approved by ArchitecUEnqineer: In no case releases Contractor from responsibility to fulfill requirements of contract documents. ArchitecVEngineer 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. 1.1.1 O Salvage: to remove or de construct 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 ArchitecUEngineer 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 ArchitecVEngineer 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 ArchitecVEngineer. 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 ArchitecUEngineer 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 01 40 00-1 SECTION 01 45 00 - QUALITY CONTROL SERVICES PART 1 -GENERAL 1.1 1.2 1.3 1.4 1.5 1.6 RELATED DOCUMENTS & DESCRIPTION OF WORK: The work includes testing laboratory services and inspections required during the course of construction, as specified herein and in other sections of this specification. The Conditions of the Contract and the other sections of Division 1 apply to this section as fully as if repeated herein. TESTING LABORATORY: 1.2.1 Required testing and inspections will be performed by an independent testing laboratory selected by the Owner. 1.2.2 Testing and inspection services which are performed shall be in accordance with requirements of the "California Building Code, 2019 (CBC)" and as specified herein. Testing and inspection services shall verify that work meets the requirements of the Contract Documents. 1.2.3 Test reports shall be performed by a registered deputy inspector and signed by a Registered Civil Engineer licensed in the State of California. PAYMENTS: 1.3.1 Costs of initial testing and inspection, except as specifically modified hereinafter, or specified otherwise in technical sections, will be paid for by the Owner, providing such testing and inspection indicates compliance with Contract Documents. Initial tests and inspections are defined as the first tests and inspections as hereinafter specified. 1.3.2 In the event a test or inspection indicates failure of a material or procedure to meet requirements of Contract Documents, costs for retesting and reinspection will be paid by the Owner and backcharged to the Contractor. 1.3.3 Additional tests and inspections not herein specified but requested by Owner or Architect, will be paid for by Owner, unless results of such tests and inspections are found to be not in compliance with Contract Documents, in which case the Owner will pay all costs for initial testing as well as retesting and reinspection and backcharge the Contractor. 1.3.4 Costs for additional tests or inspections required because of change in materials being provided or change of source or supply shall be paid by Contractor direct to testing laboratory. 1.3.5 Costs for work which is required to correct deficiencies shall be borne by the Contractor. 1.3.6 Cost of testing which is required solely for the convenience of Contractor in his scheduling and performance of work shall be borne by the Contractor. 1.3.7 Testing laboratory will separate and identify on the invoices, the costs covering all testing and inspections which are to be backcharged to the Contractor as specified above. 1.3.8 Testing laboratory will furnish to Owner a cost estimate breakdown covering initial tests and inspections required by Contract Documents. Estimate will include number of tests, man-hours required for tests, field and plant inspections, travel time, and costs. TEST AND INSPECTION REPORTS: 1.4.1 Testing laboratory will certify in writing that all work specified or required to be tested and inspected conforms to or does not conform to drawings, specifications and applicable building codes. 1.4.2 The testing laboratory will make the following distribution of all test and inspection reports: Architect: 2 Structural Engineer: 1 Contractor: 1 Owner: 1 Governing Building Dept.: 1 REPORTING TEST FAILURES: Immediately upon testing laboratory determination of a test failure, the laboratory will telephone the results of test to Architect. On the same day, laboratory will send written test results to those named on above distribution list. AVAILABILITY OF SAMPLES: 1.6.1 Contractor shall make materials required for testing available to laboratory and assist in acquiring these materials as directed by Architect. The samples shall be taken under the immediate direction and supervision of the testing laboratory. 1.6.2 If work which is required to be tested or inspected is covered up without prior notice or approval, such work, may be uncovered at the discretion of Architect. 01 45 00-1 1.7 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. 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 01 45 00-2 SECTION 01 73 29 -CUTTING AND PATCHING PART 1 -GENERAL 1.1 1.2 1.3 1.4 1.5 Definition: "Cut!iing and patching" includes cutting into existing construction to provide for the installation or performance of other work and subsequent fitting and patching required to restore surfaces to their original condition. Refer to other sections of these specifications for specific cutting and patching requirements and limitations applicable to individual units of work. Structural Work: Submit proposal and request and obtain Architect's/Engineer's approval before proceeding with cut and patch of any structural work. Do not cut and patch structural work in a manner resulting in a reduction of load-carrying capacity or load/deflection ratio. Visual/Quality Limitations: Submit proposal and request and obtain Architects/Engineers approval before proceeding with cut and patch of work. Do not cut and patch work exposed to view (exterior and interior) in a manner resulting in noticeable reduction of aesthetic qualities and similar qualities, as judged by Architect/Engineer. 1.4.1 Engage the original Installer/Fabricator, or (if not available) an acceptable eguivalent entity, to cut and patch the exposed work. Limitation on Approvals: Architect's/Engineer's approval to proceed with cutting and patching does not waive right to later require removal/replacement of work found to be cut and patched in an unsatisfactory manner, as judged by Architect/Engineer. PART 2 -MATERIALS: 2.1 General: Use materials for cutting and patching that are identical to existing materials. If identical materials are not available, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. Use materials for cutting and patching that will result in equal or better performance characteristics. Repaint enough of existing surface to allow unnoticeable transition or locate logical terminating point as directed by Architect. PART 3 -EXECUTION: 3.1 3.2 3.3 Inspection: Before cutting, examine surfaces to be cut and patched and conditions under which the work is to be performed. If unsafe or otherwise unsatisfactory conditions are encountered, take corrective action before proceeding with the work. Temporary Support: To prevent fa ilure, provide temporary support of work to be cut. Protection: Protect other work during cutting and patching to prevent damage. Provide protection from adverse weather conditions for that part of the project that may be exposed during cutting and patching operations. 3.3.1 Avoid interruption of free passage to adjoining areas. 3.4 Cutting: Cut the work using methods that are least likely to damage work to be retained or adjoining work. Where possible review proposed procedures with the original installer; comply with original installer's recommendations. 3.4.1 Where cutting is required, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut through concrete and masonry using a cutting machine such as a carborundum saw or core drill. Cut holes and slots neatly to size required with minimum disturbance of adjacent work. To avoid marring existing finished surfaces, cut and drill from the exposed or finished side into concealed surfaces. Temporarily cover openings when not in use. 3.5 Patching: Patch with seams which are durable and as invisible as possible. Comply with specified tolerances for the work. 3.5.1 Restore exposed finishes of patched areas and where necessary extend finish restoration into retained adjoining work in a manner which will eliminate evidence of patching and refinishing. END OF SECTION 01 73 29 01 73 29-1 SECTION 01 74 00 -CLEANING PART 1 -GENERAL 1.1 1.2 1.3 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. 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 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. 1.2.3 Location of dump for trash and debris and length of haul is the Contractor's responsibility. 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 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 01 74 00-1 SECTION 01 74 19 -CONSTRUCTION AND DEMOLITION WASTE MANAGEMEMT PART 1 -GENERAL 1.1 1.2 1.3 SUMMARY: 1.1.1 This section specifies diversion of Construction and Demolition (C&D) waste from the landfill. 1.1.1.1 Waste Management Goals: a minimum of 65% of the total project waste should be diverted from landfill, in order of preference 1) weight, 2) volume, whichever is most feasible to measure. 1.1.1.2 Provide contract documents, including a waste management plan, to show evidence of recycling, and reuse of recovered materials. 1.1.1.3 Inform Owner and architect where Construction and Demolition (C&D) Waste Management requirements could detrimentally impact C&D schedule. 1.1.1.4 Provide separate itemization of cost related to C&D Waste Management. 1.1.1.5 Effect optimum management of solid wastes via a materials management hierarchy. 1.1.1.6 The materials management hierarchy shall be: reduce, reuse, and recycle. 1.1.1. 7 Prevent environmental pollution and damage. DEFINITIONS: 1.2.1 Inert Fill - A permitted facility that accepts inert waste such as asphalt and concrete exclusively. 1.2.2 Class Ill Landfill - A landfill that accepts non-hazardous waste such as household, commercial, and industrial waste, including construction, remodeling, repair, and demolition operations. 1.2.3 Construction and Demolition Waste -Including solid wastes, such as building materials, packaging, rubbish, debris, and rubble resulting form construction, remodeling, repair, and demolition operations. 1.2.3.1 Rubbish: Including both combustible and noncombustible wastes, such as paper, boxes, glass, crockery, metal and lumber scrap, tin cans, and bones. 1.2.3.2 Debris: Including both combustible and noncombustible wastes, such as leaves and tree trimmings that result from construction or maintenance and repair work. 1.2.4 Weight Conversion Factor -It is the rate set forth in the standardized Weight Conversion Table for the use in estimating the volume or weight of materials identified in the Waste Management Plan. 1.2.5 Deconstruction -The process of removing existing building materials from renovation and demolition projects for the purposes of reuse, and recycling, in an efficient and safe manner possible. 1.2.6 Divert -Using material for any purpose other than disposal in a landfill. 1.2. 7 Waste Materials -Large and small pieces of listed materials which are excess to contract requirements and generally include materials to be recycled and/or recovered from existing construction and items of trimmings, cuttings, and damaged goods resulting from new installations, which can be effectively used in the Work. 1.2.8 Reuse -Using a material or product that is recovered from construction, renovation, or demolition activities. 1.2.9 Recycling -The process of collecting and preparing recyclable materials in their original form or in manufacturing processes that do not cause the destruction/contamination of recyclable materials in a manner that precludes further use. 1.2.1 O Recovery - Any process that reclaims materials, substances, energy, or other products contained within or derived from waste on-site. It includes waste-to-energy, composting, and other processes. 1.2.1 1 Sources Separation -Sorting the recovered materials into specific material types with no or a minimum amount of contamination on site. 1.2.12 Time-Based Separation -Collecting waste during each phase of construction or deconstruction which results in primarily one major type of recovered material. The material is removed before ii becomes mixed with the material from the next phase of construction. 1.2.13 Commingled or Off-site Separation -Collecting all material types into a single bin or mixed collection system and separating the waste materials into recyclable material types in an off-site facility. SUBMITTALS: 01 74 19-1 1.4 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 65% 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 I 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 1.3.2.2 1.3.2.3 1.3.2.4 1.3.2.5 1.3.2.6 1.3.2.7 Name of firm accepting the recovered materials or waste materials Specify type of facility (e.g. retail facility, recycler, processor, Class Ill landfill, MRF) Location of the facility Type of materials Net weights (or volume) of each type of material Date of delivery 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 infonnation 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. 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 0174 19-2 1.5 1.6 1.4.1.3 Commingled or Off-site Separation 1.4.1.4 Back haul of packaging 1.4.1.5 On-site sales auctions and removal 1.4.2 Waste Material management hierarchy can be viewed as: reuse on-site, recycle on-site, reuse off-site, and recycle off-site. 1.4.3 Other innovative approaches to achieve the minimum diversion rate are encouraged and should be specified and described in the C&D Waste Management Plan. QUALITY ASSURANCE: 1.5.1 Regulatory Requirements Comply with applicable requirements of the State of California, local ordinances and regulations concerning management of construction, clearing, and inert materials. 1.5.2 Disposal Site. Recyclers and Waste Materials Processors Use only facilities properly permitted by the State of California, and/or by local authorities where applicable. 1.5.3 1.5.4 Pre-C&D Waste Management Meeting 1.5.3.1 Prior to beginning work at the site, schedule and conduct a meeting to review the C&D Waste Management Plan and discuss procedures, schedules, coordination and specific requirements for waste materials recycling and disposal. Discuss coordination and interface between Contractor, sub-contractors, architect. engineers, project manager, Owner, and other C&D activities. Identify and resolve problems of compliance with requirements. Record minutes of the meeting, identifying conclusions reached and matters requiring further resolution. Maintain waste management as an agenda item at future construction meetings. 1.5.3.2 Attendees: Contractor and related contractor personnel associated with work of this section, including personnel in charge of the waste management program; C&D Quality Manager; architect; engineers; material and equipment suppliers where appropriate; and such additional Owner personnel as Owner deems appropriate. 1.5.3.3 Plan Revision: Make revisions to C&D Waste Management Plan agreed upon during the meeting and incorporate resolutions agreed to be made subsequent to the meeting. Submit revised plan to architect or the Owner personnel as Owner deems appropriate for approval. Implementation 1.5.4.1 Designate an on-site party responsible for instructing workers and implementing the C&D Waste Management Plan. 1.5.4.2 Distribute copies of C&D Waste Management Plan to job site foreman and each subcontractor. 1.5.4.3 Include waste management and recycling in worker orientation. 1.5.4.4 Provide on-site instruction on appropriate separation, handling, recycling, and recovery methods to be used by all parties at the appropriate stages of the work at the site. 1.5.4.5 Also include discussion of waste management and recycling in regular job meeting and job safety meetings conducted during the course of work at the site. 1.5.5 The Contractor will be responsible for ensuring that the appropriate governmental entities are notified of the work. 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. 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. 01 74 19-3 1.7 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 ii 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. PROJECT CONDITIONS: 1.7.1 1.7.2 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. 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 MA TE RIALS: 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 2.2.1.3 Untreated lumber 2.2.1.4 Plywood, OSB and particle board 2.2.1.5 Insulation Part 3 -EXECUTION N/A END OF SECTION 01 74 19 017419-4 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 2.2 2.3 2.4 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 Submit record documentation and maintenance manuals. 2.1.3 Complete final cleaning, and remove temporary facilities and tools. 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. 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 one set of black line prints: 2.3.2.1 Show all changes in the Work. 2.3.2.2 Make all entries within 24 hours after installing any part of the Work. Progress payments will not be certified unless this is complied with, and the Job Inspector has signed (monthly) the record set of prints. 2.3.2.3 Reproducible "Record" Drawings: Upon completion of the work and before final inspection, a completely updated record set used during construction, shall be submitted to the Architect. Architect shall select a competent draftsman to make changes on the original project files. After original drawings are corrected, one set of electronic files will be made. Record Civil documentation shall be provided separately and shall not be part of this allowance. 2.3.3 Record Specifications: Maintain a complete set of specifications for record mark-up purposes. Mark-up during course of work to show changes sufficient to form a complete record for Owner's purposes and Architect's review. Date and sign each mark-up. 2.3.4 Maintenance Manuals: Provide 3-ring vinyl-covered binders containing required maintenance manuals, properly identified and indexed. Include maintenance instructions; warranties, inspection procedures, diagrams, safety, and similar appropriate data for each system or item. 2.3.5 Extra Materials: Extra materials as required by other Sections of the Document, shall be properly packaged and labeled, then delivered to the Owner. FINAL CLEANING: Clean up as specified in section 01 74 00. END OF SECTION 01 77 00 01 77 00-1 SECTION 01 78 39 -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. B. 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. 01 78 39 -1 c. Changes made by Change Order or Construction Change Directive or Architect's Supplemental Instructions. d. Changes made following Architect's written orders e. Details not on the original Contract Drawings. f. Field records for variable and concealed conditions. g. Record information on the Work that is shown only schematically. h. Changes made by requests for information (RFl's). 3. Mark the Contract Drawings completely and accurately. Utilize personnel proficient at recording graphic information in production of marked-up record prints. 4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive or Architect's Supplemental Instructions, numbers, alternate numbers, Change Order numbers, Request for Information numbers, Submittal numbers, and similar identification, where applicable. B. Immediately before inspection for Certificate of Substantial Completion, review marked- up record prints with Project Architect. C. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location for each project. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. B. Format: Submit Record Specifications as paper copy and electronic files. 2.3 OTHER RECORD DOCUMENTS A. Maintain the following items: 1. Change Orders and Field Work Orders approved by the Client and all other modifications to the Contract Documents, for each project. 2. Submittals reviewed by the Architect, for each project. 3. Material Safety Data Sheets ("MSDS") accompanying any materials, equipment or products delivered or stored at the Site or incorporated into the Work and applicable parts of Title 24 of the California Code of Regulations. Provide for each project. 01 78 39 -2 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 01 78 39 -3 SECTION 02 00 01 DEMOLITION, ALTERATIONS and SALVAGING PART 1 -GENERAL 1.1 1.2 1.3 SCOPE OF WORK: The work includes demolition. alteration and salvage work, required by the respective Sections, generally but not limited to the following: 1.1.1 All temporary work required, including the protection of existing construction and finishes. temporary enclosures for openings in existing walls and other precautions as may be required or deemed necessary to prevent damages. 1.1.2 Cutting and patching for and after the installation of new construction, equipment, finishes and the like under the work of the Contract. 1.1.3 Salvaging and reusing or storing existing materials, equipment, fixtures, etc., where shown and as specified. 1.1.4 All required shoring, bracing, underpinning, etc. that may be required to complete the work of the Contract in a safe and workmanlike manner. DAMAGE: Should any portion of the existing site or building be damaged due to Contractor's operations, the Contractor shall report the conditions and circumstances to the Architect and all necessary repairs and replacement to such damaged work shall be made at no extra cost to the Owner. All such repairs and replacements to such damaged work shall be with new materials to match existing work in every respect to meet the approval of the Architect. FIELD MEASUREMENTS: The Contractor shall verify dimensions and conditions on the job so that all work will properly join the existing work. PART 2 -PRODUCTS (NOT APPLICABLE) PART 3 -EXECUTION 3.1 3.2 3.3 REMOVALS: 3.1.1 Existing construction and finishes shall be removed as required for the execution of the work under the contract. Such work shall be done in a manner so as to avoid damage to construction and finishes that are to remain and not be demolished. 3.1.2 Materials resulting from removal operations shall not be allowed to accumulate on the site, in the buildings or the premises, but shall be promptly removed and disposed of off site at the appropriate locations. SALVAGE: 3.2.1 Existing items of work indicated on the drawings or specified to be re-used and relocated shall be removed with extreme care and stored and protected by the Contractor until incorporated in the new work. Any damage to the items caused by demolition, storage or re-installation shall be repaired by the Contractor at no additional cost to the Owner. 3.2.2 All existing equipment scheduled to be salvaged and reused shall be in working condition upon completion of work under this contract. The Contractor shall make all repairs required to leave the equipment in working order. 3.2.3 All existing items scheduled to be removed shall be disposed of. CLEAN-UP: The Contractor shall thoroughly clean all existing surfaces in all areas where demolition or alteration work has been performed. Cleaning of surfaces shall include, but not be limited to; walls, glass, aluminum frames and trim, all painted wood and metal, landscape, irrigation, and hardscape surfaces. END OF SECTION 02 00 01 020001-1 SECTION 02 41 19 -SELECTIVE DEMOLITION PART 1 -GENERAL 1.1 1.2 1.3 1.4 1.5 1.6 SUMMARY: 1.1.1 This Section includes demolition and removal of the following: 1.1.1.1 Selected portions of a building or structure. 1.1.1.2 Repair procedures for selective demolition operations. 1.1.2 See individual Sections for demolishing, cutting, patching, or relocating items. DEFINITIONS: 1.2.1 Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. Remove and Salvage: Detach items from existing construction and submit them to the Owner ready for reuse. 1.2.2 1.2.3 Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. 1.2.4 Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. MATERIALS OWNERSHIP: 1.3.1 Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. SUBMITTALS: 1.4.1 Submit the following as per Section 01 33 00. Submittals: 1.4.1.1 Proposed Control Measures: Submit statement or drawing that indicates the measures proposed for use, proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. Include measures for the following: 1.4.1.1.1 Dust control. 1.4.1.1.2 Noise control. 1.4.2 Schedule of Selective Demolition Activities: Indicate detailed sequence of selective demolition and removal Work, with starting and ending dates for each activity, interruption of utility services, use of elevator and stairs, and locations of temporary partitions and means of egress. 1.4.3 Predemolition Photographs: Show existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by selective demolition operations. Submit before Work begins. QUALITY ASSURANCE: 1.5.1 Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. 1.5.2 Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.5.3 Standards: Comply with the latest edition of the following: 1.5.3.1 ANSI / ASSE A10.6 -American National Standards Institute/ American Society of Safety Engineers, "Safety Requirements for Demolition Operations" 1.5.3.2 NFPA 241 -National Fire Protection Association, "Standard for Safeguarding Construction, Alteration, and Demolition Operations" 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. 024119-1 1.7 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. 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 3.2 3.3 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. UTILITY SERVICES: 3.2.1 Existing Utilities: Maintain services indicated to remain and protect them against damage during selective demolition operations. 3.2.2 Do not interrupt existing utilities serving occupied or operating facilities unless authorized in writing by the Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to the Owner and the authorities having jurisdiction. 3.2.2.1 Submit at least 72 hours' notice to the Owner if shutdown of service is required during changeover. PREPARATION: 3.3.1 Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 3.3.1.1 Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from the Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. 3.3.1.2 Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 3.3.1.2.1 Protect existing site improvements, appurtenances, and landscaping to remain. 3.3.2 Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 024119-2 3.4 3.5 3.6 3.3.3 Temporary Enclosures: Provide temporary enclosures for protection of existing building and construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weather-tight enclosure for building exterior. 3.3.4 Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of construction to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. POLLUTION CONTROLS: 3.4.1 Dust Control: Use water mist or sprinkling, temporary enclosures, and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. 3.4.2 Disposal: Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3.4.2.1 Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 3.4.3 Cleaning: Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. SELECTIVE DEMOLITION: 3.5.1 General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations. 3.5.1.1 Neally cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. 3.5.1.2 Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3.5.1.3 Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame-cutting operations. 3.5.1.4 Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 3.5.2 Existing Facilities: Comply with Owner's requirements for using and protecting elevators, stairs, walkways, loading docks, building entries, and other building facilities during selective demolition operations. 3.5.3 Removed and Salvaged Items: 3.5.3.1 Clean salvaged items. 3.5.3.2 Pack or crate items after cleaning. Identify contents of containers. 3.5.3.3 Store items in a secure area until delivery to the Owner. 3.5.3.4 Transport items to the Owner's storage area designated by the Owner. 3.5.3.5 Protect items from damage during transport and storage. 3.5.4 Removed and Reinstalled Items: 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. 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. 024119-3 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. 3.7 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 bum demolished materials. 3.7.3 Disposal: Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION 02 4119 024119-4 SECTION 07 01 50 -PREPARATION FOR RE-ROOFING PART 1 -PART 1 -GENERAL 1.1 1.2 1.3 1.4 1.5 1.6 SUMMARY 1.1.1 Section Includes: 1.1.1.1 Roof replacement preparation of entire roof system. 1.1.1.2 Removal of roof membrane and base flashings .. DESCRIPTION OF WORK 1.2.1 Re-roofing preparation Work consists of the following: 1.2.1 .1 Preparation for all low slope roof areas: 1.2.1.1.1 1.2.1.1.2 1.2.1.1.3 1.2.1.1.4 MATERIALS OWNERSHIP Preparation for: Roof replacement. Existing Roof Type: Granular surfaced modified bituminous. Existing Deck Type: Wood deck. Removal of base flashings. 1.3.1 Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. DEFINITIONS 1.4.1 Roofing Terminology: Refer to ASTM D1079 "Standard Terminology Relating to Roofing and Waterproofing" and glossary in applicable edition of NRCA's "The NRCA Roofing Manual: Membrane Roof Systems" for definition of terms related to roofing work in this Section. 1.4.2 Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and reinstalled. 1.4.3 Existing to Remain: Existing items of construction that are not indicated to be removed. 1.4.4 Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. 1.4.5 Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. 1.4.6 Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. QUALITY ASSURANCE 1.5.1 Regulatory Requirements: 1.5.1.1 Comply with governing EPA notification regulations before beginning membrane roofing removal. 1.5.1.2 Comply with hauling and disposal regulations of authorities having jurisdiction. PROJECT/ FIELD CONDITIONS 1.6.1 Owner will occupy portions of building immediately below reroofing area. 1.6.1.1 Conduct reroofing so Owner's operations will not be disrupted. 1.6.1.2 Provide Owner with not less than 48 hours' written notice of activities that may affect Owner's operations. 1.6.1.3 Before working over structurally impaired areas of deck, notify Owner to evacuate occupants from below the affected area. 1.6.1.3.1 Verify that occupants below the work area have been evacuated before proceeding with work over the impaired deck area. 1.6.2 Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior plantings, and landscaping from damage or soiling from reroofing operations. 07 01 50-1 1.6.3 Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. 1.6.4 1 Retain first paragraph below if limiting construction loads on existing roof deck and building structure. Revise to suit Project. Limit construction loads on roof to rooftop equipment wheel loads and unifonnly distributed loads. 1.6.5 Weather Limitations: Proceed with reroofing preparation only when existing and forecasted weather conditions permit Work to proceed without water entering existing roofing system or building. 1.6.5.1 Remove only as much roofing in one day as can be made watertight in the same day. 1.6.6 Daily Protection: Coordinate installation of roofing so insulation and other components of roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. 1.6.7 Hazardous Materials: It is not expected that hazardous materials such as asbestos-containing materials will be encountered in the Work. 1.6.7.1 If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. PART 2 -PRODUCTS (Not applicable) PART 3 -EXECUTION 3.1 3.2 3.3 PREPARATION, GENERAL 3.1. 1 Test existing roof drains to verify that they are not blocked or restricted. 3.1. 1. 1 Immediately notify Owner of any blockages or restrictions. 3.1.2 Pollution Control: Comply with environmental regulations of authorities having jurisdiction. Limit spread of dust and debris. 3.1.2.1 Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3.1.2.2 Remove debris from building roof by chute, hoist, or other device that will convey debris to grade level. 3.1.3 Temporary Weather Protection: During removal operations, have sufficient and suitable materials on-site to facilitate rapid installation of temporary protection in the event of unexpected rain. 3.1.4 Roof Drain Protection: Maintain roof drains in functioning condition to ensure roof drainage at end of each workday. 3.1.4.1 Prevent debris from entering or blocking roof drains and conductors. 3.1.4.1. 1 Use roof-drain plugs specifically designed for this purpose. 3.1.4.1.2 Remove roof-drain plugs at end of each workday, when no work is taking place, or when rain is forecast. ROOF TEAR-OFF 3.2.1 Notify Owner each day of extent of roof tear-off proposed for that day. 3.2.2 Lol.YE!r removed roofing materials to ground and onto lower roof levels, using dust-tight chutes or other acceptable means of removing materials from roof areas. 3.2.3 Roof Tear-Off: Remove existing roofing membrane and other membrane roofing system components down to the deck. 3.2.3.1 Remove all perimeter, curb and projection base flashings to substrate, properly remove and dispose. 3.2.4 Inspect wood blocking, curbs, and nailers for deterioration and damage. 3.2.4.1 Replace existing wood components that exhibit signs of deterioration or other conditions detrimental to securement of roofing system components, including roof edge flashings. 3.2.4.2 Reuse of Existing Wood Nailers: Permitted where type, size and securement are in accordance with Factory Mutual Loss Prevention Data Bulletin 1-49; and existing wood nailers exhibit no signs of deterioration or other conditions detrimental to securement of new roofing system in confonnance with specified requirements. EQUIPMENT REMOVAL AND REINSTALLATION 07 01 50-2 3.4 3.5 3.6 3.3.1 General: Remove, store, protect and reinstall rooftop equipment as required to accommodate roof tear-off and subsequent roofing work. 3.3.1.1 Raise roof curbs, equipment mountings and other roof penetration flashings as required to accommodate additional insulation thickness and maintain base flashing height of not less than 8 inches (200 mm), unless otherwise indicated. 3.3.1.1.1 Provide wood assemblies and additional support with miscellaneous galvanized steel angles, as required to rebuild or raise existing roof curbs. 3.3.1.1.2 Extend vent and soil stacks and other roof penetrations, using matching materials, as required to accommodate additional insulation thickness. BASE FLASHING REMOVAL 3.4.1 Do not damage metal counterflashings that are to remain. 3.4.1.1 Replace metal counterflashings damaged during removal with counterflashings of same metal, weight or thickness, and finish. DISPOSAL 3.5.1 Collect demolished materials and place in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. 3.5.1.1 Storage or sale of demolished items or materials on-site is not permitted. 3.5.2 Transport and l~gally dispose of demolished materials off Owner's property. CLEANING 3.6.1 Clean adjacent structures and improvements of dust, dirt, and debris caused by preparation for re-roofing operations. Return adjacent areas to condition existing before operations began. END OF SECTION 07 01 50 07 01 50-3 SECTION 07 41 13 -METAL ROOF PANELS, STAIIIJ)INGSEAM PART 1 -GENERAL 1.1 RELATED DOCUMENTS 1.1.1 Drawings and general prov1s1ons of the Contract. including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY 1.2.1 Section_Jn_cludes~ 1.2.1 .1 1.2.1.2 1.2.1.3 1.2.1 .4 Architectural standing-seam metal roof panels. Metal roof accessories. Roof insulation. Miscellaneous metal framing. 1.3 DEFINITIONS 1.3.1 Metal Roof Panel Assembly: Metal roof panels, attachment system components, miscellaneous metal framing, thermal insulation, and accessories necessary for a complete weathertight roofing system. 1.4 PREINSTALLATION MEETINGS 1.4.1 Preinstallation Conference: Conduct conference at Project site. 1.4.1.1 Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, metal roof panel Installer, metal roof panel manufacturer's representative, substrate Installer, and installers whose work interfaces with or affects metal roof panels including installers of roof accessories and roof-mounted equipment. 1.4.1.2 Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 1.4.1.3 Review methods and procedures related to metal roof panel installation, including manufacturer's written instructions. 1.4.1.4 Examine substrate conditions for compliance with requirements, including flatness and attachment to structural members. 1.4.1.5 Review structural loading limitations of substrate during and after roofing. 1.4.1.6 Review flashings, special roof details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect metal roof panels. 1.4.1.7 Review governing regulations and requirements for insurance, certificates, and testing and inspecting if applicable. 1.4.1.8 Review temporary protection requirements for metal roof panel assembly during and after installation. 1.4.1.9 Review roof observation and repair procedures after metal roof panel installation. 1.4.1.10 Document proceedings, including corrective measures and actions required, and furnish copy of record to each participant. 1.5 ACTION SUBMITTALS 1.5.1 Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of roof panel and accessory. 1.5.2 LEED Submittals: 1.5.2.1 requirement. Product Test Reports for Credit SS 7.2: For roof panels, indicating that panels comply with solar reflectance index 1.5.2.2 Product Data for Credit MR 4: Indicating percentages by weight of postconsumer and preconsumer recycled content for products having recycled content. 1.5.2.2.1 Include statement indicating costs for each product having recycled content. 1.5.3 Shop Drawings: Show fabrication and installation layouts of metal roof panels; details of edge conditions, side-seam and endlap joints, panel profiles, corners, anchorages, trim, flashings, closures, and accessories; and special details specific to project, signed and sealed by the qualified professional engineer responsible for their preparation. Indicate point of fixity of metal panels. Distinguish between factory-and field-assembled work. 1.5.4 Accessory Details: Include details of the following items: 1.5.4.1 1.5.4.2 1.5.4.3 1.5.4.4 1.5.4.5 Flashing and trim. Pipe penetration flashings. Roof curbs. Gutters. Downspouts. 1.5.5 Delegated-Design Submittal: For metal roof panel assembly indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the metal roof panel manufacturer's qualified professional engineer responsible for their preparation. Include the following: 1.5.5.1 Structural analysis data indicating compliance with Performance Requirements Article. 07 41 13 -1 1.5.6 Samples for Initial Selection: For each type of metal roof panel indicated with factory-applied color finishes. 1.5.6.1 Include similar Samples of trim and accessories involving color selection. 1.5.7 Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: 1.5. 7 .1 Metal Roof Panels: 12 inches (300 mm) long by actual panel width. Include fasteners, clips, closures, and other metal roof panel accessories. 1.6.7.2 Trim and Closures: 12 inches (300 mm) long. Include fasteners and other exposed accessories. 1.5. 7.3 Accessories: 12-inch-(300-mm-) long Samples for each type of accessory. 1.6 INFORMATIONAL SUBMITTALS 1.6.1 Qualification Data: For manufacturer, Installer, professional engineer, and manufacturer's technical representative. 1.6.1.1 Submit Installer qualifications in the form of an original letter on manufacturer's letterhead signed by authorized manufacturer representative. 1.6.2 Material Certificates: For thermal insulation, from manufacturer. 1.6.3 Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each product. Indicate compliance with requirements in Performance Requirements Article: 1.6.4 1.6.5 1.6.3.1 1.6.3.2 1.6.3.3 1.6.3.4 1.6.3.5 1.6.3.6 1.6.3.7 Air Infiltration. Water Penetration. Hydrostatic-Head Resistance. Wind-Uplift Resistance. FM Approvals Listing. Solar Reflectance. Minimum Emissivity Rating. Field Quality Control Reports. Sample Warranties: For special warranties. 1.7 CLOSEOUT SUBMITTALS 1.7.1 Maintenance Data: For metal roof panels to include in maintenance manuals. 1.8 QUALITY ASSURANCE 1.8.1 Manufacturer Qualifications: A manufacturer of plant-fabricated metal roof panel systems listed in this Section and meeting performance requirements, with a minimum of five years' experience providing metal roof panel systems for projects of similar type and scope, offering engineering, warranty, technical inspection, and maintenance inspection services specified. 1.8.2 Installer Qualifications: An employer of workers trained and certified by manufacturer, including a full-time on-site supervisor with a minimum of five years' experience installing similar work, able to communicate verbally with Contractor, Architect, and employees, and qualified by the manufacturer to furnish warranty of type specified. 1.8.3 Manufacturer's On-Site Roll Former Operators: Experienced full-time employees of metal roof panel manufacturer. 1.8.4 Professional Engineer Qualification: A qualified professional engineer licensed in the project state, and experienced in metal roof panel system design similar to that required for Project. 1.8.5 UL-Certified. Portable Roll-Forming Equipment: UL-certified, portable roll-fonming equipment capable of producing metal panels warranted by manufacturer to be the same as factory-formed products. Maintain UL certification of portable roll-forming equipment for duration of work. 1.8.6 Manufacturer's Technical Representative Qualifications: An authorized full-time employee representative of manufacturer, certified as a Registered Roof Observer by the Roof Consultants Institute, and experienced in the installation and maintenance of the specified roof panel system and qualified to determine Installer's compliance with the requirements of this Project. 1.8.7 Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing and inspection indicated. 1.8.7.1 Inspection personnel shall be certified as a Registered Roof Observer by the Roof Consultants Institute, and shall be experienced in the installation and maintenance of the specified roofing system and qualified to determine Installer's compliance with the requirements of this Project. 1.8.8 Source Limitations: Obtain metal roof panels and accessories and related engineered structural support members from a single source supplied or approved by metal roof panel manufacturer. 1.9 DELIVERY. STORAGE. AND HANDLING 1.9.1 Deliver components, sheets, metal roof panels, and other manufactured items so as not to be damaged or defonmed. Package metal roof panels for protection during transportation and handling. 1.9.2 Unload, store, and erect metal roof panels in a manner to prevent bending, warping, twisting, and surface damage. 0741 13-2 1.9.3 Stack metal roof panels on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal roof panels to ensure dryness. Do not store metal roof panels in contact with other materials that might cause staining, denting, or other surface damage. 1.9.4 Protect strippable protective covering on metal roof panels from exposure to sunlight and high humidity, except to extent necessary for period of metal roof panel installation. 1.9.5 Protect foam-plastic insulation as follows: 1.9.5.1 Do not expose to sunlight, except to extent necessary for period of installation and concealment. Protect against ignition at all times. Do not deliver foam-plastic insulation materials to Project site before installation time. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction. 1.10 PROJECT CONDITIONS 1.10.1 Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit metal roof panel work to be performed according to manufacturer's written instructions and warranty requirements. Field Measurements: Verify actual dimensions of construction contiguous with metal roof panels by field measurements before fabrication. 1.11 COORDINATION 1.1 1.1 Coordinate sizes and locations of roof curbs, equipment supports, and roof penetrations with actual equipment provided. Coordinate metal roof panels with rain drainage work, flashing, trim, and construction of substrate, parapets. walls. and other adjoining work to provide a leakproof, secure. and noncorrosive installation. Air Barrier Coordination: Coordinate installation of roofing insulation with installation of wall air barrier system wall-to-roof transition material specified in Division 07 Section air barrier section to provide a continuous air barrier across roofing and adjacent assemblies. 1.12 WARRANTY 1.12.1 Manufacturer's Warranty: Roof System Manufacturer's standard form in which Manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within warranty period. as follows. 1.12.1.1 Form of Warranty: Manufacturer's standard warranty form. 1.12.1.2 Scope of Warranty: Work of this Section and including sheet metal details and termination details installed by the roof system Installer and approved by the Roof System Manufacturer. 1.12.1.3 Warranty Period: 30 years from date of completion. 1.12.2 Extended Roof System Components: Warranties specified in this roofing Section include the following components and systems specified in other sections supplied by the roofing system Manufacturer, and installed by the roofing system Installer, except where separate warranty terms and conditions appear in the referenced section. 1.12.2.1 Section 076200 "Sheet Metal Flashing and Trim": Shop formed sheet metal flashing items including roof penetration flashings. 1.12.3 Installer Warranty: Installer's warranty signed by Installer, as follows. 1.12.3.1 1.12.3.2 1.12.3.3 Form of Warranty: Form acceptable to Roofing Manufacturer and Owner. Scope of Warranty: Work of this Section. Warranty Period: 5 years from date of completion. 1.12.4 Manufacturer Inspection and Preventive Maintenance Service: To report maintenance responsibilities necessary for preservation of Owner's warranty rights and to perform periodic routine maintenance required, as described in Manufacturer's standard form . The cost of manufacturer's inspections and preventive maintenance is included in the Contract Sum. 1.12.4.1 Scope of Service: Manufacturer's standard form. Inspections to occur in following years: 2, 5, 10, 15, 20 and 25 following completion. 1.12.5 Metal Finishes: Written warranty in which Manufacturer agrees to repair finish or replace factory-finished components that show evidence of deterioration of factory-applied finishes under normal atmospheric conditions within specified warranty period. 1.25.5.1 1.25.5.2 1.25.5.3 1.25.5.4 Color fading, ASTM D 2244: Greater than 5 Hunter units. Chalking, ASTM D 4214: Greater than a No. 8 rating. Finish breakdown: Cracking. checking, peeling, or adhesive failure. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 2.2 MANUFACTURERS PERFORMANCE REQUIREMENTS 2.2.1 General Performance: Metal roof panels shall comply with performance requirements without failure due to defective manufacture. fabrication, installation, or other defects in construction. 2.2.2 Delegated Design: Design metal roof panel assembly, including comprehensive engineering analysis by a qualified professional engineer. using performance requirements and design criteria indicated. 2.2.3 Recycled Content of Steel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less 07 41 13 -3 2.3 than 25 percent. 2.2.4 Structural Performance: Provide metal roof panel assemblies and related engineered structural support members specified in Division 05 Section "Cold-Formed Metal Framing" withstanding the effects of the following loads, based on testing according to ASTM E 1592: 2.2.5 2.2.4.1 2.2.4.2 Wind Loads: As indicated on Drawings. Other Design Loads: As indicated on Drawings. Hail Resistance: Provide metal roof panel assemblies listed with UL as Class 4 hail resistant panels. 2.2.6 Air Infiltration: Air leakage through assembly of not more than the following when tested according to ASTM E 1680, based upon 16 inch (406 mm) wide panel: 2.2.6.1 Maximum 0.0001 cfm/sq. ft. (0.001 Us x sq. m) of roof area at test-pressure difference of . 1.57 lbf/sq. ft.(-75.2 Pa). 2.2.6.2 Maximum 0.0028 cfm/sq. ft. (0.0028 Us x sq. m) of roof area at test-pressure difference of• 20.00 lbf/sq. ft.(· 958 Pa). 2.2.7 Water Penetration under Static Pressure: No water penetration when tested according to ASTM E 1646 at the following test- pressure difference: 2.2.7.1 Test-Pressure Difference: 20.00 lbf/sq. ft. (958 Pa). 2.2.8 Hydrostatic-Head Resistance: No water penetration when tested according to ASTM E 2140. 2.2.9 Thermal Movements: Allow for thermal movements resulting from ambient and surface temperature changes. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 2.2.9.1 Temperature Change (Range): (120 deg F (67 deg C), ambient; 180 deg F (100 deg C)], material surfaces. ARCHITECTURAL STANDING-SEAM METAL ROOF PANELS 2.3.1 General: Provide factory-formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates, and accessories required for weathertight installation. 2.3.1.1 Steel Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1514. 2.3.2 Vertical-Rib, Seamed-Joint, Standing-Seam Metal Roof Panels: Factory-formed symmetrical panels with vertical ribs at panel edges and flat pan between ribs; designed for sequential installation in either direction by mechanically attaching panels to supports using concealed clips located under one side of panels and engaging opposite edge of adjacent panels, and mechanically seaming panels together utilizing a seam cap, and configured to enable future replacement of individual panels without disturbing adjacent panels. 2.4 2.3.2.1 Basis-of-Design Product: The roof system specified in this Section is based upon products of Tremco, Inc., Beachwood, OH, (800) 562-2728, www.tremcoroofing.com that are named in other Part 2 articles, or architects approved equal. Tremco, Inc., TremLock T-238 (UL Listing TGFU.R6692). 2.3.2.2 Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 50 (Class AZM150 coating designation, Grade 340), prepainted by the coil-coating process to comply with ASTM A 755/A 755M; structural quality. 2.3.2.2.1 Thickness: 0.0236-inch/24 ga. (0.71-mm) minimum thickness. 2.3.2.2.2 Surface: Smooth, flat finish. 2.3.2.2.3 Exposed Coil-Coated Finish: 2-Coat Fluoropolymer. 2.3.2.2.4 Exposed Finish: Exposed metallic coating. 2.3.2.2.5 Color: As selected by Architect from manufacturer's standard colors meeting energy performance requirements. 2.3.2.3 Clips: Low-movement floating clips to accommodate thermal movement; fixed clips where design permits; intermittent or continuous clips as required to meet performance requirements; and with clip bearing plate where required. 2.3.2.4 2.3.2.5 2.3.2.6 2.3.2.7 2.3.2.8 2.3.2.3.1 Material: 0.064-inch-(1.63-mm-) nominal thickness, zinc-coated (galvanized) or aluminum-zinc alloy- coated steel sheet. Joint Type: Field mechanically seamed, with continuous factory-applied sealant. Seam Cap: Match panel material and finish; provide with two rows of integral factory hot-applied sealant. Panel Pan Configuration: Striated. Panel Seam Height: Not less than 2-3/8 inch (60.3 mm). Panel Coverage: 18 inches (457 mm). METAL ROOF ACCESSORIES 2.4.1 Metal Roof Accessories, General: Provide components approved by roof panel manufacturer and as required for a complete metal roof panel assembly including trim, copings, fasciae, comer units, ridge closures, clips, flashings, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal roof panels unless otherwise indicated. 2.4.1.1 Closures: Provide closures at eaves and ridges, fabricated of same metal as metal roof panels. 074113--4 2.5 2.6 2.7 2.8 2.9 2.4.1 .2 Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by manufacturer. 2.4.2 Flashing and Trim: Formed from same material as roof panels, prepainted with coil coating, minimum 0.028 inch (0.71 mm) thick. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal roof panels. 2.4.3 Pipe Penetration Flashings: Flexible boot type, with stainless steel compression ring, and stainless steel pipe strap. Use silicone-type boot at hot pipes. 2.4.4 Gutters: Formed from same material roof panels. Match profile of gable trim, complete with end pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 96-inch-(2400-mm-) long sections, of size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual." Furnish gutter supports spaced a maximum of 36 inches (900 mm) o.c., fabricated from same metal as gutters. Provide wire ball strainers of compatible metal at outlets. Finish gutters to match metal roof panels. 2.4.5 Downspouts: Formed from same material as roof panels. Fabricate in 10-foot-(3-m-) long sections, complete with formed elbows and offsets, of size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual." Finish downspouts to match gutters. 2.4.6 Pipe Penetration Flashing: Premolded EPDM pipe collar with flexible aluminum ring bonded to base and stainless steel pipe clamp to secure collar to pipe. 2.4.7 Roof Curbs: Fabricated from aluminum sheet, minimum 0.080 inch (1 .2 mm) thick; with bottom of skirt profiled to match roof panel profiles, and welded top box, integral internal fastener flange, and water diverter. Fabricate curb subframing of minimum 0.0598- inch-(1.5-mm-) thick, angle-, C-, or Z-shaped galvanized steel sheet. Fabricate curb and subframing to withstand indicated loads, of size and height indicated. Finish roof curbs to match metal roof panels. 2.4.7.1 Insulate roof curb with 1-inch-(25-mm-) thick, rigid insulation. SUBSTRATE BOARDS 2.5.1 Glass-Mat Gypsum Sheathing Board: ASTM C 1177/C 1177M. Type and Thickness: Regular, 1/2 inch (13 mm). 2.5.1.1 2.5.1 .2 Product: Subject to compliance with requirements, provide DensDeck Prime by Georgia-Pacific Corporation. 2.5.2 Substrate-Board Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FMG 4470, designed for fastening substrate board to substrate. UNDERLAYMENT MATERIALS 2.6.1 Self-Adhering, High-Temperature Sheet: 30 to 40 mils (0.76 to 1.0 mm) thick minimum, consisting of slip-resisting, polyethylene-film top surface laminated to layer of butyl or SBS-modified asphalt adhesive, with release-paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. Underlayment shall be approved by metal roof system manufacturer. 2.6.1.1 Thermal Stability: Stable after testing at 240 deg F (116 deg C); ASTM D 1970. 2.6.1.2 Low-Temperature Flexibility: Passes after testing at minus 20 deg F (29 deg C); ASTM D 1970. 2.6.2 Slip Sheet: Manufacturer's recommended slip sheet, of type required for application. MISCELLANEOUS METAL FRAMING 2.7.1 Zee Clips: 0.079-inch (2.01-mm) nominal thickness. 2.7.2 Base or Sill Channels: (2.01-mm) 0.079-inch nominal thickness. 2.7.3 Z-Shaped Furring: With slotted or nonslotted web, face flange of 1-1/4 inches (32 mm), wall attachment flange of 7/8 inch (22 mm), and depth required to fit insulation thickness indicated. 2.7.3.1 Nominal Thickness: As required to meet performance requirements. 2.7.4 Fasteners for Miscellaneous Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten miscellaneous metal framing members to substrates. MISCELLANEOUS MATERIALS 2.8.1 Panel Fasteners: Self-tapping screws, bolts, nuts, self-locking rivets and bolts, end-welded studs, and other suitable fasteners designed to withstand design loads. Provide exposed fasteners with heads matching color of metal roof panels by means of plastic caps or factory-applied coating. Provide EPDM, PVC, or neoprene sealing washers. FABRICATION 2.9.1 Fabricate and finish metal roof panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes and as necessary to fulfill indicated performance requirements. Comply with indicated profiles and with dimensional and structural requirements. 2.9.2 On-Site Fabrication: Subject to compliance with requirements of this Section, metal panels may be fabricated on-site using 07 41 13 -5 2.10 UL-certified, portable roll-forming equipment if panels are of same profile and warranted by manufacturer to be equal to factory-formed panels. Fabricate according to equipment manufacturer's written instructions and to comply with details shown. 2.9.3 Provide panel profile, including major ribs and intermediate stiffening ribs, if any, for full length of panel. 2.9.4 Fabricate metal roof panel side laps with factory-installed captive gaskets or separator strips that provide a tight seal and prevent metal-to-metal contact, in a manner that will seal weathertight and minimize noise from movements within panel assembly. 2.9.5 Sheet Metal Accessories: Fabricate flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of item indicated. 2.9.5.1 Form exposed sheet metal accessories that are without excessive oil canning, buckling, and tool marks and that are true to line and levels indicated, with exposed edges folded back to form hems. 2.9.5.2 Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of accessories exposed to view. 2.9.5.3 Fabricate cleats and attachment devices of size and metal thickness recommended by SMACNA's "Architectural Sheet Metal Manual" or by metal roof panel manufacturer for application, but not less than thickness of metal being secured. FINISHES 2.10.1 Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 2.10.2 Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 2.10.3 Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.10.4 Steel Panels and Accessories: 2.10.4.1 Two-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2.10.4.2 Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil (0.013 mm). PART 3 -EXECUTION 3.1 3.2 3.3 EXAMINATION 3.1.1 Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, metal roof panel supports, and dther conditions affecting performance of the Work. 3.1.1 .1 Examine solid roof substrate to verify that substrate joints are supported by framing or blocking and that installation is within flatness tolerances required by metal roof panel manufacturer. 3.1.1.2 Examine roughing-in for components and systems penetrating metal roof panels to verify actual locations of penetrations relative to seam locations of metal roof panels before metal roof panel installation. 3.1.1.3 For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. 3.1. 1.4 Proceed with installation only after unsatisfactory conditions have been corrected. I'REPARATIQN 3.2.1 Clean substrates of substances harmful to insulation, including removing projections capable of interfering with insulation attachment. 3.2.2 Properly remove and dispose of existing roof system down to wood deck. 3.3.3 Substrate Board: Install substrate boards over roof substrate on entire roof surface. Attach with substrate-board fasteners. 3.3.3.1 Install substrate board with long joints in continuous straight lines, perpendicular to roof slopes with end joints staggered between rows. Tightly butt substrate boards together. 3.3.3.2 Comply with requirements for fire-rated construction. 3.3.4 Miscellaneous Framing: Install subpurlins, eave angles, furring, and other miscellaneous roof panel support members and anchorage according to metal roof panel manufacturer's written instructions. UNDERLAYMENT INSTALLATION 3.3.1 Self-Adhering Sheet Underlayment: Apply primer if required by manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply at locations indicated below, wrinkle free, in shingle fashion to shed water, and with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Extend underlayment into gutter trough. Roll laps with roller. Cover underlayment within 14 days. 3.3.1 .1 Apply over entire roof surface. 3.3.2 Apply slip sheet over underlayment before installing metal roof panels. 074113-6 3.4 3.5 3.6 3.3.3 Install flashings to cover underlayment to comply with requirements specified in Division 07 Section "Sheet Metal Flashing and Trim." METAL ROOF PANEL INSTALLATION. GENERAL 3.4.1 Provide metal roof panels of full length from eave to ridge unless otherwise indicated or restricted by shipping limitations. 3.4.2 Thermal Movement. Rigidly fasten metal roof panels to structure at one and only one location for each panel. Allow remainder of panel to move freely for thermal expansion and contraction. Predrill panels for fasteners. 3.4.3 3.4.4 3.4.2.1 3.4.2.2 Point of Fixity: Fasten each panel along a single line of fixing located at ridge. Avoid attaching accessories through roof panels in a manner that will inhibit thermal movement. Install metal roof panels as follows: 3.4.3.1 Commence metal roof panel installation and install minimum of 300 sq. ft. (27.8 sq. m) in presence of factory- authorized representative. 3.4.3.2 Field cutting of metal panels by torch or abrasive saw is not permitted. 3.4.3.3 Install panels perpendicular to supporting purlins. 3.4.3.4 Locate. and space fastenings in uniform vertical and horizontal alignment. 3.4.3.5 Provide metal closures at rake edges, rake walls, and each side of ridge and hip caps. 3.4.3.6 Flash and seal metal roof panels with weather closures at eaves. rakes, and perimeter of all openings. 3.4.3.7 Install ridge and hip caps as metal roof panel work proceeds. 3.4.3.8 End Splices: Locate panel end splices over, but not attached to, structural supports. Stagger panel end splices to avoid a four-panel splice condition. 3.4.3.9 Install metal flashing to allow moisture to run over and off metal roof panels. Fasteners: 3.4.4.1 Steel Roof Panels: Use stainless-steel fasteners for surfaces exposed to the exterior and galvanized-steel fasteners for surfaces exposed to the interior. 3.4.5 Anchor Clips: Anchor metal roof panels and other components of the Work securely in place, using manufacturer's approved fasteners according to manufacturers' written instructions. 3.4.6 Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating, by applying rubberized-asphalt underlayment to each contact surface, or by other permanent separation as recommended by metal roof panel manufacturer. 3.4.6.1 Use slip sheet where roof panels will contact wood , ferrous metal, or cementitious construction. 3.4.7 Joint Sealers: Install gaskets, joint fillers, and sealants where indicated and where required for weatherproof performance of metal roof panel assemblies. Provide types of gaskets, fillers, and sealants indicated or, if not indicated, types recommended by metal roof panel manufacturer. 3.4.7.1 Seal metal roof panel end laps with double beads of tape or sealant, full width of panel. Seal side joints where recommended by metal roof panel manufacturer. 3.4.7.2 Prepare joints and apply sealants to comply with requirements in Division 07 Section "Joint Sealants." METAL ROOF PANEL INSTALLATION 3.5.1 Standing-Seam Metal Roof Panels: Fasten metal roof panels to supports with concealed clips at each standing-seam joint at location, spacing, and with fasteners recommended by manufacturer. 3.5.1.1 Install clips to supports with self-tapping fasteners. 3.5.1.2 Install pressure plates at locations indicated in manufacturer's written installation instructions. 3.5.1.3 Erection Tolerances: Shim and align metal roof panel units within installed tolerance of 1/4 inch in 20 feet (1 :960) on slope and location lines as indicated and within 1 /8 inch (3 mm) offset of splices and alignment of matching profiles. 3.5.1.4 Seamed Joint: Crimp standing seams with manufacturer-approved, motorized seamer tool so clip, metal roof panel, and factory-applied sealant are completely engaged. 3.5.1.5 Watertight Installation: 3.5.1.5.1 Apply a continuous ribbon of sealant or tape to seal joints of metal panels, using sealant or tape as recommend in writing by manufacturer as needed to make panels watertight. 3.5.1.5.2 Provide sealant or tape between panels and protruding equipment, vents, and accessories. ACCESSORY INSTALLATION 3.6.1 General: Install accessories with positive anchorage to building and weathertight mounting 3.6.1.1 Install components required for a complete metal roof panel assembly including trim, copings, ridge closures, seam covers, flashings, sealants, gaskets, fillers, closure strips, and similar items. 3.6.2 Flashing and Trim: Comply with performance requirements and manufacturer's written installation instructions. Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. 3.6.2.1 Form trim and transition joints using compressed joints with captive butyl sealant capable of resisting static water pressure. Cleated joints and exposed joint sealants do not meet this requirement. 074113-7 3.7 3.8 3.6.2.2 Install exposed flashing and trim that is without excessive oil canning, buckling, and tool marks and that is true to line and levels indicated, with exposed edges folded back to form hems. Install sheet metal flashing and trim to fit substrates and to result in waterproof and weather-resistant performance. 3.6.2.3 Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (600 mm) of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with mastic sealant (concealed within joints). 3.6.3 Gutters: Join sections with riveted and soldered or lapped, riveted, and sealed joints. Attach gutters to eave with gutter hangers spaced not more than 36 inches (914 mm) o.c. using manufacturer's standard fasteners. Provide end closures and seal watertight with sealant. Provide for thermal expansion. 3.6.4 Downspouts: Join sections with telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch (25 mm) away from walls; locate fasteners at top and bottom and at approximately 60 inches (1500 mm) o.c. in between. 3.6.5 panels. 3.6.4.1 Provide elbows at base of downspouts to direct water away from building. 3.6.4.2 Connect downspouts to underground drainage system indicated. Roof Curbs: Install curbs at locations indicated on Drawings. Install flashing around bases where they meet metal roof 3.6.6 Pipe Flashing: Form flashing around pipe penetration and metal roof panels. Fasten and seal to metal roof panels as recommended by manufacturer. 3.6.7 Bar-Type Snow Guards: Attach bar supports to vertical ribs of standing-seam metal roof panels with clamps or set screws in array recommended by snow guard manufacturer. Do not use fasteners that will penetrate metal roof panels. FIELD QUALITY CONTROL 3.7.1 Manufacturer's Technical Representative: Engage a qualified manufacturer's technical representative acceptable to Owner for a minimum of 7 full-time days on site to perform substrate examination, interim observations, and final roof inspections, and to prepare reports. 3.7.2 Remove and replace applications of metal roof panels where inspections indicate that they do not comply with specified requirements. 3.7.3 Additional inspections, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. CLEANING 3.8.1 Remove temporary protective coverings and strippable films, if any, as metal roof panels are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of metal roof panel installation, clean finished surfaces as recommended by metal roof panel manufacturer. Maintain in a clean condition during construction. 3.8.2 Replace metal roof panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 07 41 13 07 4113 -8 SECTION 07 54 16 -KETONE ETHYLENE ESTER (KEEi ROOFING PART 1 -GENERAL 1.1 1.2 SUMMARY 1.1.1 1.1.2 Section Includes: 1.1.1.1 Adhered thermoplastic KEE roofing system on a prepared existing roof substrate, including: 1.1.1.2 Base Sheet 1.1.1.3 Roof insulation. 1.1.1.4 Roof insulation cover board. 1.1.1.5 Walkway material. Related Sections: 1.1.2.1 Division 07 Section "Preparation for Re-Roofing" 1.1.2.2 Division 07 Section "Sheet Metal Flashing and Trim" for shop-formed sheet metal items including roof drainage system items, roof penetration flashings, base and counterflashings and reglets, and formed copings and roof edge metal items. DEFINITIONS 1.2.1 Roofing Terminology: Refer to ASTM D1079 "Standard Terminology Relating to Roofing and Waterproofing" and glossary in applicable edition of NRCA's ''The NRCA Roofing Manual: Membrane Roof Systems" for definition of terms related to roofing work in this Section. 1.3 PREINSTALLATION MEETINGS 1.3.1 Preinstallation Roofing Conference: Conduct conference at Project site. 1.3.1.1 Meet with Owner, Architect, roofing Installer, roofing system manufacturer's representative, and installers whose work interfaces with or affects roofing, including installers of roof accessories and roof-mounted equipment. 1.3.1.2 Review drawings and specifications. 1.3.1.3 Review methods and procedures related to roofing installation, including manufacturer's written instructions. 1.3.1.4 Review and fina lize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 1.3.1.5 Examine substrate conditions and finishes for compliance with requirements, including flatness and fastening. 1.3.1 .6 Review structural loading limitations of roof deck during and after roofing. 1.3.1.7 Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. 1.3.1.8 Review governing regulations and requirements for insurance and certificates if applicable. 1.3.1.9 Review temporary protection requirements for roofing system during and after installation. 1.3.1.10 Review roof observation and repair procedures after roofing installation. 1.4 ACTION SUBMITTALS 1.4.1 1.4.2 1.4.3 Product Data: For each type of product indicated. Sustainable Design Submittals: 1.4.1.1 Product Test Reports for Solar Reflectance: For roof materials, indicating that roof materials comply with Solar Reflectance Index requirement. 1.4.1.2 Product Data and Laboratory Test Reports: For adhesives and sealants, indicating compliance with requirements for low-VOC/low-emitting materials. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work. 1.4.3.1 Base flashings and membrane terminations. 1.4.3.1.1 Indicate details meet requirements of NRCA and FMG required by this Section. 1.4.2.2 Tapered insulation for crickets. 1.4.3.3 Roof plan showing types and orientation of roof deck and orientation of membrane roofing and fastening spacings 07 54 16-1 1.5 1.6 1.7 1.8 1.4.4. and patterns for mechanically fastened membrane roofing if applicable. Samples for Verification: For the following products: 1.4.4.1 Sheet roofing, of color specified, including T-shaped side and end lap seam. 1.4.4.2 Walkway pads or rolls. INFORMATIONAL SUBMITTALS 1.5.1 Contractor's Product Certificate: Submit certificate, indicating products intended for Work of this Section, including product names and numbers and manufacturers' names, with statement indicating that products to be provided meet the requirements of the Contract Documents. 1.5.2 Qualification Data: For Installer, Manufacturer and Roofing Inspector. 1.5.2.1 Include letter from Manufacturer written for this Project indicating approval of Installer. 1.5.3 Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. 1.5.3.1 Submit evidence of compliance with performance requirements. 1.5.3.1.1 Include: UL listing certificate. 1.5.3.2 Product Compatibility: Indicate manufacturer has verified compatibility of roofing system components. including but not limited to: Roofing membrane, flashing sheets, adhesives, and sealants. 1.5.4 Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for components of membrane roofing system. 1.5.5 Warranties: Unexecuted sample copies of special warranties. 1.5.6 Inspection Reports: Reports of Roofing Inspector. Include weather conditions. description of work performed, tests performed, defective work observed, and corrective actions taken to correct defective work. 1.5.6.1 Submit reports within 48 hours after inspection. CLOSEOUT SUBMITTALS 1.6.1 1.6.2 Executed copies of warranties. Maintenance Data: To include in maintenance manuals. QUALITY ASSURANCE 1. 7 .1 Installer Qualifications: An employer of workers trained and certified by manufacturer, including a full-time on-site supervisor with a minimum of five years' experience installing products comparable to those specified, able to communicate verbally with Contractor, Architect, and employees, and qualified by the manufacturer to install manufacturer's product and furnish warranty of type specified. 1. 7 .2 Manufacturer Qualifications: Approved manufacturer listed in this Section, UL listed for roofing systems comparable to that specified for this Project, with minimum five years' experience in manufacture of thermoplastic roof membrane products in successful use in similar applications. 1.7.3 Roofing Inspector Qualifications: A technical representative of manufacturer not engaged in the sale of products and experienced in the installation and maintenance of the specified roofing system, qualified to perform roofing observation and inspection specified in Field Quality Control Article, to determine Installer's compliance with the requirements of this Project, and approved by the manufacturer to issue warranty certification. The Roofing Inspector shall be one of the following: 1.7.3.1 An authorized full-time technical employee of the manufacturer. 1.7.3.2 An independent party certified as a Registered Roof Observer by the International Institute of Building Enclosure Consultants (formerly the Roof Consultants Institute) retained by the Contractor or the Manufacturer and approved by the Manufacturer. 1. 7 .4 Manufacturer's Installation Instructions: Obtain and maintain on-site access to manufacturer's written recommendations and instructions for installation of products. DELIVERY. STORAGE. AND HANDLING 1.8.1 Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. 1.8.2 Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1.8.2.1 Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. 07 5416-2 1.9 1.10 1.8.3 Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. 1.8.4 Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. PROJECT / FIELD CONDITIONS 1.9.1 Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. 1.9.2 Daily Protection: Coordinate installation of roofing so insulation and other components of roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. 1.9.2.1 Provide tie-offs at end of each day's work to cover exposed roofing and insulation with a course of roofing sheet securely in place with joints and edges sealed. 1.9.2.2 Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing. 1.9.3 Remove temporary plugs from roof drains at end of each day. 1.9.4 Remove and discard temporary seals before beginning work on adjoining roofing. WARRANTY 1.10.1 Manufacturer's Warranty: Roof System Manufacturer's standard form in which Manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within warranty period, as follows. 1.10.1.1 Form of Warranty: Manufacturer's standard warranty form. 1.10.1.2 Scope of Warranty: Work of this Section and including sheet metal details and termination details installed by the roof system Installer and approved by the Roof System Manufacturer. 1.10.1.3 Warranty Period: 30 years from date of completion. 1.10.1.4 Manufacturer shall provide sole source warranty for low slope (KEE Membrane ) and Steep Slope ( Standing Seam Metal -Section SECTION 0741 13.07) roof areas. 1.10.2 Manufacturer Inspection Services: By manufacturer's technical representative, to report maintenance responsibilities to Owner necessary for preservation of Owner's warranty rights. The cost of manufacturer's inspections is included in the Contract Sum. 1.10.3 1.10.2.1 Inspections to occur in following years: 2, 5, 10, 15, 20 and 25 following completion. Installer Warranty: Installer's warranty signed by Installer, as follows. 1.10.3.1 Form of Warranty: Form acceptable to Roofing Manufacturer and Owner. 1.10.3.2 Scope of Warranty: Work of this Section. 1.10.3.3 Warranty Period: 5 years from date of completion. PART 2 -PRODUCTS 2.1 2.2 MANUFACTURERS 2.1.1 Basis of Design: The roof system specified in this Section is based upon products of Tremco, Inc., Beachwood, OH, (800) 562-2728, www.tremcoroofing.com that are named in other Part 2 articles, or architects approved equal. 2.2.2 Source Limitations: Obtain components for roofing system from same manufacturer as membrane roofing or manufacturer approved by membrane roofing manufacturer. PERFORMANCE REQUIREMENTS 2.2.1 General Performance: Installed membrane roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Membrane roofing and base flashings shall remain watertight. 2.2.1.1 Accelerated Weathering: Roofing system shall withstand 10,000 hours of exposure when tested according to ASTM G152, ASTM G154, or ASTM G155. 2.2.1.2 Impact Resistance: Roof membrane shall resist impact damage when tested according to ASTM D3746/D3746M, ASTM D4272/D4272M, or the "Resistance to Foot Traffic Test" in FM Approvals 4470. 2.2.2 Roofing System Design: Provide membrane roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency in accordance with ANSI/FM 4474, UL 580, or UL 1897, and to resist uplift pressures calculated in accordance with ASCE-7 and applicable code. 2.2.3 Exterior Fire-Test Exposure: ASTM E108, Class A; for application and roof slopes indicated, as determined by testing identical membrane roofing materials by a qualified testing agency. Materials shall be identified with appropriate markings of applicable 07 54 16-3 testing agency. 2.2.4 Fire-Resistance Ratings: Comply with fire-resistance-rated assembly designs indicated. Identify products with appropriate markings of applicable testing agency. 2.2.5 Energy Performance: Roofing system shall have an initial solar reflectance index of not less than 0.70 and an emissivity of not less than 0. 75 when tested according to CRRC-1. 2.3 MATERIALS, GENERAL 2.3.1 Material Compatibility: Roofing materials shall be compatible with one another and adjacent materials under conditions of service and application required, as demonstrated by roof membrane manufacturer based on testing and field experience. 2.4 BASE SHEET 2.5 2.4.1 Nailed G2 Base sheet over wood deck. Burmastic Glass Ply 33# by Tremco. THERMOPLASTIC MEMBRANE MATERIALS 2.5.1 KEE Roof Membrane: 2.5.1 .1 Thermoplastic Ketone Ethylene Ester (KEE) coated polyester fabric-reinforced sheet, ASTM 06754. 2.5.1.1.1 Basis of design product: Tremco, TremPly KEE FB Single Ply Roof Membrane (UL System TGFU.R6692) . 2.5.1.1.2 Breaking Strength, minimum, ASTM 0751 : Machine direction, 500 lbf (87 kN/m); Cross machine direction, 400 lbf (70 kN/m). 2.5.1.1.3 Tear Strength, minimum, ASTM 0751: Machine direction,125 lbf (21 kN/m); Cross machine direction, 145 lbf (25 kN/m). 2.5.1.1.4 Elongation at Break, ASTM 0751 : 20 percent. 2.5.1.1.5 Dynamic Impact/Puncture Resistance, ASTM 05635: Pass. 2.5.1.1.6 Minimum Membrane Thickness, nominal, less backing, ASTM 0751: 60 mils (1.5 mm). 2.5.1.1 .7 Thickness over fiber, optical method: 0.014 inches. 2.5.1 .1.8 Accelerated Weathering, ASTM G155 and ASTM G154: Not greater than 5,000 hr., no cracking or crazing. 2.5.1.1.9 Abrasion Resistance, ASTM D3389: Not greater than 2,000 cycles, H-18 wheel, 1,000 g load. 2.5.1.1.10Color: White. 2.5.1.1.11 Solar Reflectance Index (SRI), ASTM E1980: 110 (White, initial}, 86 (White, 3-yr aged). 2.5.2 Sheet Flashing: Manufacturer's standard, smooth-backed, sheet flashing of same material, type, reinforcement, thickness and color as KEE roof membrane. 2.6 AUXILIARY ROOFING MATERIALS 2.6.1 General: Auxiliary membrane roofing materials recommended by roofing system manufacturer for intended use, and compatible with membrane roofing. 2.6.1.1 Liquid-type auxiliary materials shall comply with voe limits of authorities having jurisdiction. 2.6.2 Membrane Bonding Adhesive: 2.6.2.1 Bonding adhesive, solvent based fast drying, VOC-compliant, for bonding KEE fleece back single ply membranes and flashings to substrates. 2.6.2.1.1 Basis of design product: Tremco, TremPly KEE FBI! Bonding Adhesive. 2.6.3 Flashing Membrane Adhesive: 2.6.3.1 Bonding adhesive, solvent based fast drying, VOC-compliant, for bonding KEE smooth-backed single ply membranes and flashings to substrates. 2.6.3.1.1 Basis of design product: Tremco, TremPly KEE LV Bonding Adhesive. 2.6.3.1.2 voe, maximum, ASTM D 3960: 200 g/L. 2.6.4 Metal Termination Bars: Manufacturer's standard, predrilled stainless-steel or aluminum bars, approximately 1 by 1/8 inch (25 mm by 3 mm) thick; with anchors. 2.6.5 Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening components to substrate, and acceptable to membrane roofing system manufacturer. 075416-4 2.7 2.8 2.6.6 Joint Sealant: Elastomeric joint sealant compatible with roofing materials, with movement capability appropriate for application. 2.6.7 2.6.6.1 Joint Sealant, Polyurethane: ASTM C920, Type S, Grade NS, Class 50 single-component moisture curing sealant, formulated for compatibility and use in dynamic and static joints; paintable. 2.6.6.1.1 Basis of design product: Tremco, TremSEAL Pro. 2.6.6.1.2 Volatile Organic Compounds (VOC), maximum, ASTM 03960: 40 g/L. 2.6.6.1.3 Hardness, Shore A, ASTM C661: 40. 2.6.6.1.4 Adhesion to Concrete, ASTM C794: 35 pli. 2.6.6.1.5 Tensile Strength, ASTM 0 412: 350 psi (2410 kPa). 2.6.6.1 .6 Color: White. Prefabricated Pipe Flashings: As recommended by roof membrane manufacturer. 2.6.8 Miscellaneous Accessories: Provide pourable sealers, preformed cone and vent sheet flashings, preformed inside and outside comer sheet flashings, T-joint covers, lap sealants, termination reglets, and other accessories. ROOF INSULATION MATERIALS 2. 7.1 General: Preformed roof insulation boards manufactured or approved by roofing manufacturer, selected from insulation manufacturer's standard sizes, suitable for application, and of thicknesses indicated. 2.7.1.1 Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated, not less than two times the roof slope. 2.7.2 Roof Insulation: Provide roof insulation product in thicknesses indicated in Part 3 as follows: 2.7.2.1 Board Insulation, Polyisocyanurate: CFC-and HCFC-free, with recycled content glass-fiber mat facer on both major surfaces, ASTM C1289 Type II Class 1. 2.7.2.1.1 Compressive Strength, ASTM 01621 : Grade 2: 20 psi (138 kPa). 2.7.2.1.2 Conditioned Thermal Resistance at 75 deg. F (24 deg. C): 14.4 at 2.5 inches (50.8 mm) thick. ROOF INSULATION ACCESSORIES 2.8.1 Cover Board: 2.8.2 2.8.1.1 Gypsum panel, glass-mat-faced, primed, ASTM C1177/C11 77M. 2.8.1.1. 1 Basis of design product: GP Gypsum DensDeck Prime. 2.8.1.1.2 Thickness: 1/4 inch (6 mm). Roof Insulation Adhesive: 2.8.2.1 Urethane adhesive, bead-applied, low-rise two-component solvent-free low odor, formulated to adhere roof insulation to substrate. 2.8.2.1.1 Basis of design product: Tremco, Low Rise Foam Insulation Adhesive. 2.8.2.1.2 Flame Spread Index, ASTM E84: 10. 2.8.2.1.3 Smoke Developed Index, ASTM E84: 30. 2.8.2.1.4 Volatile Organic Compounds (VOC), maximum, ASTM 03960: 0 g/L. 2.8.2.1.5 Tensile Strength, minimum, ASTM 0412: 250 psi (1720 kPa). 2.8.2.1.6 Peel Adhesion, minimum, ASTM 0903: 17 lbf/in (2.50 kN/m). 2.8.2.1.7 Flexibility, 70 deg. F (39 deg. C), ASTM 0816: Pass. 2.8.3 Insulation Cant Strips: ASTM C 208, Type 11, Grade 1, cellulosic-fiber insulation board. 2.9 WALKWAY MATERIALS 2.9.1 Walkway I Protection Mat Material: 2.9.1.1 Walkway roll, reinforced KEE membrane roll with serrated slip-resistant surface, fabricated for heat welding to compatible KEE membrane surface. 2.9.1. 1. 1 Basis of design product: Tremco, TremPly KEE Walkway Roll. 07 54 16-5 2.9.1.1.2 Roll Size: 30 inches by 50 ft (760 mm by 15.2 m). 2.9.1.1.3 Thickness: 0.047 inch (0.6 mm). 2.9.1.1.4 Breaking strength: 56 lbs (9.8 kN/m). 2.9.1.1.5 Color: Light yellow. 2.9.1.2 Protection mat, reinforced KEE membrane mat with serrated slip-resistant surface and enhanced puncture resistance, fabricated for heat welding to compatible KEE membrane surface. 2.9.1.2.1 Basis of design product: Tremco, TremPly KEE Protection Mat. 2.9.1.2.2 Mat Size: 28 inches by 48 feet (710 mm by 13.1 m). 2.9.1.2.3 Thickness: 0.234 inch (5.9 mm). 2.9.1.2.4 Puncture resistance: 850 lbs (148 kN/m). 2.9.1.2.5 Tear strength: 350 lbs (60 kN/m). 2.9.1.2.6 Color: Yellow. PART 3 -EXECUTION 3.1 3.2 3.3 3.4 3.5 EXAMINATION 3.1 .1 Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 3.1.1 Verify that roof openings and penetrations are in place and curbs are set and braced and that roof drain bodies are securely clamped in place. 3.1.2 Verify that existing substrate is sound and dry. 3.1.2 Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION 3.2.1 Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. 3.2.2 Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. 3.3.3 Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoining roofing. INSTALLATION. GENERAL 3.3.1 Install roofing system in accordance with manufacturer's written instructions and approved details. 3.3.2 NRCA Installation Details: Install roofing system in accordance with applicable NRCA Manual Plates and NRCA recommendations; modify as required to comply with manufacturer's approved details and perimeter fastening requirements of FM Global references if applicable. BASE SHEET 3.4.1 Properly Relax 33# Base sheet before installation per manufacturer requirements, nail with approved base sheet Cap nails with 1" integral cap, lap base sheet 4" on side laps and 6" on end laps, nail 9" on laps and 18" on center staggered 12". INSULATION INSTALLATION 3.5.1 Coordinate installing membrane roofing system components so insulation is not exposed to precipitation or left exposed at the end of the workday. 3.5.2 Comply with membrane roofing system and insulation manufacturer's written instructions for installing roof insulation. 3.5.3 Tapered Crickets: Install tapered insulation in waterways and behind curbs to provide crickets to ensure positive slope to drain. 3.5.3.1 Where crickets are indicated or required to provide positive slope to drain, make slope of crickets minimum of two times the roof slope, not less than 1/4 inch in 12 inches (1 :48). 3.5.4 Install insulation under area of roofing to achieve required thickness. 3.5.4.1 Flat Insulation System on Sloped Roof Deck: Install insulation at minimum thickness as follows: 07 54 16-6 3.6 3.7 3.8 3.9 3.5.4.1.1 Minimum total thickness of Continuous Insulation: 1.5 inches. 3.5.4.2 Insulation Drain Sumps: Tapered insulation sumps, not less than 2 by 2 ft. (600 by 600 mm), sloped to roof drain; sump to maximum depth of not more than 1 inch (25 mm) less than the Project-stipulated continuous insulation thickness based upon code requirements. 3.5.5 Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water. 3.5.6 Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1/4 inch (6 mm) with insulation. 3.5.6.1 Cut and fit insulation within 1 /4 inch (6 mm) of nailers, projections, and penetrations. 3.5.7 Adhered Insulation: Install each layer of insulation and adhere to substrate as follows: 3.5.7.1 Set each layer of insulation in ribbons of bead-applied insulation adhesive, firmly pressing and maintaining insulation in place. 3.5.8 Cover Boards: Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Offset joints of insulation below a minimum of 6 inches (150 mm) in each direction. Loosely butt cover boards together. 3.5.8.1 Secure cover boards to resist uplift pressure at corners, perimeter, and field of roof. 3.5.8.2 Adhere cover boards by setting in ribbons of bead-applied insulation adhesive, firmly pressing and maintaining cover board in place. ADHERED MEMBRANE ROOFING INSTALLATION 3.6.1 Adhere membrane roofing over area to receive roofing and install according to membrane roofing system manufacturer's written instructions. 3.6.2 Start installation of membrane roofing in presence of membrane roofing system manufacturer's technical personnel. 3.6.3 Accurately align membrane roofing and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. 3.6.4 Bonding Adhesive: Apply fleece back bonding adhesive per manufacturer warranty detail requirements. Broom or roll membrane into place. 3.6.5 In addition to adhering, mechanically fasten membrane roofing securely at terminations, penetrations, and perimeter of roofing. 3.6.6 Apply membrane roofing with side laps shingled with slope of roof deck where possible. 3.6.7 Welded Seams: Clean seam areas, overlap membrane roofing, and hot-air weld side and end laps of membrane roofing and sheet flashings according to manufacturer's written instructions to ensure a watertight seam installation. 3.6.7.1 Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet membrane. 3.6. 7 .2 Verify field strength of seams a minimum of twice daily and repair seam sample areas. 3.6.7.3 Repair tears, voids, and lapped seams in roofing that does not comply with requirements. 3.6.8 Spread sealant bed over deck drain flange at roof drains and securely seal membrane roofing in place with clamping ring. BASE FLASHING INSTALLATION 3.7.1 Install sheet flashings and preformed flashing accessories and adhere to substrates according to membrane roofing system manufacturer's written instructions. 3.7.2 Apply bonding adhesive to substrate and underside of sheet flashing at required rate and allow to partially dry. Do not apply to seam area of flashing. 3.7.3 Flash penetrations and field-formed inside and outside corners with cured or uncured sheet flashing. 3.7.4 Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. 3.7.5 Seal top termination of base flashing with a metal termination bar and a continuous bead of joint sealant. WALKWAY INSTALLATION 3.8.1 Flexible Walkways: Install walkway from roof access ladder leading to and around all roof top service units and to provide a safe path of travel to all roof drains for maintenance cleaning. Heat weld to substrate. FIELD QUALITY CONTROL 3.9.1 Roofing Inspector: Manufacturer to provide daily site visits by manufacturer field inspector and provide daily field reports including progress photos. 07 54 16-7 3.10 3.9.2 Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion. 3.9.3 Repair or remove and replace components of membrane roofing system where inspections indicate that they do not comply with specified requirements. 3.9.4 Additional inspections, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. PROTECTING AND CLEANING 3/10.1 Correct deficiencies in or remove membrane roofing system that does not comply with requirements; repair substrates; and repair or reinstall membrane roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. 3.10.2 Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 07 54 16 07 54 16-8 SECTION 07 62 00 -SHEET METAL FLASHING AND TRIM PART 1 -GENERAL 1.1 SUMMARY 1.1.1 1.1.2 Section includes: 1.1.1.1 1.1.1.2 Low-slope roof sheet metal fabrications. Miscellaneous sheet metal flashing and trim. Related Requirements: 1.1.2.1 Division 07 low slope membrane roofing section for installing sheet metal flashing and trim integral with roofing and for related warranty requirements. 1.1.2.2 Division 07 Section "Roof Specialties" for manufactured copings and counterflashings incorporated in roof system. 1.2 ACTION SUBMITTAL$ 1.3 1.4 1.5 1.6 1.7 1.2.1 1.2.2 1.2.3 Product Data: For each type of product. 1.2.1.1 Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. Shop Drawings: For sheet metal flashing and trim. 1.2.2.1 1.2.2.2 1.2.2.3 1.2.2.4 Include plans, elevations, sections, and attachment details. Include identification of material, thickness, weight, and finish for each item and location in Project. Indicate details meet requirements of SMACNA and NRCA required by this Section. Detail formed flashing and trim at scale of not less than 1-1/2 inches per 12 inches (1 :10). Samples for Verification: For each type of exposed finish. INFORMATIONAL SUBMITTAL$ 1.3.1 Contractor's Product Certificates: For each type of coping and roof edge flashing that is ANSI/SPRI ES-1 tested. CLOSEOUT SUBMITTAL$ 1.4.1 Warranties: Manufacturer's executed warranty documents. Submit prior to acceptance of Work. QUALITY ASSURANCE 1.5.1 Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1.5.1.1 For copings and roof edge flashings that are ANSI/SPRI ES-1 tested; fabrication shop shall be listed as able to fabricate required details as tested and approved. DELIVERY STORAGE. AND HANDLING 1.6.1 Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. 1.6.2 Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. WARRANTY 1.7.1 Refer to warranty requirements of Division 075416 for terms and conditions of warranties covering work of this Section. Sheet metal flashings and trime shall be included in manufacturers entire roof system warranty coverage. 1.7.2 Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory-applied finishes within specified warranty period. 1.7.2.1 Exposed Panel Finish: Deterioration includes. but is not limited to, the following: 1.7.2.1 .1 Color fading more than 5 Hunter units when tested according to ASTM D2244. 1.7.2.1.2 Chalking in excess of a No. 8 rating when tested according to ASTM D4214. 1.7.2.1.3 Cracking, checking, peeling, or failure of paint to adhere to bare metal. 1.7.2.2 Finish Warranty Period : 20 years from date of Substantial Completion. PART 2 -PRODUCn'! 2.1 PERFORMANCE REQUIREMENTS 2.1.1 General: Sheet metal flashing and trim assemblies shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in 07 62 00 -1 2.2 2.3 2.4 construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. 2.1.2 Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. 2.1.3 Flashings and Fastening: Comply with requirements of Division 07 roofing sections. Provide base flashings. perimeter flashings, detail flashings and component materials and installation techniques that comply with requirements and recommendations of the following: 2.1.3.1 2.1.3.2 2.1.3.3 FM Global 1-49: "Property Loss Prevention Data Sheet for Perimeter Flashings." FM Global 1-29: "Property Loss Prevention Data Sheet for Above Deck Roof Components." NRCA: "The NRCA Roofing Manual" for construction details and recommendations. 2.1.4 Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. SHEET METALS 2.2.1 General: Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. 2.2.2 Metallic-Coated Steel Sheet: Provide zinc-coated (galvanized) steel sheet according to ASTM A653/A653M, G90 (Z275) coating designation or aluminum-zinc alloy-coated steel sheet according to ASTM A792/A792M, Class AZ50 (Class AZM150) coating designation, Grade 40 (Grade 275); with smooth, flat surface; prefinished by coil-coating process to comply with ASTM A755/A755M. 2.2.2.1 Basis of Design Product: Tremco, Inc., TremLock Sheet. 2.2.2.2 Exposed Coil-Coated Finish: 2.2.2.2.1 Two-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2.2.2.2.1.1 Color: As selected from manufacturer's full range. 2.2.2.3 Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil (0.013 mm). 2.2.3 PVC/KEE-Coated Steel Sheet: Provide zinc-coated (galvanized) steel sheet according to ASTM A653/A653M, G90 (Z275) coating designation; prefinished with non-reinforced PVC/KEE membrane; for formed roof edge flashings to receive heat-weldable, compatible with single-ply membrane roofing specified in Division 07 Section "Ketone Ethylene Ester (KEE) Roofing." 2.2.3.1 Basis-of-Design Product: Tremco, Tremply KEE/TPA Coated Metal. 2.2.3.2 Sheet Metal Thickness: Zinc-coated steel, nominal 0.028-inch/24 ga. (0.71-mm) thickness. 2.2.3.3 Finish: Laminated with 0.020 inch/20 mil (0.50 mm) thick, unreinforced PVC/KEE membrane on exposed side and finished with clear acrylic coating on non-exposed side. 2.2.3.3.1 Color: Match color of roof membrane specified in Division 07 Section "Ketone Ethylene Ester (KEE) Roofing." UNDERLAYMENT MATERIALS 2.3.1 Self-Adhering, High-Temperature Sheet: Minimum 30 mils (0.76 mm) thick, consisting of a slip-resistant polyethylene-or polypropylene-film top surface laminated to a layer of butyl-or SBS-modified asphalt adhesive, with release-paper backing; specifically designed to withstand high metal temperatures beneath metal roofing. Provide primer according to written recommendations of underlayment manufacturer. 2.3.1.1 Low-Temperature Flexibility: ASTM D1970; passes after testing at minus 20 deg F (29 deg C) or lower. MISCELLANEOUS MATERIALS 2.4.1 General: Provide materials and types of fasteners, solder, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. 2.4.2 Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 2.4.3 2.4.2.1 General: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. 2.4.2.1.1 Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory-applied coating. Provide metal-backed EPDM or PVC sealing washers under heads of exposed fasteners bearing on weather side of metal. 2.4.2.1.2 Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. 2.4.2.2 Fasteners for Zinc-Coated/Galvanized) and Aluminum-Zinc Alloy-Coated Steel Sheet: Series 300 stainless steel or hot-dip galvanized steel according to ASTM A 153/A153M or ASTM F2329. Elastomeric Sealant: ASTM C920, elastomeric polyurethane at concealed joints and silicone at exposed joints; of type, 07 62 00 -2 2.5 2.6 grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. FABRICATION. GENERAL 2.5.1 General: Custom fabricate sheet metal flashing and trim to comply with details shown and recommendations in cited sheet metal standard that apply to design. dimensions, geometry. metal thickness. and other characteristics of item required. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 2.5.1.1 Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2.5.1.2 Obtain field measurements for accurate fit before shop fabrication. 2.5.1.3 Form sheet metal flashing and trim to fit substrates without excessive oil canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 2.5.1.4 Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. 2.5.2 Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1 /8-inch (3-mm) offset of adjoining faces and of alignment of matching profiles. 2.5.3 Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 2.5.3.1 Form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints. 2.5.3.2 Use lapped expansion joints only where indicated on Drawings. 2.5.4 Sealant Joints: Where movable, nonexpansion-type joints are required, form metal to provide for proper installation of elastomeric sealant according to cited sheet metal standard. 2.5.5 Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. 2.5.6 Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard for application, but not less than thickness of metal being secured. 2.5.7 Do not use graphite pencils to mark metal surfaces. LOW-SLOPE ROOF SHEET METAL FABRICATIONS 2.6.1 Copings: Fabricate in minimum 96-inch-(2.4-m-) long, but not exceeding 12-feet-(3.6-m-) long, sections. Fabricate joint plates of same thickness as copings. Furnish with continuous cleats to support edge of external leg and drill elongated holes for fasteners on interior leg. Miter corners, fasten and seal watertight. Shop fabricate interior and exterior corners. 2.6.2 2.6.3 2.6.1.1 2.6.1.2 2.6.1.3 Coping Profile: As indicated, or if not indicated, as selected from SMACNA Manual profiles. Joint Style: Butted with expansion space and 6-inch-(150-mm-) wide, concealed splice plate. Fabricate from the Following Materials: 2.6.1 .3.1 Galvanized Steel or Aluminum-Zinc Alloy-Coated Steel: 0.028 inch/24 ga. (0.71 mm) thick. Cleats for Copings: 2.6.2.1 Galvanized Steel or Aluminum-Zinc Alloy-Coated Steel: 0.034 inch/22 ga. (0.85 mm) thick. Counterflashing: Shop fabricate interior and exterior corners. Fabricate from the following materials: 2.6.3.1 Galvanized Steel or Aluminum-Zinc Alloy-Coated Steel: (0.71 mm) 0.028 inch/24 ga. thick. PART 3 -EXECUTION 3.1 3.2 UNDERLA YMENT INSTALLATION 3.1.1 Self-Adhering Sheet Underlayment: Install self-adhering sheet underlayment, wrinkle free. Prime substrate if recommended by underlayment manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation; use primer for installing underlayment at low temperatures. Apply in shingle fashion to shed water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. Overlap side edges not less than 3-1 /2 inches (90 mm). Roll laps and edges with roller. Cover underlayment within 14 days. INSTALLATION. GENERAL 3.2.1 Install sheet metal flashing and trim to comply with details indicated and recommendations of cited sheet metal standard that apply to installation characteristics required unless otherwise indicated on Drawings. 3.2.1.1 Space cleats not more than 12 inches (300 mm) apart. Attach each cleat with at least two fasteners. Bend tabs over fasteners. 3.2.1.2 Do not use graphite pencils to mark metal surfaces. 3.2.2 Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure-treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other 07 62 00 -3 3.3 3.4 3.5 permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 3.2.2.1 Coat concealed side of uncoated-aluminum and stainless steel sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. 3.2.2.2 Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. 3.2.3 Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at maximum of 10 feet (3 m) with no joints within 24 inches (600 mm) of corner or intersection. 3.2.3.1 Form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with sealant concealed within joints. 3.2.3.2 Use lapped expansion joints only where indicated on Drawings. 3.2.4 Fasteners: Use fastener sizes that penetrate wood blocking or sheathing not less than 1-1/4 inches (32 mm) for nails and not less than 3/4 inch (19 mm) for wood screws. 3.2.5 Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. 3.2.6 Seal joints as required for watertight construction. 3.2.6.1 Use sealant-filled joints unless otherwise indicated. Embed hooked flanges of joint members not less than 1 inch (25 mm) into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant-type joints at temperatures below 40 deg F (4 deg C). ROOF FLASHING INSTALLATION 3.3.1 Install sheet metal flashing and trim to comply with performance requirements and cited sheet metal standard. 3.3.1.1 3.3.1.2 3.3.2 Copings: Provide concealed fasteners where possible, and set units true to line, levels, and slopes. Install work with laps, joints, and seams that are permanently watertight and weather resistant. 3.3.2.1 Install copings in accordance with ANSI/SPRI/FM 4435/ES-1. 3.3.3 Counterflashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. 3.3.3.1 3.3.3.2 3.3.3.3 Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4 inches (100 mm) over base flashing. Lap counterflashing joints minimum of 4 inches (100 mm). ERECTION TOLERANCES 3.4.1 Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8-inch (3-mm) offset of adjoining faces and of alignment of matching profiles. CLEANING AND PROTECTION 3.5.1 Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. 3.5.2 Clean and neutralize flux materials. Clean off excess solder. 3.5.3 Clean off excess sealants. 3.5.4 Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal flashing and trim installation, remove unused materials and clean finished surfaces as recommended by sheet metal flashing and trim manufacturer. Maintain sheet metal flashing and trim in clean condition during construction. 3.5.5 Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 07 62 00 07 62 00 -4 SECTION 07 92 00 -JOINT SEALERS PART 1 -GENERAL 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 Related Documents: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. Description of Work: 1.2.1 The work includes the furnishing and installing of all sealant work, except glazing sealants, required to weatherproof the structure, including interior sealant work, as shown and noted on the drawings and as specified. Sealants for glazing work are specified in Section 08 81 00. Sealants for tile work are specified in Section 09 30 00. Sealant for preformed roof and wall panels are specified in Section 07 41 00. 1.2.2 This section contains requirements pertaining to all weather sealing and caulking throughout the project and becomes a part of each and every section calling for caulking and sealing, unless otherwise specified, as though written in full in each section. System Performances: Provide joints sealers that have been produced and installed to establish and maintain watertight and airtight continuous seals. Quality Assurance: 1.4.1 Installer Qualifications: Engage an Installer who has, within the last 3 years, successfully completed at least 3 joint sealer applications similar in type and size to that of this project and who will assign mechanics from these earlier applications to this project, of which one will serve as lead mechanic. 1.4.2 Single Source Responsibility for Joint Sealer Materials: Obtain joint sealer materials from a single manufacturer for each different product required. Submittals: 1.5.1 Submittal procedures and quantities as specified in Section 01 33 00. 1.5.2 Product Data: Submit manufacturer's technical data for each joint sealer product required, including instructions for joint preparation and joint sealer application. 1.5.3 Samples for Initial Selection Purposes: Submit manufacturer's bead samples consisting of strips of actual products showing full range of colors available, including special colors provided by manufacturer for each product exposed to view. 1.5.4 Samples for Verification Purposes: Submit samples of each type and color of joint sealer required. Install joint sealer samples in 1 /2" wide joints formed between two 6" long strips of material matching the appearance of exposed surfaces adjacent to joint sealers in the work. The workmanship, bond and color of sealant work throughout the project shall match that of the approved sample. 1.5.5 Certificates: Submit certificates from manufacturers of joint sealers attesting that their products comply with specification requirements and are suitable for the use indicated. Delivery. Storage. and Handling: 1.6.1 Deliver materials to project site in original unopened containers or bundles with labels informing about manufacturer, product name and designation, color, expiration period for use, pot life, curing time and mixing instructions for multicomponent materials. 1.6.2 Store and handle materials to prevent their deterioration or damage due to moisture, contaminants or other causes. Store sealants in an area where they will not be subject to temperatures above 100 degrees fahrenheit. Do not store materials that have exceeded the manufacturer's recommended shelf life. Project Conditions: 1. 7 .1 Do not proceed with installation of joint sealers when ambient and substrate temperature conditions are outside the limits permitted by joint sealer manufacturers, or when joint substrates are wet due to rain, fog, frost, condensation or other causes. 1.7.2 Do not proceed with installation of joint sealers when joint widths are less than allowed by joint sealer manufacturer for application indicated. Warranty: In addition to the warranty and correction of work requirements of the General Conditions, work under this section shall be warranteed against moisture penetration for a period of 20 years from the date of "Substantial Completion". The written warranty shall include materials and labor required to repair leaks that develop. The warranty shall be signed by the sealant manufacturer, the sealant installer and the Contractor and shall be submitted in accordance with Section 01 77 00. 1.8.1 20 year limited warranty for Dow Corning 795 Silicone Building Sealant. 1.8.2 20 Year non-staining Warranty for Dow Corning 795 Silicone Building Sealant 07 92 00-1 PART 2 -PRODUCTS 2.1 Materials: Products shall conform to the reference documents listed for each use. Color of sealant and caulking shall match adjacent surface color, unless specified otherwise. In concealed installation, use standard gray or black sealant. For ASTM C 920 sealants, use a sealant that has been tested on the type(s) of substrate to which it will be applied. 2.1 .1 Silicone Rubber One Component -/SLNT-1 l Dow Corning 790 or 795 silicone construction sealant. 2.1 .2 Primer for Sealant: Use a non-staining, quick-drying type and consistency recommended by the sealant manufacturer for the particular application that has been tested for durability on the surfaces to be sealed. 2.1.3 Bond Breakers: Use the type and consistency recommended by the sealant manufacturer for the particular application. 2.1.4 Joint Backings: Use polyurethane or polyethylene foams free from oil or other staining elements as recommended by the sealant manufacturer. Backing material shall be compatible with the sealant. Do not use oakum and other types of absorptive materials as joint backings. 2.1.4.1 Masking Tape: For masking around joint, provide an appropriate masking tape which will effectively prevent application of sealant on surfaces not scheduled to receive it and which is removable without damage to substrate. 2.1 .4.2 Color of sealants to match adjacent surfaces which may require a special color normally produced by manufacturer. PART 3 -EXECUTION 3.1 3.2 3.3 Surface Preparation: Surfaces shall be clean, dry to the touch, and free from moisture, grease, oil, wax, lacquer, paint, or other foreign matter that would tend to destroy or impair adhesion. Where adequate grooves have not been provided, clean out grooves to a depth of 1/2 inch and grind to a minimum width of 1/4 inch without damage to the adjoining work. No grinding shall be required on metal surfaces. 3.1.1 Concrete Surfaces: 3.1.1.1 Install only on surfaces which are dry, sound, well-brushed and wiped free from dust. 3.1.1.2 At all open joints, remove dust by mechanically blown compressed air if so required. 3.1.1.3 To remove oil and grease, use sandblasting or wire brushing. 3.1.1.4 Where surfaces have been treated, remove the surface treatment by sandblasting or wire brushing. 3.1.1.5 Remove laitance and mortar from joint cavities. 3.1.2 Steel Surfaces: 3.1.2.1 Unprimed or Unfinished Steel Surfaces in Contact with Sealant: Sandblast as required to achieve acceptable surface bond. If sandblasting is not practical, or would damage adjacent finish, scrape the metal or wire brush to remove mill scale and rust. Use solvent to remove oil and grease, wiping the surfaces with clean white rags only. 3.1.2.2 Remove protective coatings on steel by sandblasting or by using a solvent which leaves no residue. Sealant Preparation: Do not modify the sealant by addition of liquids, solvents, or powders. Mix multicomponent elastomeric sealants in accordance with manufacturer's printed instructions. Application: 3.3.1 Backstops: Where joint cavities are constructed deeper than indicated, tightly pack the back or bottom with backstop material to provide a joint of the depth indicated. Install backstops dry and free of tears or holes. 3.3.2 Primer: Just prior to application of the sealant or caulking compound, clean out all loose particles from joints. Apply primer in accordance with compound manufacturer's directions. Do not apply primer to exposed finish surface. 3.3.3 used. Bond Breaker: Provide bond breakers, as recommended by the sealant manufacturer, for each type of joint and sealant 3.3.4 Sealant and Caulking Compounds: Use a compound that is compatible with the material to and against which it is applied. Do not use a compound that has exceeded its shelf life or has become too jelled to be discharged in a continuous flow from the gun. Apply the compound in accordance with the manufacturer's printed instructions. Force the compound into joints with sufficient pressure to fill the joints solidly. Compound shall be uniformly smooth and free of wrinkles. 07 92 00-2 3.4 3.3.4.1 Installation of SLNT-1: Use SLNT-1 where indicated on drawings, and for other sealant work subject to movement not otherwise indicated on drawings or specified herein. Use for non-sleeved mechanical and electrical penetrations in interior or exterior walls above grade and other exterior applications, including vertical surfaces. Joints to receive SLNT-1 shall be not less than 1 /4 inch and not exceed two inches in width. Depth of sealant shall be as follows: Joint Width 1/4" to 1/2" 1/2" to 1" Min. Depth 1/4" 1/2" Max. Depth Equal to width 5/8" 3.3.5 Sealed joints shall be neatly pointed on flush surfaces with beading tool, and internal corners with eaving tool. Excess material shall be cleanly removed. Sealant, where exposed, shall be free of wrinkles and uniformly smooth. Sealing shall be complete before final coa_ts of paint are applied. 3.3.6 Miscellaneous Caulking and Sealing Work: The entire extent of sealing work is not necessarily fully or individually described herein. Sealing shall be provided wherever required to prevent light leakage as well as moisture leakage. Refer to drawings and other sections of these specifications for conditions and related parts of the work. Protection and Cleaning: 3.4.1 Protection: Protect areas adjacent to joints from compound smears. Masking tape may be used for this purpose if removed five to ten minutes after the joint is filled. 3.4.2 Cleaning: Immediately scrape off fresh compound that has been smeared on masonry and rub clean with a solvent as recommended by the compound manufacturer. Upon completion of compound application, remove all remaining smears and stains resulting therefrom and leave the work in a clean and neat condition. END OF SECTION 07 92 00 07 92 00-3 SECTION 08 62 00 -PREFABRICATED SKYLIGHTS PART 1 -GENERAL 1.1 1.2 PROVIDE PLASTIC UNIT SKYLIGHTS SUBMITTALS: 1.2.1 Submit product data, shop drawings. PART 2 -PRODUCTS 2.1 2.2 PRODUCTS: BRISTOLITE SKYLIGHTS. SANTA ANA. CA OR APPROVED EQUAL CURB MOUNTED SKYLIGHTS: a. Type: ALB Bristol Acrylic b. Glazing Material: Acrylic plastic glazing. c. Dome Type: Bubble. d. Curb: Extruded aluminum frame. e. Frame Finish: clear (silver color) aluminum. PART 3-INSTALLATION 3.1 3.2 COMPLY WITH REQUIREMENTS OF DIVISION 1 -GENERAL REQUIREMENTS PROVIDE ARCHITECT WITH CURRENT ICBO # FOR INSTALLED PRODUCT PRIOR TO INSTALLATION END OF SECTION 08 62 00 08 62 00-1 SECTION 09 91 00 -PAINTING PART 1 -GENERAL 1.1 1.2 1.3 1.4 RELATED DOCUMENTS: Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 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, intem,ediate 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, louvers, etc. to match adjacent wall surfaces even if grilles 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 Do not paint over any code-required labels, such as Underwriters' Laboratories and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates. QUALITY ASSURANCE: 1.3.1 Single Source Responsibility: Provide primers and other undercoat paint produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. 1.3.2 Coordination of Work: Review other sections of these specifications in which prime paints are to be provided to ensure compatibility of total coatings system for various substrates. Upon request from other trades, furnish information or characteristics of finish materials provided for use, to ensure compatible prime coats are used. SUBMITTALS: 1.4.1 Product Data: Submit manufacturer's technical information including paint label analysis and application instructions for each material proposed for use. 09 91 00-1 1.5 1.4.2 Samples: Prior to beginning work, Architect will furnish color chips for surfaces to be painted. Use representative colors when preparing samples for review. Submit samples for Architect's review of color and texture only. Provide a listing of material and application for each coat of each finish sample. 1.4.2.1 On 12" x 12" hardboard provide three samples of each color and material, with texture to simulate actual conditions. Resubmit samples as requested by architect until acceptable sheen, color, and texture is achieved. 1.4.2.2 On actual wood surfaces, provide two 4" x 8" samples of natural, painted, and stained wood finish. Label and identify each as to location and application. Allow for maximum 3 different brushouts of each color. 1.4.2.3 On actual wall surfaces and other exterior and interior building components, duplicate painted finishes of prepared samples. Provide full-coat finish samples on at least 100 sq. ft. of surface, as directed, until required sheen, color, cover and texture is obtained. Allow for maximum 3 different brushouts of each color. Simulate finished lighting conditions for review of in-place work. 1.4.2.3.1 Final acceptance of colors will be from samples applied on the job. 1.4.3 Coating Maintenance Manual: Upon conclusion of the project, the Contractor or paint manufacturer/supplier shall furnish a coating maintenance manual, such as Sherwin-Williams "Custodian Project Color and Product Information" report or equal. Manual shall include an Area Summary with finish schedule, Area Detail designating where each product/color/finish was used, product data pages, Material Safety Data Sheets, care and cleaning instructions, touch-up procedures, and color samples of each color and finish used. DELIVERY AND STORAGE: 1.5.1 Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name and label, and following information: Name or title of material. Manufacturer's stock number and date of manufacturer. Manufacturer's name. Contents by volume, for major pigment and vehicle constituents. Thinning instructions. Application instructions. Color name and number. 1.5.2 Store materials not in actual use in tightly covered containers. Maintain containers used in storage of paint in a clean condition, free of foreign materials and residue. 1.5.3 1.5.2.1 Protect from freezing and excessive heat where necessary. Keep storage area neat and orderly. Remove oily rags and waste daily. Take all precautions to ensure that workmen and work areas are adequately protected from fire hazards and health hazards resulting from handling, mixing and application of paints. Job Conditions: 1.5.3.1 Apply water-base paints only when temperature of surfaces to be painted and surrounding air temperatures are between 50 degrees F. (10 degrees C.) and 90 degrees F. (32 degrees C.), unless otherwise penmitted by paint manufacturer's printed instructions. 1.5.3.2 Apply solvent-thinned paints only when temperature of surfaces to be painted and surrounding air temperatures are between 45 degrees F. (7 degrees C.) and 95 degrees F. (35 degrees C.), unless otherwise permitted by paint manufacturer's printed instructions. 1.5.3.3 Do not apply paint in high winds, rain, fog, or mist, or when relative humidity exceeds 85%, or to damp or wet surfaces, unless otherwise permitted by paint manufacturer's printed instructions. 1.5.3.3.1 Painting may be continued during inclement weather if areas and surfaces to be painted are enclosed and heated within temperature limits specified by paint manufacturer during application and drying periods. 1.6 WARRANTY: 1.6.1 Guarantee painting and finishing against peeling, fading, cracking, blistering, or crazing for a period of 2 years from the date of "Notice of Completion". The written warranty shall include materials and labor. The warranty shall be signed by the paint manufacturer, the painter and the Contractor. PART 2 -PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: 2.1.1 Basis of Design Manufacturer: Subject to compliance with requirements, provide products of Sherwin-Williams; local contact: John Dumesnil, 619-665-9341 or john.t.dumesnil@sherwin.com. 09 91 00-2 2.2 2.1.2 Requests for Substitutions: will only be considered in accordance with provisions of Section 01 60 00 -Product Requirements. 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 voe Content: Products shall comply with voe 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 3.2 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. SURFACE PREPARATION: 3.2.1 General: Perform preparation and cleaning procedures in accordance with paint manufacturer's instructions and as herein specified, for each particular substrate condition. 3.2.1.1 Provide barrier coats over incompatible primers or remove and reprime as required. Notify Architect in writing of any anticipated problems in using the specified coating systems with substrates primed by others. 3.2.1.2 Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be finish-painted or provide surface-applied protection prior to surface preparation and painting operations. Remove, if necessary. for complete painting of items and adjacent surfaces. Following completion of painting of each space or area, reinstall removed items. 3.2.1.3 Clean surfaces to be painted before applying paint or surface treatments. Fill cracks, holes and imperfections. Remove oil and grease prior to mechanical cleaning. Remove mill scale and welding slag, grind welding joints and burrs smooth. Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly-painted surfaces. 3.2.1.4 Remove mildew from exterior impervious surfaces by scrubbing with a solution of trisodium phosphate and bleach. Power wash with a minimum of 3500psi clean water and allow substrate to dry. 3.2.2 Cementitious Materials: Prepare cementitious surfaces of concrete, concrete block, cement plaster and cement-asbestos board to be painted by removing efflorescence, chalk, dust, dirt, grease, oils and by roughening as required to remove glaze. 3.2.2.1 Determine alkalinity and moisture content of surfaces to be painted by performing appropriate tests. If surfaces are found to be sufficiently alkaline to cause blistering and burning of finish paint, correct this condition before application of paint. Do not paint over surfaces where moisture content exceeds that permitted in manufacturer's printed directions. 3.2.2.2 Clean concrete floor surfaces scheduled to be painted with a commercial etching cleaner. Flush floor with clean water to neutralize acid, and allow to dry before painting. 3.2.3 Wood: Clean wood surfaces to be painted of dirt, oil or other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sandpaper smooth those finished surfaces exposed to view, and dust off. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or other recommended knot sealer, before application of priming coat. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood-filler. Sandpaper smooth when dried. 3.2.3.1 Prime, stain, or seal wood required to be job-painted immediately upon delivery to job. Prime edges, ends, faces, undersides, and backsides of such wood, including cabinets, counters, cases, paneling. 3.2.3.2 When transparent finish is required. use spar varnish for backpriming. 3.2.3.3 Seal tops, bottoms and cut-outs of unprimed wood doors with a heavy coat of varnish or equivalent sealer 09 91 00-3 3.3 immediately upon delivery to job or immediately after machining by Contractor on site. 3.2.4 Ferrous Metals: Clean ferrous surfaces, which are not galvanized or shop-coated, of oil, grease, dirt, loose mill scale and other foreign substances by solvent or mechanical cleaning. 3.2.4.1 Repaint shop-applied prime coats as required by other sections of these specifications. Clean and paint with same type or compatible primer. 3.2.5 Galvanized Surfaces: Clean free of oil and surface contaminants with non-petroleum based solvent, per SSPC-SP1. Apply a test coat of primer and allow the coating to dry for one week. In the presence of the Archttect, perform an adhesion test per ASTM D-3359 before proceeding with painting. If coating does not adhere per test method, hand tool clean all galvanized or non-ferrous metal per SSPC-SP2. Apply a test coat of primer and test for adhesion per ASTM D-3359 in the presence of the Architect. MATERIALS PREPARATION: 3.3.1 3.3.2 Mix and prepare painting materials in accordance with manufacturer's directions. Maintain containers used in mixing and application of paint in a clean condition, free of foreign materials and residue. 3.3.3 Stir materials before application to produce a mix1ure of uniform density, and stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. 3.4 APPLICATION: 3.4.1 General: Apply paint in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. 3.4.1.1 Paint colors, surface treatments, and finishes are indicated in Section 09 06 00: Interior + Exterior Color and Material Schedule. For the purposes of bidding, the Contractor shall assume that a minimum of 4 trips will be required for brush-outs as required per 1.4.2.2 and 1.4.2.3 3.4.1.2 Provide finish coats which are compatible with prime paints used. Where a deep color finish color is chosen, primer must be tinted to the appropriate monochromatic gray tone for a two coat coverage. Provide the monochromatic primer only on the walls to receive the deep chromatic color. 3.4.1.3 Apply additional coats when undercoats, stains or other conditions show through final coat of paint, until paint film is of uniform finish, color and appearance. Give special attention to insure that surfaces, including edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 3.4.1.4 Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Paint surfaces behind permanently-fixed equipment or furniture with prime coat only before final installation of equipment. 3.4.1.5 Paint interior surfaces of ducts, where visible through registers or grilles, with a flat, non-specular black paint. 3.4.1.6 Paint back sides of access panels, and removable or hinged covers to match exposed surfaces. 3.4.1. 7 Finish ex1erior doors on tops, bottoms and side edges same as ex1erior faces, unless otherwise indicated. 3.4.1.8 Sand lightly between each succeeding enamel or varnish coat. 3.4.1.9 Repaint first coat (primer) on metal surfaces which have been shop-primed and touch-up painted, unless otherwise indicated. 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 fix1ure schedule for types (including trim rings, pendants, and plates/boxes), Conduit and fittings, Switchgear. 09 91 00-4 3.5 3.6 3.7 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. 7 .2 Spot prime all patched and repaired concrete and stucco surfaces. 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. 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. 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. EXTERIOR PAINT SCHEDULE: 3.7.1 General: Provide the following paint systems for the various substrates, as indicated. 3.7.1.1 Galvanized/Aluminum Metal: Provide pretreatment of surface as required per Section 3.2. 3. 7.1.1.1 High Performance Gloss Finish: This section covers metals which !I!! subjected to frequent use/abuse, including all: Trellises, Exposed Structural Metal, Doors and Frames, Bollards, Handrails, Guardrails, Metal Screens or Grids, Fencing, Gates, Trash enclosure gates and hardware, etc. Epoxy Prime Coat: Sherwin-Williams: Macropoxy 646-100, B58 Series (5-10 mils DFD Second and Third Coat: Sherwin-Williams: Sher-Loxane Polysiloxane Gloss, B80 Series (4-6 mils DFT) 3. 7.1.1.2 Acrylic Gloss Finish: This section covers metals which are not subjected to frequent use/abuse, including all: Flashings, Covers, Reglet reveals, Gutters/Downspouts (when not pre-finished) and miscellaneous metal. Pre-Treatment: Sherwin-Williams: GLL Clean n Etch 09 91 00-5 Prime Coat: Sherwin•Williams: Prolndustrial ProCryl Acrylic Metal Primer B66·310 Second and Third Coat: Sherwin•Williams: Prolndustrial WB Alkyd Urethane Gloss B53·1050 3.7.1.2 Ferrous Metal: Provide pretreatment of surface as required per Section 3.2. For shop primed material, provide certificate of primer specification and what compatibility for the following coats 3.7.1.2.1 High Performance Gloss Finish: This section covers metals which fil2 subjected to frequent use/abuse, including all: Trellises, Exposed Structural Metal, Doors and Frames, Bollards, Handrails, Guardrails, Metal Screens or Grids, Fencing, Gates, Trash enclosure gates and hardware, etc. Epoxy Prime Coat: Sherwin·Williams: Macropoxy 646·100, B58 Series (5·10 mils OFT) Second and Third Coat: Sherwin·Williams: Sher•Loxane Polysiloxane Gloss, B80 Series (4·6 mils OFT) 3. 7 .1.2.2 Acrylic Gloss Finish: This section covers metals which are not subjected to frequent use/abuse, including all: Flashings, Covers, Reglet reveals, Gutters/Downspouts (when not pre.finished) and miscellaneous metal. Pre• Treatment: Sherwin•Williams: GLL Clean n Etch Prime Coat: Sherwin•Williams: Prolndustrial ProCryl Acrylic Metal Primer B66·310 Second and Third Coat: Sherwin•Williams: Prolndustrial WB Alkyd Urethane Gloss B53·1050 3.7.1.3 Cement Plaster: 3.7.1.6.1 Acrylic Flat Finish Primer: Sherwin•Williams: Second and Third Coat: Sherwin·Williams: Loxon Primer LX2W50 Superpaint Latex Flat A80 Series 3. 7.1.4 Fiber Cement, Exterior Gypsum Soffit: 3.7.1.4.1 Acrylic Flat Finish Prime Coat: Sherwin·Williams: Second and Third Coat:: Sherwin•Williams: END OF SECTION 09 91 00 Reviewed: Sherwin Williams August 2020 John Dumesnil Alkali Resistant Primer Loxon Primer LX2W50 Superpaint Latex Flat A80 Series 09 91 00-6 SECTION 11 24 29 • FACILITY FALL PROTECTION PART 1 · GENERAL 1.1 1.2 1.3 SECTION INCLUDES 1.1.1 Fall protection systems. including: 1.1.1.1 1.1.1.2 Roof hatch rail systems, non-penetrating. Skylight screen systems. REFERENCES 1 .2.1 General: Applicable edition of references cited in this Section is current edition published on date of issue of Project specifications, unless otherwise required by building code in force. 1.2.2 American National Standards Institute (ANSI), www.ansi.org. 1.2.3 1.2.4 1.2.2.1 1.2.2.2 1.2.2.3 A 21 .1 · Safety Requirements for Floor and Wall Openings, Railings and Toe Boards. A 58.1 • Minimum Design Loads in Buildings and Other Structures. A 117.1 -Accessible and Usable Buildings and Facilities. Code of Federal Regulations (CFR): 1.2.3.1 29 CFR 1910.29 • Fall protection systems and falling object protection-criteria and practices. California Occupational Safety & Health Administration /CAL OSHA): 1.2.4.1 1.2.4.2 1.2.4.3 1.2.4.4 1.2.4.5 1.2.4.6 1.2.4.7 1.2.4.8 1.2.4.9 1620 • Design of Temporary Railing. 1621 -Railings and Toe Boards. 1633 • Elevator Shafts to be Guarded. 3209 • Standard Guardrails. 321 O -Guardrails at Elevated Locations. 3211 • Wall Openings. 3212 • Floor Openings. Floor Holes and Roofs. 3213 • Service Pits and Yard Surface Openings. 3214 • Stair Rails and Handrails. COORDINATION 1.3.1 Coordinate selection of fall protection and fall restraint devices and attachment provisions with Owner·s safety program and Owner-provided personal protection equipment. Deliver such items to Project site in time for installation. 1.3.2 Coordinate layout and location of facility fall protection with Owner and Architect. 1.4 ACTION SUBMITTAL$ 1.5 1.6 1.7 1.8 1.4.1 Product Data: For each type of fall protection and accessory. including brackets and fasteners. 1.4.1.1 Submit manufacturer's published literature including structural design data. structural properties data. grating load/deflection tables, corrosion resistance tables, certificates of compliance, test reports as applicable, concrete anchor systems and their allowable load tables, and design calculations for systems not sized or designed in the contract documents. 1.4.2 Shop Drawings: Show locations and layout of fall protection components; include dimensioned plans, elevations. sections, and details of installation. 1.4.3 Samples for Verification: Not less than 6 inches (150 mm) long, of each component in finish indicated. INFORMATION SUBMITTAL$ 1.5.1 Qualification Data: For Installer and Testing Agency. 1.5.2 Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, according to ASTM E 894 and ASTM E 935. 1.5.3 Contractor's Certificate: Submit document indicating that Contractor has received and reviewed Owner's Safety Plan requirements related to fall protection installation. 1.5.4 Field quality-control test reports. CLOSEOUT SUBMITTAL$ 1.6.1 Operation and maintenance data. QUALITY ASSURANCE 1.7.1 Installer Qualifications: A finm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project. whose work has resulted in construction with a record of successful in-service performance. PRODUCT DELIVERY AND STORAGE 112429 -1 1.8.1 Deliver manufactured materials in original, unbroken pallets, packages, containers, or bundles bearing the label of the manufacturer. Adhesives, resins and their catalysts and hardeners shall be crated or boxed separately and noted as such to facilitate their movement to a dry indoor storage facility. 1.8.2 Store and handle materials carefully to prevent abrasion, cracking, chipping, twisting, other deformations, and other types of damage. 1.8.2.1 Store adhesives, resins and their catalysts in dry indoor storage facilities, between 70-and 85-degrees F (21 to 29 degrees C) until they are required for use. PART 2 -PRODUCTS 2.1 2.2 2.3 2.5 2.6 PERFORMANCE REQUIREMENTS 2.1.1 Occupational Safety and Health Standards: Provide fall protection components complying with requirements of 29 CFR 1910.23 and 29 CFR 1910.29, including structural performance. MANUFACTURERS 2.2.1 Basis-of-Design Manufacturer/Products: Subject to compliance with requirements, provide listed products of Fibergrate Composite Structures. Dallas TX, (800) 527-4043. Provide specified products. 2.2.2 Single Source: Provide fall protection components from a single manufacturer through a single source, unless otherwise indicated. ROOF HATCH GUARD 2.3.1 Roof Hatch Guard: Fall protection safety railing components including pipe, fittings, and accessories corresponding to design indicated on Drawings and complying with requirements of authorities having jurisdiction. 2.3.1.1 Application: Roof hatch guardrail system for low slope roofs up to 5 deg. slope, including: 2.3.1.1.1 Roof hatch guard rail with gate. 2.3.1.2 Basis of Design Product: Fibergrate, Dynaround Hatch Guard. 2.3.1.3 System Description: Non-penetrating roof guardrail system having a minimum finished height of 42 inches (1067 mm) with a mid-rail installed at 21 inches (533 mm) above the walking surface; including posts, rails, fittings, and counterweights; and having the following characteristics: 2.3.1.4 2.3.1.5 2.3.1.3.1 Fiberglass Reinforcement: Continuous roving, continuous strand mat, and surfacing veil. 2.3.1.3.2 Resin: Fire retardant vinyl ester. 2.3.1.3.3 Flexural Strength (Full Section): 70,000 psi (482 MPa). 2.3.1.3.4 Flame Spread: ASTM E 84; 25 or less. 2.3.1.3.5 Color: Yellow, with UV resistant coating. Mounting: Compression-mounted to hatch curb. Access: Manufacturer's standard self-closing gate. 2.3.2 Miscellaneous Fittings: Galvanized cast iron with and feature 9/16-inch (14 mm) diameter socket head set screws for clamping to the FRP round tube pipes, posts, rails and outriggers. FITTINGS AND FASTENERS 2.5.1 General: Provide Type 304 or Type 305 stainless-steel fasteners. 2.5.2 Fittings: Malleable cast iron, ASTM A 47, galvanized according to ASTM A 153. FABRICATION 2.6.1 Cut and drill FRP and metal shapes cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces. 2.6.2 Nonwelded Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. 2.6.3 Form changes in direction by inserting prefabricated elbow fittings. 2.6.4 Close exposed ends of railing members with prefabricated end fittings. PART 3 -EXECUTION 3.1 EXAMINATION 3.1.1 Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions, and other conditions affecting performance of the Work. 3.1.2 Verify that roof assembly is sound, dry, smooth, clean, sloped for drainage, securely anchored and ready for placement of fall protection. 11 24 29 -2 3.1.3 Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION 3.2.1 Install fall protection to comply with requirements of 29 CFR 1910.29 and authorities having jurisdiction. 3.2.2 Set fall protection components accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. 3.2.2.1 Do not weld, cut, or abrade surfaces of components that are coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. 3.2.2.2 Set components plumb within a tolerance of 1/8 inch in 3 feet (4 mm in 1 m). 3.2.2.3 Align horizontal members so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (6 mm in 3.5 m). 3.2.3 Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. 3.3 FIELD QUALITY CONTROL 3.3.1 Remove and replace railings where test results indicate that they do not comply with specified requirements unless they can be repaired in a manner satisfactory to Architect and comply with specified requirements. 3.3.2 Perform additional testing and inspecting, at Contractor's expense, to determine compliance of replaced or additional work with specified requirements. 3.4 ADJUSTING AND CLEANING 3.4.1 Clean exposed surfaces according to manufacturer's written instructions. 3.4.2 Replace components that have been damaged or that cannot be successfully repaired by finish touchup or similar minor repair procedures. END OF SECTION 11 24 29 11 24 29 -3 SECTION 220400 PART 1 -GENERAL 1.1 SUMMARY: PLUMBING A. The "Mechanical General Provisions," Section 23 00 00 is a part of this section and applies as fully as if repeated herein. B. The work under this section includes everything necessary for and incidental to executing and completing the plumbing work, except as hereinafter specifically excluded. All work shall include up to 5 feet outside of the building unless noted otherwise on the drawings. C. Work included shall be as indicated on the drawings, including but not limited to the following : 1. Domestic Water System. 2. Condensate Drain System and make-up water for HVAC Equipment. D. Work not included: 1. Cutting and blocking of structure for fixtures and piping. 2. Forming and pouring of concrete for housekeeping pads. 1.2 GENERAL REQUIREMENTS: A Reference to Other Sections: The applicable requirements from the following specification sections shall form a part of the plumbing work and the Contractor shall consult them in detail for general and specific requirements: Section 23 00 00 23 30 00 PART 2-PRODUCTS 2 .1 INSULATION: Mechanical General Provisions. Heating, Ventilating and Air Conditioning. A Condensate piping, condensate overflow piping, and sewer piping above grade receiving cold condensate within building shall be insulated with JM Rubatex by RBX Industries, Owens Corning, Armacell, or equal. 2.2 FITTINGS AND PIPING: A Domestic Water Piping: 1. Above Grade: Lead free Type L copper tubing hard drawn. Pipe manufacturers shall be Mueller Industries, Cambridge-Lee Industries, Cerro Flow Products, or equal. a. Lead free wrought copper solder sweat fittings and lead-free solder. Fitting manufacturers shall be Elkhart Products Corporation, Mueller Industries, Nibco, or equal. PLUMBING 220400-1 b. Alternate: Wrought copper ASME B16.22 and cast bronze ASME B16.18, with copper-tube dimensioned grooved ends. Option: Victaulic Copper-Connection. (1) Alternate: Grooved joint couplings consisting of two ductile iron housing segments cast with offsetting angle-pattern bolt pads, grade EHP gasket, and ASTM A449 compliant bolts and nuts. Installation-Ready, for direct stab installation without field disassembly. Option: Victaulic Style 607. (2) Alternate: UL classified in accordance with ANSI / NSF-61 for potable water service and shall be certified to the low lead requirements of NSF-372. (3) Alternate: Installation-Ready™ fittings for grooved end copper tubing shall be manufactured to copper-tube dimensions. Fittings shall be ductile iron conforming to ASTM A-536, Grade 65-45-12, with Installation-Ready™ ends, complete with PVDF (Poly Vinylidene Fluoride) and Grade "EHP" EPDM-HP [Grade 'T' Nitrile] gasket; and ASTM A449 electroplated steel bolts and nuts. System shall be rated to 300 psi (2065 kPa) with Type K or L Copper Tubing. 2. Below Grade: Lead free Type K copper tubing annealed, straight lengths with lead free wrought copper solder sweat fittings and lead-free solder. Pipe manufacturers shall be Mueller Industries, Cambridge-Lee Industries, Cerro Flow Products, or equal. Fitting manufacturers shall be Elkhart Products Corporation, Mueller Industries, Nibco, or equal. B. Domestic Water Piping from 5 Feet Outside Building: 1. 1 ½" and Smaller: Schedule 80 PVC Type I conforming to ASTM D1785 with Schedule 80, Type I, solvent welded fittings. 2. Thrust blocks shall be provided at all offsets, tees, and valves. Thrust block sizing as recommended by the latest code being enforced. 3. Piping connections at water meter 3" and larger shall be ductile iron. C. Condensate Piping: Type "M" copper tubing, hard drawn with wrought copper or cast brass fittings, and lead free solder joints. Pipe manufacturers shall be Mueller Industries, Cambridge- Lee Industries, Cerro Flow Products, or equal. Fitting manufacturers shall be Elkhart Products Corporation, Mueller Industries, Nibco, or equal. D. Indirect Waste Piping: Type DWV copper drainage tubing with cast brass fittings. 2.3 PIPING SPECIAL TIES: A. Unions: In copper tubing 3" and smaller, Lead free Nibco 733-LF, Elkhart Products Corporation, or equal. B. Isolation Unions: Wilkins lead free DUxLC, Watts, Zurn, or equal for sizes 3" and smaller. C. Pipe labels and valve tags shall be manufactured by W.H. Brady, Seton, Emedco or equal. PLUMBING 220400-2 2.4 VALVES: A. Water: 1. Ball Valves: Bronze 2 Piece, full port, lead free ANSI/NSF 372 certified sizes ½" through 2" Nibco T-585-80 LF/S-585-S0LF, Apollo #77CLF, Milwaukee Valve UPBA400 (FNPT)/UPBA450 (sweat), or equal, full port, bronze lead free, or legend #TIS 901 . 2. Gate Valves: Bronze class 125 lead free ANSI/NSF 372 certified sizes 1 ½" shall be Nibco, S/T-113-LF, Milwaukee Valve UP105 (FN Sizes 3" and larger Nibco F603RW, or Legend TIS-415, or equal. 3. Check Valves: a. Silent check, 2-½" and smaller: Lead free ANSI/NSF 372 certified class 125, bronze, Y-Pattern, horizontal swing, renewable disc, threaded or solder; Nibco T/S-413-Y-LF series, Milwaukee Valve UP509 (FNPT)/UP1509 (Sweat) (Bronze Disc), Apollo, or equal. 4. Balancing Valves: Lead free bronze body/brass ball construction with glass and 5. Stops: Lead free angle or straight valve loose key with escutcheon at wall penetration. Stop and escutcheon shall be chrome plated T&S Brass, Nibco, BrassCraft, or equal. 6. Water Pressure Regulator (PRV): Sizes 2½" and Larger: Automatic Control Valve, 304 stainless steel with EPDM diaphragm, Watts 115-LASD, Zurn, or equal. Sizes 2" and Smaller: Wilkins #500xl. B. Reduced Pressure Backflow Preventer (RPBFP): Lead free 175 PSI at 140°F, bronze body, celcon check seats, stainless steel relief valve seats, bronze body ball valve test cocks, nonrising stem gate valves (threaded for ¾" through 2" and flanged for 2-½" through 1 0"), air gap drain fitting (route drain to receptor); Wilkins #975XL2 2" and smaller; #375XL 2½" and larger, Watts, Apollo, or equal. 2.5 FLASHINGS: A. "Stoneman" No. 1100-4, GAF, Menards, or equal, four pound, seamless lead flashing assembly. Flashing shall have reinforced boot complete with cast-iron counterflashing sleeve and Permaseal waterproofing compound. All vent pipes shall be terminated 12" above the roof. (Roof penetrations per roofing inspector standards.) 2.6 HANGERS, SUPPORTS AND ACCESS PANELS: A. Hangers and supports shall comply with the currently adopted edition of the California Plumbing Code and the IAPMO installation standards. Provide seismic support per the California Building Code. B. Hangers and Supports: PLUMBING 220400-3 1. Split Ring or Loop Hangers with Swivel Adjuster, Solid Rods and Rod Sockets: B- line, Unistrut, Tolco, or equal. 2. Concrete Inserts: B-line, Unistrut, Tolco, or equal. Power driven anchors are not acceptable. 3. Trapeze Hangers: B-line, Unistrut, Tolco, or equal channel with pipe clamps and guides as required (include type to be used in submittal). 4. Riser Clamps: B-line, Unistrut, Tolco, or equal. 5. Offset Pipe Clamps: B-line, Unistrut, Tolco, or equal. 6. Provide and install galvanized pipe saddle at hangers under pipe inserts for insulated piping. 7. Floor or Roof Supports: Erico, Dura-Blok, Mifab, or equal. C. Secondary Pipe Positioning & Supports: Makeshift, field devised methods of plumbing pipe support, such as with the use of scrap framing materials, are not allowed. Support and positioning of piping shall be by means of engineered methods that comply with IAPMO PS 42-96. These shall be Hubbard Enterprises/HOLDRITE support systems or Owner-approved equivalent. D. Plenum Installations: Use pipe supports and hangers that meet ASTM E-84 25/50 standards, such as the Hubbard Enterprises/HOLDRITE Flame Fighter™ or Owner- approved equivalent. E. For vertical mid-span supports of piping 4" and under, use Hubbard Enterprises/HOLDRITE Stout Brackets™ with Hubbard Enterprises/HOLDRITE Stout Clamps or two-hole pipe clamps (MSS Type 26), by B-Line, Tolco, or equal. F. Support of piping, tubing, and equipment shall be accomplished by means of engineered products, specific to each application. Makeshift, field devised methods shall not be allowed. 2.7 SLEEVES: A. General: 1. Where pipes pass through concrete, masonry, or stud walls, or pass thro ugh ceilings, provide rust-proof sleeves of the size required. 2. Provide UL-listed fire rated sealant (specialty products, or equal) at all penetrations of fire-rated assemblies and between buildings along property line. 2.8 OTHER PRODUCTS: A. Provide all other products necessary for complete installation and operation including rough-ins as required for washers and dryers. Such products shall be subject to the review of the Architect. 2.9 FIRE STOP PROTECTION: PLUMBING 220400-4 A. Provide slab, wall and roof penetrations with fire stop in accordance with chapter 15 of the latest CPC. B. System shall be installed as tested in accordance with ASTM E119, ASTM E 814, UL 263 or UL 1479. C. Fire stop shall have a fire-resistance rating of not less than one (1) hour and shall match the rating of the slab, wall or roof assembly. D. System shall be equal to HoldRite Hybrid Flame Sleeving System, Pro-Set Pipe/Sleeve system, Hilti, or equal. PART 3-EXECUTIQ~ 3.1 INSULATION INSTALLATION: A. Install insulation after piping has been installed, tested, and accepted and after pipes are in a clean, dry condition. All joints in insulation shall be butted firmly together and sealed with jacket lap strip. B. Apply insulation to all fittings and valve bodies. Flanges and unions shall not be covered. C. Where the insulation supports the weight of the pipe, install a 12" insert of rigid galvanized steel, at each pipe clamp or hanger, an insert of rigid "Kaylo" 12" long, shall be installed between pipe and hanger. High density fiberglass inserts shall be installed with galvanized saddles. D. Condensate drain pipe shall be completely insulated throughout the entire system. 3.2 PIPE INSTALLATION: A. Copper tubing shall be installed in accordance with the latest edition of the Copper Development Association "Copper Tube Handbook." Joints in copper tubing shall be made by first thoroughly cleaning the surface of the pipe and fittings, applying a copperized flux and sweating with lead free solder for all water piping and condensate piping above grade and below grade. B. Alternate: Grooved Joints: Install in accordance with the manufacturer's latest published installation instructions. Pipe ends shall be clean and free from indentations, projections and roll marks in the area from pipe end to (and including) groove. Gasket shall be manufactured by the coupling manufacturer and verified as suitable for the intended service. A factory trained representative (direct employee) of the coupling manufacturer shall provide on-site training for contractor's field personnel in the use of grooving tools, application of groove, and product installation. The representative shall periodically visit the job site and review installation to ensure best practices in grooved joint installation are being followed. Contractor shall remove and replace any improperly installed products. C. All pipe shall be carefully cleaned before installation. The ends of threaded steel pipe shall be reamed out full size with a long tapered reamer so as to be partially bell-mouthed and perfectly smooth. Openings in pipes, drains, fitting apparatus and equipment shall be kept covered or plugged to prevent foreign substance from entering. PLUMBING 220400-5 D. Flush out all condensate drains with water so as to obtain free flow. Remove all obstructions and defects discovered. Remove and replace items already installed and found to be defective or which has had grade or joints disturbed at no additional cost. E. Run piping free of traps, sags, or bends. Grade and valve for complete drainage and control of the system. F. All piping shall be installed to maintain headroom and keep passageways and openings clear. Install piping parallel and straight with adjacent walls or ceilings to present a uniform appearance. All piping, except where noted otherwise on plans, shall be concealed in walls or above ceilings. Route piping to avoid electrical rooms. Do not route waste piping above kitchen areas. Do not route plastic pipe in return air plenums unless the pipe is plenum-rated with a flame spread index of 25 or less and a smoke developed index of 50 or less. G. Bending or forcing of pipe will not be allowed. Use fittings for all offsets or changes in alignment of piping. H. Proper provision shall be made for expansion and contraction by means of fittings and anchors and supports of all piping as described in the current editions of IAPMO Installation Standards 5 and 9. I. Proper provisions shall be made for seismic joints by means of seismic expansion joint fittings capable of movement in all directions in accordance with Structural seismic movement requirements. J . Bushings and long screw fittings will not be allowed. K. Unions shall be installed after each screw-type valve, connections for all equipment, appliances, and as required for erection and maintenance. No unions shall be installed in concealed locations. Unions are not required on installations using grooved joint couplings. Install isolation unions or waterway fittings on all connections between dissimilar metals and at connections to all water heating equipment and storage tanks. L. No holes for pipe or equipment will be allowed in any structural members without written consent of the Architect. Where pipes are to pass through or interfere with any member, or where notching, boring or cutting of the structure is necessary, the work shall be done by the General Contractor as directed. Isolate pipe from coming in direct contact with the structure. M. Unless otherwise specified herein, all equipment and fixtures shall be installed in accordance with the manufacturer's printed instructions and recommendations. N. Any minor changes in work, which have not been installed, shall be made by the Contractor without additional compensation, except changes which are caused by architectural revisions resulting in an increase or decrease of the size or quantity of the materials specified or indicated on the drawings. The Contractor shall submit an estimate of the cost of or credit for such changes which are not judged to be of a minor nature and shall proceed only upon the written authorization of the Architect. 0 . All piping shall be isolated from other piping, studs, ducts, any part of the building, framing, hangers, conduit, etc., with 1" strips of hair felt or pipe isolators. P. For condensate piping, provide minimum 3" deep seal trap and plugged cleanout tee at the equipment connection. Slope piping at ½ " per foot minimum. PLUMBING 220400-6 AA. Provide and install polished chromium plate split ring escutcheons for pipes exposed in the building. 3.3 CLEANOUTS: A. Cleanouts shall be caulked into or clamped to pipe where shown on plans. Install under counter tops where they occur or in walls to avoid exposed condition. Cleanouts shall be accessible in all cases and shall be brought to surface on "Y" branches. All cleanouts shall be provided with removable floor or wall plate as specified in Part 2. 3.4 PIPE HANGER AND SUPPORTS: A. Installation shall comply with the currently accepted edition of the California Plumbing Code. B. Piping shall be firmly held in place by adjustable split ring malleable iron hangers, supports and pipe rests, located adjacent to fitting at each offset or change of direction, at the ends of branches over 5' long, at base of riser pipes and along piping where necessary to prevent sags, bends, or vibration. All hangers and supports shall be of design which will support weight of pipe, fluid and insulation and prevent sagging. C. Pipe clamps shall be heavy gauge iron, factory fabricated to fit against supporting surface when installed. Makeshift devices will not be acceptable. Plumbing tape is not allowed. D. Seismically brace all piping and equipment as specified in Section 23 00 00 and per California Building Code. E. Hangers supported by concrete structure shall be attached by cast-iron manufactured concrete inserts installed at the time concrete is poured and each insert shall be provided with through rods lapped over structural reinforcing. Power driven fasteners are not acceptable. F. Hangers supported by structural steel shapes shall be attached by cast-iron clamps designed for use on the specific steel shape and equipped with retainers. G. All hangers shall be attached to halter rods by means of adjustable swivel, turnbuckle or double nut arrangement to allow height adjustment. H. Vertical piping shall be suitably supported from the building structure where required by means of malleable iron or steel pipe clamps of ample size, either bolted or welded to the pipe and supported at the floor slab. Supports shall also act as anchors to allow for expansion and contraction of the piping. Provide rubber isolators for clamps where required for elimination of vibration and sound transmission to the structure. Vertical "no-hub" components shall be secured at each joint and at each floor. I. Miscellaneous Supports: Floor and wall brackets, etc., shall be provided where required in accordance with the best standard practice of the trade. In the event additional structural steel is required to transmit loads to maintain structure, same shall be provided at no additional cost to the Owner. J . Support of piping, tubing, and equipment shall be accomplished by means of engineered products, specific to each application. Makeshift, field-devised methods shall not be allowed. PLUMBING 220400-7 K. Horizontal Cast-Iron Piping: 1. Supports shall maintain alignment and prevent sagging and shall be placed within 18" of the hub or joint. When the developed length between supports exceeds 4 feet, they shall be provided at each side of every joint. Supports shall also be provided at each horizontal branch connection. Suspended lines shall be braced to prevent horizontal movement as specified in Section 23 00 00. 2. Hanger rod sizes shall be in accordance with Table 313.6 of the California Plumbing Code. 3. Trap arms and similar branches shall be firmly secured against movement in any direction. Closet bends shall be stabilized by firmly clamping and blocking. Where vertical closet stubs are used they shall be completely stabilized against all movement. L. Hangers for horizontal copper tubing and steel pipe shall be spaced in accordance with Table 313.3 of the California Plumbing Code. M. Support pipes on roof with pads and anchors per the roofing contractor. N. All hangers for water piping shall be sized for use over trisolator or 1-inch hair felt. 3.5 SLEEVES AND OPENINGS: A Provide standard weight black steel pipe sleeves for each pipe passing through foundation, walls, partitions, roofs, and ceiling. Pipe sleeves shall be installed flush with wall or floor. 1. Set pipe sleeves in place before concrete is poured. 2. For uninsulated pipe, provide sleeves that are two pipe sizes larger than the pipe passing through the opening, or provide a minimum of½" clearance between inside of the opening and outside of the pipe. 3. For insulated pipe, provide sleeves of adequate size to accommodate the full thickness of pipe covering with clearance for packing and caulking. B. Caulk the space between sleeve and pipe or pipe covering. C. Finish and Escutcheons: 1. Smooth up rough edges around sleeves with plaster or spackling compound. 2. Provide escutcheons on all pipes exposed to view where passing through walls, partitions, ceilings, and similar locations. a. Size the escutcheons to fit pipe and covering. b. Hold escutcheons in place with set screw, or set in full bed of sealant. c. Where directed by Architect, paint escutcheon to match adjacent finish color. D. Sleeve diameter for piping through a masonry wall above grade or through floors shall PLUMBING 220400-8 be #10 gauge galvanized sheet steel and shall extend completely through the walls or floor finishing flush on both sides. The sleeve shall be 1" larger than the pipe with caulking to make the opening airtight. E. Sleeves through the fire walls or floors shall be packed with UL Listed fireproof wicking or other suitable noncombustible material to maintain the fire rating of the wall or floor assembly. 3.6 VALVES: A. Provide valves in water and gas systems. Locate and arrange so as to give complete regulation of apparatus and fixtures. B. Provide valves in at least the following locations: 1. Shut-off valves at piping supply to the facility. 2. For shutoff of risers and branch mains. 3. For flushing and sterilizing the system. 4. Pressure regulator at the water supply to the facility. C. Locate valves for easy accessibility and maintenance. 3.7 BACKFLOW PREVENTION: A. Protect plumbing fixtures, faucets with hose connections, and other equipment having plumbing connections against possible back-siphonage. B. Arrange for testing of backflow devices as required by the governmental agencies having jurisdiction. C. Provide a reduced pressure backflow preventer at water connections for HVAC equipment, irrigation systems, pool and spa equipment, carbonation units, and as required per code. D. When supplying equipment with softened make-up water, provide the following permanent sign at the backflow device: "Warning: Supplied by Soft Water." E. Provide an approved receptor on accordance with the California Plumbing Code 2019 to receive discharged water from reduced pressure backflow preventors. 3.8 CONCRETE: A. Provide concrete required for the work of this Section in strict accordance with pertinent provisions of Division 3. 3.9 FIXTURE INSTALLATION: A. All plumbing fixtures shall be bedded and caulked along joint at walls, counter tops, and other intersecting surfaces with white adhesive cau lking. B. Fit-up connections to equipment (furnished by others) shall be provided with valves, PLUMBING 220400-9 unions, flexible connectors, and adapters to make a final connection. Piping stubouts for equipment will be extended to make the final connection. The connection shall be made with devices recommended by the equipment manufacturer. Field verify exact point of connection prior to start of work. 3.10 SEISMIC RESTRAINT: A. General: 1. Furnish and install seismic restraint for all piping, equipment, etc., installed under the contract. All restraints shall meet the requirements of the current California Building Code. 2. Seismic restraints shall be designed and installed in accordance with good engineering practice to the approval of a Professional Engineer. The design and installation of restraints shall be generally in accordance with the current editions of the California Building Code all of which shall form and become a part of this installation. 3.11 PROTECTION OF PIPING SYSTEMS: A. It shall be the responsibility of the Contractor to install and maintain pipe and equipment which is reasonably clean and free from rust, dirt, scale, etc. Where necessary, the Contractor shall provide temporary airtight covers at all pipe and equipment openings. B. Before turning the systems over to the Owner, all piping systems shall be thoroughly flushed of all scale and dirt. Drains shall be installed at the low points to facilitate flushing of the piping systems. 3.12 PAINTING: A. General: 1. Prime paint all ferrous metal items, except items to be encased in concrete, areas adjacent to field welds, and roof drains. 2. Clean all items free of loose mill scale, rust, and other contaminants. 3. For roof-mounted equipment, provide factory prefinish on all exposed surfaces. 4. Touch-up scratches and abrasions to be invisible to the unaided eye from a distance of 5'0". 3.13 REQUIREMENTS FOR FINAL INSPECTION: A. All requirements shall be completed prior to final inspections. B. Thoroughly clean all parts of the piping, valves, and equipment. Exposed parts which are to be painted shall be thoroughly cleaned of cement, plaster, oil and grease spots. Such surfaces shall be carefully wiped and all cracks and corners scraped out. C. Exposed metal work shall be carefully brushed down with steel brushes to remove rust and other spots, leaving a smooth and clean surface. Trap elements shall be removed during the cleaning and flushing period, after which they shall be replaced and adjusted. PLUMBING 220400-10 D. Electrical device covers shall not be installed until the finished coating of paint is completed. Device handles and receptacles shall be covered and/or protected during the painting operation to preserve the original factory bright new finish. E. All potable water lines shall be sterilized with chlorine. The chlorine residual concentration shall indicate not less than 50 parts per million (ppm) and shall be retained for a period of not less than 24 hours. Repeat procedure if the residual concentration has decreased below 25 ppm. After test is in compliance with this specification, flush the system until the residual is not more than 0.5 ppm. All work and certification of performance must be done by qualified personnel. Submit certification to Architect. NOTE: During construction phase, install Tee's and ball valves at locations directed and as required to facilitate sterilization and testing. Identify and indicate on the as- built plans the location of valves and ensure that they are accessible and are in a position not to cause cross-connections or artificial pressure loss in the system. 3.14 TESTS AND ADJUSTMENTS: A. No piping work, fixtures, or equipment shall be concealed or covered until inspected by the Architect/Owner's Representative, who shall be notified when the work is ready for inspection. All work shall be completely installed, tested as required by local code, this section and the State Ordinances and State Safety Orders, and shall be leak-tight before inspection is requested. All tests shall be repeated as required by those making the inspection. B. All domestic water piping shall be flushed out, tested at 150 psig and shall be left under pressure of supply main or a minimum of 50 psi, whichever is greater, for the balance of the construction period. No air testing is allowed . Tests are to be applied for a minimum period of one hour. C. Condensate piping within the building shall be tested with a minimum of 10-foot head at each joint for a minimum of 3 hours with no loss in head. D. Final pressures at the end of the test period for all piping systems shall be no more nor less than that caused by expansion or contraction of the test medium due to temperature changes. E. All protective coating systems shall be visually inspected for breaks in the coating system. Any holidays revealed shall be promptly repaired per manufacturer's instructions for repair of damaged pipe coatings. F. Cross-Connection Tests By Testing Agency: Comply with NFPA 99. Pressurize each system with nitrogen in accordance with Table 3. Check 100 percent of the outlets in each system. Include anesthesia gas evacuation in vacuum systems. 3.15 DRAWINGS OF RECORD: A. In addition to the "As-Built" drawings required , two complete sets of printed mechanical drawings shall be provided by the Architect for the purpose of showing a complete picture of the work as actually installed. PLUMBING 220400-11 B. These drawings shall serve as work progress report sheets and the Contractor shall make all notations, neat and legible, thereon daily as the work proceeds. The drawings shall be available for inspection at all times and shall be kept at the job at a location designated. C. At the completion of the work, these as-built drawings shall be signed by the Contractor indicating approval thereof, dated and returned to the Architect. D. The dimensions, locations and invert elevations of buried piping shall be accurately recorded on the as-built drawings. Dimensions shall be from permanent building walls (not from column lines). 3.16 GUARANTEE: A. All work under this section shall be guaranteed in writing in accordance with the "Mechanical General Provisions," Section 23 00 00. B. All material except as otherwise noted shall be new, free from defect and of the quality and rating shown or specified. C. Any defect due to missing or improper material or faulty workmanship existing or developing during the warranty period shall be corrected and the resulting damage repaired. D. The warranty period shall be one year from date of acceptance of the project, except for items guaranteed by the manufacturer for a longer period. 3.17 OPERATING INSTRUCTION AND SERVICE MANUAL: A. The Contractor shall carefully prepare an operating instruction and service manual for the entire system including all equipment, excepting Owner-furnished equipment. The manual shall be submitted for review to the Architect at least 30 days prior to completion of the work. Failure to submit manual will delay final inspection and acceptance of the work. Contents shall be bound in a durable loose-leaf binder, complete with index. B. The following items shall be included in the manual. This list may not be complete and is to be used as a guide: 1. Part numbers of all replaceable items. 2. Manufacturer's cut sheets and rating tables, including brochures on all fixtures, equipment and materials installed. 3. Oiling, lubrication and greasing instructions, including maintenance time schedule. 4. Test data on all equipment. 5. Serial numbers of all principal pieces of equipment. 6. The names, addresses, phone and emergency phone numbers of the manufacturers' and subcontractors' suppliers. 7. Valve chart indicating location of valves for the project. PLUMBING 220400-12 8. Written guarantee. 9. Prints of complete as-built drawings, signed by the Contractor. 10. Reviewed submittal data and shop drawings in binder. 11 . Test and balance data and copies of building inspections check lists signed off by the Inspector. 12. Potable water piping sterilization certificate. 13. Pipe and equipment identification schedule. C. After review of the manual by the Engineer, two copies of each manual shall be furnished for distribution. 3.18 IDENTIFICATION OF PIPING AND EQUIPMENT: A. Identify all equipment with nameplates bearing equipment name and number using 1-½" wide, white Bakelite with ½" black letters permanently mounted in a conspicuous place. B. Markings: Each piping system shall be identified and the direction of flow indicated by means of legends, color bands and flow arrows. The markings shall be applied after all painting and cleaning of the piping and insulation is completed. The stick-ons shall be taped all around the pipe in addition to being cemented on. C. Location: 1. The identification shall be applied to all piping except those located in furred spaces without access to permit entrance of personnel and piping buried in the ground or concrete. 2. The symbol and flow arrow shall be applied at all valve locations, at all points where piping enters or leaves a wall, partition, cluster of piping or similar obstruction and at approximately 30-foot intervals on runs with at least one symbol or flow arrow in each space or room. 3. Variation or changes in locations and spacing may be made only with the direction of the Architect to meet conditions. 4. Wherever two or more pipes run parallel, the printed symbol and other markings shall be applied in the same relative locations so as to be in either vertical or horizontal linearity, whichever the case may be. 5. The markings shall be located so as to be conspicuous and legible at all times from any reasonable point. D. Sizes shall be as recommended in ANSI A 13.1. E. As an alternate to the above, the Contractor may submit a system of painted stenciled letters on a color coded background per ANSI A 13.1. Complete data, color chart and sizes shall be submitted for review. PLUMBING 220400-13 F. Valve charts shall be provided for each piping system and shall consist of schematic drawings of piping layouts showing and identifying each valve and describing its function . Upon completion of the work and after approval by the Architect, one copy of each chart, sealed to rigid backboard with clear lacquer placed under glass and framed, shall be mounted in the mechanical room where directed by the Owner. Two additional unmounted copies shall be delivered to the Owner. Valve lists shall be furnished as required. G. Name Tags: Provide 1¼" plastic square of 1¼" round with ¼" letters for all valves. Black letters on white tags and marked for type of service intended. Attach tags to valve handles by "S" hooks. Furnish four printed lists showing valve number, service and location. One of these lists shall be individually framed with metal frames and glass fronts and mounted where directed by the Owner after approval. One additional copy shall be furnished as required. END OF SECTION PLUMBING 220400-14 SECTION 23 00 00 MECHANICAL GENERAL PROVISIONS PART 1 -GENERAL REQUIREME:NTS 1.1 GENERAL CONDITIONS: The general conditions and Division 1 are a part of this section and the contract for this work and apply to this section as fully as if repeated herein. This section, 230000, applies to all Division 23 categories, including but not limited to: Section 22 04 00 Plumbing 23 08 00 Heating, Ventilating and Air Conditioning 23 09 23 Direct Digital Controls (DOC) System for HVAC A. Reference to Other Sections: The applicable requirements from the above sections shall form a part of the mechanical work and each section shall consult the other sections in detail for general and specific requirements. 1.2 SCOPE: These Division 23 specifications and the accompanying drawings are intended to comprise the furnishing of all labor, and the furnishing and installing of all materials, equipment and supplies as specified herein and required for the satisfactory completion by the Contractor of all work pertaining to mechanical trades. 1.3 EXPLANATION OF DRAWINGS AND REFERENCE TO SCHEDULES: A. The drawings and these specifications are complementary to each other in that all apparatus, materials and equipment outlined in the drawings and/or specified herein shall be considered essential to the contract. B. The specifications are intended to describe the quality and character of the materials and equipment and methods of installation. All miscellaneous items of work and materials necessary for the completion of the installation shall be provided, whether or not mentioned in the specifications or shown on the drawings. C. Space allotted, clearances, access, electrical data, structural supports, etc., on drawings, is for equipment models and sizes as listed in schedules on plans. The Contractor shall assume the responsibility for the coordination with other trades required in the use of equal or substitute equipment or materials and pay all difference in cost arising from such substitutions, regardless of approval. D. Separate Sections cover the Site Work, Architectural Work and the Electrical Work. The Contractor shall familiarize themselves with the entire specification. E. Should there be any question as to the scope of the work for which the Contractor is responsible, they shall ask the Architect for an interpretation before submitting their bid. In the event that the Contractor finds discrepancies or omissions or is in doubt as to the exact meaning of the plans and/or specifications, they shall, before submitting bid, contact the Mechanical Engineer for clarification. F. For purposes of clearness and legibility, drawings are diagrammatic and, although size and location of equipment are drawn to scale wherever possible, the MECHANICAL GENERAL PROVISIONS 230000 -1 Contractor shall make use of all data in all the contract documents and shall verify this information at building site. G. The drawings indicate required size and points of termination of pipes, and suggest proper routes to conform to structure, avoid obstructions and preserve clearances. However, it is not intended that drawings indicate all necessary offsets and beam cans, and it shall be the work of the Contractor to make the installation in such a manner as to conform to structure, avoid obstruction, preserve headroom and keep openings and passageways clear. H. It is intended that all apparatus be located symmetrical with architectural elements. Refer to architectural details in completing the correlating work. I. The Contractor shall fully inform themselves regarding any and all peculiarities and limitations of the spaces available for the installation of all work and materials furnished and installed under the contract. They shall exercise due and particular caution to determine that all parts of their work are made quickly and easily accessible. J. The Contractor shall study all drawings and specifications to determine any conflict with ordinances and statutes. Any errors or omissions shall be reported, and any changes shall be shown in the as-built drawings and the additional work performed at no cost to the Owner. K. The submittal of bid shall indicate that the Contractor has examined the site and the drawings and has included all required allowances in their bid. They shall also determine in advance and make allowances for the methods of installing and connecting the equipment, the means of getting equipment in to place and they shall make themselves familiar with all the requirements of the contract. No allowance will be made for any error resulting from the Contractor's failure to visit job site and to review drawings, and bid shall include costs for all required drawings and changes as outlined above. L. The Contract Drawings ind icate the extent, the general location and arrangement of equipment, piping , ductwork, etc. Equipment, piping and ductwork shall be located to avoid interference with electrical, plumbing and structural features. All locations for mechanical work shall be checked and coordinated with the building, structural, electrical work. M. If any conflicts occur necessitating departures from the Contract Drawings, details of departures and reasons therefore shall be submitted as soon as practical for written approval, and the piping, ductwork, fixtures or equipment affected shall not be installed until approval is received. N. Reference to Drawing Schedules: 1. Refer to equipment schedule for unit identification number and corresponding capacity and design requirements. 2. Wherever schedules or notes appear on the Drawings or in the specifications in which sizes and capacities of equipment are indicated, the equipment furnished and installed under this contract shall meet the following requirements under operating conditions. 1.4 DEFINITIONS: A. "Provide" shall mean "provide complete in place," that is, "furnish and install." B. "Piping" shall mean pipes, fittings, valves and all like pipe accessories connected thereto. MECHANICAL GENERAL PROVISIONS 23 00 00 -2 C. Pressure ratings specified, such as for valves and the like, is the design working pressure and is for and with reference to the fluid which the device will serve. D. "Ductwork" shall mean ducts, plenums, compartments, casings or any like devices, including the building structure, which is used to convey or contain air. E. "Building Boundary" shall mean exterior building walls. F. "Mechanical Work" shall mean all work specified and shown in the Division 23, "Mechanical," categories. Mechanical Work generally includes: Plumbing, and Heating, Ventilating, Air Conditioning. 1.5 CODES AND STANDARDS: A. All work, material or equipment shall comply with the requirements of codes, ordinances and regulations of the local Government having jurisdiction at the location of the work, including the regulations of serving utilities, and any participating Government agencies having jurisdiction. B. The latest editions of the following Specifications, Codes and Standards shall form a part of these specifications, the same as if herein written out in full, and all materials and installations include but not be limited to: 1. CMC (California Mechanical Code) 2. ASH RAE (American Society of Heating, Refrigeration and Air Conditioning) 3. UL (Underwriters' Laboratories, Inc.) 4. AMCA (Air Moving and Conditioning Associates) 5. California State Division of Industrial Safety 6. SMACNA HVAC Duct Construction Standards 7. CBC (California Building Code) 8. NFPA (National Fire Protection Association) 9. San Diego County Codes 10. California Administrative Code, Title 24 11. Requirements of the State Fire Marshall 12. National Electrical Code 13. ASTM (American Society for Testing and Materials) 14. AGA (American Gas Association) 15. OSHA 16. CPC (California Plumbing Code) 17. CEC (California Energy Code) C. No requirement of these drawings and specifications shall be construed to void any of the provisions of the above standards. No apparatus, equipment, device or construction shall be installed which will provide a cross connection permitting any backflow or siphonage from any source into the domestic water supply system. 1.6 PERMITS AND FEES: Obtain all permits, patent rights, and licenses that are required for the performing of the work by all laws, ordinances, rules and regulations, or orders of any officer and/or body, MECHANICAL GENERAL PROVISIONS 23 00 00 -3 give all notices necessary in connection therewith, and pay all fees relating thereto and all costs and expenses incurred on account thereof. No work shall be covered before inspection by the jurisdictional authority and the Architect. 1.7 SUPERVISION AND COOPERATION: A. The Contractor shall include the services of experienced superintendents for each sub- section who shall be constantly in charge of the work, together with the qualified journeymen, helpers, and laborers, required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by others. B. The work under this section shall be in cooperation with the work of other trades to prevent conflict or interference and to aid rapid completion of the overall project. 1.8 PROJECT SITE VISIT: Periodic visits to the project site by the Engineer are for the expressed purpose of verifying compliance with the contract documents. Such site visits shall not be construed as inspections, construction supervision, i.e., the Engineer assumes no responsibility for providing a safe place for the performance of the work by the Contractor or the Contractor's employees or the safety of the supplies of the Contractor. Neither shall such site visits relieve the Contractor of the responsibility for the discovery of their own errors and the correction of them, nor of the responsibility of properly performing the work. 1.9 COORDINATION: A. The Contractor shall be responsible for providing all information, drawings or layouts of equipment or work under this section which affect the work of the other trades. B. In case changes in the indicated locations or arrangements are necessary due to developed conditions in the construction, or rearrangement offurnishings, or equipment, these changes shall be made without extra cost to the Owner, provided the change is ordered before work directly connected is installed, and no extra materials are required. 1.10 EXISTINGUTILITIES: A. The location of utilities shown on the plans is the best-known information available at time of design. The Contractor shall contact the appropriate agencies and confirm the information and make arrangements for connection thereto, prior to excavation and installation of any piping or systems. B. Prior to installation of any waste and soil lines the Contractor shall physically verify whether the building sewer can be installed and properly connected to the sewer main. Any work requiring added expense which is caused by the Contractor to make such physical verification shall be borne by the Contractor. 1.11 UTILITY SERVICES DURING CONSTRUCTION: All water and electric power used for construction shall be paid for by the Contractor. 1.12 SU BM ITT ALS AND SHOP DRAWi NGS: A. Equipment and materials shall be submitted to the (Architect / Owner / Developer / Owners Representative) for approval within 30 days after award of Contract and prior to fabrication or purchase of equipment and materials. B. Installation of materials or ordering of equipment prior to approval of submittals is done entirely at the risk of the Contractor. C. Unless otherwise specifically directed in the following specifications, the submittals by MECHANICAL GENERAL PROVISIONS 23 00 00 -4 the Contractor to the (Architect / Owner / Developer / Owners Representative)) shall be as follows: 1. Submit all items at one time in a neat and orderly manner as individual electronic, Portable Document Format (PDF) indexed files. A partial submittal will not be acceptable. 2. Reference catalog cuts and brochures of products to proper paragraph in specifications. Furnish numerical index by specification article number, listing product name, catalog number and reference to page number of submittal brochure. 3. Cross reference individual catalog numbers of substitute products to number of specified materials. 4. Submit manufacturers' certification that equipment meets or exceeds the minimum requirements as specified. 5. Where materials, equipment and installations are specified to conform with societies or agencies such as ANSI , ASHRAE, SMACNA, etc., submit certification of such compliance. 6. The submittal shall be complete and with manufacturer's selection data and information properly tagged to match equipment schedules and marked to show, among other things, material capacity and performance to meet capacities or performance as specified or indicated. Arrange the submittals in the same sequence as the specifications and reference in the upper right-hand corner, the particular specification provision for which each submittal is intended. Incomplete submittals will be rejected. 7. The Contractor is responsible for confirmation of code approval of material and equipment. Certification of code conformance by the manufacturer shall be submitted for: a. Water heaters. b. Backflow preventors. 8. If the Contractor submits a product that is specified, a complete set of brochures, rating tables, etc., is still required for future reference. 9. Review of the submittal is only for general conformance with design concept of project and general compliance with information given in the contract documents. The Contractor is responsible for confirmation and correlation of the dimensions, quantities and sizes, for information that pertains to fabrication methods or construction techniques, and for coordination of work of all trades. Deviations from drawings and specifications shall be clearly and completely indicated (by a separate letter) in the submittal. 10. For items, which are not manufactured, and which have to be specifically fabricated, including drawings and typical duct construction and complicated portions of ductwork as electronic, Portable Document Format (PDF) files and detail description shall be submitted . Shop drawings shall be submitted with such promptness as to allow ample time for examination and any re-submittal. D. For duct and piping shop drawing development, the contractor shall obtain the most current architectural, structural and electrical CAD/Revit files. Files shall be overlaid on to mechanical duct and piping shop drawings files using Navisworks by Autodesk for clash detection by the contractor's SIM Coordinator. MECHANICAL GENERAL PROVISIONS 23 00 00 -5 1.13 SUBSTITUTIONS: A. Substitution of an article, device, product, material, fixture, form or type of construction, other than those specified by name, make or catalog number is not permitted before the bid date. The contractor awarded the project, may propose substitutions as part of the submittal package as value engineering items. Written approval cannot be finalized until submittals are examined and credit to the owner is established. B. It is the responsibility of the contractor to coordinate substituted materials and equipment with all trades. If the use of substituted equipment results in an increase in the cost, including the work of other trades, the Contractor shall be solely responsible for payment of said increase in cost. 1.14 GUARANTEE: A. In addition to the guarantees required elsewhere, all work, materials and equipment provided under the mechanical sections shall be guaranteed for a period of one year from the date of acceptance of the work by the Owner. Should any trouble develop during this period due to defective materials or faulty workmanship, the Contractor shall immediately furnish all necessary labor and materials to correct the trouble without cost to the Owner. The Contractor, under this guarantee, shall be responsible for all damages to any part of the premises caused by equipment furnished under this section. B. Furnish written certified guarantee, in acceptable form, to the Owner, against defective workmanship, materials and operating equipment. Further guarantee to rebalance and adjust entire system, or any part thereof as required for perfect operation for a period of at least one year after acceptance. Compressors shall have five-year warranty. Repair, replace and make satisfactorily operative any and all defective items and work, holding the Owner free from any cost and liability in connection therewith, for the term of the guarantee. 1.15 INTERRUPTION OF SERVICES: A. Existing services required to stay in operation in areas not remodeled shall be maintained rerouted or otherwise provided with temporary connection to prevent interruptions. 8. If impossible to prevent interruptions, they shall be performed during "off-hours" and coordinated with the Owner's Representative. C. Provide a minimum of seven (7) days written notice of interruption. Do not interrupt services without written consent of the Owner. 1.16 DAMAGE BY LEAKS: The Contractor shall be responsible for damage to the grounds, walks, roads, buildings, furnishings, piping systems, electrical systems and their equipment and contents, caused by leaks in the piping systems being installed or having been installed herein. They shall repair at their expense all damage so caused. 1.17 EMERGENCYREPAIRS: The Owner reserves the right to make emergency repairs as required to keep equipment in operation without voiding the Contractor's guarantee bond nor relieving the Contractor of his responsibilities. 1.18 DEMOLITION: A. Demolition, capping and rerouting shall be performed as shown and as required to accommodate new construction. MECHANICAL GENERAL PROVISIONS 23 00 00 -6 PART 2 -PRODUCTS The specification of the mechanical products is detailed in the individual specification sections of Division 23. PART 3 -EXECUTION 3.1 INSTALLATION INSTRUCTIONS: A. The requirements of "mechanical" installation is detailed in the individual specification sections of Division 23. In addition, the following general requirements shall apply: 1. Obtain Manufacturer's printed installation instruction to aid in properly executing work of installing equipment whenever such instructions are available. Submit three copies of such instructions to the Architect prior to time of installation for use of supervising the work. 2. Erect equipment in a neat and workmanlike manner. Align, level and adjust for satisfactory operation. Install so that connecting and disconnecting of piping and accessories can be made readily, and so that all parts are easily accessible for inspection, operation, maintenance and repair. Minor deviation from arrangements shown on drawings may be made, as approved by the Architect. 3.2 PROTECTION OF PIPING SYSTEMS: A. It shall be the responsibility of the Contractor to install and maintain pipe and equipment which is reasonably clean and free from rust, dirt, scale, etc. Where necessary, the Contractor shall provide temporary airtight covers at all pipe and equipment openings. B. Before turning the systems over to the Owner, all piping systems shall be thoroughly flushed of all scale and dirt. Drains shall be installed at the low points to facilitate flushing of the piping systems. 3.3 PROTECTION OF AIR HANDLING SYSTEMS: A. The Contractor shall continuously maintain adequate protection to keep dirt and foreign matter from getting into the air handling system. B. Ductwork and equipment shall not be left open for any extended period of time. Open section and open fittings shall be capped wherever they occur until such time as final connections are made to equipment, grilles, register, etc. as required by SMACNA IAQ Guidelines. 3.4 PROTECTION OF ELECTRICAL SYSTEMS: Do not route liquid filled pressure and drain piping over electrical equipment, switchboards motor control centers and the like. When unavoidable, install galvanized drain pans to prevent liquid from dripping or squirting onto such equipment. 3.5 EXCAVATION AND BACKFILL: A. See "Earthwork" section of the specifications for requirements. In addition, the following shall apply: 1. Execute all excavation to grades to accommodate elevations indicated and where invert elevations are not indicated, provide minimum coverage (above top of pipes) as follows: a. Any piping under building slab (top of pipe to underside of slab) 18-inches. b. Steel, cast iron, and copper in other locations 30-in. c. Clay and Plastic piping in other locations -36-in. MECHANICAL GENERAL PROVISIONS 23 00 00 -7 2. Excavation for pipes shall be cut a minimum of six-inches below the required grade. A six-inch bed of sand or other approved material shall be then placed and properly compacted to provide an accurate grade and uniform bearing throughout the length of the pipe, except for plastic piping for which sand shall be used. 3. Sand used shall be washed river sand normally used for backfill purposes, free of clods or lumps of clay, rock, debris and rubbish. 4. Backfilling shall not be placed until the work has been inspected, tested and approved. 5. PVC piping excepted, backfill to point 12-inches above top of piping with fine earth (excavated material may be used) free of excessive amounts of clay, debris, rubbish, rocks, or clods, as approved by the Architect. Backfill above 12-inches from top of piping may be with excavated material. Apply backfill by hand in 6-inch deep layers the full width of the trench. Moisten each layer (do not flood or puddle), and hand tamp to a minimum 90 percent compaction before proceeding with the next layer of backfill. Note: PVC piping shall be backfilled with sand to a point 12-inches above top of piping, remainder of trench may be backfilled with fine earth as specified above. 6. Clods or lumps one-inch in size or larger will not be permitted in the backfill. If the excavated material is not suitable adequate material shall be provided by hauling from other locations. 7. Surplus earth or material remaining after backfilling shall be removed from the site as indicated in Section entitled "Earthwork." 8. Do not excavate under or near foundations or footings except in manner permitted and approved by the Architect. Do not backfill until installed piping has been successfully tested and approved for backfill by the jurisdictional inspector and the Architect. 3.6 RECORD DRAWINGS: A. The Contractor shall keep an accurate dimensional record of the as-built locations of all work under this Contract. This record shall be kept up-to-date at all times on blue line prints or an electronic set of plans as the job progresses and shall be available for inspection at all times. B. Upon completion of the work, the contractor shall obtain from the (Architect / Owner / Developer / Owners Representative) CAD/Revit files of the applicable contract documents. All changes and information contained on the Record Drawings shall be transferred to the new CAD/Revit files. C. The Contractor shall submit one electronic, Portable Document Format (PDF) files and one CAD/Revit set of files, of the completed reproducible Record Set for approval. Make such changes and correction as may be required for final approval. D. When final approval is received, sign the reproducible Record Set and stamp or note "As-Built" and submit to the Architect. E. Final observation will not be made until these .approved as-built drawing files have been received by the Owner 3.7 CUTTING AND PATCHING: A. Perform all cutting and fitting required for work of this Section in rough construction of the building. MECHANICAL GENERAL PROVISIONS 23 00 00 -8 B. All patching of finished construction of building shall be performed under the section of specification covering these materials. C. All cutting of concrete work by this Contractor shall be by core drilling or concrete sawing. No cutting or coring shall be done without first obtaining the permission of the Architect. D. Information regarding requirements for openings, recesses, chases in the walls, partitions, framing or openings shall be provided for work under the appropriate sections of the specifications in advance of the work. Should this be neglected, delayed or incorrect and additional cutting is found to be required, this work shall be accomplished at no additional cost to the Owner. E. All access panels shall be approved by the Architect as to location, appearance, and finish. 3.8 VIBRATION ELIMINATION AND CONNECTORS: Rotating or reciprocating mechanical equipment shall be mounted on or suspended from vibration isolators to prevent vibration and structural borne noise transmission to the building. Refer to each mechanical trade section of these specifications for specific details. Flexible duct connection shall be used between all fan openings and sheet metal work. Flexible connectors shall be used in piping connections to rotating or reciprocating equipment. See individual mechanical sections for specifications. 3.9 REQUIREMENTS FOR FINAL INSPECTION: A. All of the following items must be completed prior to final inspections. No exception and no final payment will be made until all items are completed and approved. For specific requirements see the individual section in the Division 23 Category. 1. Cleaning equipment and premises 2. Test and balance of systems 3. Test and balance reports are reviewed by the Engineer 4. Service manual 5. Pipe and valve identification 6. Pipe and valve identification schedule 7. Operation tests 8. Operating instructions 9. As-built drawings 10. Certification of water sterilization 11. CALGreen and Title-24 Acceptance forms 3.10 EARTHQUAKE RESTRAINT: A. General: B. All earthquake resistant designs for mechanical equipment, such as air handling units, water heaters, blowers, motors, ductwork, mechanical and plumbing piping, shall conform to the regulations of the California Building Code. C. The restraints which are used to prevent disruption of the function of the piece of equipment because of the application of the horizontal force shall be such that the forces are carried to the frame of the structure in such a way that the frame will not be deflected MECHANICAL GENERAL PROVISIONS 23 00 00 -9 when the apparatus is attached to a mounting base and equipment pad, or to the structure in the normal way, utilizing the attachments provided. Equipment, piping, ductwork, etc. shall be secured to withstand a force in any direction equal to the value stated in the CBC for Commercial Buildings and the CAC for Healthcare Facilities, Schools, and Public Buildings. D. Piping: 1. All HVAC and Plumbing piping shall be secured by bracing at every fourth hanger transversely and every eighth hanger longitudinally. Bracing shall be done in accordance with the NFPA Code, and as described in paragraph "Sway Bracing for Protection against Earthquakes," of that code. 2. As approved by code authority, the SMACNA "Guidelines for Seismic Restraints of Mechanical Systems" may be used as a guide. E. No sway bracing is required for pipes that are installed on very short hangers (12-inches or less). F. As approved by the code authority a bracing system as manufactured by "Superstrut" or "Pipe Shields Inc." may be used. 3.11 ADJUSTMENTS OF SYSTEMS AND OPERATION TESTS: A. When the work included in these specifications is complete, and at such time as directed by the Architect, the Contractor shall adjust all parts of the systems, advising the Architect when this has been done and the work is ready for their final tests. Refer to "Balancing and Testing Procedures" in Section 23 00 00. B. The Owner may require operation of parts or all of the systems prior to final acceptance. If it becomes necessary for temporary use of the systems before all parts are complete, the Contractor shall adjust all parts as far as possible in order to make such temporary use as effective as possible. After temporary use and before acceptance tests, all systems shall be readjusted to meet permanent operational requirements. This occupancy shall not be construed as final acceptance cost of utilities for such operation will be paid by the Owner. C. Operation Test and Instruction: 1. After final acceptance, the Contractor shall operate all mechanical systems and provide operational instructions for a period of at least 2. three 3. Eight-hour day(s) to demonstrate fulfillment of the requirements of the contract. During this time, all adjustments shall be made to the equipment until the entire system is in satisfactory operating condition acceptable to the Owner 4. Final Operation Instructions: Contractor shall place a competent person at the building who shall operate the systems instructing the Owner's Representatives in all details of operation and maintenance. 5. Any required instructions from manufacturer's representatives shall be given during this period. 6. All arrangements for operation and instruction periods shall be made through the Owner D. For specific requirements see individual Mechanical Sections. 3.12 RUBBISH REMOVAL AND CLEANING: MECHANICAL GENERAL PROVISIONS 23 00 00 -10 Upon completion of the work under this section, the Contractor shall remove all surplus materials, equipment and debris incidental to their work, and leave the premises clean and orderly. 3.13 SERVICE: Ninety (90) days free service shall be provided after completion of the job including changing of filters. Replacement filters shall be provided by the Owner and shall be on the job site. 3.14 PAINTING: A. Excepting piping identification specified in the specific section all painting is specified in the Painting Section of the Specifications. B. Surfaces to be painted shall be cleaned of cement, plaster and other spills. C. Factory finishes shall be repaired to original condition when scratched or dented. ~~~END OF SECTION~~~ MECHANICAL GENERAL PROVISIONS 23 00 00 -11 SECTION 23 30 00 PART I -GENERAL 1.1 SUMMARY: HEATING, VENTILATING AND AIR CONDITIONING A. The responsibilities of the Contractor shall include the following systems and equipment complete, and any additional work shown on the drawings or hereinafter specified. Ducted Split System Heat Pumps Rooftop Packaged Heat Pumps Exhaust Fans Ductwork Duct and Pipe Insulation Vibration Isolation Automatic Temperature Control Test and Balance 8. The Contractor shall provide all sheet metal work as shown on the drawings or as required for the mechanical systems. Sheet metal work shall be as specified in this section. 1.2 GENERAL REQUIREMENTS: A. Reference to Other Sections: The applicable requirements from the following sections shall form a part of the heating, ventilating and air conditioning work and the Contractor shall consult them in detail for general and specific requirements. Section 23 00 00 General Requirements Mechanical 22 00 00 Plumbing 23 09 23 Fire Protection 23 09 80 Mechanical Commissioning 1.3 RELATED WORK: A. The following work will not be furnished under this section of the specifications but will be furnished by other trades. 1. Power voltage wiring and connections thereto and all power voltage conduit. 2. Openings in walls, floor, roofs. 3. Louvers in doors and building walls. 4. Concrete work. 5. Cutting, patching and furring. 6. Flashing . 7. Final painting. 8. Equipment foundation pads and platforms. 9. Gas and condensate piping. 1.4 SHOP DRAWINGS: A. Submit for approval, in accordance with Section 23 05 00, Contractor shall provide in electronic, Portable Document Format (PDF) fully dimensioned shop drawings for all specified equipment, controls and ductwork construction details. Manufacturer's equipment drawings are to be complete with capacity and sound level ratings as indicated in the drawings or specifications. Contractor shall also submit all manufacturer's internal wiring diagrams for electrical equipment and shall prepare other HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-1 wiring diagrams showing the interlocking of the various controls and safety devices of the heating, ventilating and air conditioning systems. Submit performance curves for all fans (except propeller types and rooftop type) and for all water pumps 1 HP and larger. Equipment capacity tables requiring interpolation or extrapolation are not acceptable. 8. Submit for approval, installation drawings which show exact dimensions and locations of openings required in floors, roofs and walls for ducts, air intakes and exhaust, roof exhausters, piping etc. C. For duct and piping shop drawing development, the contractor shall obtain the most the current architectural, structural and electrical CAD files to be overlaid on to mechanical duct and piping shop drawings. 1.5 FILTERS: A. A complete set of filters shall be supplied for use during the construction, testing and balancing period. A complete set of new filters shall be installed after testing and balancing. 1.6 EQUIPMENT START-UP: A. Provide the services of manufacturer's factory-trained service representative to start-up package rooftop units, split system heat pump, and exhaust fans Include in start-up, testing controls, demonstration of compliance with requirements, and replacement of damaged or malfunctioning controls and equipment. PART 2 -PRODUCTS 2.1 DUCTWORK AND ACCESSORIES: A. Supply ducts, return ducts, and exhaust ducts, plenum chambers, housing, panels, unless otherwise specified herein or on the drawings, shall be fabricated from zinc- coated (galvanized) steel sheets conforming to the latest ASTM specification A-653. Zinc-coating shall be of the "Commercial" class. Where gauge numbers of metals are indicated or specified, they shall represent the manufacturer's standard gauge numbers, prior to galvanizing. 8. Exposed Ductwork: All exposed ductwork shall be free from dings and dents. All rectangular and round ductwork shall have Ductmate System connections. All exposed round ducts shall be spiral type duct and shall be installed so seams line up at connections to appear as a single duct run . All exposed ductwork shall be supported using threaded rods. Sheet metal straps are not acceptable. All exposed duct fittings (i.e., elbows, branch tees, etc.) shall be two gages heavier than the duct they are connected to. C. Kitchen Ventilation Systems: Ducts and plenums serving Type 1 hoods shall be constructed of not less than No. 16 manufacturers standard gage steel for ducts 4 square-feet and less cross section area, and No. 14 gauge for ducts over 4 square-feet cross section area. D. Dishwashing machine exhaust ductwork shall be No. 304 stainless steel, minimum of No. 18 gauge, all welded. Flanged joints where necessary shall be sealed with Dow- Corning building sealant No. 780, or equal. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-2 E. Volume Dampers: 1. Damper blades shall be manufactured of 16-gauge sheet metal. 2. Rectangular dampers shall be opposed blade type. Frame shall be 16-gauge galvanized steel. Where dimensions of duct exceed 18" x 12", blades shall not be over 8" wide. Bearings shall be provided; holes punched in ductwork to seNe as bearings will not be accepted. Locking quadrant sizes shall be as follows: Up to 40 square-inches shall be 1 /41 quadrant; up to 18" x 12" shall be %" quadrant, and over 18" x 12" shall be 1 /2., quadrant. 3. Round dampers up to 9-inch diameter may be installed in sheet metal spin fittings when used for balancing air distribution devices. Frames for dampers 10-inch diameter and above shall be 16-gauge galvanized steel. Dampers above 20-inch diameter shall be reinforced. Quadrant sizes shall be as follows: up to 9-inch diameter shall be 1/4-inch quadrant, 10-inch through 20-inch diameter shall be 3/8- inch quadrant, and over 20-inch diameter shall be 1/2-inch quadrant. F. Access Doors: 1. Duct access doors to all fire dampers shall be insulated type as manufactured by Duro Dyne, Pottorf, Karp or equal. Doors shall be 24-gauge, metal, 24 gauge frame, insulation shall be 1-inch fiberglass, covered with 28 gauge metal, with loose pin hinges, and cam-lock latches. Door frame shall contain foam gasket, and a sponge rubber gasket shall be attached to back of each door frame to ensure tight seal between duct and frame. Finish shall be factory applied. SeNice shall be stenciled on door, e.g., "Fire Damper" in 1/2-inch letters. Size shall be 16" x 12" where space and duct size permit. On small ducts and in restricted space, 12-inch by 10-inch may be used. 2. Access doors installed in round ductwork shall be rolled plate and shall be at least 2 gauges thicker than the gauge required for the duct. Doors shall be close-fitting with foam strip gasket and a minimum of 2 quick fastening latches. Doors for ducts up to 12-inches diameter shall be provided with 2 hinges and for ducts above 12- inches diameter provide one continuous hinge. G. Fire Dampers Assemblies: Furnish and install all fire damper assemblies as required by the NFPA Pamphlet 90A and local authorities having jurisdiction. The dampers shall be approved and listed by the State of California Fire Marshal. Dampers shall be Style B curtain type complete with fusible link with 160 degree rating. Manufacturer shall be Pottorff, Ruskin, or Greenheck. H. Fire/Smoke Assemblies: Furnish and install all fire and smoke damper assemblies as required by the NFPA pamphlet 90A and local authorities having jurisdiction. Dampers shall be complete with damper actuator activated by duct mounted smoke detector or firestat. (Projects with central fire control panel shall have dampers provided with two damper position switches linked to damper blade.) The damper assembly, including actuator, shall be approved and listed by the State of California Fire Marshal. Manufacturer shall be Pottorff, Ruskin, or Greenheck. I. Flexible Connectors: Furnish and install connections at the point where ductwork casing connects to fans, and where shown on the drawings. Connectors shall be manufactured by Duro Dyne. Indoor flexible connectors shall be Neoprene #1 0003 MFN metal fab. Outdoor flexible connectors shall be Durolon #10002 MFD metal fab. Connectors shall be securely clamped to ductwork, fans and apparatus by means of bolted metal straps. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-3 J. Flexible Ducts: 1. Flexible ducts shall consist of an exterior reinforced laminated vapor barrier, fiberglass insulation, encapsulated spring steel wire Helix and impervious smooth, non-perforated interior vinyl liner. Individual lengths of flexible ducts shall contain factory fabricated steel connection collars. 2. Flexible ductwork located within the insulated building envelope shall have a minimum insulating value of R-4.2, 1-1/4-inch, 0.76 lb. minimum density fiberglass blanket. Flexible ductwork located within or outside of the building but outside of the insulated building envelope shall have a minimum insulating value of R-8.0, 2-1/4- inch, 0.76 lb. minimum density fiberglass blanket. 3. Flexible ducts shall be supported at or near mid-length with 2" wide, 28 gauge steel collar attached to the structure with an approved duct hanger. Installation shall minimize sharp radius turns or offsets. The maximum length shall be 5 feet and can be used at the terminal ends only, except that flexible ducts may be used to cross seismic joints without offsets. 4. Insulated low pressure flexible duct shall be Thermaflex type M-KE or approved equal. 2.2 REFRIGERANT PIPING AND ACCESSORIES: (Systems 7.5-Tons or less) A. Line Sets shall be Copper Tube UL Recognized to 700 PSI. R41 0A Engineered and Tested. B. Insulation shall Meet ASTM B1003,ASTM C-534 & ASTM E-84 Fire & Smoke Rating. Closed cell elastomeric foam • Resists mold & mildew • UV retardant added to minimize ultraviolet degradation C. All Split system air conditioning equipment shall have refrigerant lines sized and installed in strict accordance with the manufacturers' recommendations for each system application. Installation shall include all devices, accessories, and Means/methods of installation that may be recommended. (Systems 8-Tons and larger) D. A. Refrigerant piping shall be seamless copper tubing, hard drawn, type K or L, conforming to ASTM B88. E. Fittings for copper tubing shall be wrought copper or bronze solder joint fittings conforming to ANSI B16 22. F. Moisture and liquid indicators shall be Sporlan See-All or equal for sweat joints. Refrigerant piping 2" and small shall have full line size indicators, and piping over 2" shall have the indicators mounted in "O.D." bypass as recommended by manufacturer. G. Driers shall be Henry, Superior, or equal angle cartridge flanged type with solder HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-4 connection and required drier cartridges for each unit. H. Strainer for refrigerant piping shall be Henry, Superior or equal angle or "Y" pattern with 100 mesh Monel screen reinforced with 10 mesh brass screen or equal. I. Valves 1¾" O.D. and above shall be Henry, Superior, or equal, bronze alloy. J. Valves 1 ½" O.D. and below shall be Henry, Superior, or equal, packless shut-off type. K. Solenoid valves shall be Sporlan or equal for sweat or screw joint connections as required. Coil housing shall have conduit connection. Valve shall be Underwriters' Laboratories and CSA approved. L. Expansion valves shall be Sporlan or equal thermostatic type with removable power element, external equalizer connection, external adjustable super heat and remote bulb. Valve capacity shall be equivalent to or slightly exceed the tonnage of the system. Valve selection shall be in accordance with the manufacturer of the condensing equipment. 2.3 CONDENSATE PIPING: A. All condensate drain piping and gas piping will be furnished and installed by Plumbing Contractor. Mechanical Contractor shall coordinate location and size of pipe connections with Plumbing Contractor. 2.4 INSULATION: A. Install thermal insulation on clean, dry surfaces after testing, inspection, and approval in strict accordance with these specifications, applicable drawings and contract documents and manufacturers' recommendations. Except for materials listed below, all insulation and accessory materials are to meet NFPA requirement of flame spread not to exceed 25 and smoke developed not to exceed 50 as tested by Procedure ASTM-E-84, NFPA 225, or UL 723. 1. Excepted are: a. Flexible, closed cell, foamed plastic insulation (Armacell or approved equal) on water chilling units, copper tubing refrigerant piping, copper tubing runouts and drain lines only. B. Duct Insulation: Insulate all concealed supply and return air ducts with flexible glass fiber insulation with factory applied reinforced foil kraft facing, Manville R-series Microlite FSKL or approved equal. 1 ½" minimum thickness, density 2.0 pcf. Installed "R" value of 4.2 in conditioned space and 8.0. in non-conditioned space. C. Rectangular supply and return air ductwork exposed to weather shall be furnished with interior lining. Lining shall comply with the latest UL and NFPA standards protection against fire and smoke. Liner shall be 2" thick, density 3.0 pcf, similar to CertainTeed Tough Gard. Installed "R" valve to be 8.0. D. Refrigeration suction piping shall be insulated with ¾" thick "Armacell" by Manville or approved equal. Exterior pipe insulation shall be protected with aluminum jacketing. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-5 2.5 EQUIPMENT: A. Ducted Split System Heat Pumps: 1. Condensing Unit B. General: Factory assembled, single-piece, air-cooled condensing unit. Contained within the unit enclosure shall be all factory wiring, piping, controls, compressors , nitrogen holding charge, and special features required prior to field start-up. C. Unit Cabinet: 1. Cabinet shall be galvanized steel casing with a baked enamel powder or pre-painted finish. 2. Control box access panels shall be hinged for service access. D. Fans: 1. Condenser fans shall be direct-drive propeller type, discharging air vertically upward . 2. All condenser fan motors shall be totally enclosed 3-phase type with permanently lubricated ball bearings, class F insulation and internal, automatic-reset thermal overload protection or manual reset calibrated circuit breakers. 3. Shafts shall have inherent corrosion resistance. 4. Fan blades shall be statically and dynamically balanced. 5. Condenser-fan openings shall be equipped with PVC-coated steel wire safety guards. E. Compressors: 1. Compressors shall be rotary scroll. 2. Operating oil charge and a crankcase heater control oil dilution. 3. Compressors shall be mounted on two rails having rubber in shear vibration isolators. 4. Staging of compressors shall provide unloading capability. Digital compressor unloading control shall be available as an option on one circuit (not available on size 065 unit). 5. Compressor motors shall be cooled by refrigerant gas passing through motor windings and shall have either internal line break thermal and current overload protection or external current overload modules with compressor temperature sensors. F. Condenser Coils: 1. Coil shall be air-cooled microchannel heat exchanger (MCHX) and shall have a series of flat tubes containing a series of multiple, parallel flow microchannels layered between the refrigerant manifolds. Microchannel coils shall consist of a two-pass arrangement. Coil construction shall consist of aluminum alloys for the fins, tubes and manifolds in combination with a corrosion-resistant coating on the tubes. 2. Tubes shall be cleaned, dehydrated, and sealed. 3. Assembled condenser coils shall be leak tested and pressure tested at 650 psig (4482 kPa). 4. To plan the unit installation and for ease of maintenance/coil removal on unit sizes 38AP065-130, all refrigerant piping entering and leaving the condenser coils shall be located on only one side of the condensing unit so the coils can be removed (when needed) from the side free of piping. This is important to consider because removing HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-6 the coils from the header side, although possible, involves extra labor due to extra bending and brazing of the coil headers. G. Refrigeration Components: 1. Refrigeration circuit components shall include liquid line temperature relief device, pressure transducers, liquid line shutoff valve, suction shutoff valve, suction line accumulators, nitrogen holding charge, and compressor oil. 2. Units shall include one factory-installed suction line accumulator for each refrigerant circuit. H. Controls and Safeties: 1. Minimum unit safety devices shall include: Solid-state compressor lockout to provide optional reset capability at the space thermostat if any of the following safety devices trip and shut off compressor. a. Compressor lockout protection for internal or external overload. b. Low pressure protection. c. High pressure protection (high pressure switch or internal). d. Compressor reverse rotation protection. e. Loss of charge protection. f. Low suction superheat protection. g. Short cycle protection. h. Suction and discharge pressure transducers. i. Circuit breakers or fuses for short circuit protection of compressors. I. Electrical Requirements: All unit power wiring shall enter unit cabinet at a single location (115 and 130 size units available with dual point power with terminal block). J. Special Features: 1. Low Ambient Control: a. Control shall regulate the fan motor speed in response to the saturated condensing temperature of the unit. The control shall be capable of operating with outdoor temperatures at -20°F (-28.9°C). b. Motormaster® low ambient control shall be available as a factory-installed option or fieldinstalled accessory for all units. 2. Optional Condenser Coil Materials: a. E-coated microchannel coils: E-coated aluminum microchannel coil shall have a flexible epoxy polymer coating uniformly applied to all coil external surface areas without material bridging between fins or louvers. Coating process shall ensure complete coil encapsulation, including all exposed fin edges. E-coat shall have a thickness of 0.8 to 1.2 mil with top coat having a uniform dry film thickness from 1.0 to 2.0 mil on all external coil surface areas including fin edges. E-coated coils shall have superior hardness characteristics of 2H per ASTM D3363-00 and cross hatch adhesion of 4B-5B per ASTM D3359-02. Impact resistance shall be up to 160 in.lib (ASTM D2794-93). E- coated coil shall have superior impact resistance with no cracking, chipping, or peeling per NSF/ANSI 51-2002 Method 10.2. E-coated aluminum microchannel coils shall be capable of withstanding 8,000-hour salt spray test in accordance with the ASTM (American Society for Testing and Materials) B-117 Standard. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-7 b. Pre-coated aluminum-fin coils: Coil shall have a durable epoxy-phenolic coating to provide protection in mildly corrosive coastal environments. Coating shall be applied to the aluminum fin stock prior to the fin stamping process to create an inert barrier between the aluminum fin and copper tube. Epoxy-phenolic barrier shall minimize galvanic action between dissimilar metals. 3. Non-Fused Disconnect: a. non-fused disconnect is available as a factory-installed option for all units having single point power connection units. 4. Seismic Certification: a. seismic unit modification is provided which will result in a unit SDS (seismic design acceleration parameter) level of 2.5 for 38AP025-065 units and 2.1 for 38AP070-130 units. 5. Air Handling Unit K. Unit shall be factory-supplied, central station air handler. The air-handling unit may consist of a fan with the following factory-installed components as indicated on the equipment schedule. 1. Mixing Box Section: a. No filter tracks. b. With flat filter tracks. c. With angle filter tracks. d. With bag cartridge filter tracks. e. With exhaust air dampers. 2. Air Mixing Section. 3. Exhaust Box Section. 4. Internal Face and Bypass Damper Section. 5. Plenum Section: a. No drain pan. 6. Filter Section: a. 4-in. flat filters. 7. Coil Section: a. Direct expansion coil. L. Fan Section: 1. Horizontal draw-thru (supply, return, and exhaust). 2. Vertical draw-thru. 2.7 CASING A. Construction: 1. Unit shall be constructed of a complete frame with easily removable panels. Removal of any panel shall not affect the structural integrity of the unit. 2. All units shall be supplied with 14-gage or heavier, G-90 galvanized steel base rails. Bolt-on legs are NOT acceptable. Perimeter lifting lugs for overhead lifting shall be provided on each shipping section. Slinging units in place of lifting lugs shall not be acceptable. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-8 3. Unit shall be thermally broken to minimize the conduction path from the inside of the casing to the outside. 4. Casing panels (top, sides, and bottom) shall be constructed of galvanized steel (18 gauge optional), and shall have one of the following exterior finishes as specified: a. Pre-painted with a baked enamel finish passing 500-hour salt spray test (ASTM [American Society of Mechanical Engineers] B-117) for pre-painted steel and 125- hour marine level 1 prohesion test (ASTM G-85.A5) for pre-painted steel. b. Unpainted G-90 galvanized steel. 5. Casing panels (top, sides, and bottom) shall be constructed of galvanized steel (18 gauge optional) or stainless steel, and shall have one of the following interior finishes as specified: a. G-90 pre-coated galvanized steel with a silver zeolite antimicrobial material registered by the US EPA (Environmental Protection Agency) for use in HVAC applications. b. Unpainted G-90 galvanized steel. c. Unpainted 304 stainless steel. d. Option for aluminum diamond treadplate floors. 6. Casing panels (top, sides, and bottom) shall be one piece, double-wall construction with foam insulation sealed between the inner and outer panels. Panel assemblies shall not carry an R-value of less than 13. 7. Casing deflection shall not exceed a L/240 ratio when subject to an internal pressure of ± 8-in. wg and shall exhibit no permanent deformation at± 9-in . wg. Lis defined as the longest linear panel or cabinet length (measured to AHRI 1350 Cd level 2). 8. Casing leakage rate shall be less than 1 % at 8 in. wg of nominal unit airflow or 50 cfm, whichever is greater. Leakage rate shall be tested and documented on a routine basis on random production units. Optionally, factory witness leak testing and/or test reports shall be available. 9. Side panels shall be easily removable for access to unit and shall seal against a full perimeter automotive style gasket to ensure a tight seal. 10. The panel retention system shall comply with UL 1995 which states all moving parts (for example, fan blades, blower wheels, pulleys, and belts) that, if accidentally contacted, could cause bodily injury, shall be guarded against accidental contact by an enclosure requiring tools for removal. 11. Accessibility options shall be as follows: a. Hinged, lockable double-wall access door on either side with removable access panel(s) on the other side. b. Hinged, lockable double-wall access doors on both sides. c. Removable double-wall access panels on both sides. 12. Depending on the options selected and the remaining available space inside each section, the following options may be available: a. Reinforced glass viewports shall be factory-installed on the access panel(s) or door(s) of the section. b. Marine lights shall be factory installed with or without GFCI (ground fault circuit interrupter) convenience outlets. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-9 13. Fan supports, structural members, panels, or flooring shall not be welded, unless aluminum, stainless steel, or other corrosion-resistant material is used. Painted welds on unit exterior steel or galvanized steel are not acceptable. 14. All coil sections shall be doublewall construction with foam insulation sealed between the inner and outer panels. Panel assemblies shall not carry an R-value of less than 13. Single height coil sections shall have removable frame sections to facilitate vertical coil extraction. 15. Blow-thru sections shall have a diffuser plate as an integral part of the fan section. B. Access Doors: Access doors shall be one piece, hinged, lockable double-wall construction with foam insulation sealed between the inner and outer panels. Panel assemblies shall not carry an R-value of less than 13. C. Drain Pans: Drain pans shall be foam insulated double-wall galvanized or stainless steel construction (18 gauge optional). The pan shall be sloped toward the drain connection. Drain pan shall have 11/z-in. MPT connection exiting through the hand side or opposite side of the casing as specified. One drain outlet shall be supplied for each cooling coil section. Drain pan shall allow no standing water and comply with ASHRAE (American Society of Heating, Refrigeration and Air-Conditioning Engineers). Standard 62.1 -2010. Where 2 or more coils are stacked in a coil bank, intermediate drain pans shall be provided and the condensate shall be piped to the bottom drain pan. The bottom coil shall not serve as a drain path for the upper coil. 2.8 FANS A. General: 1. Forward-curved fan sections shall have one double-width double-inlet (DWDI) fan wheel and scroll. They shall be constructed of galvanized steel with baked enamel. They shall be designed for continuous operation at the maximum rated fan speed and motor horsepower. Fans shall have an AMCA class rating corresponding to the static pressure at which the fan is designed to operate (Class I or II). Completed fan assembly shall be dynamically balanced in accordance with AHRI Guideline G and ANSI S2.19 at design operating speed using contract drive and motor if ordered. 2. Airfoil fan sections shall have one DWDI airfoil fan wheel and scroll. Airfoil blades shall be double thickness design constructed of heavy gage, high strength steel or aluminum continuously welded to the backplate and the spun inlet flange. Entire fan assembly shall be cleaned, primed and painted with alkyd enamel, except for an aluminum fan wheel when supplied. Fans shall have an AMCA class rating corresponding to the static pressure at which the fan is designed to operate (Class I or II). Completed fan assembly shall be dynamically balanced to minimum grade of G 6.3 per ANSI/AMCA 204 at design operating speed using contract drive and motor if ordered. 3. Belt drive plenum fan sections shall have one single-width single-inlet (SWSI) airfoil fan wheel. Airfoil blades shall be double thickness design constructed of heavy gage, high strength steel or aluminum continuously welded to the backplate and the spun in let flange. Entire fan assembly shall be cleaned, primed and painted with alkyd enamel, except for an aluminum fan wheel when supplied. They shall be designed for continuous operation at the maximum rated fan speed and motor horsepower. Fans shall have an AMCA class rating corresponding to the static pressure at which the fan is designed to operate (Class I or II). Completed fan assembly shall be dynamically HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-10 balanced to minimum grade of G 6.3 per ANSI/AMCA 204 at design operating speed using contract drive and motor if ordered. 4. Direct drive plenum fan sections: a. with a NEMA 'T " frame motor shall have the option of one, two, four, or six single width single inlet (SWSI) airfoil fan wheel(s). Airfoil blades shall be double thickness design continuously welded to the back plate and the front plate. Fan wheel shall be constructed of aluminum. Airfoil blades shall be aluminum extrusions and shall be top welded to the back plate and front plate of the wheel. Fan wheel shall be dynamically balanced per ISO standard 1940 quality grade G6.3. b. with an EC motor shall have the option of single or multiple SWSI backward curved fans. Fan wheel shall be constructed of aluminum. Blades shall be welded to both front and back plates of the wheel. Fan assembly shall be dynamically balanced per ISO standard 1940 quality grade 6.3. 5. Isolated fan assembly vibration shall not exceed 0.248 in. per second when mounted on active isolators. Vibration shall be measured in both vertical and horizontal directions at the specified fan operating speed using specified motor. For testing purposes, accelerometers shall be mounted on the motor near the bearing locations an removed before shipment. 6. All fan sled components shall provide corrosion protection to pass 100-hour salt spray test per ASTM B-117. 7. Fan wheels for all AF, FC, belt drive PF, and direct drive PF with NEMA "T" frame motors shall be keyed to the shaft. Fan wheels for direct drive PF with EC motors shall be mounted directly to the rotor of the EC motor. All shall be designed for continuous operation at maximum rated fan speed and motor horsepower. Fan wheels and shafts shall be selected with a maximum operating speed 25% below the first critical. 8. Belt drive fan motor shall be mounted within the fan section casing on slide rails equipped with adjusting screws. Belt drive and direct drive with NEMA "T" frame motors shall be premium efficiency, open drip-proof or totally enclosed fan cooled NEMA (National Electrical Manufacturers Association) Design A or B with size and electrical characteristics as shown on the equipment schedule. Motor shall be mounted on a horizontal flat surface and shall not be supported by the fan or its structural members. All three-phase motors shall have a ± 10% voltage utilization range and a 1.15 minimum service factor. Motor shall be compliant with the Energy Independence and Security Act (EISA) of 2007 where applicable. Single-phase motors shall be available up to and including 5 hp. 9. Direct drive with EC motors shall exceed the minimum efficiency requirements of the ErP Directive for Fans, efficiency class IE4, and specify motor protection according to EN 60529. Motors shall also provide the following: locked rotor protection, phase failure detection, soft start, mains under-voltage detection, over-temperature protection of electronics/motor, and short circuit protection. B. Performance Ratings: Supply fan performance shall be rated and certified in accordance with AHRI Standard 430, latest edition. C. Sound Ratings: Manufacturer shall submit first through eighth octave sound power for fan discharge and casing radiated sound. Sound ratings shall be tested in accordance with AHRI 260. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-11 2.9 COILS A. All water, steam and direct expansion (DX) refrigerant coils shall be provided to meet the scheduled performance. All coil performance shall be certified in accordance with AHRI Standard 410. All water and direct expansion coils shall be tested at 450 psig air pressure. Direct expansion coils shall be designed and tested in accordance with ANSI/ASHRAE 15 Safety Code for Mechanical Refrigeration (latest edition). Factory-supplied 1/r in. OD coils shall be covered under the standard product one-year limited warranty. All steam coils, integral face and bypass coils and 5!a-in. OD coils shall be warranted for a period not in excess of 12 months from their shipment from the manufacturer. Coil epoxy coating shall be covered under a 5-year limited warranty from the date of shipment from the manufacturer. B. General Fabrication: 1. All water and refrigerant coils shall have minimum ½-in. OD copper tubes mechanically expanded into fins to ensure high thermal performance with lower total flow and pumping requirements. Minimum tube wall thickness shall be 0.016 inches. Optional tube wall thickness of 0.025 in. shall be supplied , if specified. 2. Aluminum plate fin type with belled collars. Optional copper plate fins shall be supplied, if specified. Fin type shall be sine wave construction. 3. Aluminum-finned coils shall be supplied with die-formed casing and tube sheets of mill galvanized steel or stainless steel as specified. Copper-finned coils shall be supplied with stainless steel casing and tube sheets. C. Refrigerant Coils: 1. Headers shall be constructed of copper with brazed joints. 2. Brass refrigerant distributors and seamless copper distribution tubes shall be factory supplied to ensure uniform flow. 3. Thermal expansion valves (TXV) and nozzles shall be factory installed and piped to the exterior of the casing. Equalizer lines shall be piped internal to the coil header. 4. Suction and liquid line pairs shall be located next to each other for easy circuit identification. A custom label showing TXV size, nozzle size and condensing unit circuit pairing shall be located on the side of the coil section. 5. Standard circuiting selections include: a. Single distributor arrangement for sizes 03-17. b. Row split intertwined multiple distributor arrangement for sizes 03-110. c. Face split multiple distributor arrangement for sizes 03-110. 6. Submittals must include a DX coil and condensing unit cross plot to show that the coil and condensing unit capacity match at the rated design conditions. 2.10 FILTER SECTIONS A. Flat filter sections shall accept either 2-in. or 4-in. filters. Sections shall include side access slide rails. Optional 6-in. filter racks shall be capable of accepting 4-in. final filters. Optional 2 in. pre-filter shall be available. B. Angle filter sections shall accept either 2-in. or 4-in. filters of standard sizes, arranged in a horizontal V formation. C. Differential Pressure Gages: 1. Housing shall be constructed of a glass filled nylon case and acrylic lens. Exterior finish shall be coated black. 2. Accuracy shall be ±5% of full scale throughout range at 70°F. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-12 3. Pressure limits shall be 30 psig continuous to either pressure connection. 4. Temperature limits shall be 20 to 120°F. 5. Diameter of dial face shall be 2.33 in. 6. Process connections shall be barbed, 3/w in. for ID tubing. 2.11 DAMPERS A. Factory-supplied dampers shall be warranted to be free from defects in material and workmanship for a period of 12 months after being installed or placed in service, but in no instance shall the period of warranty be longer than 18 months from the date of the original shipment by the manufacturer. B. Mixing boxes, filter-mixing boxes, and exhaust boxes shall have parallel or opposed blades and interconnecting outside-air and return-air dampers. Bottom damper locations shall be optionally available with a tool screen to prevent most objects from falling through a bottom damper opening. 1. Standard Dampers: Damper blades shall be constructed of galvanized steel, with blade seals and stainless steel jamb seals. Blades shall be mechanically fastened to axle rods rotating in self- lubricating synthetic bearings. Maximum leakage rate shall be 4 cfm/ft2 at 1 in. wg differential pressure. 2. Premium Dampers: Damper blades shall be constructed of galvanized steel with a double-skin airfoil design, with blade seals and stainless steel jamb seals. Blades shall be mechanically fastened to axle rods rotating in self-lubricating synthetic bearings. Maximum leakage rate shall be 2 cfm/ft2 at 1 in. wg differential pressure. 3. Outside Air Measurement Dampers: a. Damper frame shall be nominal 4 in. x 1 in. x minimum 0.081 in. and constructed of 6063-TS extruded aluminum. b. Airflow measuring blades shall be airfoil-shaped, heavy gage anodized 6063-TS extruded aluminum and fixed in 10 in. x minimum 16 gage galvanized steel frame. c. Jamb seals shall be flexible metal compression type along control damper sides. d. Blade seals shall be neoprene along control damper blade edges. e. Bearings shall be molded synthetic. f. Linkage shall be galvanized steel, concealed in frame. g. Axles shall be minimum ½-in. diameter plated steel, hex-shaped, mechanically attached to blade. h. Operating temperature shall be-22 to 140°F. i. Air straightener section shall be aluminum alloy honeycomb contained in 5 in. long, 16 gage galvanized steel sleeve attached to monit~ring blade frame. j. Airflow range shall be 400 to 5,000 ft per minute face velocity. k. Maximum leakage rate shall be 2 cfm/ft2 at 1 in. wg differential pressure. C. Integral Face and Bypass Dampers: 1. Integral face and bypass (IFB) coils shall be capable of maintaining a constant air volume, within 5%, shall be capable of maintaining a constant leaving air temperature as entering air conditions vary, and shall be capable of producing mixed leaving air temperatures within 3 ft downstream with a maximum variance in air temperature of 5°F, regardless of damper position. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-13 2. When no heating is required, dampers shall divert air to bypass around heating surface with minimal temperature override. 3. Coil casing, dampers and baffles shall be fabricated from galvanized steel with an option for stainless steel. Coils shall be tested at 300 psig. 4. Integral face and bypass coils shall be provided with a connection point for field- mounted actuator(s), electrical or pneumatic, or can be provided from the factory at an additional cost. 5. Actuator connection point shall be mechanically attached to dampers via linkage mechanisms. Dampers shall be interconnected for operation simultaneously across each face of coil. D. Face and Bypass Dampers: 1. Internal Face and Bypass Dampers: Internal face and bypass dampers shall be factory mounted in galvanized steel frame. Damper blades shall be constructed of galvanized steel, with high temperature blade and edge seals. Blades shall be mechanically fastened to axle rods rotating in self- lubricating synthetic bearings. To eliminate blade warping, face dampers shall be sectionalized to limit blade length to 60 in. maximum. Face damper blades shall be opposed and arranged to match coil face with top bypass, and internal linkage. 2.12 ELECTRICAL ACCESSORIES: A. ECM Power Distribution Panel 1. Power distribution panel shall be enclosed in a NEMA 4 electrical box and shall be included with every fan section which has an ECM fan array. 2. A single line of sight disconnect for the entire fan array shall be located on the outside of the electrical box. 3. Individual circuit breakers for each fan shall be mounted on the power distribution panel to isolate each fan for service. Fans shall be factory wired back to the power distribution panel. 4. Control wiring from all fans in the array shall terminate at one point inside the power distribution panel to control the entire array. Control signal shall be wired as 0-10 volt and shall include a field installed resistor if 4-20 mA control is required. 5. BACnet or Modbus shall be available as an option. When selected, all motors shall be factory addressed. B. Single Point Power: The single point power (SPP) box shall have an externally mounted, complete unit line of site disconnect. Internally, the single point power box shall have individual circuit breakers for each circuit, allowing individual circuit protection and a means of disconnect while not completely disabling the unit. SPP box locations shall be offered as: a. Single Point Power Right Side Mount b. Single Point Power Left Side Mount c. Single point Power End Mount 1. Single Point Power Enclosure: a. Enclosure supplied shall have appropriately sized circuit breakers, fusing, wiring, labeling and penetrations based on the unit configuration. b. Enclosure shall be equipped with a lockable door and a NEMA extended rotary handle mechanism on the enclosure door to provide a means for external disconnect operation to the main circuit breaker switch within the SPP enclosure. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-14 c. Enclosure to be SCE "Enviroline" NEMA 4 steel or equivalent. d. Enclosure to be suitable for both indoor and outdoor applications and shall operate within temperature limits of-20°F to +140°F. e. All SPP assemblies shall comply with UL 508 and be labeled as compliant. f. Wiring penetrations shall be pre-punched in the back of the enclosure and enter the inside of the air handling unit through strain reliefs. Enclosure shall be gasketed and sealed to the panel it is mounted to. g. A single 120 volt GFCI outlet shall be mounted on the enclosure when at least one marine light, convenience outlet, UV-C section or controls section is selected. h. Internal components (i.e., Fuse blocks, circuit breakers) shall be labeled with the appropriate circuit identification. i. Enclosure assemblies supplied with fuses shall have a label affixed that provides replacement fuse identification. j . All enclosures shall have the following labels adhered to the inside of the enclosure door: UL 508 labeling, amperage and voltage rating, maximum overcurrent protection rating. 2. Transformer: a. Single phase resin filled. b. Low voltage transformer to be Square D or equivalent. c. NEMA 3R enclosure rating. d. Stepdown shall be one of the following: 1) 240/480 volt primary to 120/240 volt secondary 60 Hz 2) 600 volt primary to 120/240 volt secondary 60 Hz 3) 190/200/208/220 or 380/400/416/440 volt primary to 110/220 volt secondary 50/60 Hz. 3. Wiring and Harnesses: a. Wiring harnesses shall be specifically designed for the unit configuration. Generic wiring harnesses are not acceptable. b. Wire assemblies shall be thermoplastic heat resistant nylon coated (THHN) stranded copper (90°C) or AWM wire. All wires used shall be moisture resistant. Conductors shall be bundled and sleeved with heat-shrink material over connector end and sleeve. All colored electrical tape for wire marking shall be "3M Super 35 electrical tape". For readability, laser print to be black on white background, smudge and wear resistant for life of wire assembly. The crimping of contactors to wires and the assembly of connectors to contactors shall follow manufacturer's instructions. c. Wiring harnesses shall have polarized plugs that can only be assembled one way. Plugs shall have the ground lug identified by a green connector, while all of the powered lugs shall be black. d. If a shipping split is inserted in the unit configuration, a label shall instruct the assembler to connect the single point wiring harness before the two unit sections are mated. Each wiring harness shall extend at least 12 in. from each shipping split to allow the harnesses to be mated. C. Marine Lights and Convenience Outlets: 1. Cast, non-ferrous metal, weatherproof, fixture. 2. Cast, non-ferrous metal, weatherproof, electrical junction box. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-15 3. Gasketed, heat and shock resistant glass globe protects against moisture and debris. 4. Cast, non-ferrous metal lamp guard to protect glass globe. 5. UL and CSA listed. 6. 100 watt type 'A' lamp maximum capacity. 7. Each fixture is equipped with a 9.5 watt, 120 volt 800 lumen LED lamp with an average rated life of 25,000 hours, factory installed. 8. Metallic, single gang, electrical junction box, UL listed. 9. With convenience outlet: Factory supplied and wired, SPST, toggle switch and 15 amp, 120 vac/60 Hz, NEMA 5-15 type, ground fault circuit interrupt (GFCI) receptacle, UL listed. 10. Without convenience outlet: Factory supplied and wired , SPST, UL listed toggle switch. 11 . Each fixture is factory wired to an externally mounted switch box. (Field power connections are made to the switch box mounted externally on the unit.) 12. All factory wiring penetrating through the panel is protected in 'RIGID' type meta l conduit. D. Disconnects: Factory-supplied disconnects shall be covered under a 1 year limited warranty from the manufacturer from the date of shipment. 1. 200-230 volU3-phase fused and non-fused disconnects shall have the following characteristics: a. Visible blades. b. Quick-make, quick-break operating mechanism. c. Cover padlock hasp and handle lock "OFF." d. 240 vac maximum. e. Factory supplied and installed class RK5 fuses (fused disconnects only). f. Up to 100,000 rms symmetrical amperes SCCR, utilizing appropriately rated, factory-supplied Class R fuses. g. Horsepower rated for motor applications. h. Tangential combination knockouts for field wiring. i. Spring reinforced plated copper fuse clips. j . NEMA type 1 enclosures. k. Insulated, bondable solid neutral assemblies. I. UL listed, File E2875. m. Meet or exceed NEMA KS1-1990. E. Package Heat Pump: 1. General: a. Outdoor, rooftop mounted, electrically controlled, heating and cooling unit utilizing a(n) hermetic scroll compressor(s) for cooling duty and heat pump for heating duty. b. Factory assembled , single piece heating and cooling rooftop unit. Contained within the unit enclosure shall be all factory wiring, piping, controls, and special features required prior to field start-up. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-16 c. Unit shall use Puron® refrigerant. d. Unit shall be installed in accordance with the manufacturer's instructions. e. Unit must be selected and installed in compliance with local, state, and federal codes. 2. Quality Assurance: a. Unit meets ASHRAE 90.1-2016 and IECC-2015 minimum efficiency requirements. b. Unit shall be rated in accordance with AHR! Standards 340/360. c. Unit shall be designed to conform to ASHRAE 15. d. Unit shall be ETL-tested and certified in accordance with ANSI Z21.4 7 Standards and ETL-listed and certified under Canadian standards as a total package for safety requirements. e. Insulation and adhesive shall meet NFPA 90A requirements for flame spread and smoke generation. f. Unit internal insulation linings shall be resistant to mold growth in accordance with "mold growth and humidity" test in ASTM C1338, G21 , and UL 181 or comparable test method. Air stream surfaces shall be evaluated in accordance with the "Erosion Test" in UL 181 , as part of ASTM C1071 . g. Unit casing shall be capable of withstanding 500 hour salt spray exposure per ASTM B117 (scribed specimen). h. Roof curb shall be designed to conform to NRCA Standards. i. Unit shall be subjected to a completely automated run test on the assembly line. The data for each unit will be stored at the factory, and must be available upon request. j. Unit shall be designed in accordance with UL Standard 1995, ETL listed including tested to withstand rain. k. Unit shall be constructed to prevent intrusion of snow and tested to prevent snow intrusion into the control box up to 40 mph. I. Unit shake tested to assurance level 1, ASTM D4169 to ensure shipping reliability. m. High Efficiency Motors listed shall meet section 313 of the Energy Independence and Security Act of 2007 (EISA 2007). 3. Operating Characteristics: a. Unit shall be capable of starting and running at 115°F (46°C} ambient outdoor temperature, meeting maximum load criteria of AHR! Standard 340/360 at ±10% voltage. b. Compressor with standard controls shall be capable of operation from 25°F (-4°C}, ambient outdoor temperatures. Accessory winter start kit is necessary if mechanically cooling at ambient temperatures below 25°F (-4°C). c. Unit shall be capable of simultaneous heating duty and defrost cycle operation when using accessory electric heaters. d. Unit shall discharge supply air vertically or horizontally as shown on contract drawings. e. Unit shall be factory configured for vertical supply and return configurations. f. Unit shall be field convertible from vertical to horizontal configuration. g. Unit shall be capable of mixed operation: vertical supply with horizontal return or horizontal supply with vertical return. 4. ElectricalRequirements: a. Main power supply voltage, phase, and frequency must match those required by the manufacturer. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-17 5. Unit Cabinet: a. Unit cabinet shall be constructed of galvanized steel, and shall be bonderized and coated with a pre-painted baked enamel finish on all externally exposed surfaces. b. Unit cabinet exterior paint shall be: film thickness, (dry) 0.003 inches minimum, gloss (per ASTM 0523, 60°F / 16°C): 60, Hardness: H-2H Pencil hardness. c. Evaporator fan compartment interior cabinet insulation shall conform to AHRI Standards 340/360 minimum exterior sweat criteria. Interior surfaces shall be insulated with a minimum ½-in. thick, 1 lb density, flexible fiberglass insulation, neoprene coated on the air side. Aluminum foil-faced fiberglass insulation shall be used in the heat compartment. d. Unit internal insulation linings shall be resistant to mold growth in accordance with "mold growth and humidity" test in ASTM C1338, G21 , and UL 181 or comparable test method. Air stream surfaces shall be evaluated in accordance with the "Erosion Test" in UL 181, as part of ASTM C1071. e. Base of unit shall have a minimum of three locations for thru-the-base electrical connections (factory-installed or field-installed), standard. h. Base Rail: 1. Unit shall have base rails on a minimum of 2 sides. 2. Holes shall be provided in the base rails for rigging shackles to facilitate maneuvering and overhead rigging. 3. Holes shall be provided in the base rail for moving the rooftop by fork truck. 4 . Base rail shall be a minimum of 16 gage thickness. i. Condensate pan and connections: 1. Shall be a sloped condensate drain pan made of a non-corrosive material. 2. Shall comply with ASHRAE Standard 62. 3. Shall use a ¾-in. -14 NPT drain connection, possible either through the bottom or end of the drain pan. Connection shall be made per manufacturer's recommendations. j. Top panel: 1. Shall be a single piece top panel on 07 through 09 sizes, two pieces on 12 and 14 sizes. k. Electrical Connections: 1. All unit power wiring shall enter unit cabinet at a single, factory prepared, knockout location. 2. Thru-the-base capability: 1. Standard unit shall have a thru-the-base electrical location(s) using a raised, embossed portion of the unit basepan. 2. Optional, factory-approved, water-tight connection method must be used for thru- the-base electrical connections. 3. No basepan penetration, other than those authorized by the manufacturer, is permitted. I. Component access panels (standard): 1. Cabinet panels shall be easily removable for servicing. 2. Unit shall have one factory-installed, tool-less, removable, filter access panel. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-18 6. Coils: 3. Panels covering control box, indoor fan, indoor fan motor, gas components (where applicable), and compressors shall have molded composite handles. 4. Handles shall be UV modified, composite, permanently attached, and recessed into the panel. 5. Screws on the vertical portion of all removable access panel shall engage into heat resistant, molded composite collars. 6. Collars shall be removable and easily replaceable using manufacturer recommended parts. a. Standard Aluminum/Copper Coils: 1. Standard evaporator and condenser coils shall have aluminum lanced plate fins mechanically bonded to seamless internally grooved copper tubes with all joints brazed. 2. Evaporator coils shall be leak tested to 150 psig, pressure tested to 450 psig, and qualified to UL 1995 burst test at 1775 psig. 3. Condenser coils shall be leak tested to 150 psig, pressure tested to 650 psig, and qualified to UL 1995 burst test at 1980 psig. b. Optional pre-coated aluminum fin condenser coils: 1. Shall have a durable epoxy-phenolic coating to provide protection in mildly corrosive coastal environments. 2. Coating shall be applied to the aluminum fin stock prior to the fin stamping process to create an inert barrier between the aluminum fin and copper tube. 3. Epoxy-phenolic barrier shall minimize galvanic action between dissimilar metals. 4. Corrosion durability of fin stock shall be confirmed through testing to be no less than 1000 hours salt spray per ASTM B 117-90. 5. Corrosion durability of fin stock shall be confirmed through testing to have no visible corrosion after 48 hour immersion in a room temperature solution of 5% salt, 1 % acetic acid. 6. Fin stock coating shall pass 2000 hours of the following: one week exposure in the prohesion chamber followed by one week of accelerated ultraviolet light testing. Prohesion chamber: the solution shall contain 3.5% sodium chloride and 0.35% ammonium sulfate. The exposure cycle is one hour of salt fog application at ambient followed by one hour drying at 95°F (35°C). 7. Refrigerant Components: a. Refrigerant circuit shall include the-following control , safety, and maintenance features: 1. Fixed orifice metering system shall prevent mal-distribution of two-phase refrigerant by including multiple fixed orifice devices in each refrigeration circuit. Each orifice is to be optimized to the coil circuit it serves. 2. Refrigerant filter drier. 3. Service gage connections on suction and discharge lines. 4. Pressure gage access through a specially designed access port in the top panel of the unit. 5. Suction line accumulator to provide protection in all operating modes from cooling, heating and reverse cycle switching. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-19 b. There shall be gage line access port in the top of the rooftop, covered by a black, removable plug: a. The plug shall be easy to remove and replace. b. When the plug is removed, the gage access port shall enable maintenance personnel to route their pressure gage lines. c. This gage access port shall facilitate correct and accurate condenser pressure readings by enabling the reading with the compressor access panel on. d. The plug shall be made of a leak proof, UV-resistant, composite material. c. Compressors: a. Unit shall use one fully hermetic, scroll compressor for each independent refrigeration circuit. b. Models shall be available with single compressor designs on 07 models, plus additional 2 compressor (stage) models from 08-14 sizes. c. Compressor motors shall be cooled by refrigerant gas passing through motor windings. d. Compressors shall be internally protected from high discharge temperature conditions. e. Compressors shall be protected from an overtemperature and over-amperage conditions by an internal, motor overload device. f. Compressor shall be factory mounted on rubber grommets. g. Compressor motors shall have internal line break thermal, current overload and high pressure differential protection. h. Crankcase heaters shall be utilized on all models to protect compressor with specific refrigerant charge. d. Filter Section: 1. Filters access is specified in the unit cabinet section of this specification. 2. Filters shall be held in place by a pivoting filter tray, facilitating easy removal and installation. 3. Shall consist of factory-installed, low velocity, throw-away 2-in. thick fiberglass filters. 4. Filters shall be standard, commercic;1lly available sizes. 5. Only one size filter per unit is allowed. e. Evaporator Fan and Motor: 1. Evaporator fan motor: a. Shall have permanently lubricated bearings. b. Shall have inherent automatic-reset thermal overload protection or circuit breaker. 3. Shall have a maximum continuous bhp rating for continuous duty operation; no safety factors above that rating shall be required. 2. Belt-driven Evaporator Fan: a. Belt drive shall include an adjustable pitch motor pulley. b. Shall use sealed, permanently lubricated ball-bearing type. c. Blower fan shall be double inlet type with forward-curved blades. 4. Shall be constructed from steel with a finish that aids with corrosion resistance and dynamically balanced. f. Condenser Fans and Motors: HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-20 1. Condenser fan motors: a. Shall be a totally enclosed motor. b. Shall use permanently lubricated bearings. c. Shall have inherent thermal overload protection with an automatic reset feature. d. Shall use a shaft down design on all models. 2. Condenser Fans: a. Shall be a direct driven propeller type fan. b. Shall have aluminum blades riveted to steel spiders that have corrosion resistant properties and shall be dynamically balanced. g. Special Features, Options and Accessories: 1. Staged Air Volume System (SAV™) for all models: a. Evaporator fan motor: (1 .) Shall have permanently lubricated bearings. (2.) Shall have a maximum continuous bhp rating for continuous duty operation; no safety factors above that rating. (3.) Shall be Variable Frequency duty and 2-speed control. (4.) Shall contain motor shaft grounding ring to prevent electrical bearing fluting damage by safely diverting harmful shaft voltages and bearing currents to ground. 2. Two-Position Damper (facto'ry-installed): a. Damper shall be a two-position damper. Damper travel shall be from the full closed position to the field adjustable %-open setpoint. b. Damper shall include adjustable damper travel from 25% to 100% (full open). c. Damper shall include single or dual blade, gear driven dampers and actuator motor. d. Actuator shall be direct coupled to damper gear. No linkage arms or control rods shall be acceptable. e. Damper will admit up to 100% outdoor air for applicable rooftop units. f. Damper shall close upon indoor (evaporator) fan shutoff and/or loss of power. g. The damper actuator shall plug into the rooftop unit's wiring harness plug. No hard wiring shall be required. h. Outside air hood shall include aluminum water entrainment filter i. Not available with Staged Air Volume (SAV™) models. 3. Head Pressure Control Package (Motormaster®): a. Controller shall control coil head pressure by condenser fan speed modulation or condenser fan cycling and wind baffles. b. Shall consist of solid state control and condenser coil temperature sensor to maintain condensing temperature between 90°F (32°C) and 110°F (43°C) at outdoor ambient temperatures down to -20°F (-29°C). 4. Condenser Coil Hail Guard Assembly: a. Shall protect against damage from hail. b. Shall be louvered design. 5. Unit-Mounted, Non-Fused Disconnect Switch: a. Switch shall be factory-installed, internally mounted. b. National Electric Code (NEC) and UL approved non-fused switch shall provide unit power shutoff. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-21 c. Shall be accessible from outside the unit. d. Shall provide local shutdown and lockout capability. e. Sized only for the unit as ordered from the factory. Does not accommodate field- installed devices. 6. Convenience Outlet: a. Powered convenience outlet: (1.) Outlet shall be powered from main line power to the rooftop unit. (2.) Outlet shall be powered from line side or load side of disconnect by installing contractor, as required by code. If outlet is powered from load side of disconnect, unit electrical ratings shall be ETL certified and rated for additional outlet amperage. (3.) Outlet shall be factory-installed and internally mounted with easily accessible 115-v female receptacle. (4.) Outlet shall include 15 amp GFI receptacles with independent fuse protection. (5.) Voltage required to operate convenience outlet shall be provided by a factory- installed step down transformer. (6.) Outlet shall be accessible from outside the unit. (7.) Outlet shall include a field-installed "Wet in Use" cover. b. Factory-installed non-powered convenience outlet: (1 .) Outlet shall be powered from a separate 115-120v power source. (2.) A transformer shall not be included. (3.) Outlet shall be factory-installed and internally mounted with easily accessible 115-v female receptacle. (4.) Outlet shall include 15 amp GFI receptacles. (5.) Outlet shall be accessible from outside the unit. (6.) Outlet shall include a field-installed "Wet in Use" cover. c. Field-installed non-powered convenience outlet: (1 .) Outlet shall be powered from a separate 115-120v power source. (2.) A transformer shall not be included. (3.) Outlet shall be field-installed and internally mounted with easily accessible 115- v female receptacle. (4.) Outlet shall include 20 amp GFI receptacles. This kit provides a flexible installation method which allows code compliance for height requirements of the GFCI outlet from the finished roof surface as well as the capability to relocate the outlet to a more convenient location. (5.) Outlet shall be accessible from outside the unit. (6.) Outlet shall include a field-installed "Wet in Use" cover. 7. Thru-the-Base Connectors: a. Kits shall provide connectors to permit electrical connections to be brought to the unit through the unit basepan. b. Minimum of three connection locations per unit. 8. Propeller Power Exhaust: a. Power exhaust shall be used in conjunction with an integrated economizer. b. Independent modules for vertical or horizontal return configurations shall be available. c. Horizontal power exhaust shall be mounted in return ductwork. HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-22 d. Power exhaust shall be controlled by economizer controller operation. Exhaust fans shall be energized when dampers open past the 0-100% adjustable setpoint on the economizer control. 9. Roof Curbs (Vertical): a. Full perimeter roof curb with exhaust capability providing separate air streams for energy recovery from the exhaust air without supply air contamination. b. Formed galvanized steel with wood nailer strip and shall be capable of supporting entire unit weight. c. Permits installation and securing of ductwork to curb prior to mounting unit on the curb. 10. High Static Indoor Fan Motor(s) and Drive(s): High static motor(s) and drive(s) shall be factory-installed to provide additional performance range. a. Thru-the-Bottom Utility Connectors: Kit shall provide connectors to permit electrical connections to be brought to the unit through the basepan. b. Outdoor Air Enthalpy Sensor: The outdoor air enthalpy sensor shall be used to provide single enthalpy control. When used in conjunction with a return air enthalpy sensor, the unit will provide differential enthalpy control. The sensor allows the unit to determine if outside air is suitable for free cooling. c. Return Air Enthalpy Sensor: The return air enthalpy sensor shall be used in conjunction with an outdoor air enthalpy sensor to provide differential enthalpy control. d. Smoke detectors (Factory-Installed Only): e. Shall be a four-wire controller and detector. f. Shall be environmental compensated with differential sensing for reliable, stable, and drift-free sensitivity. g. Shall use magnet activated test/reset sensor switches. h. Shall have tool-less connection terminal access. i. Shall have a recessed momentary switch for testing and resetting the detector. j. Controller shall include: (1 .) One set of normally open alarm initiation contacts for connection to an initiating device circuit on a fire alarm control panel. (2.) Two Form-C auxiliary alarm relays for interface with rooftop unit or other equipment. (3.) One Form-C supervision (trouble) relay to control the operation of the Trouble LED on a remote test/reset station. (4.) Capable of direct connection to two individual detector modules. (5.) Can be wired to up to 14 other duct smoke detectors for multiple fan shutdown applications. 11 . Winter Start kit: a. Shall contain a bypass device around the low-pressure switch. b. Shall be required when mechanical cooling is required down to 25°F {-4°C). c. Shall not be required to operate on an economizer when below an outdoor ambient of 40°F {4°C). HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-23 12. Time Guard: a. Shall prevent compressor short cycling by providing a 5 minute delay (±2 minutes) before restarting a compressor after shutdown for any reason. b. One device shall be required per compressor. 13. Electric Heat: a. Heating Section: (1 .) Heater element open coil resistance wire, nickel-chrome alloy, 0.29 inches inside diameter, strung through ceramic insulators mounted on metal frame. Coil ends are staked and welded to terminal screw slots. (2.) Heater assemblies are provided with integral fusing for protection of internal heater circuits not exceeding 48 amps each. Auto reset thermo limit controls, magnetic heater contactors (24V coil) and terminal block all mounted in electric heater control box (minimum 18 ga galvanized steel) attached to end of heater assembly. 14. Hinged Access Panels: a. Shall provide easy access through integrated quarter turn latches. b. Shall be on major panels of: filters, control box, fan motor and compressor. 15. Display Kit for Variable Frequency Drive: a. Kit allows the ability to access the VFD controller programs to provide special setup capabilities and diagnostics. b. Kit contains display module and communication cable. c. Display kit can be permanently installed in the unit or used on any SAV™ system VFD controller as needed. 16. Condensate Overflow Switch: a. This sensor and related controller monitors the condensate level in the drain pan and shuts down compression operation when overflow conditions occur. It includes: (1 .) Indicator light -solid red (more than 10 seconds on water contact - compressors disabled), blinking red (sensor disconnected). (2.) 10 second delay to break -eliminates nuisance trips from splashing or waves in pan (sensor needs 10 seconds of constant water contact before tripping). (3.) Disables the compressor(s) operation when condensate plug is detected, but still allows fans to run for economizer. 17. Exhaust Fans: 18. Roof Exhausters: a. an shall be Greenheck, Loren Cook, or approved equal of size and capacity as called for on drawings. b. Roof exhaust fans shall be of the centrifugal, direct driven type. Construction of the fan housing shall be of heavy gauge aluminum mounted upon a rigid support structure. The shroud shall have a rolled bead and internal structural members for added strength. The fan wheel shall be of the aluminum backward-curved centrifugal type with an inlet venturi for maximum performance. Wheels shall be dynamically and statically balanced. Motors and centrifugal wheels shall be mounted on vibration isolators. Motors shall be HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-24 isolated from the exhaust airstream. Air for cooli ng the motor shall be taken into the motor compartment from a location free from contaminants. Motors shall be readily accessible for maintenance. All fans shall bear the AMCA Certified Performance Ratings seal for both air and sound performance. c. V-belt drive shall be as indicated on drawings, having rubber and fabric V-belt drives with horsepower ratings 150% of connected motor, cast-iron V-groove sheaves, adjustable motor sheave, full ball bearings mounted outside air stream, pre-lubricated motor, and drive and wheel assembly mounted on oil resistant rubber isolators. d. Normal horsepower rating shall be 110% of brake horsepower of fan. Motors shall be outside air stream. Motor shall be wired to approved horsepower rated disconnect switch located in motor compartment. 19. In-Line Fans: a. Fan shall be factory assembled with square housing for in-line mounting in duct. Fans shall be Greenheck or approved equal. b. Wheel shall be backwardly inclined centrifugal type constructed of steel or aluminum that has been statically and dynamically balanced. c. The housing shall be constructed of formed steel, square shaped, with factory applied finish. One of the sides shall be hinged and shall support the motor and wheel assembly allowing the assembly to swing out for cleaning and inspection. d. Drive shall be belt type. Motor shall be open drip-proof type with inherent thermal protection. Provide belt guard. e. Ratings shall be in accordance with the appropriate A.M.C.A. approved test codes and procedures and bear the A.M.C.A. certified rating seal. 19. Centrifugal Exhaust Fan: a. Centrifugal fan shall include housing, wheel, fan shaft, bearings and side support structure as a factory assembled unit. All sheet metal parts shall be cleaned, conditioned and painted with enameled primer finish prior to final assembly. A final coat of gray enamel shall be applied to all exterior surfaces after assembly. b. Fan shall be constructed to be capable of operating over the minimum pressure class limits as specified in A.M.C.A. Standard 2408-69. c. Precisely positioned cutoffs and aerodynamically spun inlet cones shall provide smooth air flow through the fan with minimum turbulence. d. Wheels shall be non~power~overloading with ten deep, backwardly inclined airfoil blades. Blades shall be securely welded to the spun rim and to the hub plate. Hubs shall be close grained cast-iron or, on Class Ill , tried after assembly and dynamically balanced. Wheels shall be keyed to the shaft in all cases. e. Shafts shall be solid AISI C-i 040 or 1045 hot rolled steel accurately turned and HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-25 polished. Close tolerances shall be maintained where the shaft makes contact with the bearings. f. Bearings shall be heavy duty, grease lubricated, precision anti-friction ball or roller, self- aligning, pillow block type. Standard heavy-duty bearings shall be selected for a minimum average life (AFBMA L-50) in excess of 100,000 hours operation at maximum cataloged operating conditions. g. Fan shall be tested and rated in accordance with AMCA Standard 210 and the Certified Ratings Program. They shall be licensed to bear the AMCA Certified Ratings Seal. h. Fan shall be manufactured by Trane Co., Greenheck, McQuay or approved equal. 20. Ceiling Exhaust Fans: a. Ventilator shall have steel housing finished in baked enamel and insulated with at least ~/2" acoustic insulation. Housing shall have adjustable mounting brackets. b. Automatic Backdraft Damper shall be located within duct connector and shall have cushioned stops to prevent clatter. Damper/duct connector and wiring adapter plate shall be adjustable for either horizontal or vertical installation. c. Blower shall be removable and shall have a centrifugal blower type wheel. All motors are to be lifetime lubricated type, mounted with neoprene torsion mounts to isolate vibration. RPM not to exceed number listed for each model. d. Air Delivery shall be no less and sound levels no greater than listed for each model. All air and sound ratings shall be certified by AMCA. Units shall be UL listed. 21. Roof Upblast Fan: 1. Roof exhaust fans shall be belt drive upblast vertical discharge. Construction of housing shall be heavy gage aluminum. The fan wheel and inlet cone shall be aluminum and of the high performance, centrifugal blower type. Wheels shall be statically and dynamically balanced. Construction shall include built-in grease drain. Motor and drives shall be isolated from the exhaust airstream. Air for cooling the motor shall be taken into the motor chamber by means of an air tube from a location free of discharge contaminates. The entire drive assembly and wheel, as a unit, shall be removable through the support structure without dismantling the fan housing. The wheel shaft shall be mounted on heavy duty ball bearings. Drives shall be sized for 165% of driven horsepower. Pulleys shall be adjustable cast iron type keyed to the fan and motor shafts. The entire drive assembly shall be mounted on rubber vibration isolators. Fans shall be AMCA approved for sound and air performance. 22. Sidewall Fans: a. Sidewall exhaust fans shall be of the centrifugal direct driven type. Construction of the windband shall be of heavy gauge aluminum and shall have a rolled bead. HEATING, VENTILATION, AND AIR CONDITIONING 233000 {A)-26 b. The fan wheel shall be of the backward curved, centrifugal type with a well-designed inlet venturi for maximum performance. Wheels shall be statically arid dynamically balanced to assure minimal noise and vibration generation. Blades, fins, inlet cone and back plate shall be fabricated from aluminum and securely joined together. c. Motors and fan wheels shall be mounted on vibration isolators. Motors shall be isolated from the exhaust airstream. Air for cooling the motor shall be taken into the motor compartment from a location free of contaminates. Motors shall be readily accessible for maintenance. d. All fans shall bear the AMCA Certified Performance Rating Seal for both air and sound performance. 23. Axial Flow Fans: a. Housing shall be 14-gauge steel with integral inlet bell and diffuser sections. b. Fan wheels shall be cast aluminum. Wheels shall be dynamically balanced and keyed to the fan shaft. c. Diffusers shall be welded steel with airfoil straightening vanes. d. Fan shaft shall be A 1 S1-Ci040 hot rolled steel. Bearings shall be flange-mounted, self-aligning, ball bearing type at inlet. Discharge bearings shall be pillow block ball type with tapered, double row spherical rollers. Grease lines shall extend to exterior of fan housing. e. Fan shall be listed and rated in accordance with AMCA Standard 210. Fans shall be Trane or approved equal. 2.13 AUTOMATIC CONTROLS: a. Air Conditioning system thermostats shall be California Energy code Title-24 complaint. One (1) thermostat shall be provided per system or zone unless multiple thermostats are shown per system or zone on the plans. Thermostats shall be provided with (locking covers) and (remote temperature sensors) b. Each Air Conditioning system shall have an automatic Condensate overflow Switch that will shut-off the Air Conditioning system if excessive condensate is detected. c. Fan System controlled by Thermostat shall have a Honeywell line-voltage Thermostat model T 410 or equal. d. Electrical Wiring: See paragraph 3.7 of this section. e. Smoke Detectors: ii. The air duct smoke detector shall be of the photoelectronic type. iii. The detector housing shall be California State Fire Marshall listed (CASFM) and UL listed per UL268A, specifically for use in air handling systems. iv. The detector shall operate at air velocities of 100' per minute to 4,000' per minute. v. The detector shall be capable of local reset button or remote test switch (RTS). HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-27 vi. The duct detector housing shall incorporate an airtight smoke chamber in compliance with UL268A, Standard for Smoke Detectors for Duct Applications. vii. The housing shall be capable of mounting to either rectangular or round ducts without adaptor brackets. viii. An integral filter system shall be included to reduce dust and residue effects on the detector and housing, thereby, reducing maintenance and servicing. ix. Sampling tubes shall be either be plastic or be able to be installed after the housing is mounted to the duct by passing through the duct housing. x. The enclosure shall meet all applicable NEC and NFPA standards regarding the electrical junction boxes. Terminal connections shall be a strip and clamp method that is suitable for 12-18 AWG wiring. xi. Single or multiple systems supplying air in excess of 2,000 CFM shall be equipped with automatic shutoff. Automatic shutoff shall shut down the air-moving equipment then smoke is detected in the supply air. Detector shall be installed in the main supply duct or plenum. 2.14 MOTORS, DRIVES, GUARDS AND STARTERS: a. Motors shall be built to the specifications of the National Electric Manufacturer's Association (NEMA). The motor shall be ball bearing , drip- proof, squirrel cage induction type for full voltage start, to operate at speeds not to exceed 1750 rpm except when indicated otherwise. The motors shall be Lincoln, Electro Dynamic, Sterling, or approved equivalent. Motors mounted outdoors shall have encapsulated windings and have weatherproof hood. The minimum service factor shall be 1 .15. b. Drives shall have one belt for units under 5 horsepower, at least 2 belts for units 5 horsepower to 25 horsepower, and 3 belts for units 25 horsepower and over. Belts shall be V-belt design sized for at least 150 percent of the motor horsepower. Motor pulleys shall be of the variable pitch up to 7-1/2 horsepower and fixed pitch type, 10 horsepower and larger. Pulleys shall be cast-iron with steel bushings. Provide additional new pulleys where required to drive fans at speeds necessary to give the indicated volumes. Belts shall be Bates, B.F. Goodrich, Goodyear or equal. c. V-belt drives for the fans shall be properly protected by metal guards. Guards shall be made of not less than 16 gauge expanded metal %-inch mesh, on an angle iron frame so as to securely close in the top, bottom and both sides of the drive. Ample allowance shall be made in guard for motor and belt adjustment. The guard shall be provided with openings so that the rpm of the fans may be obtained. Guards on equipment outside of building shall be of weatherproof design. d. All guards shall be given a prime coat and one heavy coat of machinery gray enamel e. All guards shall conform to California General Industrial Safety Order Requirements f. Starters shall be reduced voltage "soft Start" for both motor starting and stopping, with overload protection on all legs. Starters shall be complete HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-28 with NEMA Type I, enclosures with built-in "Hand-Off-Automatic" switch. Starters exposed to weather shall have NEMA Type 4 enclosure. PART 3 -EXECUTION 3.1. DUCTWORK: A. Ductwork fabrication and installation shall conform to the recommendation of the latest edition of the duct construction standards as published by the Sheet Metal and Air conditioning Contractors National Association, Inc., (SMACNA). These standards shall govern type of seams and joints, reinforcing and supports, corner closures duct hangers, elbows, turning vanes (use double vane type), tapers offsets; streamliners, branches from mains, tee connections, volume dampers, access doors in ducts, fire damper installation, casings and housing. All unwrapped exposed ducts shall be cross-broken; beading will not be acceptable. Ducts that are wrapped shall be cross-broken or beaded. B. Volume dampers shall be caulked in the ducts to avoid bypass. Damper blade position on all dampers shall be indicated by filing a notch in the exposed operation rod or splitter damper rod. Volume control dampers shall be installed in all branch ducts, whether shown on drawings or not, to allow balancing of the system. Where damper frames and blades constitute an obstruction in excess of 15 percent of the duct area, the duct shall be increased in size to receive the damper. C. All supply, return , and exhaust duct joints shall be sealed airtight with approved mastic. D. All ductwork exposed to weather, regardless of system pressure classification, shall be sealed in accordance with Seal Class A, as referenced in SMACNA Standards. Sealant shall consist of Foil faced FG-701/Sealant System by HardCast. 3.2. PIPING INSTALLATION: A. Refrigerant Piping: Cut pipe accurately to measure established at the site and work into place without springing or forcing. Install piping with sufficient flexibility for expansion and contraction due to temperature fluctuation inherent in its operation. Where pipe passes through building structure, pipe joints shall not be concealed, but located where they may be readily inspected. Run all piping essentially as indicated and detailed on the plans, taking care to avoid interference with other piping, conduit or equipment. Run piping plumb and straight and parallel sleeves of suitable size for all lines passing through building structure. Braze refrigerant piping with silver solder complying with AWS A5.8. The inside of tubing and fittings shall be free of flux. Clean the parts to be joined with emery cloth and keep hot until the solder has penetrated the full depth of the fitting and the extra flux has been expelled. Cool joints in air and remove flame marks and traces of flux. During the brazing operation, prevent an oxide film from forming on the inside of the tubing by slowly flowing dry nitrogen to expel the air. Make provision to automatically return oil on halocarbon systems. B. Pipe Sleeves: Provide pipe sleeves for all pipes and tubing which penetrate the building structure. Sleeves shall be securely retained in position and location before and during construction. Space between pipe and sleeves, shall be not less than V4" between outside of pipe and inside wall of sleeves. Pack the annular spaced with hemp or fiberglass, and seal with elastic cement. Sleeves for uninsulated pipes shall have ends HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-29 flush with finished wall surfaces and the pipe or tubing shall be provided as above, with outside perimeter of pipe caulked to the sleeve. Extend sleeves for lines passing through floors 3" above finished floor slab, and caulk to the slab. Provide lines passing through roof areas with necessary slashing and counterflashing to provide a water-tight roof seal. C. Leak testing upon completion of installation of the air conditioning equipment, test all factory as well as field refrigerant piping with an electronic-type leak detector to acquire a leak-tight refrigerant system. If leaks are detected at the time of installation or during the guarantee period, remove the entire refrigerant charge from the system, correct the leaks and retest the system. D. Evacuation, Dehydration, and Charging: After system is found to be without leaks, evacuate the system using an electronic gage with range accurate to 10 microns and a vacuum pump capable of pulling a vacuum of at least 1 mm Hg absolute. Evacuate system in strict accordance with the triple-evacuation and blotter method or in strict accordance with equipment manufacturer's printed instructions. System leak testing, evacuation, dehydration, and charging with refrigerant shall comply with ARI 260. E. Kitchen Ventilation Systems: F. Ducts and plenums serving Type 1 hoods shall be constructed of not less than No. 16 manufacturers standard gage steel for ducts 4 square-feet and less cross section area, and No. 14 gauge for ducts over 4 square-feet cross section area. G. All duct joints and seams shall be made with a continuous grease tight weld or braze on the external surface. H. Ducts shall be so constructed and installed that grease will not pocket in any portion thereof and shall slope not less than one quarter inch 1/4-inch per lineal foot toward the hood or an approved grease reservoir. Where horizontal ducts exceed 75 feet in length, the slope shall be not less than 1-inch per lineal foot. I. The duct system shall be so constructed as to permit cleaning of the entire system. Any portion, inaccessible from the entrance or discharge shall be provided with adequate cleanout openings of sufficient size and so located to effect such cleaning. Cleanout openings shall also be installed at each change of direction of the duct and be located on the sides of the duct. Cleanout openings shall be equipped with tightfitting metal doors of equal or greater thickness than the ducts, fitted with a substantial method of latching, and designed to be opened easily without the use of a tool. J. Dishwashing machine exhaust ductwork shall be No. 304 stainless steel, minimum of No. 18 gauge, all welded. Flanged joints where necessary shall be sealed with Dow- Corning building sealant No. 780, or equal. Bracing and reinforcing shall be equal to that herein specified for rectangular galvanized sheet metal ductwork. 3.3. INSULATION INSTALLATION: A. Insulate no piping or equipment until tested and approved for tightness. All piping sh all be dry when insulated. B. Ductwork Insulation: HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-30 1. Supply Air Ductwork Above Ceiling: Secure insulation to duct with mechanical fasteners on 18" centers or on underside of rectangular ducts over 30" wide. Seal all joints, fastener penetrations and other breaks in vapor barrier with 3" wide strips of the same facing material adhered with vapor barrier adhesive, Manville Z-Glue or approved equal, or 3" wide strips of white glass fabric, Manville Duramesh Fabric No. 206 or approved equal, coated with vapor barrier mastic, Foster 30-35 or approved equal. 2. Return Air Ductwork Above Ceiling: The insulation shall be wrapped entirely around the duct with all joints lapped at least 2" and secured with 16-gauge galvanized wire on 12" centers. The insulation shall cover all surfaces including standing seams. 3. Ductwork Liner: The duct liner shall be applied with 100% coverage of approved fire-resistant adhesive. On ducts over 20" wide or deep, the liner shall be additionally secured with mechanical fasteners on maximum 15" centers. Fasteners shall start within 2" of the leading edge of each section and within the duct section. All exposed edges and the leading edge of all cross joints of the liner shall be heavily coated with an approved fire-resistant adhesive. The duct liner shall be cut to assure snug closing corner joints, the black surface of the liner shall face the air stream, transverse joints shall be neatly butted, and all damaged areas shall be heavily coated with an approved adhesive. 3.4. EQUIPMENT INSTALLATION: A. The installation of all air conditioning equipment and exhaust fans shall be strictly in accordance with the manufacturer's instruction and installation book. All recommendations of manufacturer shall be followed, required clearances maintained, and factory approval secured for each installation. All equipment shall be securely fastened to its base. All parts of the installation shall be made weatherproof. A copy of the manufacturer's installation and service manual shall be kept with each piece of equipment at all times to allow an inspector to determine if the installation meets requirements. B. All work shall be performed by skilled mechanics, under the supervision of a competent foreman and in accordance with the best standards of practice of the trade. 3.5. ROOF AND WALL PENETRATIONS: A. All penetrations of roof and exterior walls shall be flashed watertight with lead or galvanized iron. B. Flashing shall comply with requirements for flashing in Sheet Metal Section. C. Pipe flashing shall be counterflashing sleeve type with 4 pound seamless lead flashing with 8" skirt. The joint shall be sealed with Permaseal water-proofing compound or equal. 3.6. IDENTIFICATION OF MECHANICAL EQUIPMENT: A. Equipment: Equipment shall be identified by stenciling the identification plainly (such as EF-1 as shown on equipment schedule) on the service side. Lettering to be minimum HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-31 size of 1". This applies to fans, boiler, etc. 3.7. ELECTRICAL WORK: A. Power voltage wiring and connections thereto and all power voltage conduit shall be furnished and installed under the Electrical Division of the specifications. B. Low voltage and line voltage control wiring and connections thereto and all low and line voltage control conduit shall be furnished and installed under the Mechanical Sections of the specifications. C. Relays, push button stations, control equipment, etc., shall be furnished under the Mechanical Section of the specifications, except as noted on the drawings. Check drawings closely for starters that will be furnished under the Electrical Division which will be in Motor Control Panels. Magnetic motor starters, except those furnished with packaged mechanical equipment, will be furnished under Mechanical Division. D. Disconnect switches shall be furnished, installed and connected under the Electrical Division of the specification. 3.8. EARTHQUAKE RESTRAINT: A. Provide a means to prohibit excessive motion of all mechanical equipment during an earthquake. B. All mechanical equipment, both hanging and base mounted, shall be provided with mounting connection points of sufficient strength to resist lateral seismic forces equal to 0.5 of equipment operating weight. 3.9. SHOP PRIMING PROCEDURES: A. Ferrous metal items, except items to be encased in concrete and areas adjacent to field welds shall be thoroughly cleaned and prime painted. B. Surfaces shall be cleaned free of loose mill scale, loose rust, accessible weld slag or flux deposit, dirt and other foreign matter by hand wire brushing. Oil and grease deposits shall be removed by solvent. C. After cleaning, surfaces shall be given one shop coat of prime paint applied thoroughly and evenly to dry surfaces. Surfaces inaccessible after assembly or erection shall be given an additional shop coat of slightly different color than first coat. D. After erection, rough up with prime paint all members where shop coat has been damaged, welds and area adjacent to welds and field bolts. 3.10. TEST AND BALANCE: A. The Contractor shall furnish all labor, equipment and services necessary for and incidental to air and water systems testing and balancing. B. Include an extended warranty of one year after final acceptance by Owner, during which time the Owner may request a recheck or resetting of any outlet, coil or device listed in HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-32 the test report. Provide technicians to assist in making any test or adjustment required. C. Contractor shall at his own expense, procure the service of an independent air balance and testing agency approved by the Owner, which specializes in the balancing and testing of heating, air conditioning and ventilating systems, to balance, adjust and test all air moving equipment, air distribution systems and exhausting systems as herein specified. All instruments used by this agency shall be accurately calibrated and maintained in good working order. If requested, the test shall be conducted in the presence of the Owner and/or his representative. D. Air balance and testing shall not begin until system has been completed and is in full working order. The Contractor shall put all heating, ventilating and air conditioning systems and equipment in full operation and shall continue the operation of same during each working day of testing and balancing. The Contractor shall submit, within fifteen (15) days after receipt of Contract, one copy of submittal data for the testing and balancing of the air conditioning, heating and ventilating systems. The air balance agency shall provide proof of having successfully completed at least five projects of similar size and scope and shall be a certified member of the Associated Air Balance Council and/or National Environmental Balancing Bureau and/or Testing Adjusting & Balancing Bureau (TABB) unless otherwise approved. E. Test and balance agency shall include an extended warranty of ninety (90) days after completion of test and balancing work, during which time the Owner, at his discretion, may request a recheck or resetting of any outlet, supply air fan, or exhaust fan as listed in test report. The agency shall provide technicians to assist the Engineer in making any test he may require during this period of time. Commissioning agent shall conduct "spot checks" on air distribution to verify air balancing. F. The Air Conditioning Contractor shall award the test and balance Contract to the approved agency upon receipt of his Contract to proceed with air conditioning installation, to allow the air balance agency to schedule this work in cooperation with other trades involved and comply with the completion date. G. Upon completion of the air conditioning system, the air balance agency shall perform the tests, compile the test data, and submit in electronic, Portable Document Format (PDF) the complete test data to the Contractor for forwarding to the Owners for evaluation and approval. 3.11 . OPERATING AND MAINTENANCE MANUALS: A. The Contractor shall provide in electronic, Portable Document Format (PDF) The following shall be included in the Manual. 1. Identification: The Manual shall include the names, addresses and telephone numbers of each Sub-Contractor installing equipment and systems and of the local representative for each major item of equipment. 2. Index: The Manual shall have a Table of Contents and information shall be assembled with tab sheets to conform to the Table of Contents. 3.12. OPERATING AND MAINTENANCE INSTRUCTIONS: HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-33 A. Manufacturer's Literature: Manufacturer's instructions for operation and maintenance of all mechanical equipment, including replacement parts list. B. Written Instruction: Typewritten instructions for operation and maintenance of the system composed of Operation Instruction, Maintenance Instructions and Maintenance Schedule. C. Operation and Maintenance Instructions: A brief description of the system indicating proper setting of switches and other equipment shall be furnished for the purpose of providing control of the system and its components by the operator. D. Maintenance Schedule: A list of each item of equipment requiring maintenance, showing all the components of each item of equipment, and the month of the year (service schedule) when each item or component of equipment should be inspected or serviced, as recommended and scheduled by the manufacturers. E. Verbal Instructions: Upon completion of the work, and at a time designated by the Owner, a competent Engineer from each supplier of major items or equipment shall be furnished to instruct the Owner's representative in the operation and maintenance of the equipment supplied by his company. F. Electronic files: A complete set of the above data along with control diagrams as installed, sequence of operations, complete catalog data, calibration information, spare parts lists, etc., for all control equipment shall be placed in electronic, Portable Document Format (PDF) files identification section and index. Provide three complete electronic, Portable Document Format (PDF) copies deliver to the Owner. 1. Manufacturer's Literature: Include Manufacturer's literature for all mechanical equipment. All equipment shall be identified by make, model and serial number. Electrical characteristics shall be noted. A complete parts list shall be included. 2. Operating Instructions: Provide a brief description of the system including proper setting of switches and other equipment. This may be provided as a part of the manufacturer's literature. If included in literature provide an index indicating on what page each item is located. Adjustments requiring the technical knowledge of the service agency personnel need not be included. 3. Maintenance Instructions: Provide a list of each item of mechanical equipment requiring inspection, lubrication or service with a description of the schedule and performance of such maintenance including types of lubricant for each item of equipment. This may be provided as a part of the Manufacturer's Literature. If included in literature provide an index indicating on what page each item is located. 4 . Controls: Provide system control in electronic, Portable Document Format (PDF) including complete catalog data, calibration information, spare parts lists, etc. A sequence shall be included with the diagram referring to component numbers or designations hereon. END OF SECTION HEATING, VENTILATION, AND AIR CONDITIONING 233000 (A)-34 SECTION 26 05 00 -COMMON WORK RESULTS FOR ELECTRICAL PART 1 -GENERAL 1.1 1.2 A. A. B. RELATED DOCUMENTS Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY This Section covers and appli es to all work specified in Division 26 (and 27 & 28). Work Included: Materials, equipment, fabrication, installation and tests for fully operational and safe systems, including all necessary materials, appurtenances and features whether specified or shown on drawings or not, in conformity with applicable codes and authorities having jurisdiction for the following: 1. Electrical work specified in all sections within Division 26 (and 27 & 28) of these specifications, including, but not limited to: a. Lighting and power distribution facilities, including, with metering, distribution boards, panelboards with feeders, motor controls, branch circuit wiring, connections to outlets, and wiring devices. b. Lighting fixtures and lamps. c. Motor and other power-consuming equipment connections from motor controllers or distribution apparatus to equipment. d. Control, alarm and interlock wiring for mechanical equipment, where indicated. e. Electrical grounding system. f. Emergency power distribution and lighting system. g. Vibration and seismic controls for electrical systems. h. Life safety system including ADA requirements. i. Excavation, backfilling and compacting for the Electrical Work. j. Cutting and patching for the Electrical Work. k. Adjustment and testing of the Electrical Work. I. Examine the drawings and specifications of other Divisions and provide electrical service for all equipment, devices and controls noted therein, unless work specifically is not included. 1.3 DESCRIPTION OF BID DOCUMENTS A. Specifications: I. Specifications, in general, describe quality and character of materials and equipment. 2. Specifications are of simplified form and include incomplete sentences. 3. Words or phrases such as "The Contractor shall," "shall be," "furnish," provide," "a," "an," "the," and "all" etc. have been omitted for brevity. B. Drawings: COMMON WORK RESULTS FOR ELECTRICAL 26 05 00 -1 Syska Hennessy Group 1.4 1.5 C. A. 8. C. A. 1. Electrical layouts are generally diagrammatic and, although size and location of equipment is drawn to scale wherever possible, Contractor shall make use of all data in Contract Documents and verify this information at building site. 2. Locations of items on the drawings may be distorted for purposes of clearness and legibility. Actual locations of architectural and mechanical items are shown on architectural and mechanical drawings. 3. Contractor shall adjust locations of light fixtures in mechanicaJ rooms to compensate for changes in duct routing, to provide reasonably uniform lighting in work areas. 4. Outlets shall be located in accordance with architectural design, and specific locations may be determined by Owner's representative atjobsite prior to installation. 5. Outlets located on architectural plans by dimension shall be held. Additional outlets may be shown on electrical plans and shall be installed as close as practical to the location shown. 6. Manufacturers' drawings and instructions shall be followed in all cases where the makers of devices and equipment furnish directions, where details are not shown on the drawings, or where described in the specifications. 7. Work installed in a manner contrary to that shown in the contract documents shall be removed and reinstalled when so directed by the Architect. Discrepancies and questionable points shall be immediately reported to the Architect for clarification. 8. The Owner and the Architect reserve the right to make reasonable changes in outlet locations in each area prior to roughing-in at no additional cost to the Owner. If any part of specifications or drawings appears unclear or contradictory, apply to Architect for his interpretation and decision as early as possible, including during bidding period. Do not proceed with such work without Architect's decision. JOB CONDITIONS Examine all drawings and specifications in a manner to be fully cognizant of all work required under this Division. Adjoining work of other Divisions shall be examined for interferences and conditions affecting this Division. Examine site related work and surfaces before starting work of any Section. I. Report to Architect, in writing, conditions which will prevent proper provision of this work. 2. Beginning work of any Section without reporting unsuitable conditions to Architect constitutes acceptance of conditions by Contractor. 3. Perform any required removal, repair or replacement of this work caused by unsuitable conditions at no additional cost to Owner. DEFINITIONS "Provide": To furnish, install and connect complete and ready for safe and regular operation of particular work referred to unless specifically otherwise noted. COMMON WORK RES UL TS FOR ELECTRICAL 26 05 00 -2 Syska Hennessy Group B. C. D. E. F. G. H. l. J. K. L. "Install": To erect, mount and connect complete with related accessories. "Furnish" or "Supply": To purchase, procure, acquire and deliver complete with related accessories. "Work": Labor, materials, equipment, apparatus, controls, accessories and other items required for proper and complete installation. "Wiring": Raceway, fittings, wire, boxes and related items. "Concealed": Embedded in masonry or other construction, installed in furred spaces, within double partiti0ns or hung ceilings, in trenches, in crawl spaces or in enclosures. "Exposed": Not installed underground or "concealed" as defined above. "Indicated" "Shown" or "Noted": As indicated, shown or noted on drawings or specifications. "Equal": Equal in quality, workmanship, materials, weight, size, design and efficiency of specified product, conforming with "Manufacturers". "Reviewed," "Satisfactory," "Accepted," or "Directed": As reviewed, satisfactory, accepted or directed by or to Architect. "Motor Controllers": Manual or magnetic starters (with or without switches), individual pushbuttons, or hand-off-automatic (HOA) switches controlling the operation of motors. "Control Devices": Automatic sensing and switching devices such as thermostats, pressure, float, electro-pneumatic switches and electrodes controlling operation of equipment. 1.6 UTILITY CONNECTIONS 1.7 1.8 A. B. Finalize electrical service arrangements including verification of locations and details with the Serving Agency. Verify locations of facilities and details with the Telephone Utility. I. Final telephone service arrangements will be made by the Owner. C. . In addition to the requirements shown on the drawings and stated herein, the work shall comply with the following: A. B. C. D. E. 1. Construction Standards and Service Requirements of the respective utilities including any supplementary drawings issued by the utilities. 2. Be subjected to inspection approval of these utilities. A. Electrical service facilities shall consist of furnishing and installing concrete encased primary conduits, switchgear and transformer pads and secondary service including utility meter in accordance with the arrangement, details, and locations shown on the drawings and described herein and as required by the utility company. ELECTRICAL SYSTEM CHARACTERISTICS Service: 480/277 volts, 3 phase, 4 wire with grounded neutral. Lighting (LED), 277 volts. Motors ½ horsepower and above: 480 volts, 3 phase. Fractional horsepower motors less than ½ horsepower: 120 volts single phase. General receptacles will be supplied at 120 volts. MOUNTING HEIGHTS COMMON WORK RES UL TS FOR ELECTRICAL 26 05 00 -3 Syska Hennessy Group A. Mounting heights of devices and equipment shown on the architectural drawings shall govern, but in the absence of such indications, the following centerline heights above the finished floor shall be maintained. 1.9 A. 1. 2. 3. 4. 5. 6. 7. 8. 9. Wall switches Wall lights (interior) Pendant or chain hung fi xture Convenience receptacles Fire alarm stations Telephone and communication outlets Clock outlets Panelboard cabinets Motor controllers SUBMITTALS 3 feet -6 inches (or as directed by architect). 7 feet -0 inches (or as directed by a rchitect). IO feet -0 inches ( or as directed by architect). I foot -3 inches except in Toilets and over cabinets or -counters where devices shall be mounted at 4 feet -0 inches (9 inches above counter). 4 feet -0 inches. I foot -3 inches. I foot -6 inches below finished ceiling. Shall be installed with the top 6 feet -6 inches above the floor for cabinets more than 2 feet -6 inches high and 6 feet -0 inches for cabinets less than 2 feet -6 inches high. 5 feet-0 inches. Submit shop drawings, product data, samples and certificates of compliance required by contract docwnents. I. See Submittals paragraph in Division l. 8 . Submit no later than 30 days after signing of Contract: 1. Complete schedule of submittals for equipment and layout shop drawings. 2. Submittals schedule shall be in such sequence as to cause no delay in work or in work of any other division. C. Corrections or comments made on the shop drawings during review do not relieve the Contractor from compliance with requirements of the drawings and specifications. Shop COMMON WORK RESULTS FOR ELECTRICAL 26 05 00 -4 Syska Hennessy Group drawing checking by the Engineer is only for review of general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor is responsible for: 1. Confirming and correlating all quantities and dimensions. 2. Fabrication processes and techniques of construction. 3. Work with all other trades. 4. Work in a safe and satisfactory manner. 5. Equipment that can be installed in the available space with all code clearances, prior to ordering any equipment. D. Quantity ofSubmittals Required: I. Layout Shop Drawings: a. Submit one reproducible transparency and one print. b. Upon review, transparency will be annotated and returned. Print will be retained by Engineer. c. Copies of this transparency will serve as record copies for Architect and Engineer. d. Additional prints will not be reviewed nor returned. 2. Product data (brochures): a . Submit six copies of product data. b. Five copies will be returned. c. If comments are required, comment sheet(s) will be returned with each copy. d. One copy will be retained by the Engineer. 3. Samples: a . Submit as directed by the architect and as required in each specification section. E. Submittal Fonnat: 1. Number each submittal in consecutive order. 2. Submit minimum one binder for each specific section. Different specification sections shall not be combined within same binder. 3. In each submittal include complete index with the foll owing information: a. Project title and number. b. Submittal number. c. Referenced specification DIVISION, Section, Title, paragraph and page number or drawing reference as applicable and flap each applicable item. d. Date of submission. e. Referenced addendum or change order number as applicable. f. Names of Contractor, supplier and manufacturer. g. Description of item. h. Stamp with Contractor's initials or signed certifying: COMMON WORK RES UL TS FOR ELECTRICAL 26 05 00 -5 Syska Hennessy Group I) Review of submittal. 2) Verification of products, field measurements and field construction criteria. 3) Coordination of shop drawing and/or information in submittal with requirements of work of this Division and other divisions of Contract Documents. 4. Nomenclature, legend, symbols and abbreviations on submitted material shall be same as used in contract documents. F. Resubmission Requirements: I. Make any corrections or change in submittals required. Resubmit only items required for resubmittal for review until no exceptions are taken or a resubmission is not required. 2. Shop Drawings and Product Data: a. Revise initial drawings or data, and resubmit as specified for initial submittal. b. Indicate any changes which have been made other than those requested. c. Provide written response of all previous comments with the resubmittals. 3. Samples: Submit new samples as required for initial submittal. 4. Clearly identify resubmittal by original submittal date, number and revision number and- indicate all changes from previous submittal. G. Substitutions: 1. Jn the event of conflict, the provisions of this paragraph shall override those contained in SUBMITTALS and SUBSTITUTIONS paragraphs in DIVISION 1. 2. As a general, substitutions are not acceptable except for hereafter condition: a. Requests for substitutions shall be considered only in case of product unavailability. Product unavailability shall be verified in writing by manufacturer. b. Submit separate request for each substitution at appropriate time thereafter in the event of non-avail ability of item included in bid. Support each request with: I) Complete data substantiating compliance of proposed substitution with requirements stated in Contract documents. 2) Data relating to changes in construction schedule. 3) Any effect of substitution on other Work in this and other Divisions, and any other related contracts, and changes required in other work or products. c. Contractor shall be responsible at no extra cost to Owner for any changes resulting from proposed substitutions which affect work of other Sections or Divisions, or related contracts. d. Substitute products shall not be ordered or installed without prior acceptance by Architect. e. Architect will have sole discretion to determine acceptability of proposed substitutions and reserves the right to reject any such substitution. f. Approval of substitutions shall not relieve Contractor from full compliance with requirements of Contract documents. COMMON WORK RESULTS FOR ELECTRICAL 26 05 00 -6 Syska Hennessy Group H. Layout Shop Drawings Required: I. Prepare and submit following coordinated layout shop drawings on 1/4" scale: a. Mechanical equipment rooms containing motor control center and/or transfonners. b. All electrical rooms and closets with equipment dimensions. c. Areas req uiring deviations from design documents. Such deviations shall be clearly identified. 2. Layout drawings not varying from design documents shall not be submitted and will not be reviewed. I. Operating Instructions, Maintenance Manuals and Parts Lists. 1. Before requesting acceptance of work submit one set for review by Arch itect. 2. After review, furn ish five printed and bound sets. 3. Include: a. Manufacturer's nam e, model number, service manual, spare-parts list, and descriptive literature for all components, cross referenced and numbered on Reference Drawings. b. Maintenance instructions. c. Listing of possible breakdown and repairs. d. Instruction for starting, operation and programming. e. Detailed and simpli fied one line and wiring diagrams. f. Field test report. g. Name, address and phone number of contractors, equipment suppliers and service agencies. h. Assemble manufacturer's equipment manuals in chronologicaJ order following the specification alpha-numeric system in heavy duty three-ring binders clearly titled on the spine and front cover. J. Record Drawings: I. Submit to Architect for review prior to final acceptance inspection, one complete marked-up set of reproducible drawings. 2. Submit to Architect for review prior to final acceptance inspection, one complete set of reproducible engineering design drawings on electronic fi les usi ng ACAD and one vellum set. a. Fully illustrate all revisions made by all trades. b. Include all field changes, adjustments, variances, substitutions and deletions, including all changes made by Change Orders. c. Exact location, type and function of all equipment. 3. These drawings shall be fo r record purposes for Owner's use and are not considered Shop Drawings. COMMON WORK RES UL TS FOR ELECTRJ CA L 26 05 00 -7 Syska Hennessy Group 1.10 A. COORDINATION Coordinate arrangement, mounting, and support of electrical equipment: l . To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. 2. To provide for ease of disconnecting the equipment with minimum interference to other installations. 3. To allow right of way for piping and conduit installed at required slope. 4. So that connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment. 8. Coordinate installation of required supporting devices and set sleeves in cast-in-place concrete, masonry walls, and other structural components as they are constructed. C. Coordinate location of access panels and doors for electrical items that are behind fini shed surfaces or otherwise concealed. Access doors and panels are specified in Division 08 Section "Access Doors and Frames." D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."." PART 2-PRODUCTS 2.1 2.2 A. 8. C. A. SLEEVES FOR RACEWAYS AND CABLES Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. Sleeves for Rectangular Openings: Galvanized sheet steel. 1. Minimum Metal Thickness: a. For sleeve cross-section rectangle perimeter less than 50 inches (1270 mm) and no side more than 16 inches (400 mm), thickness shall be 0.052 inch (1 .3 mm). b. For sleeve cross-section rectangle perimeter equal to, or more than, 50 inches (1270 mm) and l or more sides equal to, or more than, 16 inches (400 mm), thickness shall be 0.138 inch (3.5 mm). SLEEVE SEALS Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Advance Products & Systems, Inc. b. Calpico, Inc. COMMON WORK RESULTS FOR ELECTRJCAL 26 05 00 -8 Syska Hennessy Group 2.3 A. c. Metraflex Co. d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 3. Pressure Plates: Plastic. Include two for each sealing element. 4. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. GROUT Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time. PART 3 -EXECUTION 3.1 A. B. C. D. E. F. COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION Comply with NECA I. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall-mounting items. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange, and install components and equipment to provide maximum possible headroom consistent with these requirements. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. Right of Way: Give to piping systems installed at a required slope. Layout and installation of electrical work shall be coordinated with the overall construction schedule and work schedules of various trades, to prevent delay in completion of the Project. I. Complete drawings and specifications for the entire project wi ll be available at the Project site. 2. It shall be obligatory to thoroughly check these drawings before organizing the electrical work schedule, or installing material and equipment. G. Dimensions and information regarding accurate locations of equipment, and structural limitations and finish shall be coordinated and verified with other Division of Work. Be prepared to promptly furnish dimensions and information regarding electrical Work to other trades and cooperate with them to secure harmony and the best progress of the Project. H. The drawings do not show off-sets, bends, and special fittings, or junction or pull boxes necessary to meet job conditions. These items shall be provided as required at no additional cost to the Owner. 1. Accessibility and Clearance: COMMON WORK RES UL TS FOR ELECTRICAL 26 05 00 -9 Syska Hennessy Group 3.2 1. Electrical equipment, outlets, junction and pull boxes shall be installed in accessible locations, avoiding obstructions, preserving headroom, and keeping openings and passageways clear. 2. Minor adjustments in the locations of equipment shall be made where necessary, providing such adjustments do not adversely affect functioning of the equipment. J. Scaffolds and staging for installation of electrical work shall be provided under the work of this Division. A. B. C. D. E. F. G. H. SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways penetrate concrete slabs, concrete or masonry walls, or fire-rated floor and wall assemblies. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and wall s. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall. Cut sleeves to length for mounting flush with both surfaces of walls. Extend sleeves installed in floors 2 inches (50 mm) above finished floor level. Size pipe sleeves to provide 1/4-inch (6.4-mm) annular clear space between sleeve and raceway or cable, unless indicated otherwise. Seal space outside of sleeves with grout for penetrations of concrete and masonry 1. Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect grout while curing. I. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with req ui rements in Division 07 Section "Joint Sealants.". J. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials. Comply with requirements in Division 07 Section "Penetration Firestopping." K. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with fl exible boot-type flashing units applied in coordination with roofing work. L. Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals. M. Underground, Exterior-Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves to allow for I -inch (25-mm) annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals. 3.3 SLEEVE-SEAL INSTALLATION A. Lnstall to seal exterior wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve COMMON WORK RES UL TS FOR ELECTRJCAL 26 OS 00 -10 Syska Hennessy Group seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.4 FIRESTOPPING 3.5 3.6 A. Apply firestopping to penetrations of fire-rated fl oor and wall assemblies for electrical installations to restore original fire-resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 07 Section "Penetration Firestopping." A. B. C. D. A. WEATHERPROOF EQUIPMENT Electrical devices or equipment located in damp, semi-exposed areas shall be weather-resistant. Enclosure shall comply with NEMA Type 3R requirements. Surface mounted outlet boxes shall be cast metal with threaded hubs. Pull or junction boxes shall be cast metal with bolted and gasketed covers. Outlet box covers shall be of a suitable weatherproof type with gaskets, packing glands, weatherproof doors, or other required means to prevent entry of moisture. Lighting fixtures shall be installed with suitable gasket, and UL labeled for location. HOUSEKEEPING PADS AND FOUNDATIONS Concrete work required for housekeeping pads and foundations will be provided by General Construction Work. Comply with the requirement for concrete base specified in Division 03 section. 1. Use 3000-psi (20.7-MPa), 28-day compressive-strength concrete and reinforcement as specified in Division 03 Section "Cast-in-Place Concrete." 2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch (450-mm) centers around the full perimeter of the base. 3. Install epox~-coated anchor bolts for anchoring equipment to the concrete base. 4. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 5. Bolt equipment to channel-iron sills embedded in concrete bases. Install sills level and grout flush with floor or base. 6. Refinish damaged or scratched surfaces. 7. Tighten a ll bolted connections prior to energizing. 8. Provide fuse cabinet with specified number of fuses of each type. 9. Provide special tools as required for routing maintenance and inspection. I 0. Maximum extension of equipment pad in front of electrical equipment is 6 inches. B. Furnish required dimensional drawings and specify locations. Minimum height of housekeeping pads shall be 4 inches and shall extend out 6 inches from the footprint of the equipment. C. Furnish anchor bolts and sleeves, and verify accuracy of installation. D. Provide for: 1. Switchboards and floor mounted A TS. COMMON WORK RES UL TS FOR ELECTRICAL 26 05 00 -I I Syska Hennessy Group 2. Standby power di stribution equipment. 3. Floor mounted transformers. 4. Outdoor light fixture standards. 5. All other floor mounted equipment. END OF SECTION 26 05 00 COMMON WORK RES UL TS FOR ELECTRICAL 26 05 00 -12 Syska Hennessy Group SECTION 26 05 19 -LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 1.4 A. Section Includes: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. B. Related Requirements: A. B. C. D. E. F. A. 1. Section 260513 "Medium-Voltage Cables" 2. Section 260533 " Raceways and Boxes for Electrical Systems" 3. Section 260553 "Identification for Electrical Systems." DEFINITIONS ASTM: American Society of Testing Materials. ICEA: Insulated Cable Engineers Association. IEEE: Institute of Electrical & Electronics Engineers. NEMA: National Electrical Manufacturers Association. NETA A TS: International Electrical Testing Association -Acceptance Testing Specification. VFC: Variable frequency controller. ACTION SUBMITTALS Product Data: Submit manufacturer's technical data for each type of product, indicating conductor/cable construction, insulation material, thickness of insulation, jacket, cable stranding, and voltage rating of each type of conductor/cable specified, splices and terminations. Indicate date and place of manufacture for each conductor/cable, cable, splice and termination. B. Manufacturer's ISO certification. 1.5 INFORMATIONAL SUBMITT ALS A. Qualification Data: For Independent Testing Agency. A. Field quality-control reports. Perform field testing of cables per para 3.8. Submit six (6) copies of field test reports to owner's representative within two (2) weeks of completion oftest. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Syska Hennessy Group 26 0519 -l 1.6 QUALITY ASSURANCE A. General Requirements: The low voltage power conductors and cable shall be copper, minimum 600V rated unless otherwise indicated. Aluminum conductors and cables shall not be accepted unless otherwise indicated. B. Materials and installation shall meet or exceed requirements in the following referenced standards and shall be listed and labelled by UL. I. ICEA S-93-639/ NEMA WC 74. 2. AEIC CS8. 3. UL 1072. 4. IEEE. 5. ASTM. 6. NEMA. C. Conductors and cables shall be of the same manufacturer, and shipped to the job site in original unbroken reels. D. Conductors and cables shall be manufactured with in twelve (12) months of installation. Date of manufacture shall be clearly marked on conductors or conductor reels. E. Manufacturer shall have minimum ten (10) years' experience in the manufacturer of conductors and cables similar to those specified on this project. F. Manufacturer shall have ISO 9001 and ISO 9002 certification. G. All conductors and cables shall be new and supplied by a local distributor. H. American made conductors and cables have been acceptable. If non-domestic product is submitted, notice is hereby given that extensive testing sha ll be required to insure quality and conformance to the Specifications. All of the testing procedures and results shall be satisfactory to the Owner's representative. The Contractor shall bear all costs for testing and shall be responsible for all costs associated with travel, lodging, etc. for the Owner's Representative to witness the test at the manufacturer's testing facility. The Contractor shall reimburse the Owner at $1,200 per man day or part thereof for the time required to witness the testing. I. Testing: Provide the services of an independent qualified testing laboratory to perform the specified field tests. Notify the University's Representative fourteen (14) days in advance of performance of work requiring testing. J. Conductors, cables, splices and terminations shall be manufactured within twelve (12) months of installation. Each item shall have a permanent marking on the product or the original manufacturers' package indicating the date of manufacture unless otherwise noted. K. Testing Agency Qualifications: I. Testing agency shall be an independent company; shall have been a member of NETA for a minimum of last ten (10) years and has permanent in-house testing engineers and technicians involved with testing of low voltage electrical power conductors and cables similar to those specified on this project. 2 . Testing company shall be located with 50 miles radius of the project. 3. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing. 4. Field Testing technician and supervisor shall have minimum ten ( I 0) years' experience in field testing of low voltage power conductors and cables of the type and rating similar to the conductors and cables to be tested on this project. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Syska Hennessy Group 26 0519 -2 PART 2 -PRODUCTS 2.1 A. CONDUCTORS AND CABLES Manufacturers: Subject to compliance with requirements, provide products by one of the following manufacturers: I. General Cable Technologies Corporation. 2. Okonite 3. Southwire Incorporated 4. Alpha Wire. 5. Belden Inc. 6. Encore Wire Corporation. B. Conductor Material: Electrical grade, soft drawn annealed copper, 98 percent conductivity, and fabricated in accordance with ASTM and lPCEA standards. Minimum size is number 12 for branch circuits, number 14 stranded for control wiring. Aluminum conductors are not permitted. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658. C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN-2- THWN-2. D. Metal Clad, Multi Conductor Cable (Type MC Cable): Type MC steel metal clad cable with galvanized steel armor with type THHN/THWN insulated copper wire (min #l 2A WG) with integral green ground wire. UL Standard 1569, UL 1685, UL 83. 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following manufacturers: 1. Ideal Industries, Inc. 2. Ilsco; a branch of Bardes Corporation. 3. NSi Industries LLC. 4. O-Z/Gedney; a brand of the EGS Electrical Group. 5. 3M; Electrical Markets Division. 6. Tyco Electronics. B. Description: Factory-fabri cated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. C. Copper conductors shall be terminated in copper or bronze mechanical connectors or lugs or tool applied compression connections made of copper for all connections except those on wiring devices. D. Splices in wires No. IO and smaller shall be made with twist-on splicing connector in accordance with UL486-C. Connections in wires No. 8 and larger shall be made with compression type connectors in accordance with UL486-A and wrapped with insulated tape in accordance with UL501. Insulating tape shall be applied in a minimum of two layers of half wrap or built to match the overall insulation of the wire. E. Splices in underground pull boxes shall be made submersible type and made using "3M" Scotch-cast epoxy kits. F. Pressure type connectors are not permitted. LOW-VOLT AGE ELECTRICAL POWER CONDUCTORS A ND CABLES Syska Hennessy Group 26 05 19 -3 2.3 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: UL Listed and labeled as defined m NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. PART 3 -EXECUTION 3.1 A. B. 3.2 A. B. C. D. E. F. G. H. I. 3.3 A. B. C. D. E. F. CONDUCTOR MATERIAL APPLICATIONS Feeders: Copper. Solid for No. IO A WG and smaller; stranded for No. 8 A WG and larger. Branch Circuits: Copper. Solid for No. 10 A WG and smaller; stranded for No. 8 A WG and larger, except VFC cable, which shall be extra flexible stranded. CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS Service Entrance: Type THHN-2-THWN-2, single conductors in raceway. Exposed Feeders: Type XHHW-2, single conductors in raceway. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-2-THWN-2, single conductors in raceway. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN-2- THWN-2, single conductors in raceway. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-2-THWN-2, single conductors in raceway. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-2-THWN-2, single conductors in raceway. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN-2-THWN-2, single conductors in raceway. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless- steel, wire-mesh, and strain relief device at terminations to suit application. The use of Type MC cable shall be permitted from J-box in ceilings to end use devices in walls such as receptacles and light switches only. INSTALLATION OF CONDUCTORS AND CABLES All conductors and cables shall be installed in a raceway. Before installing conductors and cables in existing conduits, verify the continuity of each conduit; each surface conduit is properly supported per code and clear of any debris. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips that will not damage cables or raceway. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. LOW-VOLTAGE ELECTRJCAL POWER CONDUCTORS AND CABLES 26 05 19 -4 Syska Hennessy Group 3.4 G. H. A. B. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems." Complete cable tray systems installation according to Section 260536 "Cable Trays for Electrical Systems" prior to installing conductors and cables. CONNECTIONS Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 1. Use oxide inhibitor in each splice, termination, and tap for aluminum conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches. 3.5 IDENTIFICATION A. Each conductor shall be factory color coded by conductor manufacturer. Identify and color-code conductors and cables according to Section 260553 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 3.6 SLEEVE AND PENETRATIONS SLEEVE-SEAL INSTALLATION FOR ELECTRICAL A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3. 7 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly according to Section 078413 "Penetration Firestopping." 3.8 FIELD QUALITY CONTROL A. Testing Agency: Engage an independent qualified testing agency to perform tests and inspections. 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance conductors, feeder conductors. 2. Perform each visual and mechanical inspection and electrical tests stated in latest NET A Acceptance Testing Specification section 7.3.2 (Inspection and Test Procedures-Cables, Low Voltage-600V Maximum). Certify compliance with test parameters per NETA tables. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Syska Hennessy Group 26 05 19 -5 3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in conductors No. 3 A WG and larger. Remove box and equipment covers so splices are accessible to portable scanner. Correct deficiencies detennined during the scan. a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each splice 11 months after date of Substantial Completion. b. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. c. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. B. Test and Inspection Reports: Prepare a written report to record the following: 1. Procedures used. 2. Results that comply with requirements. Include color scan images. 3. Results that do not comply with requirements and corrective action taken to achieve compliance with requirements. C. Cables will be considered defective if they do not pass tests and inspections. END OF SECTION 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Syska Hennessy Group 26 05 19 -6 SECTION 26 05 33 -RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 1.4 A. Section Includes: A. B. C. A. B. I. Metal conduits, tubing, and fittings. 2. Metal wireways and auxiliary gutters. 3. Nonmetal wireways and auxiliary gutters. 4. Boxes, enclosures, and cabinets. DEFINITIONS GRC: Galvanized rigid steel conduit. IMC: Intermediate metal conduit. EMT: Electrical metallic tubing. ACTION SUBMITTALS Product Data: For surface raceways, wireways and fittings, fl oor boxes, hinged-cover enclosures, and cabinets. LEED Submittals: 1. Product Data for Credit IEQ 4.1: For solvent cements and adhesive primers, documentation including printed statement of VOC content. 2. Laboratory Test Reports for Credit IEQ 4: For solvent cements and adhesive primers, documentation indicating that products comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. D. Samples: For wireways and for each color and texture specified, 12 inches long. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved: RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Syska Hennessy Group 26 05 33 -I 1. Structural members in paths of conduit groups with common supports. 2. HY AC and plumbing items and architectural features in paths of conduit groups with common supports. B. Qualification Data: For professional engineer. C. Seismic Qualification Certificates: For enclosures, cabinets, and conduit racks and their mounting provisions, including those for internal components, from manufacturer. 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. 4. Detailed description of conduit support devices and interconnections on which the certification is based and their installation requirements. D. Source quality-control reports. PART 2-PRODUCTS 2.1 MET AL CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by the following: I. AFC Cable Systems, lnc. 2. Allied Tube & Conduit; a Tyco International Ltd. Co. 3. Anamet Electrical, Inc. 4. E lectri-Flex Company. 5. O-Z/Gedney; a brand of EGS Electrical Group. 6. Picoma Industries, a subsidiary of Mueller Water Products, Inc. 7. Republic Conduit. 8. Robroy Industries. 9. Southwire Company. I 0. Thomas & Betts Corporation. 11. Western Tube and Conduit Corporation. 12. Wheatland Tube Company; a division of John Maneely Company. 8. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. GRC: Comply with ANSI C80. l and UL 6. D. ARC: Comply with ANSI C80.5 and UL 6A. E. IMC: Comply with ANSI C80.6 and UL 1242. F. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit]. I. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch, minimum. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Syska Hennessy Group 26 05 33 -2 G. EMT: Comply with ANSI C80.3 and UL 797. H. FMC: Comply with UL I; zinc-coated steel. I. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. J. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Fittings for EMT: a. Material: Steel. b. Type: Setscrew or compression. 3. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651 , rated for environmental conditions where installed, and including flexible external bonding jumper. 4. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. K. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.2 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance w ith requirements, provide products by the fo llowing: I. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp. 6. Condux International, Inc. 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions; Carlon Electrical Products. I 0. Niedax-Kleinhuis USA, Inc. 11 . RACO; a Hubbell company. 12. Thomas & Betts Corporation. 8. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ENT: Comply with NEMA TC 13 and UL 1653. D. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. E. LFNC: Comply with UL 1660. F. Rigid HDPE: Comply with UL 651A. G. Continuous HOPE: Comply w ith UL 65 1B. H. Coilable HOPE: Preassembled with conductors or cables, and complying with ASTM D 3485. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Syska Hennessy Group 26 05 33 -3 I. RTRC: Comply with UL 1684A and NEMA TC 14. J. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. K. Fittings for LFNC: Comply with UL 5 14B. L. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). M. Solvent cements and adhesive primers shall comply w ith the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.3 METAL WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, provide products by the following: I. 2. 3. 4. Cooper B-Line, Inc. Hoffman; a Pentair company. Mono-Systems, Inc. Square D; a brand of Schneider Electric. B. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1 unless otherwise indicated, and sized according to NFPA 70. I. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Screw-cover type unless otherwise indicated. E. Finish: Manufacturer's standard enamel finish. 2.4 INNERDUCT INSIDE PLANT A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. Carlon Industries 2. ENDOT Industries Inc. 3. Anixiter Wire and Cable 4. Midsouth Wire and Cable 5. Or approved equal. B. C. General requirements for innerduct shall be UL listed for application and shall be plenum rated for use in return air plenums. Inneduct shall comply with ASTM F2 l 60. BOXES, ENCLOSURES, AND CABINETS 2.5 A. Manufacturer~: Subject to compliance with requirements, provide products by the following RACEWAYS AND BOXES FOR ELECTRJCAL SYSTEMS Syska Hennessy Group 26 05 33 - 4 l. Adalet. 2. Cooper Technologies Company: Cooper Crouse-Hinds. 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR fnc. 6. Hoffman; a Pentair company. 7. Hubbell Incorporated: Killark Division. 8. Kraloy. 9. Milbank Manufacturing Co. 10. Mono-Systems, Inc. 11. O-Z/Gedney; a brand of EGS Electrical Group. 12. RACO; a Hubbell Company. 13. Robroy Industries. 14. Spring City Electrical Manufacturing Company. 15. Stahl in Non-Metallic Enclosures; a division of Robroy Industries. 16. Thomas & Betts Corporation. 17. Wire_mQld /_Legrand. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FBI, ferrous alloy, Type FD, with gasketed cover. E. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb. Outlet boxes designed for attachment of luminaires weighing more than 50 lb shall be listed and marked for the maximum allowable weight. F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. G. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB I and UL 1773, cast alumin um with gasketed cover. H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Device Box Dimensions: 4 inches square by 2-1/8 inches deep. J. Gangable boxes are allowed. K. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1 for indoor applications and Type 3R for outdoor applications with continuous-hinge cover with flush latch unless otherwise indicated. I. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. PART 3-EXECUTION 3.1 RACEWAY APPLICATION A. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: EMT. 2. Exposed and Subject to Severe Physical Damage (below 8 feet in equipment and storage rooms) GRC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Syska Hennessy Group 26 05 33 -5 3.2 3. Concealed in Ceilings and Interior Walls and Partitions: EMT. 4. Connection to Vibrating Equipment (Including Transfonners and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet locations. 5. Damp or Wet Locations: GRC. 6. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4 stainless steel in damp or wet locations. 7. All fiber optic cables shall be installed in innerduct. B. Minimum Raceway Size: 1/2-inch trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. D. E. F. G. A. 1. Rigid and lntennediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply w ith NEMA FB 2.10. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. EMT: Use setscrew or compression, steel fittings. Comply with NEMA FB 2. I 0. 4. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. Install surface raceways only where indicated on Drawings. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F. INSTALLATION Comply with NECA I and NECA 10 I for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports. E. Arrange stub-ups so curved portions of bends are not visible above finished slab. F. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction. G. Conceal conduit and EMT within finished walls, ceilings, and floors un less otherwise indicated. Install conduits parallel or perpendicular to building lines. H. Support conduit within 12 inches of enclosures to which attached. I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 -6 Syska Hennessy Group J. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly. K. Raceway Tem1inations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 A WG. L. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to I -l /4-inch trade size and insulated throat metal bushings on 1-1 /2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. M. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install lock.nuts hand tight plus 1/4 tum more. N. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. 0. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. P. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. Q. Install raceway sealing fittings at accessible locations according to NFPA 70 and fi ll them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. lnstall raceway sealing fittings according to NFPA 70. R. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: I . Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. S. Comply with manufacturer's written instructions for solvent welding RNC and fittings. T. Expansion-Joint Fittings: 1. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F and that has straight-run length that exceeds 25 feet . Install in each run of aboveground RMC[ conduit that is located where environmental temperature change may exceed I 00 deg F and that has straight-run length that exceeds 100 feet. 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change. d. Attics: 135 deg F temperature change. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Syska Hennessy Group 26 OS 33 -7 3.3 3.4 3.5 3. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F of temperature change for metal conduits. 4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 5. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. U. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. V. w. X. Y. Z. AA. BB. CC. A. A. A. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, g ive priority to ADA requirements. Install boxes with height measured to center [of box unless otherwise indicated. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Locate boxes so that cover or plate will not span different building finishes. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. Set metal floor boxes level and flush with finished floor surface. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. SLEEVE AND PENETRATIONS SLEEVE-SEAL INSTALLATION FOR ELECTRICAL Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. FIRESTOPPING Install firestopping at penetrations of fi re-rated floor and wall assemblies. PROTECTION Protect coatings, finishes, and cabinets from damage and deterioration. I. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 -8 Syska Hennessy Group 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Syska Hennessy Group 26 05 33 -9 SECTION 26 05 44 -SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to thi s Section. 1.2 SUMMARY A. Section Includes: 1. Sleeves for raceway and cable penetration of non-fire-rated construction walls and floors. 2. Sleeve-seal systems. 3. Sleeve-seal fittings. 4. Grout. 5. Silicone sealants. B. Related Requirements: 1. Section 078413 "Penetration Firestopping" for penetration firestopping installed in fire- resistance-rated walls, horizontal assemblies, and smoke barriers, with and without penetrating items. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of product. B. LEED Submittals: I. Product Data for Credit EQ 4. I: for sealants, documentation including printed statement of voe content. 2. Laboratory Test Reports for Credit EQ 4: For sealants, documentation indicating that products comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." PART 2-PRODUCTS 2.1 SLEEVES A. Wall Sleeves: 1. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, zinc coated, plain ends. SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING Syska Hennessy Group 26 05 44 -1 2. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop unless otherwise indicated. B. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies: Galvanized-steel sheet; 0.0239-inch (0.6-mm) minimum thickness; round tube closed with welded longitudinal joint, with tabs for screw-fastening the sleeve to the board. C. PVC-Pipe Sleeves: ASTM D 1785, Schedule 40. D. Molded-PVC Sleeves: With nail ing flange for attaching to wooden forms. E. Molded-PE or -PP Sleeves: Removable, tapered-cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms. F. Sleeves for Rectangular Openings: 1. Material: Galvanized sheet steel. 2. Minimum Metal Thickness: a. For sleeve cross-section rectangle perimeter less than 50 inches (1270 mm) and with no side larger than 16 inches ( 400 mm), thickness shall be 0.052 inch (I .3 mm). b. For sleeve cross-section rectangle perimeter 50 inches (1270 mm) or more and one or more sides larger than 16 inches (400 mm), thickness shall be 0.138 inch (3.5 mm). 2.2 SLEEVE-SEAL SYSTEMS A. Description: Modular sealing device, designed for field assembly, to fi ll annular space between sleeve and raceway or cable. I. Manufacturers: Subject to compliance with requirements, provide products by one of the following manufacturers: a. Advance Products & Systems, Inc. b. CALPICO, Inc. c. Metraflex Company (The). d. Pipeline Seal and Insulator, Inc. e. Proco Products, Inc. f. Or equal. 2. Sealing Elements: EPDM rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Carbon steel. 4. Connecting Bolts and Nuts: Carbon steel, with corrosion-resistant coating, of length required to secure pressure plates to sealing elements. 2.3 SLEEVE-SEAL FITTINGS A. Description: Manufactured plastic, sleeve-type, waterstop assembly made for embedding in concrete slab or wall. Unit shall have plastic or rubber waterstop collar with center opening to match piping OD. SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING Syska Hennessy Group 26 05 44 -2 I. Manufacturers: Subject to compliance with requirements, provide products by one of the following manufacturer: a. Pre-sealed Systems. b. Or equal. 2.4 GROUT A. Description: Non shrink; recommended for interior and exterior sealing openings in non-fire- rated walls or floors. B. Standard: ASTM C 1107/C I I 07M, Grade B, post-hardening and volume-adjusting, dry, hydraulic-cement grout. C. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. D. Packaging: Premixed and factory packaged. 2.5 SILICONE SEALANTS A. Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric sealants of grade indicated below. l . Grade: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces that are not fire rated. 2. Sealant shall have VOC content of 550 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 3. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." B. Silicone Foams: Multicomponent, silicone-based liquid elastomers that, when mixed, expand and cure in place to produce a flexible, non-shrinking foam. PART 3-EXECUTION 3.1 SLEEVE INSTALLATION FOR NON-FIRE-RA TED ELECTRICAL PENETRATIONS A. Comply with NECA I. B. Comply with NEMA VE 2 for cable tray and cable penetrations. C. Sleeves for Conduits Penetrating Above-Grade Non-Fire-Rated Concrete and Masonry-Unit Floors and Walls: I. Interior Penetrations of Non-Fire-Rated Walls and Floors: a. Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with requirements in Section 079200 "Joint Sealants." b. Seal space outside of sleeves with mortar or grout. Pack sealing material solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect material while curing . SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLfNG Syska Hennessy Group 26 05 44 -3 3.2 3.3 2. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. 3. Size pipe sleeves to provide [1/4-inch (6.4-mm)] annular clear space between sleeve and raceway or cable unless sleeve seal is to be installed. 4. Install sleeves for wall penetrations unless core-drilled holes or formed openings are used. lnstall sleeves during erection of walls. Cut sleeves to length for mounting flush with both surfaces of walls. Deburr after cutting. 5. Install sleeves for floor penetrations. Extend sleeves installed in floors 2 inches (50 mm above finished floor level. lnstall sleeves during erection of floors. D. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies: E. F. G. A. B. A. B. 1. Use circular metal sleeves unless penetration arrangement requires rectangular sleeved opening. 2. Seal space outside of sleeves with approved joint compound for gypsum board assemblies. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot-type fl ashing units applied in coordination with roofing work. Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals. Underground, Exterior-Wall and Floor Penetrations: Install PVC Coated cast-iron pi pe sleeves. Size sleeves to allow for I-inch (25-mm) annular clear space between raceway or cable and sleeve for installing sleeve-seal system. SLEEVE-SEAL-SYSTEM INSTALLATION Install sleeve-seal systems in sleeves in exterior concrete walls and slabs-on-grade at raceway entries into building. Install type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and in stall in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. SLEEVE-SEAL-FITTING INSTALLATION Install sleeve-seal fittings in new walls and slabs as they are constructed. Assemble fitting components of length to be flush with both surfaces of concrete slabs and walls. Position water stop fl ange to be centered in concrete slab or wall. C. Secure nailing flanges to concrete form s. D. Using grout, seal the space around outside of sleeve-seal fittings. END OF SECTION 26 05 44 SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLfNG Syska Hennessy Group 26 05 44 -4 SECTION 26 05 53-IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prov1s10ns of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.3 ACTION SUBMITTALS A. Product Data: Submit manufacturer's catalog cut sheets for each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.4 QUALITY ASSURANCE A. Comply with ANSJ A 13.1 and IEEE C2. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANS] Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. Adhesive type labels shall be used for only applications indicated in this section. 1.5 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. IDENTIFlCA TlON FOR ELECTRICAL SYSTEMS 26 05 53 -I Syska Hennessy Group C. Coordinate installation of identifying devices with location of access panels and doors. D. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 -PRODUCTS 2.1 POWER AND CONTROL RACEWAY IDENTIFICATION MATERIALS A. Comply with ANSI A 13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size. B. Colors for Raceways Carrying Feeders and Circuits at 600 V or Less: 1. Black letters on an orange field 2. Legend: Indicate voltage and system or service type. C. Colors for Raceways Carrying Feeders and Circuits at More Than 600 V: I. Black letters on an orange field. 2. Legend: "DANGER CONCEALED HIGH VOLTAGE WIRING." D. Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible label laminated with a clear, weather-and chemical-resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. E. Snap-Around Labels for Raceways Carrying Circuits at 600 V or Less: Slit, pre-tensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. F. Snap-Around, Color-Coding Bands for Raceways Carrying Circuits at 600 V or Less: Slit, pre- tensioned, flexible, solid-colored acrylic sleeve, 2 inches (50 mm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. G. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: 4-inch-(100-mm-) wide black stripes on 10-inch (250-mm) centers diagonally over orange background that extends full length of raceway or duct and is 12 inches (300 mm) wide. Stop stripes at legends. H. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with stamped legend, punched for use with self-locking cable tie fastener. I. Write-On Tags: Polyester tag, 0.010 inch (0.25 mm) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 3. Use write-on tags for temporary service only if specified on the documents. 2.2 ARMORED AND METAL-CLAD CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A 13.1 for minimum size of letters for legend and for minimum length of color field for each cable size. 8. Colors for Cables Carrying Circuits at 600 V and Less: I. Black letters on an orange field IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53 -2 Syska Hennessy Group 2. Legend: indicate voltage and system or service type. C. Colors for Cables Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER HIGH VOLTAGE WIRING." D. Vinyl Labels: Preprinted, flexible label laminated with a clear, weather-and chemical-resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. E. Self-Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; 2 inches (50 mm) wide; compounded for outdoor use. F. Heat-Shrink Preprinted Tubes: Flame-retardant polyolefin tube with machine-printed identification label. Sized to suit diameter of and shrinks to fit firmly around cable it identifies. Full shrink recovery at a maximum of200 deg F (93 deg C). Comply with UL 224. 2.3 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A 13.1 for minimum size of letters for legend and for minimum length of color field for each cable size. B. Vinyl Labels: Preprinted, flexible label laminated with a clear, weather-and chemical-resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. C. Self-Adhesive, Self-Laminating Polyester Labels: Preprinted, 3-mil-(0.08-mm-) thick flexible label with acrylic pressure-sensitive adhesive that provides a clear, weather-and chemical- resistant, self-laminating, protective shield over the legend. Labels sized to fit the cable diameter such that the clear shield overlaps the entire printed legend. D. Heat-Shrink Preprinted Tubes: Flame-retardant polyolefin tube with machine-printed identification label. Sized to suit diameter of and shrinks to fit firmly around cable it identifies. Full shrink recovery at a maximum of200 deg F (93 deg C). Comply with UL 224. E. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with stamped legend, punched for use with self-locking cable tie fastener. F. Write-On Tags: Polyester tag, 0.010 inch (0.25 mm) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer. G. Snap-Around Labels: Slit, pre-tensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of cable it identifies and to stay in place by gripping action. H. Snap-Around, Color-Coding Bands: Slit, pre-tensioned, flexible, solid-colored acrylic sleeve, 2 inches (50 mm) long, with diameter sized to suit diameter of cable it identifies and to stay in place by gripping action. 2.4 CONDUCTOR AND CABLES IDENTIFICATION MATERIALS A. Color coding of conductors: Provide color coded insulation by conductor manufacturer. Coordinate with Division 26, Section "Low Voltage Electrical Power Conductors and Cables". lDENTlFICA TYON FOR ELECTRICAL SYSTEMS 26 05 53 -3 Syska Hennessy Group If permitted by owner's representative, install color coding conductor tape for temporary installations only. B. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils (0.08 mm) thick by I to 2 inches (25 to 50 mm) wide. C. Self-Adhesive, Self-Laminating Polyester Labels: Preprinted, 3-mil-(0.08-mm-) thick flexible label with acrylic pressure-sensitive adhesive that provides a clear, weather-and chemical- resistant, self-laminating, protective shield over the legend. Labels sized to fit the conductor diameter such that the clear shield overlaps the entire printed legend. D. Snap-Around Labels: Slit, pre-tensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of conductor it identifies and to stay in place by gripping action. E. Snap-Around, Color-Coding Bands: Slit, pre-tensioned, flexible, solid-colored acrylic sleeve with diameter sized to suit diameter of conductor it identifies and to stay in place by gripping action. F. Heat-Shrink Preprinted Tubes: Flame-retardant polyolefin tube with machine-printed identification label. Sized to suit diameter of and shrinks to fit firmly around conductor it identifies. Full shrink recovery at a maximum of200 deg F (93 deg C). Comply w ith UL 224. G. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. H. Write-On Tags: Polyester tag, 0.010 inch (0.25 mm) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. Provide for temporary installations only. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Labels for Tags: Self-adhesive label, machine-printed with permanent, waterproof, black ink recommended by printer manufacturer, sized for attachment to tag. 1. Medium voltage cable tag: Laminated Micrata type, 5" x 3½", nameplates engraved with 5/32- inch high black letters on white background for normal power and red letters on white background for emergency power. 1. Feeder or circuit number. 2. Size of MY cable and equipment grounding conductor. 3. Point of origin and point of destination. 4. Date of installation 5. Name of installing contractor J. Provide tags on each pull rope of spare conduits showing starting point and end point of spare conduits. 2.5 FLOOR MARKING TAPE A. 2-inch-(50-mm-) wide, 5-mil (0.125-mm) pressure-sensitive vinyl tape, with black and white stripes and clear vinyl overlay. 2.6 UNDERGROUND-LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. lDENTIFICA TION FOR ELECTRICAL SYSTEMS 26 05 53 -4 Syska Hennessy Group 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. 2. 3. C. Tag: 1. 2. 3. 4. Comply with ANSI Z535. l through ANSI Z535.5. Inscriptions for Red-Colored Tapes: CAUTION-BURIED ELECTRIC LINE, HIGH VOLTAGE. Inscriptions for Orange-Colored Tapes: CAUTION-BURIED TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FJBER CABLE. Pigmented polyolefin, bright-colored, continuous-printed on one side with the inscription of the utility, compounded for direct-burial service. Thickness: 4 mils (0.1 mm). Weight: 18.5 lb/1000 sq. ft. (9.0 kg/100 sq. m). 3-Jnch (75-mm) Tensile According to ASTM D 882: 30 lbf (133.4 N), and 2500 psi (17.2 MPa). 2. 7 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self-Adhesive Warnjng Labels: Factory-printed, multicolor, pressure-sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked-Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch (6.4-mm) grommets in corners for mounting. 3. Nominal size, 7 by 10 inches (180 by 250 mm). D. Metal-Backed, Butyrate Warning Signs: 1. Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs with 0.0396- inch (l-mm) galvanized-steel backing; and with colors, legend, and size required for application. 2. 1/4-inch (6.4-mm) grommets in corners for mounting. 3. Nominal size, 10 by 14 inches (250 by 360 mm). E. Warning label and sign shall include, but are not limited to, the following legends: l . Multiple Power Source Warning: "DANGER -ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING -OSHA REGULATION -AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES (915 MM) for electrical service 600V or less." IDENTIFTCA TION FOR ELECTRICAL SYSTEMS 26 05 53 -5 Syska Hennessy Group 3. Workspace Clearance Warning: "WARNJNG -OSHA REGULATION -AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 60 INCHES (915 MM) for electrical service above 600V and up to 15000V." 4. High Voltage Eq uipment Warning "DANGER -HIGH VOLTAGE-KEEP OUT". 5. Provide other warning labels and signs as required by applicable code and regulation. 2.8 EQUIPMENT IDENTIFICATION LABELS A. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). B. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8 inch (IO mm) except designation which will be in 1/2 inch letters unless otherwise indicated. Stenciled Legend: Provide stenciled labels to identify major equipment numbers (e.g. transformers, MV switches etc) indicated on drawings, in nonfading, waterproof, black ink or paint. Minimum letter height shall be 2 inch (50 mm). Verify letter height with Owner's representative prior to start of work. Stencil labels shall be provided in addition to engraved laminated labels specified in para D above. C. Labels shall include the fo llowing information. Color of nameplate shall be black for equipment connected to normal power, red for equipment connected to emergency power, and blue for equipment connected to Un-interruptible Power Supply. Color of letters shall be white. 1. Panel or equipment designation. 2. Rating: Volt, Amps, No. of phase and wires, horsepower, etc. 3. ATC Rating (RMS Symmetrical Amps). 4. Fed from information. 5. Manufacturer Shop Order number. 6. Date of Installation. 7. Other information as requested by Owner. D. For medium-voltage switchgear: I. Use l inch to identify equipment designation 2. Use 3/4 inch to identify voltage rating and source 3. Use 1/2 inch to identify individual feeder breakers and buckets 4. Use 1/4 inch to identify control switches, indicating lights, and other miscellaneous devices on the bucket door. E. Adhesive labels and nameplates are not acceptable. 2.9 WIRING DEVICES LABELS A. Identify wiring devices with heavy duty clear vinyl polyester tape "Weber" unless otherwise indicated. Provide labels on the device cover plate made of non-metall ic materials. Color of letters shall be black for device connected to normal power, color of letters shall be red for device connected to emergency power. Labels shall be printed, flexible, self-adhesive type. In addition write the circuit no. (e.g. IPA-2) on the inside of the device cover plate of non-metallic material using a permanent marker. B. For stainless steel cover plates, engrave information on the device cover plate. C. Device (receptacles, switches etc.) label shall include panel designation and circuit number. IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53 -6 Syska Hennessy Group 2.10 CABLE TIES A. General-Purpose Cable Ties: Fungus inert, self-extinguishing, one piece, self-locking, Type 6/6 nylon. I . Minimum Width: 3/16 inch (5 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi (82.7 MPa). 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C). 4. Color: Black except where used for color-coding. B. Plenum-Rated Cable Ties: Self-extinguishing, UV stabilized, one piece, self-locking. 1. Minimum Width: 3/16 inch (5 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 7000 psi (48.2 MPa). 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F (Minus 46 to plus 140 deg C). 5. Color: Black. PART 3 -EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. F. System Identification Color-Coding Bands for Raceways and Cables: Each color-coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot (15-m) maximum intervals in straight runs, and at 25-foot (7.6-m) maximum intervals in congested areas. G. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. H. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: l. Outdoors: UV-stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. 3.2 IDENTIFICATION SCHEDULE A. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings: Tape and stencil 4- inch-(100-mm-) wide black stripes on JO-inch (250-mm) centers over orange background that extends full length of raceway or duct and is 12 inches (300 mm) wide. Stencil legend IDENTIFICA TlON FOR ELECTRICAL SYSTEMS 26 05 53 -7 Syska Hennessy Group "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3-inch-(75-mm-) high black letters on 20-inch (500-mm) centers. Stop stripes at legends. Apply to the following finished surfaces: 1. Floor surface directly above conduits running beneath and within 12 inches (300 mm) of a floor that is in contact with earth or is framed above unexcavated space. 2. Wall surfaces directly external to raceways concealed within wall. 3. Accessible surfaces of concrete envelope arou nd raceways in vertical shafts, exposed in the building, or concealed above suspended ceilings. 8 . Accessible Raceways and Metal-Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A, and 120 V to ground: Identify with self-adhesive vinyl label bands. Install labels at I 0-foot (3-m) maximum intervals. C. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels with the wiring system legend and system voltage. System legends shall be as follows: 1. Emergency Power 2. Power a. Color shall be factory applied [or field applied for sizes larger than No. 8 A WG, if authorities having jurisdiction permit if owners representative permits in writing. b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral : White 5) Ground Green C. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase 8: Orange. 3) Phase C: Yellow. 4) Neutral : Grey 5) Ground : Green d. e. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. D. Power-Circuit Conductor Identification, More than 600 V: For conductors in vaults, pull and junction boxes, manholes, and hand holes, use Lan1inated Micrata type, 5" x 3½", nameplates engraved with 5/32-inch high black letters on white background for normal power and red IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53 -8 Syska Hennessy Group letters on white background for emergency power. Include the circuit designation to match existing standard. Verify with University's representative prior to making labels. E. Install instructional sign including the color-code for grounded and ungrounded conductors using adhesive-film-type labels. F. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. G. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Install underground-line warning tape for both direct-buried cables and cables in raceway. 2. During backfilling of trenches install continuous underground-line warning tape directly above the line at 12 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. H. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush-mounted panelboards and similar equipment in finished spaces. T. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. J. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. K. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8-inch-(I O-mm-) high letters for emergency instructions at equipment used for power transfer. L. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53 -9 Syska Hennessy Group panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems. Verify requirements with University's representative. I. Labeling Instructions: a. Indoor Equipment: Engraved, laminated acrylic or melamine label. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panel board manufacturer. Panelboard identification shall be engraved laminated acrylic label. b. Enclosures, electrical, telecom, alarm and communication system cabinets. c. Access doors and panels for concealed electrical items. d. Switchboards. e. Transfonners: Label that includes tag designation shown on Drawings for the transformer, feeder, and panel boards or equi pment supplied by the secondary. For pad-mount transformers-indicate type and size of fuses on a separate 3" X 5" plastic laminated label and install on the inside surface of the door of the transformer. f. Switchgear Building g. Emergency power system boxes and enclosures. h. Enclosed switches including A TS. i. Enclosed controllers. j. Push-button stations. k. Power transfer equipment including transfer switches. I. Contactors. m. Power-generating units. n. Monitoring and control equipment. o. UPS equipment. END OF SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53 -10 Syska Hennessy Group SECTION 26 27 26 -WIRING DEVICES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Weather-resistant receptacles. 3. Snap switches and wall-box dimmers. 4. Communications outlets. 1.3 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCJ: Ground-fault circuit interrupter. C. Pigtail: Short lead used to connect a device to a branch-circuit conductor. D. RF!: Radio-frequency interference. E. UTP: Unshielded twisted pair. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination: I. Receptacles for Owner-Furnished Equipment: Match plug configurations. 2. Cord and Plug Sets: Match equipment requirements. 1.5 ACTION SUBMITT ALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. C. Samples: One for each type of device and wall plate specified, in each color specified. 1.6 INFORMATIONAL SUBMITT ALS A. Field quality-control reports. 1. 7 CLOSEOUT SUBMITT ALS A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing- label warnings and instruction manuals that include labeling conditions. WIRING DEVICES 26 27 26 -I Syska Hennessy Group 1.8 QUALITY ASSURANCE A. Source Limitations: Obtain each type of wiring device through one source from a single manufacturer. Switches, receptacles and cover plates shall be of the same manufacturer. B. Comply with National Electrical Manufacturer's Association (NEMA) standards. Furnish products listed and classified by Underwriter's Laboratories Inc. as suitable for purpose specified and shown. C. Manufacturer shall have a minimum of ten (10) years' experience in the production of wiring devices specified and shall have ISO 900 I and 9002 certifications. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: I. Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 2. Leviton Mfg. Company Inc. (Leviton). 3. Pass & Seymour/Legrand (Pass & Seymour). 4. Or equal. B. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.2 GENERAL WIRING-DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: UL Listed and labeled and marked for intended location and application. B. Comply with NFPA 70. C. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: I. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with the requirements in this Section. 2.3 STRAIGHT-BLADE RECEPTACLES A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD I, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 1. Retain "Products" Subparagraph and list of manufacturers and products below to require specific products or a comparable product from other manufacturers. 2. Products: Subject to compliance with requirements, provide one of the following~ WIRJNG DEVICES 262726-2 Syska Hennessy Group a. Hubbell; HBL5361 (single), HBL5362 (duplex). b. Leviton; 5361 (single), 5362 (duplex). c. Pass & Seymour; 5361 (single), 5362 (duplex). d. Or equal. 3. Description: Grounded, industrial extra heavy duty specifications grade, back-and side- wired, single-piece grounding brass strap with integral ground, impact-resistant thennoplastic nylon cover and body, smooth face, with separate grounding screw and NEMA 5-20R plug configurations. 2.4 GFCI RECEPTACLES A. General Description: I. Straight blade, non-feed-through type. 2. Comply with NEMA WD I, NEMA WO 6, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. 4. Include self-test feature so that the outlet is automatically tested every fifteen minutes. 5. Outlets used in coastal environments shall be suitable for such applications and shall be properly protected against the ambient conditions. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A: I. Products: Subject to compliance with requirements, provide one of the following manufacturers~ a. Hubbell; GFR5352L. b. Pass & Seymour; 2095. c. Leviton; 7590. d. Or equal. 2.5 TOGGLE SWITCHES A. Comply with NEMA WO I, UL 20, and FS W-S-896. B. Switches, 120/277 V, 20 A: Refer to section 26 09 43 for additional information. C. Telephone Outlet: I. Products: Subject to compliance with requirements, provide one of the following manufacturers: a. Cooper; 3560-6. b. Leviton; 40649. c. Or equal. 2. Description: Single RJ-45 jack for terminating I 00-ohm, balanced, four-pair UTP; TIA/EIA-568-8.1; complying with Category 6. Comply with UL 1863. WIRING DEVICES 262726 -3 Syska Hennessy Group D. Combination TV and Telephone Outlet: I. Products: Subject to compliance with requirements, provide one of the following manufacturers: a. Cooper; 3562. b. Leviton; 40159. c. Or equal. 2. Description: Single RJ-45 jack for I 00-ohm, balanced, four-pair UTP; TIA/EJA-568- 8.1 ; complying with Category 6. Comply with UL 1863. 2.6 WALL PLATES A. Single and combination types shall match corresponding wiring devices. I. Plate-Securing Screws: Metal with head color to match plate finish. 2. Material for Finished Spaces: Smooth, high-impact thermoplastic [0.035-inch-(I-mm-) thick~ 3. Material for Damp Locations: Thermoplastic with spring-loaded lift cover, and listed and labeled for use in wet and damp locations. B. Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather- resistant, die-cast aluminum with lockable cover. PART 3 -EXECUTION 3.1 INSTALLATION A. Comply with NECA I, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. WIRING DEVICES 262726-4 Syska Hennessy Group 2. Strip insulation evenly around the conductor using tools designed for the purpose. A void scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. D. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches (152 mm) in length. 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three-fourths of the way around tenninal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 A WG are installed on 15-or 20-A circuits, splice No. 12 A WG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting screws in yokes, allowing metal-to-metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles up. F. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. G. Dimmers: 1. Install dimmers within terms of their listing. 2. Install unshared neutral conductors on line and load side of dimmers according to manufacturers' device li sting conditions in the written instructions. H. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. I. Adjust locations of floor service outlets and service poles to suit arrangement of partitions and furnishings. WIRING DEVICES 262726 -5 Syska Hennessy GToup 3.2 GFCI RECEPTACLES A. Install non-feed-through-type GFCI receptacles where protection of downstream receptacles is not required. 3.3 IDENTIFICATION A. Comply with Section 26055 3 "Identification for Electrical Systems." B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.4 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrwnent for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement. B. Tests for Convenience Receptacles: I. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. C. Wiring device will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. Submit reports within two (2) weeks of completion of tests. END OF SECTION 26 27 26 WIRING DEVICES 26 27 26 -6 Syska Hennessy Group SECTION 26 28 13 -FUSES PART 1 -GENERAL 1.1 A. 1.2 A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division OJ Specification Sections, apply to this Section. SUMMARY Section Includes: I. Plug fuses rated 125-Y ac and less for use in plug-fuse-type enclosed switches and fuse holders. 2. Plug-fuse adapters for use in Edison-base, plug-fuse sockets. 3. Spare-fuse cabinets. B. Related Sections include the following: 1.3 A. FUSES I. Division 26 Section "Enclosed Switches and Circuit Breakers." SUBMITTALS Product Data: For each type of product indicated. Include construction details, material, dimensions, descriptions of individual components, and finishes for spare-fuse cabinets. Include the following for each fuse type indicated: 1. 2. 3. 4. 5. 6. Ambient Temperature Adjustment Information: If ratings of fuses have been adj usted to accommodate ambient temperatures, provide list of fuses w ith adjusted ratings. a. For each fuse having adjusted ratings, include location of fuse, original fuse rating, local ambient temperature, and adjusted fuse rating. b. Provide manufacturer's technical data on which ambient temperature adjustment calculations are based. Dimensions and manufacturer's technical data on features, performance, electrical characteristics, and ratings. Current-limitation curves for fuses with current-limiting characteristi cs. Time-current coordination curves (average melt) and current-limitation curves (instantaneous peak let-through current) for each type and rating of fuse.] Coordination charts and tables and related data. Fuse sizes for elevator feeders and elevator disconnect switches. 26 28 13-1 Prepared by Syska Hennessy Group 1.4 1.5 B. Operation and Maintenance Data: For fuses to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: A. B. C. D. E. A. I. Ambient temperature adjustment information. 2. Current-limitation curves for fuses with current-limiting characteristics. 3. Time-current coordination curves (average melt) and current-limitation curves (instantaneous peak let-through current) for each type and rating of fuse. 4. Coordination charts and tables and related data. QUALITY ASSURANCE Source Limitations: Obtain fuses, for use within a specifi c product or circuit, from single source from single manufacturer. Electrical Components, Devices, and Acc'essories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. Comply with NEMA FU I for cartridge fuses. Comply with NFPA 70. Comply with UL 248-11 for plug fuses. COORDINATION Coordinate fuse ratings with utilization equipment nameplate limitations of maximum fuse size and with system short-circuit current levels. PART 2-PRODUCTS 2.1 A. MANUFACTURERS Manufacturers: Subject to compliance with requirements, provide products by one of the following: I. Cooper Bussmann, Inc. 2. Edison Fuse, Inc. 3. Shawmut, Inc. 4. Littelfuse, Inc. 2.2 PLUG FUSES A. Characteristics: UL 248-11 , nonrenewable plug fuses; 125-V ac. FUSES 26 28 13-2 Prepared by Syska Hennessy Group 2.3 A. PLUG-FUSE ADAPTERS Characteristics: Adapters for using Type S, rejection-base plug fuses in Edison-base fuse holders or sockets; ampere ratings matching fuse ratings; irremovable once installed. PART 3 -EXECUTION 3.1 A. B. C. D. E. 3.2 A. 3.3 EXAMINATION Examine fuses before installation. Reject fuses that are moisture damaged or physically damaged. Examine holders to receive fuses for compliance with installation tolerances and other conditions affecting perfonnance, such as rejection features. Examine utilization equipment nameplates and installation instructions. Install fuses of sizes and with characteristics appropriate for each piece of equipment. Evaluate ambient temperatures to detennine if fuse rating adjustment factors must be applied to fuse ratings. Proceed with installation only after unsatisfactory conditions have been corrected. FUSE APPLICATIONS Plug Fuses: 1. Motor Branch Circuits: Type S, dual-element time delay. 2. Other Branch Circuits: Type S, dual-element time delay. INSTALLATION A. Install fuses in fusible devices. Arrange fuses so rating information is readable without removing fuse. B. Install plug-fuse adapters in Edison-base fuse holders and sockets. Ensure that adapters are irremovable once installed. 3.4 IDENTIFICATION A. Install labels comply ing with requirements for identification specified in Division 26 Section "Identification for Electrical Systems'.' and indicating fuse replacement infonnation on inside door of each fused switch and adjacent to each fuse block, socket, and holder. FUSES 26 28 13-3 Prepared by Syska Hennessy Group 3.5 SCHEDULES A. Type FA: Fusetron FRN, 250 volt, 15-600 amp. B. Type FC: Low-Peak LPN, 250 volt, 15-600 amp. C. Type FF: Limitron KTN, 250 volt, 15-600 amp. END OF SECTION 26 28 13 FUSES 26 28 13-4 Prepared by Syska Hennessy Group SECTION 26 28 16 -ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division O I Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Fusible switches. 2. Nonfusible switches. 3. Shunt trip switches. 4. Enclosures. B. Related Sections I. Division 26 "Low Voltage Electrical Cables." 2. Division 26 "Identification for Electrical Systems." 3. Division 26 "Panelboards." 4. Division 26 "Fuses." 1.3 DEFINITIONS A. NC: Normally closed. B. NO: Normally open. C. SPOT: Single pole, double throw. 1.4 SUBMITT ALS A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. I. Enclosure types and details for types other than NEMA 250, Type 1. 2. Current and voltage ratings. 3. Short-circuit current ratings (interrupting and withstand, as appropriate). 4. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices, accessories, and auxiliary components. ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16-I Syska Hennessy Group 1.5 1.6 5. Include time-current coordination curves (average melt) for each type and rating of overcurrent protective device; include selectable ranges for each type of overcurrent protective device. B. Shop Drawings: For enclosed switches and circuit breakers. Include plans, elevations, sections, details, and attachments to other work. I. Wiring Diagrams: For power, signal, and control wiring. C. Operation and Maintenance Data: For enclosed switches and circuit breakers to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: A. 8. C. D. E. I. Manufacturer's written instructions for testing and adjusting enclosed switches and circuit breakers. 2. Time-current coordination curves (average melt) for each type and rating of overcurrent protective device; include selectable ranges for each type of overcurrent protective device. QUALITY ASSURANCE Testing Agency Qualifications: Member Company of NETA or an NRTL. I . Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent protective devices, components, and accessories, within same product category, from single source from single manufacturer. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. Comply with NFPA 70. COORDINATION A. Coordinate layout and installation of switches, circuit breakers, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. ENCLOSED SWlTCHES AND CIRCUIT BREAKERS 262816-2 Syska Hennessy Group PART 2 -PRODUCTS 2.1 FUSIBLE SWITCHES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton Electrical lnc.; Cutler-Hammer. 2. Siemens Energy & Automation, Inc. 3. Square D; a brand of Schneider Electric. B. Type HD, Heavy Duty, Single Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS I, horsepower rated, with clips or bolt pads to accommodate indicated fuses, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. C. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: lnternally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Class R Fuse Kit: Provides rejection of other fuse types when Class R fuses are specified. 4. Hook stick Handle: Allows use of a hookstick to operate the handle. 5. Lugs: Compression type, suitable for number, size, and conductor material. 6. Service-Rated Switches: Labeled for use as service equipment. 2.2 NONFUSIBLE SWITCHES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: I . Eaton Electrical Inc.; Cutler-Hammer. 2. Siemens Energy & Automation, Inc. 3. Square D; a brand of Schneider Electric. B. Type HD, Heavy Duty, Single Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. C. Accessories: 1. Equipment Ground K it: Internally mounted and labeled for copper and aluminum g round conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Hook stick Handle: Allows use of a hookstick to operate the handle. 4. Lugs: Compression type, suitable for number, size, and conductor material. ENCLOSED SWITCHES AND CIRCUIT BREAKERS 262816-3 Syska I lennessy Group 2.3 SHUNT TRIP SWITCHES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Bussmann. 2. Littelfuse, Inc. 8. General Requirements: Comply with ASME A 17 .1, UL 50, and UL 98, with 200-kA interrupting and short-circuit current rating when fitted with Class J fuses. C. Switches: Three-pole, horsepower rated, with integral shunt trip mechanism and Class J fuse block; lockable handle with capability to accept three padlocks; interlocked with cover in closed position. D. Control Circuit: 120-V ac; obtained from integral control power transfonner, with primary and secondary fuses, with a control power transfonner of enough capacity to operate shunt trip, connected pilot, and indicating and control devices. E. Accessories: 1. Oil tight key switch for key-to-test function. 2. Oil tight red ON pilot light. 3. Isolated neutral lug; I 00 percent rating. 4. Mechanically interlocked auxiliary contacts that change state when switch is opened and closed. 5. Fonn C alarm contacts that change state when switch is tripped. 6. Three-pole, double-throw, fire-safety and alarm relay; 120-V ac coil voltage. 7. Three-pole, double-throw, fire-alann voltage monitoring relay complying with NFPA 72. 2.4 ENCLOSURES A. Enclosed Switches and Circuit Breakers: NEMA AB 1, NEMA KS I, NEMA 250, and UL 50, to comply with environmental conditions at installed location. I. Indoor, Dry and Clean Locations: NEMA 250, Type I. 2. Outdoor Locations: NEMA 250, Type 3R. 3. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 250, Type 12. PART 3-EXECUTION 3.1 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting perfonnance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16-4 Syska Hennessy Group 3.2 3.3 3.4 A. 8. C. D. A. A. INSTALLATION Install individual wall-mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. Install fuses in fusible devices. Comply with NECA I. IDENTIFICATION Comply with requirements in Section 26 05 53 "Identification for Electrical Systems." I. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved metal or laminated-plastic nameplate. FIELD QUALITY CONTROL Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B. Tests and Inspections: C. D. 3.5 A. 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. Enclosed switches and circuit breakers will be considered defective if they do not pass tests and inspections. Prepare test and inspection reports, including a certified report that identifies enclosed switches and circuit breakers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. ADJUSTING Adjust moving parts and operable components to function smoothly and lubricate as recommended by manufacturer. ENCLOSED SWITCHES AND CJRCUJT BREAKERS 26 28 16-5 Syska Hennessy Group B. Set field-adjustable circuit-breaker trip ranges as specified in Section 26 05 73 "Overcurrent Protective Device Coordination Study." END OF SECTION 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16-6 Syska Hennessy Group ATTACHMENT A CONTRACTOR STAGING AREA PROJECT NAME LOCATION MAP SENIOR CENTER STAGING AREA Created By: Sara Jadhav 3/2812023 J:\SaraJadhav_Customers\Mol/yAmendt\FacililiesProjects\StagingAreaLocationMap4738.mxd PROJ ECTI EXHIBIT NUMBER 1 4738 ATTACHMENT B CITY FORM E-32 C City of Carlsbad DETERMINATION OF PROJECT'S SWPPP TIER LEVEL AND CONSTRUCTION THREAT LEVEL E-32 Development Services Land Development Engineering 1635 Faraday Avenue 442-339-2750 w ww.carlsbadca.gov I'm applying for: D Grading Permit D Building Permit D Right-of-way permit □ Other Project Name: _______________________ Project ID: _______ _ Address: __________________ APN _______ Disturbed Area: __ Ac Section 1: Determination of Project's SWPPP Tier Level (Check applicable criteria and check the corresponding SWPPP Tier Level, then go to section 2) Exempt -No Threat Project Assessment Criteria SWPPP Tier Level My project is in a category of permit types exempt from City Construction SWPPP requirements. Provided no significant grading proposed, pursuant to Table1 , section 3.2.2 of Storm Water Standards, the following permits are exempt from SWPPP requirements: I D Exempt D Electrical D Patio D Mobile Home D Plumbing □ Spa (Factory-Made) D Fire Sprinkler D Mechanical D Re-Roofing D Sign D Roof-Mounted Solar Array Tier 3 -Significant Threat Assessment Criteria -(See Construction General Permit (CGP) Section 1.8)* D My project includes construction or demolition activity that results in a land disturbance of equal to or greater than one acre including but not limited to clearing, grading, grubbing or excavation ; or, D My project includes construction activity that results in land disturbance of less than one acre but the construction activity is part of a larger common plan of development or the sale of one or more acres of disturbed land surface; or, D My Project is associated with construction activity related to residential, commercial, or industrial development on lands currently used for agriculture; or D My project is associated with construction activity associated with Linear Underground/Overhead Projects {LUP) including but not limited to those activities necessary for installation of underground and overhead linear facilities (e.g. conduits, substructures, pipelines, towers, poles, cables, wire, towers, poles, cables, wires, connectors, switching, regulating and transforming equipment and associated ancillary facilities) and include but not limited to underground utility mark out, potholing, concrete and asphalt cutting and removal, trenching, excavation, boring and drilling, access road, tower footings/foundation, pavement repair or replacement, stockpile/borrow locations. D Other per CGP ______________________ _ Tier 2 -Moderate Threat Assessment Criteria: My project does not meet any of the Significant Threat Assessment Criteria described above and meets one or more of the following criteria: D Project requires a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 of the Carlsbad Municipal Code); or, D Project will result in 2,500 sq. ft. or more of soils disturbance including any associated construction staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas and project meets one or more of the additional following criteria: • located within 200 ft. of an environmentally sensitive area or the Pacific Ocean; and/or, • disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; and/or • disturbed area is located along or within 30 ft. of a storm drain inlet, an open drainage channel or watercourse; and/or • construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 -Apr. 30) Tier 1 -Low Threat Assessment Criteria D My project does not meet any of the Significant or Moderate Threat criteria above, is not an exempt permit type per above and the project meets one or more of the following criteria: • results in some soil disturbance; and/or • includes outdoor construction activities (such as roof framing, saw cutting, equipment washing, material stockpiling, vehicle fueling, waste stockpiling) D Tier 3 D Tier2 D Tier 1 • Items listed are excerpt from CGP. CGP governs criteria for triggers for Tier 3 SWPPP. Developer/owners-hall confirm coverage under the current CGP and any amendments, revisions and reissuance thereof. E-32 Page 1 of 2 REV. 02/22 SWPPP Section 2: Determination of Project's Construction Threat Level Construction Tier (Check applicable criteria under the Tier Level as determined in section 1, check the Threat Level corresponding Construction Threat Level, then complete the emergency contact and Level sii:mature block below) Exempt -Not Applicable -Exempt Tier 3 -High Construction Threat Assessment Criteria: My Project meets one or more of the following: □ Project site is 50 acres or more and grading will occur during the rainy season D Project site is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA D High D Soil at site is moderately to highly erosive (defined as having a predominance of soils with Tier3 USDA-NRCS Erosion factors krgreater than or equal to 0.4) □ Site slope is 5 to 1 or steeper D Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 -April 30) □ Owner/contractor received a Storm Water Notice of Violation within past two years Tier 3 -Medium Construction Threat Assessment Criteria D Medium D All projects not meeting Tier 3 High Construction Threat Assessment Criteria Tier 2 -High Construction Threat Assessment Criteria: My Project meets one or more of the following: D Project is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA D Soil at site is moderately to highly erosive (defined as having a predominance of soils with D High USDA-NRCS Erosion factors kr greater than or equal to 0.4) Tier 2 D Site slope is 5 to 1 or steeper D Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 -Apr. 30) D Owner/contractor received a Storm Water Notice of Violation within past two years D Site results in 10,000 sq. ft. or more of soil disturbance Tier 2 -Medium Construction Threat Assessment Criteria D Medium D My project does not meet Tier 2 High Threat Assessment Criteria listed above Tier 1 -Medium Construction Threat Assessment Criteria: My Project meets one or more of the following: D Owner/contractor received a Storm Water Notice of Violation within past two years D Medium D Site results in 500 sq. ft. or more of soil disturbance Tier 1 D Construction will be initiated during the rainy season or will extend into the rainy season (Oct.1 -April 30) Tier 1 -Low Construction Threat Assessment Criteria □Low D My project does not meet Tier 1 Medium Threat Assessment Criteria listed above I certify to the best of my knowledge that the above statements are true and correct. I will prepare and submit an appropriate tier level SWPPP as determined above prepared in accordance with the City SWPPP Manual. I understand and acknowledge that I must adhere to and comply with the storm water best management practices pursuant to Title 15 of the Carlsbad Municipal Code and to City Standards at all times during construction activities for the permit type(s) checked above. The City Engineer/Building Official may authorize minor variances from the Construction Threat Assessment Criteria in special circumstances where it can be shown that a lesser or higher SWPPP Tier Level is warranted. Emergency Contact Name: Telephone No: Owner/Owner's Authorized Agent Name: Title: Owner/Owner's Authorized Agent Signature: Date: FOR CITY USE ONLY Yes No City Concurrence: By: Date: DWG #/CB#: E-32 Page 2 of 2 REV. 02/22 ,,.."""' ~ ' , .J ATTACHMENT C Roof Warranty CITY WARRANTY FORM FOR EXECUTION BY MANUFACTURER AND CONTRACTOR SENIOR CENTER ROOF WARRANTY CONTRACT NO. 4738 Separate from the Contractor's Guarantee Form , the City has developed a Warranty Form for execution and submission by the Roofing Materials Manufacturer and the Roofing Contractor. This document is to be signed, notarized and returned to the City upon completion of the contract work. The contract work will not be determined "Complete" until this form has been executed and accepted by the City. An alternate version of this form may be submitted providing that the language on this City Form is replicated in its entirety and not contradicted on such alternate form . Warranty No: ________ Building Owner: The City of Carlsbad, Ca lifornia Building Name: SENIOR CENTER Address: 799 Pine Avenue, Carlsbad, CA 92008 Contractor: Date of Project Substantial Completion (SC): ____ Date of Final Roof Inspection: ___ _ Roof Area Warranted ______ square feet This Warranty is effective for thirty (30) years; from ______ through _____ _ (SC Date) Manufacturer and Type of Roofing System Installed: _______________ _ _____________ ,("Manufacturer") warrants to the City of Carlsbad ("City"), that subject to the terms, conditions, and limitations stated herein, Manufacturer will cause to be repaired, any leaks originating in the roof system (the "System") indicated above as applied to the building which are caused by defects in the materials supplied by Manufacturer or defects in workmanship by a Manufacturer's Authorized Applicator for a period of thirty (30) years commencing with the date of Substantial Completion provided by the city for the installation of the System with no monetary limit with respect to System repair costs. TERMS, CONDITIONS, LIMITATIONS 1. City is required to notify Manufacturer on the first business day immediately following the discovery of each leak in the System and confirm in writing within one (1) week. 2. If on Manufacturer's inspection, Manufacturer determines that the leak is caused by a defect in the Manufacturer's material supplied by Manufacturer to the Manufacturer's Authorized Applicator for this building or the workmanship of the Manufacturer's Authorized Applicator, except as provided in the following paragraph four (4) below, Manufacturer's liability shall be limited to Manufacturer's repair of the System, including membrane, insulation and cover board, and the replacement of materials in the System or the substrate under the system, which are determined by Manufacturer and City to be damaged by the leak. 3. Manufacturer shall not be responsible for the removal or cost of removal and/or reinstallation of any components/ materials installed over the Manufacturer's System, including but not limited to, insulation, drainage mat, filter fabric, growing medium, plant life, pavers, gravel, concrete or walkways. 4. This warranty does not apply and may be null and void if any of the following occur: a. The System is damaged by a natural disaster, including without limitation, earthquake, lightning, hail, windstorm, hurricane, tornado, winds in excess of 60 mph or flood; or b. The System is damaged by any act of negligence, accident, or misuse including but not limited to, vandalism, falling objects, civil disobedience, or act of war; or c. The System is damaged by the use of materials not supplied by or approved of in writing by Manufacturer; or d. A deficient pre-existing condition or equipment is causing water entry; or e. There are any alterations or repairs made on or through the completed System, or objects such as but not limited to fixtures, equipment or structures are placed on or attached to the completed System without first obtaining written authorization from Manufacturer; or f. Failure by City to use reasonable care in maintaining the System; or g. Loss of integrity of the building envelope and/or structure including, but not limited to, partial or complete loss of decking, wall siding, windows, doors or other envelope components, or from damage by windblown objects; or h. The System is damaged by structural failures, including without limitation, settling or shifting of the building or movement or cracking or deflection of the roof deck and/or roof structure; or i. The System is damaged by chemical conditions, animals, insects, or other conditions not disclosed in writing to Manufacturer prior to the date of this Warranty; or j. Deficient design applied to the System such as contact with incompatible materials and/or substrates. 5. During the period of the Warranty, Manufacturer, its agents and employees, agree to request and coordinate escorted building access through the City Facilities Maintenance Department during regular business hours. Inspections and maintenance (including removal of debris from roof membranes and cleaning of drains and scuppers) will be performed at years 2, 5, 10, 15, 20 and 25 of the thirty (30) year warranty period. 6. Should the System be concealed, the cost of exposure of the System for purposes of Manufacturer's investigation and/or repair, shall be City's responsibility. 7. City's failure at any time to enforce any of the terms or conditions stated herein shall not be construed to be a waiver of such provision. 8. City is responsible to Manufacturer for all costs attributed to work performed as the result of service calls for items not covered under this Warranty. 9. This Warranty may only be transferred to a subsequent owner of the building within the applicable original warranty period. Under no circumstances, including but not limited to a warranty transfer, shall the original warranty period be deemed extended for any reason. 10. This Warranty shall not become effective unless and until signed by ________ _ (Manufacturer's Authorized Applicator) and Manufacturer ___________ _ 11 . Manufacturer shall not be responsible or liable for any consequential or incidental damages caused as a result an any leaks to areas below the roof substrate and its support framing, including other elements of the building structure or contents, loss of use of the structure or any component thereof, or damage to any personal property or persons. 12. This Warranty shall be governed by the laws of the State of California. Manufacturer: (Company name) Authorized Representative of Manufacturer Contact Phone Number Contractor: (Company name) Authorized Representative of Manufacturer Contact Phone Number Bl D SET ONLY -NOT FOR CONSTRUCTION APPROVED PLANS WILL BE ISSUED WITH BUILDING PERMIT l I l I • I I I I t II If I . d 1 h 1 ~ L r l p f ~ J i,i ~" Demolition Notes 11 Thl wOl"Cl"Uerr.ci.l't"""-'mur11e>,.,,_ M~gooaeouaing.,.,,.s.11tU~11t.n1gcwr,o'1iC>fl 8roa&poseldtN~l'llil1e<laliollMl!enlllflrMthll!gen«.ioonlraeto""exl)l!nSe , 2 ~ot--,,,wo<ltlior/lt~pn,c.11,'st,o,,o,n lulsoo::,eafae,,oii:,o,,W0"161lalDe~neao,-N~leorcnu;:to,10•~tt -~IM 1 3 R.-ler IO ~ru plllna for aodlllOnilll dotrol!IOO na1e,1, 1 4 Rftlfl:l!Ufliand0etllllblnl'n.f-~,,_..na,e,o51,rgcOll9lluCllDI\ r,o,oe,tD<l9!,.,..... NlutK"OOSdOffllOlition '20"'-<ty~c..n:.- 21 n..a-'V"rnd~normM,on~ Eu.,..lho.,.11><»1.,.,..,.h•-..c'!""alrQ~ chlra::te1anclnM1rtd'lha-~IODt"""ornwdarldop11-r..:ii.req<#.:I V•~ll'!elDCltondft&t,ngulilmn pno,iDda~...:llt.lll'td:worl< 2 2 Ved(ltl04Uo"lg~ :-..fQ.~ P'OCff(lrgwcnNworx Otuinllt1<1MeH<Mrllt'IU '°'"""°nc,.::i,..te 1oce.ccu•"ffilleo10-~ Comll,crgrs •~IOl'N-..r.:vdKdi _, •l'ldP'-mn,..-.d~dlinaheo..orlc 2 3 V•tyn. llti'l'aDbsl-.udor----•~llllrlgwahcaobe --•IIECI ~plCWIO ---24 Nmf'(troe■remed r,~d arir, ~ !)fl0I' IDo,oc,Ndlng wtflal'l'jW«X 31 Pl'IUC!!al.,,.!ragancl,._con.n,cn:,r>_...I)'~ ~•r>dadf,loan!wor1<"""'C:h11.IO ~OflODerw..Hdftom~ 32 P'fo-tot~ ~,na..,...,ptOOl1f$M•,_l)fdl0p...-«t~lo•err.,rw,gexiei,rg .. m~ eno10,-W1n: 33 E,.,;:1.an,;1....,,._,~i:arttior.nrw,q,.,r.010-PS .. ...,...■,-lfomu..t:r,g~ To ~l!w1:,rMddeiult,~ -•nd,_ 34 Pl'cttaeladrv•~.a.au,.,. p0Marld-~wthlnbulldollg■rd1U Oaconn«:l■no cappe:,tt.i,na--.,~-l'toQUlleclO,-~ <,latty,Of!Oeltl~""""'l!JUI'~ endHftQOJ-.c:ll'or Olllm0(oonW0'1l By;:,ew\AlikyMMON-.chn~anacoro.ettleklree1r.1rc1,""1"1eff-..c,,~-!Oft•te ..,._,Of~.C IIObl_..C "-'Wrb,r,>11MtndQ.ftlr11jl ~v•lv•c::rplUl)lro-lllgl'119'Tltn"IJparTIOI! olOoPe ,rocorw;u110 ~enll111rotol.._1U",orQChef"lorev,......, 3~ ~t.rncadn ---,,d~ie,o,,~."'.,__.dllrw.twtl'l•IIPk,l,ble'9(11ol -••nd ::-==~~-~ lnitt1wnpora..,..r.r1Ca<l1!$1ff::IQl..,.,...,,p,01~t:Jek,,· 3 5 rl'ea,r~ ~, .. ~o.n,gOfol'nOIDOl'I~~ «il"v,'wrtti,pPkltlltl reg,.HlllXW -••rci o,o,_~ ~--•I ,.."'l!llngi,r,:I~ •~ '"'°"""''Ol_._r'UI OOIUIOtl l.7 ~--~nng "'1)~ftomOIIMlga dllrng~,mo,mchtlQO'lW:,r\< Pn;,v,.-p,..-:t""'b" fOCb"Ol,'°'-"'dl!Ol"ll, .... 11,Chol'lltyl,~ ..-ICl!'Ooll Co'uolwai.ftur'(Jff~•IIU:>l!<Mlrlj ~otoe,,"ClltlQtl.U,,illet .. , "'"""'-•'o.i,ott,cn"ancw-,gn_.-.wrga..., .. ,equir..,1o,,~.,'ll;l~~aat,o,, ol.-.ww,:,rlc_ 42 Rem::,,,adabrllan:::li~kr'llfrom•narw::lfrOff' CO!'lCIIUd~ R.,,.:,V1tNDb1ri,n,:iQat,,a !!'OfflCl'o,t(:tll,l.tll"ICldl600MClrialt9"0lll~lllle UC,0,,0()l'"ClttoCM"ol..o,l(,...,..,N,.,duncordiban 4 3 t.im tt.111'1111 be f9fllOY9d rd 1-19< ,....!thd n IOOICII~ or, th9 ClrN1,VS r.-cv, 11.1en llt-'1"11 win e. .. p,oi.,a.,.,ct_..,,..110pw,,,er,tdl~ .i:~-...or-~rtff;lem(JV'4W ... ~rew lnlll..-1•~ Otner.....,_andCIQI.Opmer,t11:"">'«llrome1ettrc:t:iu1::1,~or•11t""lr,o,bl',e...c r,tt,,-pr,.a..,oe::tWl!l'll~W"!ll."''""""'.ic,.r.;l'v1'Cl,n,e,o.ne:.M .... R•ff'O\'lti11tr,gworl!ltlffl'<1WlllCl'ltltlll~IOD11-r,1..::n1tl"lll-lf'ttmlrw"'li,ll'IOll..,.g,e ....Cdll:l~•QlaedlOl<IJll0M'lllndODl'f"9Cbon-~toreman ~eperor~ Mtlll dlil-eftt>Onof'hc.rtlibtct M■:.<'9-«ktclwduladlor•~•hlchi5oamag,ea0j!N'Wope~ 45PerlotmtMr...-9'C1..C1,ng.°"""IJofe••~""')fk-•wt.rlfffieQflt,"Oll)to'no(le>~t!'C ~--rtl~clh:iubng Pwvtnl~ol-P'O'~brtc,r,g...Ot,llDmQM'-tof lb'i.ctu"ltppa1'1o10blrtdangal ,._WDl'llll.crc,a....al'<Jtii,·ll'IIIMCl"rtact _.., o,;1.,_orailll!gol~,buml p11a,g,rdltl ....,_flocff'f>d1l11>«-Ku:t..-.l~ ff'"l'lltllt$ .... n:iltleOtrmin.cl.l.lllftS10IC~tOCl'IWt<lt,,N~ .-, R-e...a,c,,~11ottle991if.lroc,,oeio,,,,NM.oeoloonoreieot~inclr:,Met\Ol(ltf1t,oe>nl IC>-o.•fl.■n.111ff101 .-i, M,,ruinp-gt-e gt,q.1rd-1tc-Wl7k9t:ll!tr.-- 50 F>a:IWOll'\1Rt~ 5, P1te<1•-~pMCflflg ro.idngoamtge ca'-'5t<IC,,,tem0Vlrg, re.x.&1.igl>ftooll"tgfll(!ures,r.s ~-dll~UUHCI C, o.noiltl0nofl1ece1t1N!-ls 52 R1pi.ca er,,:1,....,,.mat.,o,_,.. "'1'IC!'ltw ... t,a.-,.,_.r<1110,kwtr.flstlla,.,,.,olnewworll. R.-or.e.pe>Wd"""""'IOP'tcN!ltr-.VNO 5~ M-=chw■lll'lg~.llruhn lNll.'NWIO~lor~..-.c!~ilfOrk.UNO pr-.. ,.,,.,P'~Ot"l"'"fl4_,.tr..::IOl'l•ir.t rit~W..gllr>.Oln hl'INdtCllo=-C#I e-o'll'l'dorfl'IMiCfl ,-.rci ... orft 5.-....,,..,,.....,w,;,,~~or11~ ... ll'l"""""",l P91'torm11moo1n,ro .... .,,1rtl'llKKln UNO ps\chte""Ofll :=~tqteenitw~in~ eolor~t?Pta"lnet R10.irct11>Jt>i:,IIJ'IIIIOK/'Hllt-wonn 55 Whlnfrat,a,:IIU'f--.1,.c;:«<a<:>s..t1.,,-a:,th1r•,.,...ll>ft_,__.wc,n1nc,1pgNJl;,II-ttrmnateD:.&hr1j t<.l'l'°'llor"lgl lll"lir,1.,_lll ntu"tilw>ecl""'•OII...C~g,,,,aetr,l'!'lapptcc:,rlaltlotrllll..-..l'Old~ ::: ::=: :.:-:.:::.-ill'Ci.t.n ""'ilf __ ._ -• wr.,, lir-..h eanrcl DIil ma~, N'lnlltl 5~wr.,,,1r•n:florl'l'lor9d'>lr,ge1n1u11UOOCU"I.IUbmltf90l>fflmll/lC9l()fll,lorpr""'dongWT'IC)(l(l'l ~«onlor1-e"lltfflr.......,. Architectural Legend -' -.-Q.(r "'""'" T.O.P. --I '"' \ ,._....,.. ---~ 0'-0" Ct~D,!J, I , .. j I © ~S«;:o:,n «.-... ~ Wr,,:»,,,~flr0<'1/CUl'II-II @ I 44) 1,g--Set-.-Wtll$ed,on ()Qoi-leg•-~ @) r-1-@ E~Teg •-~ ~4C.1e>IA -L_J BIMangH.laM'llffT~ see ""~"'" --0> ' F,,-h T,g, ... SCheoi.Jle ~ ,......, t ~O --Roo'TIT~ ~ ' Crit9 .... ,grt-~Ol'l'IF'F = ,.,,.,.,,~ ~ General Notes 1 H•eor-.K11>rlNl..,_1YCah~--.alAIAO..C......"20,•~1>1'~ Conal:Ol"ll lo, l!'le Gentfll COrdt-olthe c.oro.a k:ir Cor«rl.C'.ie>n.. 2 Donottcall!lhw,rgs,<llme<'■,Or■pr~- 3 CO<'t•tc(Or.i..l<held ........ lll~~D'101'110tc:N:angtn:I~ ,4 CMtrlK2otlrllll<tPQ1'11'1•,.flglfC~ CIIKJ9P1irt;oK ll'ICl~prOlnj':lly110hA.,-andEnQr m~.,.,.,,q~won, 5 Wht,.OftllUerwnutM-ownorr...,erte«lkltpanof1Nwo1lme~.,..oetr11!u rnPMforotne< ..-"'9••-1$.worlct1'10mtAlchll«t_,..OlprOl'IIOP/'1'10tf.Odlt311tT!dil;cr-nc:wi; 5 Allp,oduc:r:.~le,,~1•,cr,not!'C<NolO..,....C>Of'■.«of_..,......,.flOl~IOUl'rbffn n:orpoc-.dno1NlCna<cr..,.::orl.caay .,,.~,..,~ 11<cept!wtprocMU~e>I ~--••-.-.llp,~11'911De,_llh"""cJ~,...._. ~stneO~ 1 le>pev«lllJ'"'fOOCDl)flotl(l'I jlftNl!)eM(lll■-oe!wff!'lal~,,_oldolamillrllW'mlllf'ld l>l'IW_, ...... Ind 01>1'101"'111101:!lllft ~ Qr ~H 11 w,1&1 u..~.....rt""-"R9QW90 ,:ooasc5a11 .t..,.,..-..-,d«,P9f01f1!.C'IH~lf!"lt-.CltydCilrllt»d (wraWY•agra,o!W)ISINrcn-_,_~tnoOtn'OMOt\-lN,IIDe!ecycleoarG'a' .... ao-dbr1,_ Concractcrs._l ~-rlCl~l'Wffa Mil~"IIIY"OIIIM ... _...,11,_1cx;t!~ --tnCl'or•~~coaes i ~ M1ru1IR4'1p'.O ICGBSCS4110251) 1<"Syt1,..,.u.....,.rtn.a1ooc....,....t11e~ "'i:,.r::solhbukir'lg¥t.m1ihelloepr.,.,,oeo11> IIV:tludf'G,,.,,....,Ofltcllt:t1~ 10 Op111t,cm■noMWl!ln■ru(O&M)Milrlr.lllR....-ec1 ICG8$C~.(10.(5) AA"O&M Mi1~1'1.iOOIUrllclM:tlildOP11r11rtg,n,:i~-n:::e~IOh~ ~r:J ·.-.!flMIW.torMCflt ........ ltlCIOCOMr:Jll~•lpl:IIU shd beprovidedtohbulldrogowr.t Special General Notes Te>P,om<:UClt•cornniun,eet,i,r,"'!Nlfleo llllQIAIIIO<a..-clCIWicatll>rlllil'lilllt,,al<U!l!lle<I ,nw~ ICI .,_NefWe<:1.,,,...,iy,,_r,ne< ~lfttOIIAOl"IIIOtr>IMll ...... tNfOlltt.»dinwtb'IQ~ 2 Ml_.,..ffo,,...,.,,,,._in11n::1~.....,.!nf~,i.noi,retr.lDflCtlOtrelflecltoff'll,tdet ll'lvofirlocl wdl.hlll t. c:ornollw 1J'd c,n;,c,.rt,, ~90 we, -1..:i,tC41,. cc r.-.O wcirw Storm Water Quality Notes/ Construction BM P's 1 TIIIPftl'/l'C\-ICOmc,io/lO'ltl'ralNqi#emtru01-... 1epemc C.IIIOmllRfOION!Wr.WCUillfy """"" ... " Nof"~rw_,...,._,~ntlb'cor4trl.ctlClnBMP'I 2 Tt-.-.n.l blr"'4)Ql'ltlQlelorQN"""dll"'..amuCICll"l~Wec(1),o:,..stoan.i,ue111>n ....-.clllortr,y-ODr'ltrudontcWlly lllU-.,~<Yl•-WOI'(~ ,:,lllef•tlorffl-_,.triolC.tneei btffd'lir'lt'lollaledCIC>nltn.clion8Mi""lwtw:::t,,,...,.ecm:,r~.tQfl'l'l'":er(!Ullc)'wcr.i•rvnNt1•l .t.. ==IN~~ld~blleQuted10pr""_.coralructa1V--.0<~trcmtradlrQrruJOI 3 Tna,tortg,1oltlcor■1rut'Ul>n....,__tnd~-tleprc,e,:led,ogt11,__po:;,lerlt.rleielMof polounllr.ttw•~ California Green Building Standards Code ,,_ ~ ~ ll':llf\:llll'Cl,\r -- , Coma.cll>rv.lljlf'9pt!'I tr'ClllDn!ION reg.JM:qj ~l"'WMlt ~Plllr,"that...al~ hi _.,,...14t.Cll'ICOBSC6«!lon5Q 1. The-llltlm1ntg,effltfl.-n.,_10tl$OllfdM_r,_ $1,tltlt -Mblt (IIJ!lrlgcor.truet,on!Qf -~ 0¥ the .-nvlll'lg l9ll'ICV {CGe$C tK 5 C)$ 1 41) A mnmu-r,ol~"ol!rW nrx'M'IU■rdCl..-l>D!"■m.dlCWl"'nlt II.IQ ::.1eeydla.-.dl,:, Qlvtg,i,c1lor- Pl'fCG8SCSi'ebor'l5 Cle1 3 OutY'lgUOt,otiMl'C>t.9\l'IRtllibon,tM-ddl.c'l1>pt1119•11tc,t,,al.Ul(l(!an(I~ ~111e>oe-eotc~trto..tt..,.11rar1C1drtbl!tt-Ol"l■rwnpcn■1~anoefCQSSCs.etlOII ,,, .. , 4 T,_~d MVAC ref~9"11:1~1SUPIJlllltlOfl'Yl1-W11rioti::or"UinCf'C'IOfhtlCIC'■ Pl< COBSCs«tlaM!i~1.-,cl5Mll!12 5 ~"'n.tettaru cal.IQ """'1v1,nc11&111oa-onNpo~-•-t-.~l"'bol tt.~ttarclerdll (StcttOl'l5~41 !>!CAI.GREEN)~-mr.,,,,baf'drW,:,-., ~e~i,; "ftll-re,MMNO'I/Nlff ll"dC81kl>NIIICOMCfo/wl!'IIOCliorrtg,Ol'lll•potUion cortrolortr~Jrtt,.._nageme,,1~,,,,...,..111 ~,:atalt or9CAOM0RUll116&V0Ctm:s 11 ~r1T ,t11e1!'.iS0.41...,5~412cfCAI.GREEN (5« 55(1.1•1) 6 A~ll'C>r'llhCO'!IJ'iCIOr r<lD<tr.bwctr<g<>Wraf,;e,ti),ng-~alhac-n,....,,ndn ce>mPi.-.:it""""l'leCCdemusltittutrnitl«:Olhltil..ilCll'lQn,-::tm 1 AMl>9CII~• •nd$rl'llllef\nlWHOfldl'III,,,• ..-., ... 11n1or~~(lrlunbol PfOCll.d, .. ~ -IXlnot~mcwtll'\ll'IONOCluP'ICltnalXlnoleot\latdm()f'IINn16fl.llCI DUOCIII) ,,,..oompywari~ldl'VOC:tcroara. ,11C101roe!req.or-ll!ciu>rQ~on'6e r.;/W-.-w'IIO-oc~ r.i/Clllol!"ieCooel>fReguall(Q T~17 ~"l!tls■ebonlMS07 S Arcf'lll:ect,,Jllptll'Baro~lllall;CortlOlr'"1nT,ble55042.,...~•lltmgffi:loe■l ...... pply (s.ct,c,,, 5 ~ 3e>! CAL.GREEN) fl Nl/otolf'l<!UtnCICc.tl'QS M<CMOtpa,ruanc1ce4,rgo.ahlll..-lhlf'rOdu::T•wt"1lt0MIRLl'nQ!or ROCl'IMCtlOl!~22(al(J)•Mottw !eQ.#et"'lentt l'ICUdlrC P'~onUMl!oloe,i.,1Dx,c: ~tl'ICl-~~n(CCR Tt!t17 $r.!i0n~2011Hq) {S<lel<l!\,5','.M.(31) Carlsbad Senior Center Roofing Architectural Abbreviations WC .. c.-,.,, AO,. ~w/ll'IO....o,M>11~ HVAC He1:r,g111nnoor,-.r-~ Sheet Index T10t Sheffi' A>< "'-•F'n-.Fii,;,Q 0 1,-.,.~r ACT .,_, ~ """ "'"" -= "" •= -LlmNlt\dj ARCH 4"em.ct('611) t,V -,.,., . ~SoaMylor T@IC,'11 Mlleflll, . .,_ "" ..,..,.,..,. ... ) ··-"'"" ·--"' '"'" MEO ··-91.00 ,._. ... 1,1~ ... 4'1•) 8TU ent.,in,,e,~ll..wwl ... -~ •oc --~ CBC C.,lomi1~Coot N~ '"'"""""" CFM CW.:fclDtolAllpa,~ Cl c,-NOV -ClR CIHl'{...:.■j ms No(Tc,SefW CMU Conr:rt11tM110rwyUnt = Conc:11111t ex: o,,c,-CONT Corll•~l'II--00 ""'"'°""""' cs Ce>rlltn,a""'St,ecl""tor11W'llttlae PERI' Pe-t~i,) «•o c.~.,_ " .......... o, O,nk"'li]F'ounlAlrl ew, Pintci..-w..11 , .. ··-.., ~peo~Foo<t ~-C>,-.~ ,., ~""'~n:,, 0N °""' Pr Pl"eaur1TrNl!td """ ,...., oVC Po'fO'~ CNDnol {E) ._.. REF R•••·-... Each "'v ~4,c,,,(t)R""'lld , ... c ElliCttc(li) mv E~•i:oc:in SCHEO ~ EO , .. , ·~ .,_, EQUIP Equprien 5"EC Si:,a:;IUllC>nl) """ ,:.,,.-q so -~ ss .,._.,.., ,.., f~Nft)r« ,.. "' FreE~rer Toc,tnQ8o1'Clffl ff Fft.r.dfb:lr T&G l0<1"'9-0-W. , .. fi"nllledl ,o '"'"' "" FIC:,0/(,~) ""' Toc,d~IC'.ftl ""' F-«Cototu/CU'tl ,v , __ "" r-orf1114~ "IYP ,.,..., •o• Feoeo!M,..,,....,. coo ,OS Ftoeof$tlld UnleaNoteaOtn.er....e >RP Ft.<Rlrllo,.,..,"'-tr. """ Unll$$0tnl....,MNco9cl " , ... VC, °" -"'-\/onfl~Tilf GAlV 6-lvtlllZIO GllJ..lAl,l~Lllnw>.-o GYP ..... = = ·U c Q ____ _ r."\..fute Plan ~ TS101 Tik Sheet TS102 C.IGrMnCh.cillilt• '"""""""' A101 DemoU:!00 Roof'l9 Pllln A102 Roofi'lg eon.trudlon Plan A103 Detail$ A10ot Del.ah ......,, S 101 SlruWHI Noles S102 Roof FraffWIII Plan MeCNlnieat MPQ 1 Meetllnal Ind Pl\l!Ttll'1g N*•. le~ncl .. 1ne1 SCnedu!u. MPO 2 Mltchllnical and Plurrbrig N0111:t., l1~nds.. •nd Sc:tieouln MP1 1 Mtmanical '11d PftJmbing Roof North Demo Plan MP12 Me<Nnal 11'1d Pt~ Roe>! SOI.ti, Demo Pwn MP1 .3 Mld\ancal Ind ~ Roof North Pit.n MP1 4 Mltmanal ,nc, ~ Rood SO!.tli Pliar, MP2 1 Ml(hancal •nd P,JfTtNrci Oeta.ls MP31 Title 24 De>cunwntatori Eledrlcal E001 Ele~cal CoYei Shee( E002 Gen.ral No'" E003 Specifications E004 SpedicatJOM E005 Sng141 LN Oagram E0103 Ei.ctnc. Lo-Roofing o.me>IO:in Plan E.103 Ell(:Ul011l Lower Roofif'Q Comtnd10n Pan E600 Oetal& lllofShffts. 24 Governing Codes I IS the inttnl c,fll'IHI c:onlfac:I doc:1.1Menl$ N I the new comln.lction ofth• prOf9d whln ecmpleted llhal c:onfomito r~uatlomi II lhe ~ ofplar, ctMtd(, ol ~ folowhg COOell governng coaes, perlorm al work 11'1 .coordanc. witn th• •tHI ~ of Calibl'!'lla admtrnt111trv• codes •nd ttw lollow!ng adopt:ed cocle. and regutations and standards -Calllornit And Federal Oc:cupatiClnal Heallt1 And Salety Act$ (OSHAJ • Clillomil Gr .. ,, Bullding Slancll1c!s Cooe 2019 -C.hlornla 8ui~ Cooe 2019(C8C) -c.llforl'N Me<tllrncal Code 2019 (which AdoptS The 2018 UMC) (CMC) • C.Jdornil PIUIT'ilng Cod• 2019 ('wtllch Adopts The 20,e UPC)(CPC) -C..lllornla E.lectncal Code 2019 (which Adop(s The 2017 NEC) {CECJ • C.ldornil T'tle 24 2019 -Ca!ilofnil fire Code 2019 (¥otllc:tlAdapts. The 2018 IFC) • National Fire Protection A$.$0C -Amencan Concrete Code -Ameriam 0151bility Act -TCA caramlc TIie ln5tlnat10n 2019 -MfSO!W'f AMC>cl11ion • Cali'lomia Energy Efl'lalr,cy Stlf'ld1rd$ 2019 ~Pine Ave. C:=:> '>;_~, .=E ~n.,nglOI (E) City Park C:=:> C:=:> Q) ~ Cl) O> C: ~ ... I 799 Pine Ave., Carlsbad, CA 92008 Project Data Prate~ AddreS& · 799 Pine Ave C.r1sbad, CA 9200e Project No. 4738 Pfoted Oe~ion R~rt ofeJC!llJng low slope re>oflngwltrl qi. ply membrane •nd clay 1,11 roofing 'Mth standing MNtm met.ti rool'wig. Repl,Kn,ent ot roof tOQ mec:tnea I 1qvipment Repair of roof a.t,sua,e as re(!US•d Hlstorit No Exisl)~ UN Comrruiily etnte! bf Mn.:il"ll (No ,:ti,,nge) &Jildr90ccupancy B,A Type o/ Cons1Juctior1 Tw,. V8 Ni.nbelofSto!'IH Sprrncllrt<t. Yu Total Alel O! Roofing 2e,650 SF Reductive Add Alternates ProviOt t.c:11 broken down lo r•fled eost differat1cH bttween N IMC>Cslted scopes: ol work below FN1lcle .. nnn1bonofh N lectedc:ostswllbe ~ byhCkyofCartscadafle, ti.ds hwl1 bNn aubmill1d 1. Pro,,ldt PMrtiH 1.2. and 3~ onMPOI 2 Pro~Klt priolties I end 2 indicated on MPO I 3 Provloe priorty 1 only n Indicated on MPO 1 Project Team Owner Clly ol Callsbld Alcl'llted· &ructu-atEngiMe,; Mfl~IEr,gneer. s.ctnc.J Englne1r: Vicinity Map 1153$ F1.111clly A~11'1Ue Cartsbld,CA.~7314 Contact JoM Maallhofr domussa.idlo arcr.tecture 2800 Tlwd Av•nu1 San D11go, CA92103 e,9.692.9393 ~,s Conttct W.yn, Holan ""' 9449 S.tboe Av.,.._., &.,jte 271) San Ollgo, CA 92123 e1;:zwssso Contact: Ma.1<8att-,i McParlant & ASSOCIIIH 4430 \flewn::ig. Av1, SuHe A Sen Diego, CA 92123 949.2915.3136 ~J1.vierAres S)'Ska Hffinewy Gre>Up. Inc A01WASI: S.n Oitgo, CA.92101 es&.244 0873 Contact Robert F•gn1nl O> C: <= 0 0 a:: ~ 8 C: N Q) ~ l) cl .2 l C: .. Q) • Cl)" u t ..... .Q • 111 S ,:: a. ... g l) ,_ Or--ci,... __ ~ - ~ ::::, -u Q) -...c ~ 0 .Q -0 ::::, -.,, .,, :::, E 0 .,, Q) Q) .c Cl) Q) ;; i= TS101 I I i • r I I t l If Ir h r ·I i ;! ~ L r { H h ;~ r f l Ll w 0 eantornia 2019 CALIFORNIA GREEN BUILDING STANDARDS CODE NONRESIDENTIAL MANDATORY MEASURES, SHEET 1 (July 2021, Includes July 2021 supplement) ~..Z:-·.:•:-:.-- """"'' CWlll.lN........cMNG .._ -----~~:=-.~::-.:..-:=-=~:.: ... .J~--~~----_ .. ,.. __________ ,,,, ------·-· --------.... _;,;,,c_ -------.... __ , _________ __ --·-·-"-:.:~-=-.:...~~_, ... __ -~~=:...-~.:::.;:=."::,.."':::==··- o.i,---..CTS.----·-__ .._._,.,. ---. ~-- "----------------------------,--=::.·------------r~~~=- CK.YTUII lol()j,IR£SKli£JflW.IIIANDATORTIIIE.t.SUl'IU OtlllMOJl._1 ~-OANOOfllQJI =:-.= ... -=:.-=..~:--=:..------ ---•-•--·~·----·-------____ ., __ ._._. ____ ·-=--·-· ==--=-=---..;;.-.=p:,;-:..;-~:r•:;---,-;~-> ~~ ---~ -=--~==-~---~ =-:'!'.:::-~..:__:._~·----,;.-....,,--- ~IK'TIOIO•••--L-7.._=::,:~:..::;:-,:;!.····-----------,_ __________ _ :.:::!:.-=--== ~==--==..:;:---. ., _____________ _ : . ,,_ __ _ ;~=-=-.. ----· • :: --:.:. ·----.:-.:=.::-:- -:~~=-~ -~ -·r -·-·--------------.. --:= .. ~~ .. ,:.;;_.:::. •.. ~-~-----·-=::. ----::.· --:.:::::-.JT'::=~-=--.. .:.-·_:;:-:;:-... ==-~E?.:~:;~-----~~ . .;,.;... ~~-~~~ ==::-:=-¼"::-•:;.:;::::::.--~-.. _ .. ___ .. _ =-•~~:::!'='-=' __ ._..,,,,_,__.,h __ -."..'...!....-...::.::,-· ~.:: ______ _ -. --===--..:..::::.·-·--------·----,, ________ _ ~::=."':.:;:::;.==-=:-==::...-:. ~:~'!..~=-===-:.:~..:.::·~·-·-· _______ .,_ , ______ _ ;~:'.'==':"=-... --- :~~-==----. __ .,,::;-----=. ·---------- ,L........----------..... ·---·- :-...::::.::~-r.::.::-:-~.------~-___ .._. ... -.. ___ ...,. ____ .. ___ .. ___ _ -----·-.-!::"'., ;:-:;-~ ' ==:. -..:....-;:::-:.:::;:-~ ---- ·~-----..:.-::~ .. --·--.... ,.,. .. _____ ,, __ ..,. ___ , ...... __ .., -----· -:~--.. ---_,, ____ _ .... ---··--=::::.::::-..=:=--- ~~.:.:..·:::;!,.':."=.~"::'!.'!!:!:::"'..:.--· --·----______ .. ________ _ ---~-·-·'------~--...... _., ___ ,..-~ -;-- --·-···--------.. -·-·--,., -----·-_________ .,. __ ... ____ _ ,__._ .. ~::=::::=•,:,; .. -~--,.,,· .. ~--·-- ,,__;;._ --=-...:...."'= ,...,_...,.. , __ ., ... ,.. .... ---·--•-•;>'' ,..,,_ 4N)c;v.,.!(lo.;G,1~,:•1•,<;s-, = ~--~----------~-~~--.. .... ---·--... .- ;;;;.;,~ ·=.,.==:--- 15"".:~~ - 1~ ·-- =---:·-=::::·;:_ ·=-~--------·-----=--~-=-==:.=--:.=.-:::.~ . -·-. --·---------· ------------ ·:~-:..:: ___ :;;:.:~-;.=--·:====: =:= .. --:......:: .. _, .... =-~=::...-:-.. '"::.-:.":':':.":;.:;::".:.:-:_ :.-;..._~-~~-==•----....... _ .,...---.. .:..-::-..... ·.--:.=. --·----~ jg~=--• --=--::::'-"':"".:;.;::,:w-=:=,•::-.::::::-.:--·-··---~----~-=-;:~=,=~ ......., ____ _ ~-.:.:..":';;:" .. -:-..::.-::.=--:---···--· .. ·--· &,...,, --------~-------· ___ ,._, .. ___ ,. _ .... , .. ····-;;-·-··~·--···--···-------,, 0Ma0M U l"MPIGY IF~ ~-.---. ,-~~--=-..!-.~ ~ ~~~11~.CVAf'OOc.()NffiN'Anc)N ---·-·------•<-•------;;::::.-::::-:::::..~:-·-::.~ ___ ,. __ ·, ___ ..., __ .,, ______ _ -------------:=-..==-.,:::::::.::.::--·--·-·-----_______ ._ ____ ,_ -------~ ... ~"'7"--::=,:.--.--.:. ----__ ---•· .. -----,--------.. ···--· ---------------..... ..,._ .. _____ ., ___ .. -------· _.: .. _~_ .. ,:--_ _,_:::::; ___ _ =:-... -:::=-::=::;;::;:::.~---·--~----·-~·---------------·-----...... ----- ==-=:..-=:=··:..~~':!'"-~--=----·-----=---•··-:::=~--· --=-...... ~~ _,,_UN __ .__ ·-· .~~~=------·- =--==-~:':I::--==~.:.~~ ... --;_-:.-:;_:,·~--.., !:!'!"-":..--==-:.;;::.-:::.:=..··::.:::."= ... ~-----------=-----.. ----·-··-·-~-----.. ------·;_.__-_ .. _ ·-------· -.. ----.., ____ ., _____ _ =~=--------=:=:.:~.-~--::::· -.-.. __ ,. ___ --------------------·-""'--....... ------..... -___ 4 _____ .,,_,. __ ,;·;,___. ... ~=--:-~:.. -· ~~~:=;~ @ California 2019 CALIFORNIA GREEN BUILDING STANDARDS CODE NONRESIDENTIAL MANDATORY MEASURES, SHEET 1 (July 2021, Includes July 2021 Supplement) -----~-- :: ~~~~=-~---~-=-~-~; f~_;::::;;;-~ ~ ---•••---••L•.-• r.;;:a.::"-1 ~-----=-------__ ; . ..::-::,-:.:;;._~=- iIE . . ---. . . . -. . ------•--· ::..=.=~!..~ ~ ...:=-~··-~ -----+ ---=-~ '".,.;:,.,--..... ..... ~~ -·- ,..._ ___ .... ..,, ............. ,-. ... ,-----~ ... --;c·-----• > _________ ,.._,.,, • --' ._..,..,-,,.-:i "" ...... ·-- -..,__~ -.:--' ~ .......... -~·:i,i...,.;...,..-..-~oo•..;.;;. .. -..... ~.::.· -.-::: ·h·· .. ,. ·----?.:.:~:::: =~., ... :=:==::=----.-::-.;' -"..:...., · .. -4 -~----_____ ,__...,..,_,_ 1::.=::::.:=- I;·-==- : ~ .... , •. ,.. : "'~·-· .1 -.. -:-·:---·-. .1 1:-.:.--::-:.:_ 1 f.c""'"::'---· I-••·-·---.. 1~·-~-I ~-";;;---. : ~-=.;:· ~--.. ____ ,..,_ .._ _,_, -•-•..-w ~. ..,._,_, ____ ...,,., :::· ,_--·_~"?'.!::'..., __ . ,,., _______ _ _____ ,. __ _,_ ... _,.., ,-·--_.._ ""C7-:;_~.::.:,.-;-:-::._-•·· ····= ___ ,. ____ _ ~~~;_:_:_::-...:.:.;-..;,..-;.-..~,.;;;;: -.. .,_ .. , --.. ~~,.===---==---. -____ .,...,. . ..,,,._;.;:_ ______ ,.., _ __,_ ... ___ _ -·----- :-z--=.::.....;;..:--~-;:~":"'-.. =·--·• ·-···----.. -------.. -.,,- -·-==-3:..;.:-=---~~.£~=:::::.;_ -~-------.. ··-- .....--;===::-:===--:...-z-..:...-....:..~ MC'110II .... ---------·-----.4 __ , -•---p--------.,_~----·-,. _______ _ ~"'=J.M!~!'l-____ ,__ __ .· .-::.~· --~--·-------... --- -=-=. .. ---- ;: ;~':':.-:°2.::::;--"•':..°':='--="'-":='.="..::.":" • .='" .. ! ' __ f,o, _,_ :"'.::::-;..".:.".:.::.----.... -. --·-·::::.::-.::..:..-:::;--.:::-_- =:-.. 7,,,~-=--===--~ ... -_ .. E:.'!:"'.::::"'::a ... .:.:=·.:-:-::-;-=::: ~!':,==--=-..:.-;--..=:.:-.:.-:.:=--::..:!!.=t~'='"-=--==-4":::..-~ -•-.-. -----:::.-:: . :--. ~: =:::-=--::.:;;.;-_·--·-·-. =---=-==;---.. ~ ~ ~:-:._-_-=.~_;:_ __ ._: __ ;:-.::."=!'"-~~-----=-.=::--~--·- ...:.:E. ...... .r;;.__ .. ~---===--=--=:-:.:::: ---·-~-....... ___ ,.,. __ ,. __ _ :-',,.,~.:.::=:':':;' -----· --· ·-·-..::::::t::.:-.=........ =·----_ ..... .._=;-;:..·-;:,:::.--::-::::-::.-.:.-,.~--·"" -----------·-·--- ;.._ _____________ .., ____ __ ------•---...--------••-. .. ::.·.:..-=---::--"':::..--::-:::::.::---.... ~-------""·--------~--~:;:::-.. ::::;::: .• --::::::::.-----,__, .. ._,_ ... _.,. __ .., _________ _ !:".'~u~,.::".::;':..-:.,"::'---"=-".::..-"'✓-,...,._._ __ .. ________ ....,_ ....... ._ ""•---··---.......... - ~.;:;,:.:.,'"!,..~,:;:,--"' ....... --... - °""""'' INSTA.1.1.P& ll"EQA~ IN$ll'lCTOl!.OUM.PICA'TIONS ~-- -.---:=:---~·---...... -: --==-------~----------: ::-_______ _ ,~---J""l --•---·-·· ·. ~·--- -.:::--._-... :::::..~~---,. __ =====~--~---_:::,._.: ... -:::.._ .... --*·· ~- ~-:: · -·· ... ---~"'·=··,z:.:::§-.:. :::.::;:.-=,,::-,..-:__ .. _ ---·--· .. ---...... -..... -----------· C ealifornia 2019 CALIFORNIA GREEN BUILDING STANDARDS CODE NONRESIDENTIAL MANDATORY MEASURES, SHEET 1 (July 2021, Includes July 2021 Supplement) i~=--· _:-:=· ~ __ .. ______ --------~---.l ~ .. ::::.:ISY&C.____ ._.--~==~;,_-=~-.. -~_, --~--::;.:::..---:7"':...:-~:::.:..-:.~-:-:--· ..... ----.. ---·-·-•---_ ... ..._ ... ____ _ ...... --------------=-· -,-':_-----... -,--~------------• =-~=":.-:.-:::-_-::;::-.:.~=-:-__________ ,. __ _ . ______ ..:-·- :.:::=.:::-:::::::.-::.-·-:·--:::.. ~---=-=--::. -~ ------.=-::-~~--=---~~~ ·.~!.--= .. ~~~-:.=;;· ... ~ ·::..~---. =-==;--.. .:.:....-::.=~ ~ ---·~·· .. -···... .,. ~----; .. -=.-.--~-----_;~ .. ~::. _::=.::::~. -=---------· + ·-----,.--:==---.:~--~ :-::-=-.=---..:=:"::.::.:--.. -· ... ,-,-·--.............. _-~------"----·--- ~~~~=---~·~1-c7•:7;_-:-:- ...:~-----·--_,._. . ----___________ .,. __ _ -.::=.:.:;..-=.-;-;;:::.:.--:::--·--·--.. ..... ,~-------:::.« -------.-...===-~-==-=:::--·- DMalOf,IU MATUl:IALCO!dPVA.TlONMORHOillllCI: ""'"""' =.":"':.:':.."_;;-=---=---==-... -........u._ .. ________ ,._ =-==-~T'.:':=-~-.. ---...7":.!'::.-;;:::::;_----.------- . ----.... --------· ~-r· =::_-----=='!-· -. -=-.=:----~ -=~.:.:;:.:::~-=·-=--",:::"; ~ . .:::;·.::::-..-.:: .. -. -=---·---·--·-·--··""----... ~,., .... --··--.. -~ ·---, ___ ,._ .. ___ . _____ .,. ___ _ ---·--;;..;.;;;;--=.;..·-..... ..--=:,::_ ;&-=---:=;..- : =~::; __ ::::;..~---------·--·--·---- _,_.:::-.:,.,:._~ -----:---...:;.-=."' ~,:..,_ -.~--::_ .. _ --. =..------·---... . :::;---=:-.==.._,_, __ --... -----····--------~-..... ~- :~-:=;-- .·~~z.=-------- ~·"~~~--------=~ =--. . . ... -· . -·r.----·- ·---------.. ----. ..... ____ .. _ ---------. -------·----· =-------::.====--= -~:~~~~-~~~:~ --:::::..~.-:.~~-==-::=:..::""..:==::.. ·-··----~-.. -------·. ---... ---··-.. -· .. -t:====-..__,;,. _______ . ·- ..... -·----..... -_ .. , __ _ -·- ______ ,, __ .,. _______ ,_ _ .. _______ .. _____ _ -__ -:..._,__:.:;:;.::-:~::..".:"'-""'::!'" CWISIONl.t ~JIT-.i.OU,t.a.JN ..,...._ -:::.:--=::=:.=.::...-.:-...:. aKnoo.•-... _ ---•<--• ------.. ---------.. -0 , -_=:---~-----·-.. ----.. -· -........ ==~.;.::'· ---~---.. --.------. ---····· .. --__ _ --= .... :.....-=~.;;:;:..~ .... ...;:;;.;:: -------.. --·-•7-· :::--:.:..-.:::.·--=-..:.:..'"="··------ ._'::" -= ~---:... .. ------···· --····--_______ .., _________ _ -----~·-;.,.;,,. ____ ~-~----===-__ ._...., ......... -----------.. -:.:..~-----·----... ··- ------··~-----·---~----__ _._ ~---T sii--;:.,_-· °?'7"'.-: ..,.-._._,. :-=~-.=-:=--~:;-.;~=~=~ _____ ,..,.._;· ------... ---------------... --------.......... ·-----· ~~~==::::;.-----·---·-·-··-----·---------·------~-=:.-==~--"'..::Y...c---·---:":::O ',::::.~-. .;;;::.::"..::.." ...... --------:"'.::::;-• ---~:-··-L-----• ----•--··------ ~-~;-~;-~~::~Sf· ~ ... ~7~---..... ___ --.---=-..:--"' ------~-~cP.,--• . .,.-,,_·--•-•..---,----.-•----------..... --~---•~--,.•-••----•-w-~--.,•~--•-• .,_..,., ___ ,_ ___ ..,,.._,.,_•-•-•-••----••- 0, C -= 0 0 0: ~ 8 C N Q) ~ u ;5 ~ -0 .2 .!l C • Q) .. en " "C ~· "'" r, . en.!: "' .. "' g: u ~ o,~,.,,--- ~ ::::, -u 2 ~ ~ 0 0 -0 .2 .,, llt ::, g ""0 en ~ 32 u Q) .c (.) C: Q) Q) (5 ro (.) =,,........,X121 TS 102 i l i l I l I t ll II I! ·I ,~ jl d lo t I f: n .i • 1 M m ~. Demolition Roof Pl;m 118"•1"-0" ~· :.:~ . iJ I \ I jj :JuHHPi •jp~[ 1~·11, ~d~> •.·-'• ,, , \ I .. . • . ~ l E5F:: ~ . H· . . -ltz .... t~I -,~ ;~ ... • .. £····, -.. ""'·_ . -.· '.-' . . . .. . · : . ..:., :_ . ' .. ·,_.•~ t!· . . . . . ··~,~ .•. . .. Mollll; R~OICV,WII =:=:'~~ Conhctorll~ba!Of -i..~o1-~ ..... '""°'°'""1"(11tQOIPtf Stnict,nl_Me(:,__ ~ .... Tiw. .... , ..... ·-~-H119"0f h~IIOOpll M/ ~e<IM~OtmOlbon or~mco,~ .nci ..... ~~ •hr•~Nfl!Oltt. -- ;:~ :'sJ\ General Demolition Plan Notes 1 AIMnng,fl"ltlurH,condull:S.plumiwig,pcpet,.~h•,buid-,geq.11pment,etc Wlbe remo..,ed. cll5COnneC1e<I. and aippecl H MOHMIY per bullcllng COC:,e and the AHJ. unless nolldotherwiw: 2. Al n•V'IQ 10 reman t,,,1 dflturbed tnea'lllrwi::.al. elearlcel, plU"Tlbing, •ncl aMOCiated ~ (ckcb, wi'ing. etc) WI be rwouted or modified as reqi..h-d to P,O\l!de a completeoperabrigsystem 3 Rel'l'IOllal ol mattNII or eq\.lipl"Mnl we-. wt.-a119•ble vakle anal be verified wttl lhe D'IIMr poortodemolibon. • TefTl)Orar)' snoring W I be p,owidecl at d loacl beanng con(hons 5 Recycle •OO-or N/'."apa for reuse • /Tln/TUl"I ol 65 per-oerit ol lNI clllmolitJon wa.te e.xct.i<i.:,g haurdoot.-PI, eice1:..,aled a.oi, and lal"lcl-oeanng debris Provide vent1able documentation KIO reuw ancl.'01 s.atvage 6 M e:t'5tV'lg to retnaii strue1UTH shal be p,otecttd In plae4: 7 E.lcllttlQ 9ln.ld:ures or maten1.\s ftritlng to r1.main tNt are dltt\Wbed or dam•~ during co~ 5hal be palched to malch eicisting condibonli a. The informalion etiown is. bHed on imited field nvntlgahons t,y tri. Arcti.rtikl. A"'f di.npencllS,IOOMICtl. SNI be reporl~ lO tl'M Atchled prior lo de"l'IOitlon. 9 Elrilmg rnKh.lnical SO'Hn$ and para.pet wqib provic. City equipment SO"Hnlng ,-qJnmem. Ell!Sting mechanlCIII tiaeens and parapet V.'811110 re!Nlh Keynotes os 101 Exa.ng steel rrwne,removeOOM"l)f,c,n•ndi,.ir.tom.1cheJOSbngco1or Requwed pant limited to arHs or corro.on repelr -e-.isting paint to remain OS 102 Exillting wall iodlel'tore!Tllln 05 503 Exaang roof ac:c:.• II oder to bt removed. ~d'I HiD'l1iJ peoetrat,om;, prep surfaon for lmtalllt,or, of feP!aotmenl 07 501 Exlilllllg bul-up roorlnfil to bl removed 07 503 Roof c.ric:llet 07 510 Exr.ting clity tie roofng er.er bl.tttns a!'IO m.mtnnt to be removed 07.513 P,epare 1reI !or installllhon of netw,elrtl!nded l)Wltform !Of new.,.. ltltltlOfl 07 601 Exl!IU1g pa111pet cap fll3'Wll 1.0 rerrair, Remov, and Rin5t.1111r1tqui-ltd fer rt-r0ohr9 07.602 ExlltSlgGdtertorl!lffllli'I 07 603 Exarig srupper to ,-ma,in, Tit in rww roonrci per roofing manuftctl.l'efs rewmmeodabont 07 60S E.J:llltr,g pa1119et cap rlHIWlg lo be mocified as ~ed tor l'ISllllltion of MW prdrart eXltl'ISIOn, see new Con5truc:1lon plan fot ■dd.ltl<IMI r1for!'l'llt10n 07 701 Exllthg Roof acc.• Mtch to r~. nstal ,,.w rool MICh guln:l per specibtionl. Ind Bloo laodffl.lp (Of apprcr.ed equaQ 07.702 Exllll:r,g t,pllsh btodl:, remove and terlltal as.nel'ded for roaring replacement oe.601 Ex16tng Skytlgr,I to be tefl'KW■d end repltotd 22. 101 Exllmg ltlOtlov.tftow drein IO NINir'I Tie In Mw roofing pe, roorflg and d1-m manutacturw's 1'9COl'NnSi"ld.-tiol"II 23 701 Mectanical equipmtnt, •• Mitctwuc•l drawt'IQS 23702 MeCNlni:alauctnoo4 &ee~ld1~ 23.703 Mad\llncal relief OUct, SH Mechanical df'a'M'IQI "' C -= 0 0 0:: $ ~ ~ : (.) u .Q ! C • Q) ~ Cf)~ cl • "' > .0 ~ <I) ~ ,:: ii: IV a (.) ~ Q) .... ::::, ..... u Q) :!:: ..s:::. ~ C .Q -0 ::::, ..... II) tit ::, E 0 ,, C: ro a: C, C: ~ 0 0 0::: C: 0 ~ 0 E Q) Cl o,,.,.,ou-- Dt.....,.,. -cw ~ tlll"-Plll20'll - A101 )> I~~ I q Car l sba d Senio r Ce n ter Ro o fing I f 79 9 Pine Av e , Ca r1 sb a d , CA 92 0 0 8 ... . . . 0 I\ . ) H l u Ro o f i ng Co nstructi on Plan do m u s s t u d io ar c h i t e c t u r e I I i ' I i I t f r! ii i, Ir r ·I h if {a I" t I fl 1i I" aij F I ~. ! m Dou01to.auipe-1ei,-~~Wldol'la■ldNt lflS'LOIIQll'tUIMl<,,..tio.,_w111rM 1oreq,.a1)e"OC ma, ~CIHt~G,I Pc,p,,,,_orlor'lglttUCMl<Kl'M{O" eq.al)11117'DC Fac1g,ylonn.ometatc.,.,,.,..,.n ~lrtW!'l-,r,uratMnl --uno.,niyn.,t.mlAIDINtl.....,.t rodO.Cil,typ ~~ . $!Mlr11 .. DQ9«!o,,,ett)!lt,f'Q .I ~~i.,pe •-ing"""1,w,g: N~..,,'YP Fai;:tgrylcnnMl~tMl"1 ---fl',ob.'-'-~ Focpa"9II02<11GAUl'"'l)W'lclloi01' ;,,.::_...,_~~ .,,#"":;'._..::t::::---.qull)•,ri2Nel'l~fnc.-._~ ,~- ·~~£:~=::;::. ___ _ a:::--Fll(Pfl"l'IID1&1111,....,i.!Qorocl,p -.2---~ a,_,_,..., __ :-~:::1:~=:-.::~=~==-----·---· .. @ Standing Seam High Eave 6"' .. ,·q ·~-,~-'·"'\ .ardrgMill'T'Jrx/;,,,,.,.. (or_,.I) T•231!1 160,.-l dC>..-«11(2)lesltNI'$ "'""- COrtnuo:a~ .... a.ni · '10.151•1/Z'<!ualltYMd....-tt.oo.l .... .,,.,'"""ll'ltO~ (Ct!U!.ntaott-}.OOno!O,,,et,,...., ltt::- . ~,<etnm(ac:tw1pr0f11trntv"•"I'> 11Qr1·~•~nMOtnte,..,...i ,roe . ci.t(2:'GAJ E~t-.c. '\ r S.-rat■ m.ro-,.-...-,g ~,epe,~ '~~\'.:~ ..... ,..~ ::.::::::"'_, . .,, -.a')....,.,til) _,titr11l"Ol'T'I,_ IH_,.rl?af 1TOC Contl'luou.uretrwne.,_i.r, "'"""""""" S..metp ') S;,,,eaiil11!1GA tloll4'CZM ~ T2JeUlrMpltr\~OOl'Ul-n COplO/)ll'ttlatll,,alacl!IOI', E,,,..-g,_,, Sr:>ec. e..-----z., Elc.tfJ"Qlhtat~N-pll(N IAlfflaolee .,._..........,___ teO..lled.fllP '--·---·----------.. ------.. -----·-·-··· __ ,. __ .,_ J -----------t ---·--... :-----··-----@ Standing Seam Rake 5"~ 1·.q @ Skylight Replacement 3"•1'-0" NewMt•llf&l\lng~ =:~~I\.OIICf\ .,..... •• ,ono,,~lor ..,~"1 ~ ;:o.,.::::"IO•ll)fl"'1(:.,t, ~ ::,...:::.=. :;,~~·~ ~ oc~, w-••r EOlWQ4':8CUrt> 1-!UOMfflri'nllff.Mg unotllll','mtfl.llP-Ptl' ,...~.,..._on S<bD»tlOardc,,,.r•x..t,ng ,,..""""'1.l)lltti,~,ng sf'll!•IW1G•~l')'O "-'"'-"»llllyr,en!typ- TltmlOekT-238s~-m '-r-'llta>001per«or«iw1 "----E,._-,gfOd~ ~,.f"tOCtiT.::ll8taol'IOlntll Mlffl.....U..P0011par1111.t1' - ...,.., '«lgec.p(T"J1j lii1>cap(1"•,, Tu,.'H:iar.l~ · ~ P9l'lfll0c:IID._,_2t.cn ,~ .... i.ti l.orGil•U...,.-WIT!hot.t_,.4or eq.-'16"0CmH FIICtctykrT>Mlmatillcm!Jrt_, r>e(Jl)l-lrlM!'IMll•n..-1'!19not _., ~l:IOtrd-• ... t,rq ...... 'irlg~lfftfl.tr,QIJluthil",g .. ._■c1ryp F~loffl'«ICIQ9.Ur•MI r, ~ ;:=::::u.,_..~lor eq.al)..,11J12MCflUl;lllltltcf1a-rs , ..... _,_,,_wl!~n -a:= l'nc ...... tQ'6'11'-9tDIIOll'l:l- -FOiOPllfl9/itnel~~ "'--••-- , _., __ .,_ ------'-------------·---··· ; -:-... -:::::=:"i;.-=-=-===-----@ Standing Seam Ridge Hip 6"' .. 1·.q T,23$ 160Aotl'lflCIC),Ol'f'QOAI Wll!l{l'lt~~Jct,pm,n Vitkytnm (~l" la;:. tn;J <I rowt, r:A 11Nlar1j~onm.-~1,II) l032'iong) iSa.ITTlleb(;e«!-•"lllllr,g ""'-~~=-.,-.:;·--.... tll9Collutillell) ~ymarl.lTIIAIO:W9! ..... n,ol(ltilOl(l')'O •th,-T~pt-.,11 t:#...-.:l~t.-sl'llar:I P9rc:tllel<>• ~~Milll.nln~ ,roe. ... 111.,.tdr.:>1Cf'111nc11ot1_r_ --~ ~ ,_,.., ........ =-• -tarcr,= formCll»f'lh#ll'I FltlO'not:l'I ------ ! ~===-==-.:::::,____ ----·--· .. 84 Standing Seam Valley Over Plywood 5"•1'-0" •1C1•1•TV1>t,-,PII\Cil•l<l !Mteriet,t17'0C :238T1&G,_,~,_cilpor~_, (11f•Sltn#f'S~ci!l)mf'IS\ilnclir9 _,,,,...lrgof~o,~ Ul"dtrwymtrtm..i-.....-. ..,._. S~D09<'Clo,,,erf,oMmg .,,.---OrtPtll'•~~ "-f!(IIVJ' , .... ..., _,,JI ~..,..=----•--.,_ ·•woodlJ~-,fl'\ ~ '::...,,,.,..'.;:; [<:? =-·=---. ......,~ <jf:) """"'"'_,, ~ .. par,o,1.,. ... F-.c!ncti:,r,l)ti'9litnel l'oielov•tes ~2==-.. ====--·---------f--•·· I,.,_ ____ _,, .. ____ ,,,,..._..._ __ _ 15) ~:~~ing Seam Plywood Deck -Eave with Gutter .... <>P --Tr..,,..C,Cl,,T.23,(1 .. ~-'" meltlrOt:l~ra!o,~ F.eti:ir,'lorm«IIT'lfllo!CIO&..-,~ ~ .... rt ff'!.,~ -11'1. F'111 ~'°~""'n !N.'llnvll2.-ehl•t~p.-lael 1.,..,_I I.C) ----·,.,...•rod(lt(:I( Slht:r.tOOl«l_,-"l,ur,,g ~""Pi'l"Vnr>g ~"'~t<l.tr., F,::tor,IQrmfd~..-f MIii\ I.AChlre~N:.r1 ~ ,.-~, ... ._.u,._,.., ..,.-----/4 (IY.cp'}wtt,2•tch~{or ~~lntfrert I E:~:..-::;"'..!.:::: =::.:.::::-,:..-~•r--•--a::··-~" _,,,2nchNffr,,,.ttat>:»tUc:IIP -~"'"""""'""""'' ·--._ ..... --: ~~~.:.:.= .. =:::--._ _________ ,__.--, I.,.. ____ _,, ___ .,,_.,,..., __ _ 16) ~:~";1ing Seam Head Wall with Reglet Flashin, ~.--w0rmge,,c1.-c, T11mpty'(EEpt9-n"IOIOldf,1t.1W'QC or ........... Tel1"9W''(EEmer'U'-or •:,p,;,,,9d..:,.i,tl T~-<:EE""--1:est.,_..-,a 111·-plll1•0<-,P,-O'ffe""""(""" <1!8"erwn.J -,<-+,----.,,. __ --· lrwulou,n~pr~ JIKllffllff'ltr'ti 0 ~~~:re-Molded Pipe Flashing ... _ ~sltNjwormge,■rQ-,,:, T~o(fELVoordrlg~• Of~90.IIII '~ / ....... ,. . ..,,,...., ... ,., ....... 1....-.;:in.n,'11.....,....IOnl!or __ , • r:::i.fHI-W.:ltt.'KI plllfil0<~«leo.al (M1n' ,.-.~) NQr~Fllllteldformed l!Klw,g:~or•~ .... , ..,. __ T9fflPll<K.EEfl'l#f'l't:r-or ·--""""'~ lr'llultloOll..:tltC:l'-e<IOil<'~ -~ .. @ KEE Field Fabricated Pipe Flashing 3"•1·,q ---a..nan:!J:l'fflll~.•?Jllv -xtxrll,abHdolapprovoc -lilfl.tl::IJ)olm■u,rw,nooa """°"'«1.....-ittocltNnlf'CI --~ · ~IIIN IWOfl!'l9"J~ T•JT'lPl,'Kfl:I\W'J"QC,...,~'"1) ~--Pr~eorrer not.-....c 11) ~~ 1 E:ield Fabricated Square Tube Flashin Holnweld{'YPQIJ e"•e"Tr,mpt,1(£(:-.,r,e -loea!Obild<olDl'OlltC\IQnpoc ..-.cllOT1er,ptyKEE:fftl n'ltml)rtrw.oiaPl>fO','«llqlal "'Dl11,-ic!(Typt;ai) Lt..-.6'",iw,~~--Nge Mll!ol""•~ 12) ~~;:rotection Pad & Walk Way Materials li ~ :i"jc.r1n,w~ !:::::::::::::::! ~ -1 :::::.::::::::: i ··············. _;: se.CI OI T,..,-,oo Low Ra■ Faem ~~Ol'ilpp>""'9d - KEE Tremco Low Rise Foam Insulation Adhesive 0 Application 6"•1'.(J"" ...., ~(Y■nn--,t,ly-witt, ........ l\tlp!o,t«I_I_ TrilfflC:lll'o<E:Er~lrl#mbr-lltll'lngoraa::,,""'9>d~I hw.o.-.u.tron■lttellol0..,111'11 l'nltW'l'IU'!IOftwofa~perlXliln:l .., __ T1~<EE......,..._o, ill)?tl'W'«I~ Tr~Pl1atulenel'js)or ,pp-0¥«:l~I .-'dA"ns!Mte(s) at1'l"OC •OIN"""'I>•• fitod1-.-rMff>p~PIOlide■ .-nooen11-c.ona,aq.s..i UMte~rodl,,.._..,_,(.aQ■•l~)IOcr.-acnr.....-.:, l l<R9 nuti1110n~•le'tt~Ol~II011fZ'laper17f,omtN 011'111C.....-ftolalu.aton nc,cr,es1ttgr,r1urNfl 1 1/Z'ttp« 1r 1n1mcno1nc.11.- Elf'AroaT~RefforeitCI ,.,....,.. .... Ol'lpp<O,'MIM!Uill --..,,o, 1rr~nooe« """""'"" 0 KEE Typical Reinforced Drain Flashing ,.. ,·q ~~ - ~~ - 0 KEE Typical Scupper Flashing 3"-.,·q Tremply KEE memtnne ftashr,g, CM approved tqi.1111 A(lp,ol,·taans,.,e -·~ Tr~l(Efmart)C11neftM11"Q Mr~ or~eQl_l;lj, rota• .... k:l,rypic,■I Tremoc ""'lttll 5e'4'P'f or app11>ed _, Ge..,,ant;Nd....._,...,ll"lgll'a.nkr.litl {)"OC) T1~KEE~llll~nl'l1"g ltnPor~~ TrltffiPIIIK££merrcnne or •:,p,ov.o~ ...,,.:.ot'llt!ICllt':IDefl'Nl'III~ ,eq,.,,.,""111 Sloewt•~•fflrtill!001 /; -'l>Ol'O"l«IM ...... (toOl«IJ ~~w~w !1,l&tn..ct'!~o,,,tQl"'t-~ (e"'OC) Exr~mettl-!IMNl'>g Tr.-nJ111,-1(£El!Mf'tng1tr,p,or ilpP"ovad~ Tr~ KEE 1,.V bQnong -,_,. or~ .0..1 A.lumnum •.....,.~"' ,,.,...,. Dtr ~wllhc,pro,,,■af_,_.. 111•ill'laPQro,,,.cl i-,....., 4!Y O C) Tr~,U::E~....,._,o, ·-- nut111cn.n.tchacl~m11roJ,et.,..- req,ar..-.nr■ 0 KEE Wall Flashing T-Bar Restraint 6"•1·-<r E.,-,ti1r,gmellle«-1gc.,,amc,,. ■ndN-,-.:.11-S-"f'IO■--:..t ,.,..,rod",ngeleltlll"lg b,at~~Q'htlf'ICZl#(l nei:.ciHt_rwflO,,,.W'JCl,.lr'lltll 111ner:esury10.-.:t1ne--•ootl'lg EPDll,._t.■<lt--.. (1TOC.) Tf#fT'C>!; KEE mami:.-.."-'11'11 or 11ppro,,ec■(JA I T•er'11>1,' KEE LV DorlCJr9 ..._,, ~r~ecaaJ (.at,,-f<l~ling-nk...i■ /t"OCJ Tr■ml)l\,ICEEfflf~.or ·--cc~ .. oo.-o ~-,WPf"n.,,,,,tilet..-. requ,.,...,u Bloelorg«tta'IIC.S250b.'1 2 ) ~:;..,.Wall Flashing with Metal Cap Flashin ·--~ .......... --~~ (3"0C) -----~oolrq:, ... ~ EPOl.lwai;r>ere'IIIH!enefts ...... ~ ·--""""-·"' I~ ===-----~~:~efftelh,Of~~ EPQU .. at1,l'lere<l~(12" / CC) T~KEE!latmg.or~eo IIOu#l.f\,llyilOl'ltrfd __ ,.. -➔ -~-:=-~lal:e-.n ,.,_ T'91T'pJ'KE'Ellaah~ mapp,o.-ed _..,_ '~ -----~oontrtq.M■dt,pr ~--Trempt,,K.eEIIU1W'l;imlefrnnetlOIV , 1"tr1inlb9roril!flP'~equel, filMlll'ldwth ~••--(l"OC) Tllffll:lft' KEEffl#fftone or -~-eo,,.,l>Otn:lpef~Xlf\l ir.•:ain.r..lC~pt' -...Uctur.r~..,.ns E,r;lll!r"Qer..'D 0 KEE Typical Curb Flashing 3"•1'-0" Fi■IOrntfl'lt)f-Laf> Hot..--1e1 .. •••co,,,i,a11111ijf. "" HQta,~4'•.,...eo,,ffl,UNT• IA~ ~E E Typical Covers at Membrane T-Laps 8'°•1'-0" "' C: -= 0 0 a:: ~ ~ $ C: ~ ., " t) 0 .~ i ., . rn o ,::, . "' ~ .0 • rn .5 "t: D. "' ~ t) ~ er.-gs..,,.....~ Cl) .... J -u Cl) ;!:: ...s:::. ~ 0 .Q -0 J ~ .,, :, E 0 .,, !!1 "cii 1i5 0 ~ ·-- A103 i I i i , I I i I f, !I 11 i, i! ·I h i1 :f I, I" t l fl 1• .~ ii J M m 0 Coping with Cover Plate 1 112" .. 1'--0" ~ melt )Cll<'1 oo,,er, Ml 11'1 1oNiarlonNcn-~ r-... 11r1MT1leror.aiing ""'"""' ~ .,, .. -_, :J,l"Tw • Bera~n.t.rir,gatov.iapctfwO ~~UpWlho.x'lllft.OUI, -~~~=-=.:::: O,JIO\jl~c,,:"'"""~""' ...... Ne-ltpe,«le.p~- i ~;::.~~~~--···" Plan IICiltt!'1gpafape!~fte....-.g_pail"tl """'-klf"IC!'l,_111_,.um ~@ -~-----~ ~=== 0 Parapet Cap Guardrail Extension , 1/2"•1'-0" --~ _, Hood...ColgurarMol'ltrari ~m«io1..,..•1-r1D ..,Qidt)(«irlgroof"O,,O~tl'J:I ...,...'-d_i:,,:,,J: 1-117g,,t,,1,-tut::.1...i ~posllpa.-ct...rce iolTllletlt1a~gu.ri;1r.---'5'•8""9)111ft,,ffl...., ootta\Ndl.-.Gol~PII t-•ll';ia/r>'9fllllfCrutJe--4ni, ~...,...lo~O.lconr g,.iwi:i!llllt\'P. C.-1.<li9VG~eac,• ~lcr rewpoatllelp.a1",, pro,,ldeati:,onal •r::oe<IOl>P r.-1w-Q■nc!'IP01t 1Niedal ,ro,,n,:i-~to,~ -:,-,,__~,~·IP'l--l'!'IOUIWngplalew!th(3)1~•2 1/'Z' llgDOlll.lll•IIID'"Q~~~ Run,.,....,oon'll~•-.:1-:;:::.=:. "p.;' « ~ ..... 3'16"Mll-1CMlllltrN"Qlt •l~ljmti. C G) New Access Ladder 1 1/2" • 1'-0" IZ}112'•3"119i.1rvec1fl,gD01t1. ~-lll •imlirw'"'all ~l';ONC;htxackill 1~1311!"Hlll~10p,no ""'""'"' ------- '. ,_._ , . . . -r,llaJ ,,a--11/2"g,aiva,u,edtuoe -lparlled""'1ol! -· 311E"~ .,IJlct. .. .,OINII typc;at.i:.i,..u 1U'tlld(g11 .... ~tlNIM!.I ~.~d~ 3116"fillel_., tx:Cl'l•odft 1),:1 111Z'x11/7'gaN,na,rJ•1"-I Cl0f,f,O'Verlir1M:ket, pa....,-.. ... 1 1/2"'G-.rg#'t1¥11Hd._l rw,g TyP pan:eo-..Ne .. innoro-~Pl~l'Mlmert,l'!,i tii:.~■u,;co .... l Tx1/4'g11"'•~st.ie,t1p,•• lldoerll'amt.~•••n .. L.ot.l".e.-CIMle~~ ttuougl'l .... 91erloeiottngslln5 Pn:J,,o:itrxir1nlOUJl»Clllng pltttol,_..-,,e-Aanc:1qa1 r•~PMll:ratio,. Ti'1',.r~ 114"';,WanlZlldstHI t)llel(,t(pW'lle(lwtne~ O> C: '6 0 a:: ~ ~ ~ ~ l) 0 .2 l C: • Q) • en o ,, . Ill < .0 • "' s s::: D. Ill g l) ~ 01'-.g!-,;-- """"" ~ :::> -u Q) :: ...s:::. ~ 0 .Q ""'O :::> -Cl) Ill ::) E 0 "'O !!!. "<ii Q) 0 ~-,...,...,.,, A104 ,. f I i ' i j i I t !~ I! I" -I I• !I h ii ,I If !u f 1, t• ;~ !j t- i I,! m <b:811.0CICJtriG UIWG'R 1 / AT PlYWOOO, PR<>JICE ,.__---~,( ~~:t=~TO 11 fM.TOl(E)rw>mAGM fWL SPAaOO ((" IMX) FOR(£) SPACING LESS TI-VIN f' PROVIDE '1 ROWS @◄"o.c. WITH lr'IN 'Ill' SEPARATION (E)J<>ST TYP ~ L l-~ L NO NEW OPE~~ ,f MAX -: All.OWED IN .OST BA. Y IMMEDATELY ADJACENT TOAtE.WOREXlSTlt,«, HEAIX:DOUT OPENN:3 SJ.Q1 TYPICAL NEW OPENING BETWEEN (E) JOISTS (24"x24") MAX = 1. FOR EQUPMENT AfCI-ORA.GE saEru.E., SEE RtXlF FRAMl'.:3 P\..AN. 2. FOR Sl.P?ORT OF t-EW BlOCION:3 AT (E) TJ JOISTS SEE CETNL/7\. ~ ~------fl.ASHIOOAJ,OWATERPROOFll\G PER ARCH 112" Pl TWOOO S"61Ht«<i (COD.P1 Pl " 32116, 1Qj@6"o.L. E~ES AUJ 12"0.c. INT JOISTS) MECHl.NTBY 011-ERS. ATTACH PER ~AC~R RECClMJ.EN:lATIONS A3SAT JOIST TO JOIST NOAT EAOt CORr£R 4t Cl.RB AU (4) SIDES 1!7da LAG En. T 'MTH STANCAAO '\ w:: I ::,~~~~T~COfffR \ c.. 4i.8 BlOCKIN:3 BETWEEN (E) JOISTS WITH U-tWGERAT EACH EtO,AI..QK; EACH E[X;EOF l.NT PLATFORM. USE 4x8 (Wt-ERE 2x JOISTS OCClFJ OR ob.12 ('MERE TJ JOISTS~ ON SIDE OF F\ATFMM TlV\ TIS PARAU..El TO ('E) JOISTS. TO BlOCIUNG Of SAK SIZE, WITH tt.J..HCJG:R TO{£) .OSTS. 'NtENAM 5'0EOF PLATFORM MEASLRESGREATERTHA.N32', PROVClE 2x JOISTS O 24"o.c. (lMX) WITHA DEPTH OF AT LEA.ST 2'3 TIMES THE W..X DEPTH OF TI-E 4-it SLEEPERS (IJIAY BE TAP£R£0TO AT) FRA.W~ PER Pl.AN. WI-ERE OCClRS S1Q1 MECHANICAL UNIT SLEEPER ANCHORAGE ( 2 .tml;. l'l FOR Slf>PORT OF NEW BlOCKlN:3 AT {E} T J ..OSTS SEE DETAIL~ C ' ' FASIDINGPEREOOMNT ~ hWUACTL.RER - FASTEN CUIB PERAN:H.?RAGE SQiEru..E ON ROOF FRAMN3 Pl.AN PRE.fMt-1..f'AC~ LN.ESS OTHERWISE REOl.REOASW)RE CLA8 WI-EREAPPUES REST?JCTIVE PER IM!f.JFACTlP.ER StPPORT BlOC:IONG AfO FRAWN:3 • SEE Cf.TAIL LI\ ~ S101 MECHANICAL UNIT PREFAB CURB ANCHORAGE (3 IE) U JOIST PER Pl.AN BLOCKl~ANJtWGER PER DET~l~ffieu ~~ 2x14 Cfl.12 FW. ~PTH .wt.ER AT LOCAOON OF 8LOCKl/'G ¥'11l1i (2} ROWS OF 1Qj 1'WLS @ 4"o.c. FU.L l"EIGHT. a.JNCH l'WLS ON OPPOSITE SIDE TO WEB. S101 WEB STIFFENER AT (E) TJI JOIST (4 EQUIPMENT AND COMPONENT NOTES 1. TIE STRU:Tl.RAI.. PlA,KC; ltOCA TE THE APPROXIMATE LOCAllON Of EQl.#>IENT ,AS WW. M. AA TED FfWitN'.3 tECESSAR'Y TO SI.PPORT Sl..CH EOLIPKtff. TlE ANAL POSITION OF TtESE ITEMS IS ~tOENT ON n£ SPEO~ EOUPKNT PROVID::O. Tl£ CONTPACTOR S1-W1. BE RESPONSIBl.f FOR CCX>ROKa.~ 'NORK BETWEEN SteCONTRA.CTOOS At-0 IMJ,ISACTI..AERS. 2. AU. If£~ PLIMBI~. AK>ELECTRICAL CCM>OtENTS StW.l. BE. ANCI-OREDAND INSTAU.EO PER Tt£ tETAllS ON TI-E APPROVED CONSTROCTION OOCI.NENTS. WI-ERE M:> CE.TAIL IS ltOCATED. TIE Fa.lO'M~ COhFOr£NTS SI-W..l BE NO«:>REOOR SR1'CEO TO MEET 11-E FORCE At<I DSPLACEK:NT REOURE~NTS PRESCRIBED IN Tt£ p8C'C8C) CW\PTER 16fJ,KJASCE f7·16J Cf-W>TER 13, 15. 26. AIOXI. A. ALL P£RMAfENT EOU?tiENT AID COIIFOtENTS. 8. TEMPORAAY ORKWA!l.f EOUPMENTWAT IS PEPJl.'ME.NllY ATTAO-ED(c.G. Ht.RD WIRED) TOTI-£ BUUlt,(, lJTIUTY SBMCE.S su:HAS El.ECTRtCHY,GAS OR.WATER. C. MO\IABLE EOUPME.NTWHQ-1 IS STAnotEDINOtE PlACE FORKIRE n,t;N8~At0 l-£AVIER Tlw-l 400 POlNDS AA£ REOURED TO BE Al'-0-l:ff.O WITH TEK'OPAAY ATTACtt.£NTS. 3. 1lE FOllOWJOO MECKWCAL.AfOELECTRJCAL ~NTS SHo\il. BE POSITh'ELY ATTAOIEDTO Tl-E STRI..CTl.ff. BUT Tl£ ATTACHENTM:.EDf'fJTBE OCTAILEDON TlE Pl.ANS. TI-ESE CO!IPOl£NTS SHI.LL liti.VE FLEXIBl.f COl'-NECTIONS PROVGD BETWEEN TI-ECOWlQNfNTAl'l)ASSOCIA.TEDOUCTWORK.,PIPl~.OO~T . A.. C'CM'Of'ENTS WEIGHI'(; LESS THo\N «x> POltOS AN) tiO.'IE A CENTER OF M/1.SS LOCATED4FEET OR LESS ABOVE TI-iE ADJACENTfl.OOROR ROOF LEVEL THAT ClRECnY SIPPORT ll-E COMPOf£Nf. B. OOWOf£NTS WEJGHl!'G LESS THAN 20 POl.KlS, OR IN Tl-E CASE. Of OS'WJBUTE0 SYSTEMS, LESS TIM 5 POLN)S PER FOOT, WHCHARE SUSPENDED FROM A ROOF OR FlOOO OR l-l.N3 FROM A 'WALL 4. FORTI-OSE ELEMENTS THII.TOOt«>T REOURE ~TAILSONTIEAPPROVEOCFAWI~. TI-E INSTAL.L-.TtON St-W.L BE SI..RECT TO n£ APPROVAL Of 11-£ ~stGN PROFESSIOtW. IN GENE.fW. RESPONSIEl.E CHARGE OR STRt.x::TI.JAAL OOl~ER rE.EGATEO RESPONSIBILITY. 5. TI-E PRO.E.CT INSPECTOR Will VERIFY ™T All. ~ENTS Alf) EOLIWENT HAVE BEEN ANCHOREDIN~'MTI-IABOVEREQVIREtri'E.NTS. DISTRIBUTION SYSTEM SEISMIC NOTES 1. PIPIM3. DJCTWORK.AND ELECTPJCAL !lSTRl9JTIONSYSTEMS ~ BE BAACEDTO COW?I.YWITHTHE FORCESAIO!lSPLAC£MENrS PRESCRIBEDINASC£ [7-161 S£CT10N(13.~ AS CEFltEOINASCE [7-161SECTION(13.6.5.6, 13.6.7, 13.6.8], AtO JC8C1 ow>TER 16. 2. ClSTRIBlmClNSYSTEM BRAC1NGAN>ATTACHIENTS TOM STRUCT\.RE stWJ. BE PER n£ STRl.CTt.fW. ENGlfE.ER OF RECORD. WI-EN BRAONG At<I ATTACH.tENTS ARE OOT SI-OWN ONTI-E CONTRACT PI.N.s, PROVICE BRAaOOANOATTACtMENT PER 11-E LATEST PRE- APPROVEDINSTAllATION GUDES LISTED BELOW. A. SMACNA SB SMC RESTRAINT loWlJAL 8. SNACNA. SBSMC RESTRAINT 1iW-1.W. • OSK'O C. JMSON ltOJSmES, INC. 051-f>[)QPM.0043,13 (tlSTRIBUTlON SYSTEMS) 0. B-Uf'E ITOlCOO$K'DOPM-0052·13 (ClSTRIBUTION SYSTEMS) E. ISATOSI-F00Pli\-0403.-!3([.lSTilJBUTIONSYSTEMS) F. ANl/ll lNTERNA.TIOtW.UC OSHPOOPM-0351·13(FIRE PROTECTION SYSTEMS) G. ERtCO IN1ER'¥\no,,w. CORPORATION OSl-flDOPM.(X)62.13 (ARE PRO TE COON SYSTEMS/ 3. COPtES OFTI-E BRAClt.G SYSTEMINSTAJJ.ATIONGUCl: OR liWII.W.SHPd.LBEAVAJlABI.E ON TIE JOBSITE PRIOR TO TI-E STAAT OF AiO Cll.R~ M tw<QNG 00 BRAClNG OF 11-E [lSTRIBUTlON SYSTEMS. Tt£ STR!..CTUP.AL EN31t>EER OF RECORD S1-W.L VERIFY TI-E ADEQUACY Of l1-E S1'RI..CT\.ff: TO SLPPORT TI-E li\N3ER 00 BRACE lOf\OS. 4 COtffCTIONS OF MSE ELEll'ENTS TO WJN STRIXTUW W:liBERS StW.l. l'l:)T INCX..CE. TORSK>N IN MSE Slff'CffTING MEJIBERS. BRACE AS REOUREO TO PRE\IENT &.CH ECCENTRIC LOAD CONllTIONS TIMBER I. All FRAMI~ ll.MJER SIWJ. 8£ DOU:;LAS AR-I.ARCH, GRoa ~AS FOl.lOWS, UN.ES$ OMRMSE OOTED ■• UGHT FRAMNG • -STNURD" N,0 "STUJ" b. FOSTS&BEAMS-"HO 1· c. BEARING STWS & SI-EAR WAU. STUOO • -00. 2" d . .K>ISTS, RAFTERS, Pl.ATES • 'ID. T 2. 1r£ MOISTURE CCM'ENTINUSE. Stw.lt.OT EXCEED 19PERC£NT. 3. AT W .q MA.xlhl.JM PER CBC SECTION 2llB.4.6. 4. AU NAILS St-Wl. BE COliM,f,l ~LS U.O.N 5. SHEATHt.G tWLS SI-W.l BE DRfVEN SOm\T lHEJR ~IS FLUSH WITH TI-£ SURFACE OF THE SHEATH~. 6. LEAD IO.ES FOR lAG SCREWS Af.DWCXX> SCREWS SHAll. BE PROVICED INACCORCWCE 'MTH n£ -~no,-w. Cl:SKiNSTANlll.RD FOR WOOOCONSTRU:TlON" LATEST APPROVED EllTIOt< 7. STEEl. FRAA'A~ CONt.ECTORS S~ BE IAAM.FACTUREO BY 5'W'SCt.i STR()fl(j.TIE COMPANY 11-C.ORAP'PRCWEDEOtAL GENERAL COPYRIGHT C, SWE 1. TI-IE OONTAACTOR StW..i. VERIFY All DMENSIONS, ElEVATIONS.AJtJEXISTIOOCOfOTIONS BEFORE STARTIN3 WORK AID NOTIFY TIE ARCHTECT IWIIEllATEL Y OF ANY DSCREPANCIES THA.TME FOlMJ 2. 00 f«>T SCAl.f. OCTM.S OR MAWING$. SE£ ARCHTECTLPAL DRAWIN:.S FOR AlDTn'W. CJMaSONS WtERE REOURED. 3. SPECFIC l«>TES Al#J C£TAILS S8'Ll TAKE PRECECEK;E CWER GENEAAL p,()lES A,',O TYPK:AL EE'AILS. (. MERE 00 COOSTRlCTION !EAILS AP£. SI-OWN OR N:>TEO FOR ANY PART OF THE WORK, TtE tETAILS USED SJW.l BE TrE SAME AS FOR OllER Slt.ltAR WORK. 5. MENAOETAILISlcumAEDASlYPICAL, MCONTAACTORIS TOAPPI..YTHS DETAILIN ESTIMATIONAl'[)CONSTRUCTION TOM RY LIKE cotOTIONWI-EMR OR t«:>T M REFE.REJICE IS REPEATED IN EVERY INSTAN:E. 6. AU. WORK. St-W.L ~ TO 11-E 2019 EDITION OF 1l-E °"Fa:t',l.t. euwm CODE (CBC) AJ-o01l£RREGU.ATORY AGENCIES WK>WAY ~VE. Aun-ORllY OVER M WORK. 7. Tt-ESE. DRAWINGS REPRESENT TI-£ STRLCTLRE IN ITS mw. CONFIGLR,\nct,I, IT IS n£ RESPONSUhllY Of llE CONTRACTOR FOR All MEANS AP<l IIETl-000 ASSOClA TEO WITH ACH~ THS F1tW. c:oN=tGURArn-,,1,ui..am BUT..OT UIIITEOTOSI-OPJl'-G, BRA.a~ OR SOILS EXCAVATIONS. S. TI-£ c:oNi'AACTOR StW.1. COORDNA.TE WITH All TTW:ES AM ITEMS mt.TARE TO BE UfilGRA.lEOINTOll-ESTRt..CTl.RALSYSTEMSUCHASOPENNGS PENETRATlONS, MECHWCAL.Ah0El£CTRICAL EOUPliENT, ETC. SlZESAJ()LOCATIONSOF MECHA.NCALA.ND OllER EOUPMENT TlV\T OFFERS FROM Tt()SE SK:M'N ON Tl-E CONTRACT CRAWIN;S S/i",U. BE REPORTED TOM ARCHTECTIEN311-EER. CONTRACTOR stW..L TAAE t.EASl.ff:S AS REOUREO TO E~ THA. T CONSTRLCTION LOADS SrW1 M:IT EXCEED DESKiN LOADS FOR THE SlRlCT\.FtE. ij, AU REFEREta.0COCESAIO STAJOROS ~ BE TI-E LATEST APPR()YE0 ECJTlON. U.O.N. 10. IN TIE CASE Of CtSC.AEPAJOES BETWEEN llE ST'Rl.£1\.RAl ORAWIIGS AfO SPE.ClllCAmNS, Tl-€ ltEORIMTK>NSH:INNON TI-E STRI..Cn.ROJ..OOAWll'GS SHAl.l. GOVERN. DESIGN CRITERIA 1. APPI.JCA8lE CCUS: CAlt=OfMA BULCH3 COCE, 2019 EOTlON 2 RCOF DEAD LOAD IBUl T-U')" 35psf l LIVE LOADS, LNFORMAS FCUOWS (REDLO!l.E U.0.N.) ,. ROOf ________ ~ 4. SE.ISJ.IC Cl:SIGN CRITERIA SITE a.ASS O~FAU..T) SEISMC Cl:SIGNCATEGORY D RISK CATEGORY I S. " 1.071 S, " 0.387 I "1.0l~OR ESSEHl'lAU s,, • 0.857 So, • 0.495 (EOU'IAl.fNT IAITRAI. fORC£ PROCEW<£) 5. WIN:> CE.SIGN CRITERIA., WIN:> EXPOSLR: C ~SK CATEGORY I V "' 96mph K,. C 0.85 K.i,:: 1.0 K.:i: 1.0 DEMOUTION NOTES l. n£ CONTRA.CTORIS FW.Y RESPONSIBLE FORTI-E. hEANS AKJliETH:lOS OF DEMOUllON Att:JM INTEGRITY AfOSTABtUTY OF nEEX.ISTlNG STRI.ClVRE D..RING CEMOUTION l.MlL n£ WORK IS COKUTED. THE CONTRII.CTOA StW.1 PROVICE St()Rli'G IN REOLlRED LOCATK)NS wt£RE EXISTIN3 CONSTRL.CTlON TO REMWNWILl BE AFFECTED 8Y CEMOUT10H. 2. nE CONTRACTOR IS RESPONSIBLE FOR REPAIRS TO ANY STRLCTlRIJ. ELEMENTS WHCH ARE TOREIIWNAHJTHATH-\VE BEEN~DD.FJt«. TrE CU,O.JllONPROCESSTO Ti-E rot.fUTE SATISFACTlON OF n£ OWt£R. T1-E REPAIRS SWILL EE AT hO EXPENSE TO lttE OrVtER AU. REPAIR WORK SHi\U. BE CESiGhED BY A UCENSE.D STRLCTlRAI. E~rt:ER IN n£ STATE IN WtfCH M WORI( IS BEING PERFORMED NO SUIMTTE0 TO TIE STRU::T\.RAL ErGf£ER OF RE.CORO FOR REVIEW AND APPROVAL PRIOR TO COKEON:3 REPAIR WORK. 3. ALL EllSTIOO FRAhl~ IS ltOCATED FOR RE.FEREK:E ON.Y /J,l,tJ IS TO BE AE1D VERJFIED BY Tl-£ CONTRACTOR. VERIFY 1l-E EXACT EXTENT a: COOJTIONAT 1l-E ~TE. CO'ERMrE 1l-E ~TIM NI> EXTENT OF CEMOUTION THATwtll BE hECESSARY BY COWARlt-G TI£ CONTRACT OOCUMENTS 'MTH TH: EXISTIP«i CONSTRI.CTION. 4. n£ roNTRACTORSHO.LL USE Tl-E STRt.cTI.RAl.CONTRACT OOCUW::NTSIN~TION WITH TtE AACHTECTLRA.1.AID IIEP CEKlUTION CONTRACT cx:x;!NENTS. IN n◄E EVENT OF CONU:TS, M CONTRACTORSHAU.1"91ECJATElY OOTIFY TI-EARCHTECT AiO STRU::11.R-.i.Et<Gt-EER. 5. nECONTRACTORSI-W.lUSEOUO.UAED,EXPERIENCEOPERSOtff..LFOR[UIOUT'IONANO RBitCNAI. OPE.RATIONS. PERFORM CE~ AK) REWJYAL OPERATIONS IN A CAREFU. ,W) CfaRL Y JM.P,t,ER TO PREVENT tJAZARDS TO PERSONS ~ TO PROP£RTY. 00 TIE Sf'Rf.AO~ a: D.JST Atl) ~BRIS. 6. 00 M:>T PEFMT PORTIONS a M STROCTI.RE TO FAU N:>R CEBRIS TO DROP EXCEPT Bf MEn«:OS WHOiWILllNS\.RE INTEGRITY ~lrE STRl.CTI.RE. 7. PRtOR TO lrE START OfWOPX, VERSFY THA.TTI-E SCOPE Of ll:,liOJOONltOCATEOON n£ OONJRACT rx::cu.ENTS StW.l N:IT QIWAGE. CUT OR OSRI.FT SER'IICE OF /Wf MEetwfCAL SYSTEM, ElECTRK:AlSYSTEMffiUTIUTY Et.'8ECOEO INM EXISTIOO STRLCTIBE. 8. 00 NOT RER)Y'E IKlRE ~ TtE E1JSTit«. S!RLCTI..RE. WAN IIOCATED ON CONTRACT OOCt.lENTS. 00 ,OT OWAGE. hlAR. CUT OR CEFACE n£ REIMJ~N3 STRIXTI.fl:E OR IMIDIW.S TO BE REUSED ij. ll-E CONTAACTOR StW.l lM':l.La IN HIS BID Tt£ COST a REJ«:NING OEMOUSrEO IMTERIAI.S FROM TI-E SITE INACCORCIII-CE WITHALLAPPUCABlf LAWS, COOESNO AID REGUA TIONS. 00 NOT CtJT (E) REBAR. CONTRACTOR TO M:>TIFY SER WITH mY PROPOSALS TO CUI IE) REBAR. 10. W~ t£WOPENl'GS lN EXISTING CON::RETE St.ABS OR WALLS ARE TOBE CR!ATEO, nE CUOJTION CONTRACTOR S1-W.l CORE I-OLES AT Tt£ OUTSI~ coo-ERS OF TI-E NEW OPEMN'..i PPJOR TO CEMl.JTION. SAW-CUT AftJOEKXJSH SlAB OR WALL ON.. Y AFTER n£ 1"'5TAI.I.ATION Of All REOURED tEW STRI.CTl.lW. FRAllll'f3 NO'OR R8t-FORCEKNTIN PlAN~SECllON. U.OIL SAWCUT11t-GSH4.U. BE STRAIGHT AKJ SI-Wl t«)T E.XlEhOINTO EXISTING SLAB OR WALL TO RBNJN NOR BEYO,,O Tt£ 1-0.ES COREOAT 11-E CORJ-ERS OF THE l'£W CPO.ING ~ ::::, -u (I) ·-= ....r::::. ~ C .Q -u ::::, t; llt :::, E 0 .,, JANUARY 19, 2023 ~)iJ~ C) C ~ 0 a:: ~ ! C ~~ 0 -g ·c .g ., ~ Cl) 1l 'O • .. ~ .c • <I) C ,:: a: .. ~ u ~ cw-n;is.. ...... _ (/) w f-0 z _J <{ a:: ::::, f-u ::::, a:: f-(/) ~ ,..-,,:ii:in S101 i I I ' I I I I i ., !; Ii, ,~, ·! I. :r lJ 'J j j Ju f I, n F f~ f id ~_; •, ·s--.------- :o~; ----------- (;. , ,/ .. ---7 1;;;'.-~-----------< r-. . ~_:- ,i·• ~;) fE, se· s:rRt.c r 1 F\('{J'Xi: seEA--i,'G T!i"SR!:GiC'i ~-~w ~1J:ILBS ltiiolJ(ltZn•~ -~. ffi 1 .,,,:~ . S10 ! ', j l ·e;:,.a~:N'o.t i f (D--'. ------ ~~.;--; / p: -----···---------- ', 0 ROOF FRAMING PLAN SCA,.£~•1~ 7 , ____ J ~-T . --, i I _ _L i J -! j -: f,> ~~ ~1170.SS ,,..., '~) ~ -·i ~ ~r J_L~· UQ.if lC>"cc i (E)21:t'il-!,q,!1f:'C"r : fi rNT.1-55~1!:rt:ic .,..,,,,-; ~ ' w " 1"5LBS ', ~ 0 rE-!\$f24"t-.c. !l<E,:.,~f-2~·0.c 111t>?i:~fU'r," q----,, i, i~Jt.(XD~ll."._111.k:Ji.t.~ '¥\All~ •f,Oit / .. -~E~~~~r;I~f " ' "" "' ~ ' "" ',, ··& ~ ·~1{ / "-, IO>TI.,- -~; -~.,, .. (:;,:i,,r $TRY:< Jf'LYNO')('!: Sti:t.,11-fll'G Tt-tt qfGI~ ,/ ~ '.--, -.~.!.., ~ ... ~~ --.-e; "'-t'1.J ---1-i·- --··!~; ····\!_"'· --------------·--~s:. ,," ... " {~ . ~ ~:..~· ~,) _,. -., NOTES 1. wt-E.FEcx::cl.RS REM:WECNERt-EADSTEELFRAMN3TOALLOWFORJNSTAllATIONOF tEWEOUPMENT AH)REINSTAU TO MATCH. 2. PROI/ClE WOOOPLA~FRAMN'.i ORPREFAIRCATEDEOl.lPIIENTCl.RBAS ltoCATED ONAEQWfCALCRAWIOOS. SEE DETAILS ON ~Wl~S101 FORAfO<lRAGE DETAILS AND~ AT RCCf. SE£ BELOW FOR AIO-()RAGE SCI-E.Oll.E. 3. FLAN$ESOF (E,) T.115SJOtSTS ARE 11/2" Cl;EP 13117 WI~. WEBS Of (E) T.I'~ JOISTS ARE 1S'32" THO< PLYWOOD. EQUPM:NT~sa--ECXU: LABEL 318"tN 17 PEN LAG SCREWS AH-1 24"0.c,MAXAUA.ROLND cu., '£'0.c.lMI.ALLAROIMD Ptf>-.< 36"0.c.lMJ...AUAROLHO Sf-1 (t(AT EACHCORhER Ef.J. (Ii Al EACH~R = VERIFY REOLH,i£NTS VflTH PWUACTI..ffRA.'«) lr'ECI-WICAL. VE~FY REOUREOPLATFORM, SlE.EPERSOR ~WITHMECtW-ICAL, SEEOETAILSONHETS101. LEGEND t:eNOTES EOlJPt.£NT Alf) w.i.lM..M WEIGHT. ~ ::, -u -~ ..c ~ 0 .Q ""O ::, t; "' :::, E 0 .,, JANUARY 19, 202'3 @).i.~ "' z C 0:: <l:'. 0 0 __J ll'. 0.. $ I C, C z ., "' u u ~ 0 j <l:'. ·c i ., ~ a:: Cl) 1l LL 'O ,; LL "' < .a • 0 <n C 't:: ii: 0 "'8i a:: u ~ --= c-_..s.c ...... _ ~ ,.--..,,:.:in S102 s: "'U 0 . " - :; n ;. - . ~1 p gr r i e: a " g ;§ § g ·~ i § ~q ~ ~ s ' gd p~ i i ~ g !i : 3 ~ 6 ~ ~ ~ L~ ~ ~ ! ~ 11 i ! en () 0 "U m 0 ,, ~ 0 :; u ;,; ; ! ~- M '~i • a• ~; ! ~~ : ~ ~~ ! , 0 0 ~ II IX •X ,; zx r- i ~ ~ ii • ~ ij , I ~ " ~ n~ i~ m !i j ;~ ~; • "' i j , ; ~~ ~~ ~ ~n 0 IA ~ I~" I~ '1 ~ ' i " ! . 0 ?; z )> G) m "U "U m en N z G) ~ <O () )> r G) :; u m m z z s m en N C> s: m )> () Z) > Or )> G) -- i :; u om :; u m -< z s: :; u ~m en ~ co :; u m m z (/ ) -- i s; ; r ~i j ~i n; i; • d ~ g· ! !~ i ~" • • ii ~ ·~ = ~ la f• i ~i ! I· · ; i~ ! h !• H~ • ; •j • ~s l §~ ! ~ a~ ~ ~ • I • co ~ mb §~ I ;f o ! ·t ~ ·• . : ~! ~ - . ~ i r ~ i .. . ; ~a i I - 0 ! ii : i l ~~ z H ·~ 11 • i ~ • ii j G) ~ii I I ~i ~ ! ; 1~ () al l 0 ~~ Ii ~ • , • y , 5 0 ~~ ;I g ! i: ~ i I •3 m I ~~ ~, i ~- ; i; l: . ii ~ ii ~ ~ 1i i i ;; j j ~ : ~ ~¥ g ~ ij 2 ~ n 1 ; ; ~ ~ ~ ~ a ~ ~ & ~ s p p = ~ j! I i' i ' I! 1• • : 1ii !i i ! l !l i ' i ! ! !! ! :· I ' 1il ii i !! ; l' ! i ! I !i i i ! ! I' 11 1 1 1 1! 11 1 1 5~ i: • · ~6 I l ~0 fW g l i ~ i; J ~ ~ !i ~~ . t ; - !i ii • : li •• • , r j! Il l Ii Il l i! ! !! I ll i l i ! Ii ii I Ii il l I! 1! i l !l l i l ! I ll ! i l 11 1 1 ~ 11 l! i ~! !I I !I i ii ! i! ; I ; I~ 1 ii Ii i Ii 1j1~l i i ~i l ! I I i ~; i ~ i II ! ; ~~ !~ ; I :; ; if ai ~ ~i i ~ ; ~1 ~ !i ;~ a~ i~ ~ ~! ~ ~ ~ i - ~~ j ~ ;~ , ~ ~ ~~ i 1 ~i •~ ~~ !. ;a , §~ ! 1~ ~ 1 ~· ~; 1 1 1 ; n Ii ~~ i if i ' . ~~ ~ ~i , ~~ • ~ ~ ~ ~ ffi l~ e •• i -1 ; Ca r lsb a d Se nior Ce nt e r Roo f i n g s ( I j 79 9 Pin e Av e, Cal1 ab a d, CA 92 0 0 8 i[ Mi ME CHA N I CAL AND PLU M B I N G NO T ES , LEG E NDS , AND SC HED UL ES ~ do m u s s t u d i o ar c h i t e c t u r e -........ ,.,,... """""'· @ """'' ""' w '"'"'" """"' -""""'""" """'"" """""" w CAAJIIEII: 5':llCOOI~ """ w """" Ml'o:l017~ """ .... MAH1Jr•C1V11£1t "°"''"' ffi ""'>Ka Cl.E.\ICH'-VG ffi I ow.~COOUJI I I i ' ! l ! I h it u I H "J h u '" H ii ·, I !, t l fl ,, r r! I ~.! m SPLIT SYSTEM HEAT PUMP/ CONDENSING UNIT SCHEDULE (PRIORITY 1) .... "" O.t.SP "'"""' "'""' axu<G """ "'"""" """' "" """ OA IKWC! "" VOLT I PH. """ ""' ""' '" IB..I~ =~1~ '"'" ""·"' .... 'LL• "'""' -· .. '"" """ '" '" ..., ""' """ IMINOfHC[AREA ,.,. " ,0 " ...,., ' ., "' "' -I I ., " "" ~C~~.!o~~~~;~ROOI """ "'' -1· ., "" '" -I ]9,1011\1.3 " 110 ,.. IISCO'l<IEC18'1ElKTIICALREfl.R8'SliUJSTJrtG ROOF Pl.ATFORM PACKAGED ROOFTOP HEAT PUMP SCHEDULE (PRIORITY 1) 00 nE"""-" ........ OOOUNG """ " ARf.ASER\IED "' "'"' ... o,. .t:, """ °"'" "" -"" r:.-: '"' "" '"" ~ c,cu ""' ...,_ ,. -~-COP w c,p ""'" '" .. -,w, """" ~IM..~S ... " " ... " ,., """"'" I ""'"""'' "" '" """' I 1m01E.N '"''"" ""' LOCA'ION lll'!fASEAVED "" ,~ .. "' .. ""' -, .... """ l"'I '" ro ,,., DISCO'H'ClB1ElKT~l'RCNllE '" ., ,., u ...,., 3 ., " ., ,,, 11,S u ,,., H,t ., " .. "' "ro tillalOMETLECOM)ll.'!:(R.PR™IJEDI.CT lilOUNTEOSIIIOKEDElEClOR. Dl!ICOt,HEC'IIIEUCTRD.L, ll.!-., " u ,..,,.,, ., .. ., 1,., ""' ,., ,., uu ., V " 11.0 11:-0 PFIOl'llElilCROtllE11.~ ~OUCllllOI..MEDSUOO:.E orncraa. EXHAUST FAN SCHEDULE (PRIORITY 2) "' , .. I~ ElECTFIICAi. .. SR_E'KJ ...... vou IPH.lcYCU "l'I WJifTS " , .. 1~ .. I· I ., I~., I •· I¼ /2 """ ·-"""" .. ., ,~ ~T 8'I' ELECTRICAi.. HOIIOE HEW ROOF ctJl'l8, °"' WEIGHT I A:l~S -"' OISCONJril:CTII E1ECTRICAI._OO!lt'iOWIGE "E\IS.EEXIS-lfiGROOfPtAJFORIII RECONNEC10.15TN.1'1.-.TEJI o\J<'ICOtrOENSATEU!6lOt«;'III LMITBYPLUll!lllNGCOllliRAC10R SllSl'AfiDWET[R. PIIO'l'IDEl'lMP11~ MTHs.EPAAATf 12DYFDfllHl~l :U GPM IOIIE LOCATfDJNlHT MSIN I ~ ::, -u -~ ...c ~ 0 .Q -0 ::, -II) "' :::, E 0 ~ ~ g ~-~ L_~+~~ PROJECT No.: 2200,0C Cf) 0 z w (!) w _J (/) w I-0 z (!) z cii ::?: "' :::, C: _J '5 c_ 0 0(1) 0:: i Z w <( _J Q) _J:::, u <Co 0 ow ·c: -I Q) zo en -c ~(I) "' .0 oo "' -c:: Wz "' ::?: <( u ~..,--..,- O..-,Os.t------= ,,~:ion MP0.2 ~ 0 s: ~ ~ ~ q O :c "U )> ~~ z )> I r )> z ~ 0 l "U r ~ C ' s: K 0:, z • Gl g ;,) i 0 0 "T l z 0 ;, ) -- i :c -" 1-,. (~(' . V - • 1 Ca rl sb a d Se n i o r Ce n t e r Ro o f in g 8 j I 78 9 Pin e Av o , Ca n a b , o , CA 92 0 0 6 ,r I __ _J ). 'O ) I; . U MEC HANI CA L AND PL U M B IN G RO O F NOR T H DE MO PL A N • I • I (~ ) -- -- ( : : ) @) do m u s shJ d io ar c h i t e c tur e - o; ; : '1 mm ~ ;; : o '< 0: X : "U )> s: ~ C i z~ ~ r , )> ~ ~ z ll 0 f "U r C ii) ;; : , CD ~ z ~ G) g ;u . 0 ~ 0 "T l Cf) 0 C -- i :, : s: i! [ I •. , r rr 1 7J . i ... J o . Id .. , I\ . . ) n ~i h I I _J I I I I I -- r ·· . ~~ .. i . . Jf • r· .. · · ,· : .. · -" · · ~ ~. t • • :, • • • {1 ;. ' ·- , j j ~ . . . !' . . 11 ' .. ~ ,!1 I t• jf I" ' ~ I .o · .. ·. • . r~- . 'I . ! r:: ~: . . f =1 . . . ··i : :' .. ,I "l I· ' . ., ~- j 11 .1 I ·~ : . ~ • - I . ~.~ .- - .. ~- : - - ., _ _ 0 _l _ I I .\ 11 I • • ,; i ·- 1 \ I - - - - ·t -- . :I rx r;~ ~ - : . : , , :: / ... ::~ ., .;. :-," ~ - - J '. Ii .· : ., I . / I I I r . :. :• ·, ·,, I ! .. . . , . ,. - I i' · l I. A • ~ ; _ _ . I i I • ' ' 1 , ~~ I I .~ .. -- . 1 . I I I , .,, _ j / ,. : · - t. . . . -·- . rt , , .. :- ~ . . ·· . l: 1 : · · 1 . .- · .. . I" : - · , i .. . ~# i / d i i ~ -· · a. , ·' . .. - "" - : - : ~ : -. ·~ ~ I • • • • • . ,, . . ! . . . ; . ' . . . ·. ' " ¢' , • • - ~ ~· - ! . ~: . : - ' ~ ~~ ~ ~ ~ ~ - - ' I I · '! . : ~ I ! . . ~ - ;., _ - : _ + "~ ' 1 - . ' j - t - t -'. . . ' . _ "t ... ,;•·! Ii - J. _ 11 'I I I t I I l .j - I I I I I I e l (1 , (_ ~ ;; ;) Ca r l s b a d Se n ior Ce n t e r Ro o f i n g 79 9 Pm e Av& , Car l sb a d CA 92 0 0 8 ·•I 11 1 ;, ~ (0 -- - ( 0 ) (~ : , -- ( ~ ~ ; ··1 °• 1 MEC HANI CA L AND PLU M BIN G RO O F SO UTH DE M O '! ,~~ do m u s s t u d i o ar c h i t e c t u r e PLAN s: 7J ~ I ~_ , _ :_ , . - .. ,. .. I I - - 1-- - 1 I I i 0) - J f Ca r l s b a d Se n i o r Ce n t e r Ro o f i n g 8 f f 79 9 Pin e A,e , ca , t, b a d, CA 92 0 0 8 if H MEC HANI CA L AND P LU M B I N G RO O F NOR T H PLA N .,) j i' 1/ I / ·/ ··1 -( ~ ) l- - ( ~ ) ~ do m u s s t u d io ar c h i t e c t u r e s: n~ l -' I Bf "'O I ( .. . J i . ~ id ,! H H I ! I I I I I I I I - t- - Car lsbad Senio r Cen ter Ro o f i n g 799 Pme Av e, Carlsb ad , CA 92 0 0 8 I I I I I I I I I I I I I 11 I ]J 1 I I , I I I I I I I I I l I (; ) (~ ) ME C H A N I C A L AND PL U M B I N G RO O F SO U T H PLA N I ur 111 ·• ll l ti l! l j~ -- 0 .1 @) ' do m u s s t u d i o ar c h i t e c t u r e I I I • l ' 11 II n j! 11 .t i~ i { I" f l fl IE F ti 1 1,1 ~n SEESQ€JUl..~VDtTAGE I I: ''' : I l l f ! la~f0 ~ r----- 1 r-- 1 I I I I I I I ''"'""'"' ~~ c:::::::::i-0 : : ij I L -_ -()._ WALLSMT~WI I _\ y PllOTOOi"IOJN'T : r----I (DKITOENMX>D 1 7~10 ~-:-----~ I f\1-r., : L2Jswn01 \!I ~ 121'.¥-1• """1IWf!lE!I -----l)(M[fl"flllllfr(; ll El.EtnlCAI. --0'.)tJTJIOJ,.~t,Ylll(Qtl./,lrAI, G) ti' M£0,t,WC-A1.CONTAACTOR (D IYE~OCM'RACIOJI: KITCHEN EXHAUST CONTROL DIAGRAM @=~ """"~ "" EUSTJ«;si.~"'"" r✓~~~ PERFOOTLEPGTW Pt.00 TOWA!IDDRIUN~ I I ~ ~..( I -n----,.,,,r-----rr : I ,lJ...,,_ ___ _ .U---r-.U. ~⇒ 1 \L =~:r ~i ._. ~⇒ I I 'A \_AC.NIORNN --·~~ ! ~-1:µ ~'"'""'" l..,..J ,_.,,."-._o.,sr..c;,rrTN:.S ~VBENOTIW' @ """' LAUCXll'«!IMTTPF!l<IGs-wJ.ICW'PUITYPE'W' lll!l!..!l!l!l. ~ ?. AUCOl'UHSAT£Pf>INl";~8E MI.UTED 3, SUl'I.AHSfOAPIP(Sa'.$ IVTINN000£SHI.UIE$1tAl.la:i ntllNl(:IHTCO'tECTION t. V[RIFYN;,'>ITC0NN£CTIONAl«>L.OCA110f,/0FVE~IW!Jtll:,U-,TtMHLJFACT1JRER. 5 M".Lt,1l'l''1tkoY£Jl:FlOW$(H$0RNt'.l"-V,RMJrOMll:S.. CONDENSATE DRAIN DETAIL A•SP•r .... WM A•(SP~l.,t•l'~W 1•$P• 112"MNIIIIM 1•($1'•0.SI .... IJM SP• Sl'SITWSTo\OCPl!ESSIJRflNNQE:S @ Sf'RIHG .... AATfON 15Q.Al0R"1TH S8SCRESl'W'(! """'"' ""'"" "" Pt.t,TFORM 1/'TPlfwtlOOSl'~""DfASTE'lEtlTOMS.S CAA,S,,. ,! fflH < / I ALL~DES~/ j MECHANICAL EQUIPMENT PLATFORM DETAIL NO$GAl.E tm.Rl.oa,; wt SMO,,E llETEClOR WIOER£Q'AAEllPEJIOAAl'IY«:; """""""" -----1'1:MfRMAAIGBYEUCTRICAL -OOHTROl WIAki I'( M(CI-WtCAl 0 ll MECtW.cAleotmw::TOA @ Qr W:CTR(;At COHTRACT~ SE[ SCl-(0 ~ VOi.TAG£ TTT ~W<""-"•SCO'ffec> .... , - VU¥\'NJlll8f.llO,ll'IIIRU llfOOIIED-JT MAM.f'ICl\.flfl< IE'fll ROOIII MRilOSTAT ~ """"'""''""' ROOFTOP PACKAGED HEAT PUMP CONTROL DIAGRAM Sf:£SCl-fEDu..EFOAVOI.IAGE I I I I I I a I I I ~ 1:: I ""' I I I J F.-.HCOI. t:::::j HEATPUIIP VBIN ~ OF WIRE! Jlf().JP:£O IT IIW«,l'N;~lt L__J@ NEWROOIIITHERIIIOSTAT ~w.w!L~ O'I se.s0II ~ IYELEC CONlll ll lfl'.f<>t.CPN1R. 0 ~IJIHK Q) "'°"'10EDllWf.l>l SPLIT SYSTEM HEAT PUMP CQ~TROL DIAGRAM NOSC'1.E @ @ @ "'''" ""''" -'""" ""'"' [ A"' :::',~~ r ~ l ~su : nu r,;-1 ~~In TQPSl)IW;EOf OI.RBIIIUSTBE '''"' OJl:BSEC'OON ~..=lt.P ·UFTt<U$ OJO,.., I (TYP.,4) lHfWIIW I ·Ml.lSTICSCAl!D ·Zio•WOOOl'W.ER INS,l.lArot,/ICIJR& 8f\H'IIIIF~ \ L.,,,""" \_AAE.lENCl..OSEDBY~CUftt 1,u,!ST IC Fl.ti. y Of'EN TO COMPLY wt'lo1~TOCOll!8U$118l( RECII.RIIIOITT IF ROOF IS CONISTIIU;:l£t10f{X)t,18',$TIIU TY~QJF:9DETAll tot.lORLAGSCFtfW CtJRifOSTRl.CT\,,t( 8£lOWPERSTIIIOC11JFW.. ~ASTENERStT flWfl.lF"ACTUllfR ~= ROOF CURB DETAIL ....,..,. ""' $[[ "1tCHTEC1\IW CIRA.M«.S KJR0£TAI..EONOf!MATION OfjCIJIIIPi.,,TFORM ST~I.M.ll[MN:ilt PERSrAtC"\All.l'WrlS ROOFTOP MAKE-UP AIR UNIT DETAIL NOSCALE •AEUlSlP'lE)IIIElAI.R,ASNl,I;; liSERTEl>IEIWEENCI.RBuP Ahtl~S Tlll''-"L.TO tWLING$1RF'fTTPJ;4SIO£~ "'""'"""-----fr 'Ir /.,..,.,""'"''"' ~ ~VOO-ICUS&AANSHELO C(NECT TO E)(J$TN:, ou;TWORI!. Al R(XJF Q.RtfYlilE~ ""'''""" ""' ~ . I ((NSTJJ«;)1..._ouc1e~..J'.r~-i1Y'OEt1.CONTPitCTOIQ _.rr ""'""''"'"-"'"'''" ~+1---J V/'.l '""''""""~""' ~ ~ I~ '""'""°'"""' I ;-::~ FOROOCTSIW'lil.SREOUAEtl •fN;Tci;NVE.ttTEDEX.Ti'()EO IO:;HT CUI! IY WfA, ·(EQSlllql'Cl.UAANCEflYP.J @ @ IE!JSTN:>} -,:-,_ L..{'_lJ ·1£.QSTN:.jST-"Nl.USSTEEitxl,ll.LlirHOO() c-1l lf0 1 .~ 71 t:§1 ....._ltX,ISTP.,,Gjl!ElilOVA!I.EGREASECU' ~-··, ~~-·- ---------,'--- RANGE HOOD EXHAU~T DETAIL @ Q) ,_ :::, -u -~ ~ ~ C 0 ~ ~ V, ::::, E 0 .,, ~ , . -\vP.-..~:,.-,i ~~~~ PROJECT No.: 2200JOC (/) _J <( f-w 0 (9 z co ~ OJ ::, C: _J '§ Cl. 0 0 0::: z ~ I <( c'.3 t3 _J <( g i 52 ., ~ z CF) c'l <( ,::, ., I "''< -" . u U) C w ,:: ii "'g ~ u ~ 111 ...... ~ ~:- er-.,.s.i_Sc_ ...,... ~ 11 ..-, 2021 MP2.1 00 0 P ' l ' V ( , l , I T ~ d t o i l l " , 1 1 w N I M - - " " " " " w t . . , _ _ r , , < . . , . _ l l ,.<" P l " i s l t c . A l ~ t t t - , _ _ ,_ , .. , , . , . . . , ~ .,. ~- - - - t , t ~ o ( _ , __ _, ~ ~= : : . . . , . , v• ~ 1 u ,1 N c-. - - ~ .c . - - . , _ ~ ,L .. .. . . . , . _ _ , . . ~ ..., fi ~ j 1 n~ • 0 • I i • • • 9 s , g • N f l r ~ l H . ' ¥ {( 'i ~ "" ' A .n q • ! i ! p n l s = ~ ! & t i t. i • i. n I JI • i • t I i: 0 l _i j n l - ~ l ; r~ et • ~ i >! j I' l E , ~ ~ n • • r, , ,! -~ -[ r al i; ; : ~. ~i ~i .,; i ~ ~ ' ij fl j 2J [ I j : : ~u ~ ~ iJ ~- a ~ f I ~~ i ~ [ I • ~I : : f 1 .,, 13 ~ 5; f e • i iz ... . ?! i I E: : : E:: : #2 c f i " a ;d . ·~ f I f ~! i l ; ~:: : E: : : !u s l lil t~ d l ~p [ □ H a SI i" ' u~ 1 1 u □ .. .. , i I !I 1T I n tL ·!I • J I l ;i I H "l in i 7 .. r f I ~ u1 t -a ii l l{ ! . ~ Ii i rt s rl 1' i f • • 3 q 'L e f ; 1 ~ I I I ·~ ~. ; i • !J j f -- I • 1c c □ h t I ~u I ~ L,. l f- - □□ □ □ IC □ I Q £ i 1 5 i ! ~i f H I f l I j t i I ,. [ ! f I I l i • 0 l ~ f l §' N t IC □! ~ 2 ti i I j f ~ n .. It i i n II ~ ! 3 i l ~ .! I I l J d □□ □ □ lci c rt I • l f l! ~ ! ! • p H a! J H :i l ~ i ~ !I r It [ j ~ ! • ! ~ • I r 5 t ll ' Jr ~ ~ i i ~ r 1 .' • ! - 0 ~ ! I 1 ! " It ~ :t c - i I 8 • { H qi l .. [! . ; i _ ~ 'r f Ca r l s b a d Se n i o r Ce n t e r Ro o f i n g ! 79 9 Pm e Av e , Ca r " b a d . CA 92 0 0 8 f f TI T L E 24 DO C U M E NT AT ION (f : ! : j ; do m u s s t u d i o ar c h i t e c t u r e ABBREVIATIONS SYMBOLS LEGEND .,. EJ<T EXTERNAL .ANNOTATION AOOl AOD<TIOIW. .,. "' ABOVE FlNISI-ED FLOOR F FAHREtffJT, FIRE SERVICE. FB.w.E "' AMPERE MERRUPTING CAPACITY FA F1RE PJ.AAM, FACE, FREE AA.EA CDVEWTTn.E Pl.AN Tln.E N0.•1 1 1SCAlE NTS ,.,,, Al>f'ERE ,,.,,, FIRE PJ.AAJI. AANUNCIATORPPH:l ANN ANl'IJNCIA.TOR FPCP FIREf4..AAJ/i CONTROL PAl'El APP() APPROl'EO FC FOOTCANDLE @nru TITLE MARK DETAl. OR PL.ANNO.-1 ~SCAL.E:NTS FOUND IN E-201 APPX APP£NOO< FCA FAU...TCURRENT AVAi.ABLE, FLOOR ARCH ARCHITECT CONTROL VAL VE ASSEMBl Y ATCH ATTACtt.tBIIT FDR FEEDER ATS AIJTOMATK: TRANSFER SWITCH Fl/FLR FLOOR AUTO AIJTOMAOC FLEX FLEXJBLE -AUXLIMY Fl-FLUORESCENT AV AL()IO VISUAL ALARM VN. VE FR FIRE RATtlG, FLOOR RECEPTACLE AVG AVERAGE FRED FREQUEt-t;Y AWG AMER.CAN WIRE GAUGE FT FOOT.FEET ... FU FUSE @ DETAJLREFERENCE OETAJLNO.-1 FOONDINE-501 w I ~~:::.~ FOUNOIN E•501 (~--)@ DETAIL BOUNOAAY'B OETAILN0.-2 ~-- BAS BlAI..Df~ AUTOtiV.TION SYSID,I FUSW FUSEOS\-'VITCH BAT BATTERY M FunJRE 8Ff BaCW Ft/lSH FLOOR -G- BKGO BACKGROU<J G GROUl'-[l. GAS. GREEN 0 SHEET KEYNOTE cfo REVSSKlN CLOUD (DELTA 1) BlDG Bt,U).., GC GENERPJ. COITTRACTOR BLW 88.0r'V I IA'4DERGROUm Ge, GEJE:AATOR BOS BOTTOM OF STEEL GFCI GROUN:l FAULT CIRCI.XT .,TcRR\N>TER BOT BOTTOM .... EOUIPMENT TAG @ DESGNA TION AC DESIGNATION NUMBER 1-1 BRKR BREAKER ff' HORSEPOWER BSMT BASEMENT HZ H"J<TZ BSTR BOOSTER -J. 81\VN Brn'll,e, .., M-.CTIONBOX -C· .... LP412 PANELctRCU.T POINTOF s CONNECnoN ~ POINTOf CXSCONNECTION CAB CABINET LTG LIGHTING CAP CAPACITOR. CAPACrTY LV LOW VOLTAGE CB C,RCUIT BR™ER. CATCH BAS,,, .... POWER OUlliTS FLR WAil CLG CCT CORR:E1.A TEO COlOR TEMPERA Ttff MAX MAXIMUM CCTV CLOSED CRCUIT TB..EVISION MCB f.WN CR;IJIT !ffAIC.ER co CONSTROCTION DOCUl-'ENT. CEUNG MCC MOTOR CONTROl CENTER DFF\JSER MECH MECHANICAi. CERT CERTIFY Mt, MtllMUM, MINJTE llil 9 0 0UPLEX Ill t • I QUAORUPlEX • GFCI DIJPI.EX CH CHI.I.ER MV MEOIIMVOLTAGE ill q, (I) SIMPLEX CHK CHECK ... CKT CRCUIT N tEVi EMERGENCY II QUPLEX Cl CENTER LIE, CLOSE, CLOSET Ne\/T NEL/TRAl ClG CEUIG NO NORJ.W.l Y OPEN NUM8ER t EMERGENCY OUAORUPLEX CONC CONCRETE NTS NOT TO SCALE co... CC>tfl:CT,CCH,IECTION .,,_ f EMERGENCY SIMPLEX COORD COORON&..TE p POLE CORR CORRIDOR PB PULL BOX, PUSH BUTTON CP CONTROL F'AAl:L Cl-ROME PLATED PH PHASE FLOORBOX.-X·- 11!1 (DESCRIBE AND X SPEC BOX) CR CONTROL RB.AY, CARD READER. PNL PANEi. ~RELEFVPJ.VE P\\'R POWER 0 q> 0 JJNCTK>N BOX cs CONTROi. SWTT'CH ... CTRI. CONTROL IRl REMOVEEXJSTf,IG CTV CA81..E IB.EViSION, CONTROi.. VPJ.VE REC RECESSED .Q. RECPT RECEPTACLE (DJ EXISTWG TO BE DEMOLISHED REDD REQUIRED QC DIRECT CURRENT .. , ROOM POWERNotCE DATA ~ WtfP -JJNCTtON BOX 0 POKETliRU X X"TYPE qp°TR COUNTERTOP DUf'lB< DOC DIRECT CNGITAL CONTROL ... DEF OEFt,ITlON SCHED SCHEOO..E {" ISOLATED GROUND DUPLEX DEG DEGREE so SMOKE OETECTOWDAMPER, STORM DEGF DEGREES FN-IRENHEIT DRAIN q,'" lsot.ATEO GROUND SIMPLEX DEMO DEIMlUTION SECT SECTION DESCR DESCRl'TION SPEC SPECFICATION ,,...,, WEATHER PROOF DUPLEX OET OETAI. SP!<R SPEAKER i DGTL DIGITAL SY® SWITC!t30ARD ! OlAG Dl<GAAM SWGR SWITCHGEAR 1P SPLJTWIRE ~ 9 0 SPECIAi. OUllET ' °"' DIMENSION SYS SYSTEM i DR DIRECTION -T• D<SC DISCOMECT TB.COM TaECOMMUNt';ATIONS DISCH DISCHAAGE TV Ta.EVISION, TIBNtm VANES i OISTR DISTRIBIJTION PANEL TVSS TRANSH3fl VOLTAGE SURGE I PN. SUPRESSOR j DIV DMSION TYP TYPICAL OI.IR DIMMER .I). OS OISCOf.MCT S'MTCH l.<; U,OERCOl,fflER OWG DAAl'IING UG'-0 ~DERGROUND t .f. l.l LNDERWFUTERS LABORA TORES l (E)IEX EXISTINGTOREMAIN UON LWUSS OTliER'i"IISE NOTED (ER) EXISTNG TO BE RELOCATED UPS UNMERRUPTELE POWER SI.PP!. Y CIIIIJ MUI.TIOUll..ET SURFACE RACEWAY LJGKTING FlR WALL CLG RECESSED 0 OOWNOOHT = 1X4 SURFACE MOUNTED UGHT D 2X4 SURFACE MOUNTED LIGHT = 4FTWAU. MOUNTED LIGHT t EA EPCH UTL UTI.ITV ( EH ELECTRK; I-EATER .y. a ELEVATK>N, ELEVATOR LOBBY V VCX. T, VENT, VIDEO ! rue ElECmK:, ELECTRICAi.. VA VOl T A/NIERE l BIER EMERG€NCY \'FD VARIABl.E FREOLelCY ORrvE ENV1R ENVRONJ.ENT VHO VERYHGHOUTl'UT ,~ EPO EMERGENCY POWER OFF VOLT VOLTAGE -~ ED EOUAl -V'I- lf EQUP EQUPMENT VI WATT. \VIRE, WIDTH. WAl.l PH0tE. EQUIV EOUIVAl.ENT WASTE EXCL EXCLUDE VII wrn, !! EXHFN EXHAUST FAN Vl/0 W1THOUT EXIST EXISTING ViP WfAnERPROOF. WORIUNG 'l PRESSURE f1 .)(. XFER TRANSFER 1, XFMR TRANSFQRJ.ER {! Ii t l 1X4 EKRGENCY ~ LIGHT Iii.:] 2X4 EI.ERGENCY LIGHT D 2X4 RECESSED UGHT ~ ® EXITS«3N 1 FACE ~ ® EXIT SKiN 1 FACE. lffT ARROW "t:J EMERGENCY BATTERY PACK ~ EMERGENCY BATTERY PACK WI EXIT SIGN SWITCHES/ CONTROLS FLR WALL CLG LIGHT SWITCH· $T TiliEOf'ERATED UGHTSV.,TCH-$ SINGL£POLE UGHTSMTCH· $' THREE WAY $' UGHT S'MTCH • KEY OPERATED t! ,; $P UGHT SWITCH. 'MTH Pl.OT LIGHT F ti • I ~,l w i FLR WALL CLG I fflTCI-I -'MTH $'0 THERMAL OVERLOM> [fil !DIMMER !ic'l ® OCCUPANCY SENSOR ~ OCCUPANCY SENSOR POWER PACK @ PHOTOCELL ij OVERRIDE S'MTCH POWER = DISTRIBUTION BOARD -RECESSED P.t.NEL -SURFACE MOUNTED PANEL Cid TRANSFORMER D' DISCONNECT SWITCH ISi' FUSED DISCONNECT SWITCH 181 IMGNETIC MOTOR STA.RYER @' STARTER -DISCONNECT SWITCH S'MTCH • MOTOR $" RATED 0 MCTOR 0 RElAY VARIABlE FREQUENCY ~ DRIVE ~ PUUBOX rr& CABLE TRAY SINGLE LINE DIAGRAMS ~ CIRCUIT BREAKER SWITCH --=--FUSE-INUNE --------= AJSESYYITCH ~ FUSED· S'MTCH BUS PLUG CIRCUIT BREAKER 12! -ENCLOSED II] l(lRI( KEY fffERLOCK '------' -;;=======;-BUSOUCT ----SWITCHGEAR BUSWAY ~ GROUNDFAUlT RELAY c5 At.WETER 0 DIGITAL METER LION 6 cu..u frrrn TRANSFORMER -DEL TA WYE-GROUNDED mBP ATS-3-POI.EUON BP· 'Mll-i BYPASS ISOlATION ,L -T BAffiRY Isl GENERATOR ~ PANEL 2000 z AMPACfTY l-N0,4-$1NGl.E, ( ,_,.) S-00\/BLE • !NEUTRAL t~•) s ADDITIC>NAL INFO AS REQUIRED GROUNDtNG SYSTEM )I!( GROUND ROD V.,TH TESTWEU l8i GROUNDROO ,___, GROUND BAR AIR TERMINAL. @ STRIKE TERMINATION DEVICE fl.AT MID fl AIRTEFtMINAl.- STRIKE TERMINATION DEVICE, PARAPET MTO . GROUND. LP$ CABLE CONNECTION ( EOUtPMENT CONNECTION FIRE ALARM 0 CONTROL RELAY !!l OOORHOU>ER [D IMNUALPULL STATION m SPEAKER UNIT -CEJUNG K>UNTEO xx Q(X ~ SPEAKER CIRCUIT) ~ SPEAXER STROBE UNIT. """' CEILING MOUNTED ml STROBE UNIT. CE UNG """' MOUNTED [l}::J SPEAKER UNIT· WALL '"" MC>UNTED IITl4 SPEAKER STROBE UNIT. '"" WALL UOUNTEO fill 15al STROBE UNIT. WAll ©T GONG· TROUBlE @ WATER FtOW S'MTCH @ TAMPER S'MTCH ® PRESSURE SWITCH FIRE ALARM SMOK.E-HEAT DETECTORS @@R SMOKE-HEAT DETECTOR R=OENOTES ELEVATOR MACHINE ROOM HEA. T DETECTOR @R R=OENOTES ELEVATOR MACHINE ROOM © SMOKE DETECTOR DUCT MCIIJNTED SMOKE @x DETECTOR X=S DENOTES SUPf'l Y X~ DENOTES RETURN FIRE ALARM PANELS ARE i\l.ARM CONTROL E1l PANEL ffi ARE AL.ARM POWER SUPPLY PANEL IE) FIRE Al.ARM REMOTE LCD ANNlJHCAA TOR PANEL FIRE AlARM otGITALAiARM ~ COMWNICATOR TRANSMITTER ~ ARE AlARM AIR SAMPLING ~E DETECTION PANR FIRE ALARM PRE41CTION @] PANEL [fil] FIRE Al.ARM PRINTER SHEET INDEX NO. lTTlf SCAlE E001 ELECTRICAL COVER K ET NONE Bl02 GENERAL NOTES NONE E003 SPECFICA110N$ NOtE E004 SPfCFICA ilONS NONE E005 SHGLE ltlE OWiRAM NOtE ED103 ElECTRICAL LO'MR ROOFING OEMOUTION Pl.AN 118"-1'-0" E103 ElECTRICAL LO\'VER ROOflNG CONSTRUCTION~ 1/8"-1'-0" EOXI OETAI.S NONE GENERAL NOTES 1. UNLESS USTED OTHER'MSE.. THE A.MPACITY OF 600 VOL TS OR LESS CONDUCTORS SHAU. BE BASED ON THE TERMINALSNOTTOEXCEED60"C(140"F)FORCONOUCTORSlZE 14 THROVGH 1 AWGOR 75• C{167"F) FOR CONDUCTOR SIZES OVER 1A'M3. 2. NO Pf'tNG, DOC TS OR EQUIPMENT FORBGN TO ELECTIOCAL EQUIPMENT SHA.LL BE PERtilTTED TO BE LOCATED MltlN THE DEDICATED SPACE ABOVE TI-IE ElECTRICAl EQUIPMENT. 1 FUSES SHAU. BE PROVIDED VVITH RE.ECTION TYPE FUSE HOLDERS. 4. GREEN INsutATEDCOPf'ERGROUNDINGCONDUCTORSHAU. BE INSTALLED INAU. BRANCH CIRCUITS AND FEEDERS. 5. All EXTERIOR: ELECTRICAL EQUIPMENT SHALL BE WEATHERPROOF. 6. PRo..ECT SA:C1ACA TIONS ARE AN INTEGRAL PART OF THESE DRAWINGS. 7. A SINGLE RECEPTACLE ~STALLED OH AN INOI\IIDUAL BRAOCHCIRClKT&-All HAVE AN AWERE RATING OF NOT LESS~ 'THAT OF THE BRANCH CIRCVfT.INDICATE Tl-IE RECEPTACLES RATING. a. MINIMUM Stz£ Of CONDIJfT SHAU. BE 314'. WNIMUM SIZE Of NEUTRAL CONDUCTOR SHALL BE #10 AWG, UON .,_.!MUM SIZE OF CONDUCTOR SHALL BE #12 AWG, UON MINIMUM CONDUCTOR SIZE AT 120VOLTSA.ND OVER 100FTCIRCUIT l.EHGTH SHAU BE#lOAWG. UON MltfMUM CONDUCTOR SlZE AT 277 VOi. TS ANO OVER 200FT. CIRCUIT LENGTH SHALL BE #10AWG UON. CODE INFORMATION All CONSTRUC 110N SHAU. BE IN ACCOR DACE 'MTH: 2019 CALF~AOI.INlSTRATIVE COOE 2019 CALFORNIA BUILDING CODE (CBC} 2019 CALFORNIA ELECTRICAL CODE (CEC) 2019 CALF ORN IA ARE CODE (CFC) 2019 CALIFORNIA GREEN 8UI.DtNG STANMRD CODE (CALGreen) 2019 CALIFORNIA ENERGY COOE(CEC) 2019 BUI.DING ENERGY EFFICIENCY STANDARDS CITY NOTE PER C1TY POLICY, Vt1RING IS NOT PERMITTED ON Tl-IE ROOf Of A Butl.DING AND Vl'IRNG ON THE EXTERIOR Of A SULOtNG REOIARES APPROVAL 8'1' THE BUIL.OING OFFICW, & ! .2 u l ..c ~ 0 0 .:a .2 .,, !: ~ SYSKA HENNESSY .... ,. A......-~cfSH0,01.41~ 4C>'IWM1 .. ~ '""""" 5-fl~CJ,9210, r.•es&.244.roeo ._....,....,,:,otl'I f- LU LU I 0, (/) C 0:: ~ 0 LU a:: > ~ ! 0 C o, (.) ~ i) ....J .~ I < (.) ., ~ ii: (/) il u • I- "'" (.) .c • V, C LU ,:: 0: ....J (1J "' t) [?! LU --SU, "'-'=- ~Slit-~ ~ 11;.,._,,.:xm E001 I I i ' l ' I I i J f ,~ -~ I, II 'i f I It u I t l l! 1~ ti f M m ~-GENERAL NOTES ,. UNLESS US TEO OTHERWISE, THE AMPACITY OF 800 VOl.fSOR LESS CONDUCTORS SHAU BE BASED ON THE TEruolNA.LS NOT TO EXceeoao·C(140"F}FOR CONDUCTOR S&ZE 14 THROUGH 1 AWG OR 75"C(167•F) FOR COOOUCTOR SIZES O\IER 1AWG. 2. MO PIPING DUCTS OR E<MPMENT FOREIGH TO ELECfflCAL ECIUFMENl SHAU BE PER .. rno TO BE LOCATm 'Mrttt4 ntE OEDP.TED SPACE AOOVE ntE EL£CTRCAI.. EOUFMENT 3. F\ISES 9W.L BE PROVIDED WITM RE.EC~ TYPE FUS£ HOlOERS. , SERIES RATED SYSTEM IS NOT ACCEPTABlE. S. RACEWAYSSHo\UBE EWTINCONCEALEDAREAS. t EXPOSEDRACEWAYSSWJJ. BE RIGl>STEELCONDUIT (RSC~ 7, GREEN INSLILATED COPPER GROUNOOIG CONDUCTOR SHAU. BE INSTAUEO IN AU. BRAHCH CIRCUITS ANO FEEDERS. l AU. EXTERK>R ELECTfUCAL EQUIPMENT SHALL BE 'NF.A THERPROoF. t All CONJUCTORS SI-W.l BE COPPER TYPE 1lMN INSULATION. ,o. IMM~ CIRCI.JT ~tfTY TO 1HE AREAS NOT "FFECTED BY me AL TERA T10N. 11, REFER TO IECHANICALANDPlUMBING DRAWINGS A~ INCLUDE IN em, WORKASSOCIATED'MTN, l~CLUDINGBUT NOT LIMITED TO. DUCT MOUNTEDSMOt:E DETECTOR, 12fN CtRCOITS FOR OAMPEAS, COHTROl TRANSf0Rt,1ERS ANO CONTROt.lERS. 12. PRO.Eel SPEaflCATIOHSAAE N4 tm:GRAL PART Of THESE DRAWINGS.. 11 A SINGLE RECEPTACLE INSTALLED ON AH INOIWJUAlBRA.'tCHQRCUIT SiW.l HAVfAHAMPERE RAffiGOf NOT LESS THAN THAT OF THE BAANCHCIRCt.ll. tNOICATE THERECEPTAct.ESRATING. U. MINMUM SIZE OFCONOUIT SHALlBE l'4•. MNIWM sazE Of NEUTRALCONOUCTORSHALL BE #'lOAWG, UON t.lNIMVM SIZEOF CONDUCTOR SHALLBE#12 AWG UON IIINMJMCOHDUCTOR SIZEAT 120VOl.TSANO OYER 100f'TC1RCUITLEHGTH StW.l BE #10AWG UON MNIMUMCOHOUCTOR SIZEAT 2TT \IOlTSANOOVER 200Fl. CIRCUT LENGTH SHAU. BE '1°"WG U0N. 15. AU WORK SHALL CONFORM TO nE LATEST REOUIIDIENTSOF THE LOCALBlM.DtHGCODE. ARE PREVEfrITTJNCOOE. NEC. NfP"-UL, AND ALL OTtER OOYERNING AGENCIES ~vtfG .l.lRISOICTl:lN. 11, THE ORA'MNGS INDCATE SIZE ANO GENERAL LOCATION OF WORX. SCALE DMENSOIS stW.L NOT BE USED. THE EMCT LOCATION AND ElE\IATlONOf ALL RECEPTACLES AND TELEPHONE I CATA OUTLETS fTC .. SHAU BE DETERMINED FROM THE ARCHITECTS ORA~ UOH 17. ALL CIRCUT NUweERS "CICATEDON PtANSAAE FOR Cl.AMY 0Ht Y, AELDCOfOT1CHS PREVAL CIRCUT NUM3ERS ARE INTENDED TO BE USED FOR OUNmTESAHO FOR OESO&AffiG Wt'ATOUT\.ElSWI.LBE ON THE SAMECllCt.lT. THO NEED NOT 8EAPPLED I.ITERAUY FORN:.Tt.W.. CXHECl10NS TO OUTtETS EXCEPT WHERE OAAY'l1NGS CALL FOR SEPARATE NEUTAAL THE ELECTRICAL CONTRACTOR SHAU PR0\11'.>£ CfitCOOS iMni PROf'ER JW.SE SEQUENCING FOR E\'ERY NEUTRA.L WIR.E REOU~EO. 1l ELECTRICALCONTRACTORSHALLCOOROINATEHtSWOF!IC WITH OTHER TRAOESANO CONFER WITH OTHER CONTRACTORS WliOSE WORK t.t0KT AFFECT THIS INSTAU.ATK>H. 11 lHE USE Of AAM0R.ED Cl.8lE (BX) FOR H0MERUNS ,SNOT PERMTTED AU WIRlfG BENF...£N THE ElECTRK:AL Q.OSET At<> TEhAHT ARE.A SHALL BE Ii MC CA8l..ttG 'M1li GREEN GROI.Jt«>, AU 'MRING wrTHIN ELECTRICAL. CLOSET SHAU BE WITH IN EMT CONDOO 20. FLEXIBLE METAU.CCONIXJIT SHALL BE USED FOR FINAl CONNECTION TO MOTORS AND TO RECESSED MOUNTED UGHTI~ AXTIJRES LENGTH 81-W..L NOT EXCEE05-FT. 21 PANEL DIRECTORIES SHAU BE UPDATED TO CONFORM TOWOfl;K. 22. TW012)ADDfl10HAl COPES Of A$.8l.l.T MAAKEO..LJP DRAWINGS ~1NGCOHDUT RUNS ANO ~TlNG SHAU Be CWEH TOBUILDl'«l MANAGER AT THE COWU:TlON Of THE PROJECTS. 23. COORDINATE v«TH UD1NG MANAGERAfC>GENEAAlCOHTRACTOR PRIOR TO SI.A8CUTSAN0 CORE DRILL 2, ALLRECEPTAClESMREO TO 1P-2M BRAHCH CRCUT BREAKERS SHAU. BE NEIM S-20R. U.OX 2'5 SEE ARCHITECTURAi.. DRAWINGS FOR CEUNG 'tt'ORK ANO SPECFICATlONS, COOROINA TE WITH GEPEAAl CONTRACTOfl M, tiilNIMUM 'MRE SIZE #12 AWG 2T. ELECTJUC PANELS COVERS ME NOT TO BE LEFT OFF AT NM TIME u~ss MEN ARE WORXING ON SAME. C<:NERS SHAU. BE Rm.ACED EliCH HIGHT BEFORE LEAVIHG.a! SITE. 2l 9UllOtNG ARE ALAAMSYSTEMWT£GRITY ~ BE MAJNT..,NEOAT AU TIES (BEFORE DURING NCIMTEROEMOUTION ANOORCONSTRUC'OON). zt. ELECTRICAL CONTRACTOR SHAU PRO\ll>E TEMPORARY UGH TING IN AU AREAS OF CONSTRUCTION. THE CONTRACTOR SHALL Cl.EARi. Y LABEl PANELS ANO BREAKERS USED FOR WHTING. LOCATK>N OF PANELS TO BE SHOM-l ON ROOR Pl.AN POSTED AT ENTRANCE TOWORKAAE.A. PROPER TEliflOAARY I..IGH1lNGAND POWER lolUST BE NSTAU.ED AND MAINTAH:.D,. AU. 'NORK AREAS. TEltiFORAAY UGHT ANO POWER STRNGERS StWJ. UTlJZE C.TAP TERMfW.S. LAMP HOLDS SHALL HAVE LEFT HANDED SCREW SHEU LAMP HOLDERS AM> N(W.METAU.JC lAllf> GUARDS. CONHECOONS TO EXISTING STAIRWEUAN> EXIT UGHT SYSTEMS ARE NOT TEMf'OfWn'. TEliFORARY UGHmG TO BE REMOI/EO BY ELECTRICAL COHTRACTOR AFTER. C0MPI..ETl)N Of JOB. 30. -'LL NEW MATERW.S REOUIRED ~U C'Of¥0RM 'MTH THE STANDARDS Of THE UNOERv.,:uT'ERS LA90RATORtES INC. (l.lU IN E\'ER'f CA.SE WHERE SUCH A STANDARD HAS BEEN ESTABLISHED FOR THE PAATICULAR TYPE OF MATERIAL IN QUE.STION, UNLESS OTHERWISE NOTED. 31 If THE CONTRACTOR OCSCOVEASAH'I DCSCREP~ESON THESE DRAWINGS THE CONTRACTOR ~CON'TACTTHEE~EEA FORCI.NUACAT10N. If ENGINE.ER CANNOT BE REACHED PPJ0Ft TO P'RJCt«; THE CON'TAACTOR MUST SlATE SUCH OtSCREPAHCES ~ BIO PROPOSAL AHO BREAK OUT PfUCING. 32.. REFER TO tNAC AHO PlUMBNG ORAMNGS FOR APPROXWATE LOCATlOHSOf All EQUIPMENT REOUIRING P0W£R. REFER TO PANS. SQEDUI..ES FQR O'iERCURRfNT PROTECTION. WREANO COOOUfT sazE TO EACH EOUIPMENTLOCATION. COORDINATE WITH RESPECTI\IECONTRACTORFOREXACT INSTAUEO LOCATIONS OF EOUIPMENT TO BE POWERED. ELECTRICAL CONTRACTOR SHALL PROVIDE LOCAL UNFUSED OCSCONNECT SWITCHES AT EACH EOUIPMENT LOCATION. DISCONNECT AMPEAAGE SHALL MATCH AMPERAGE OF OVERCURRENT PROTECTION FEEDING THE EQUIPMENT. l3. RECTRl:A.I.CONTRACTORSHAL.L VISIT AN>EXAMINE CAREFULLY THE ExiSTINGAMASAFFECTED8Y THSWORK TO BECOME FIMI.JAA WITH EJQST1NG COHOfflONSANOfflllt DIFftCULTIE.S m..TVft..1.AfFECT THE INSTM.LA'OON OF n£ WORK. OONTRACTOR SHAU. PERFORMll«S. PflJOR TOSl.&ITTWGI-IS PROPO~ SUBJilSSION Of A PRoroSAl Wl.L BE CONSTRUED AS EV1>ENCE TMAT SUCH AN ~TION KU BEEN MACE MO LATER ct.AMS WU NOT Bf RECOGNIZED FOR EXTRA lA90R EQUAENT OR MATERIAl.S REOUREO BECAUSE Of DFFICUI. TIES ENCOUNTERED WHICH COULD HAVE BEEH FORESEEN HAO SUCH AN EXAMINATION BEEN w.oE. 3'. THE CONTRACTOR, BE.FOREINSTAI.LtfGAHY Of THE WORK, SHAU SEE TMAT IT DOES NOT tfTERFERE NTH CI..EAP.AICESREOUIREOFORFNSHEDCOlUMNS, HUNG CBIM3.S PLAS'TER PARTmONS WAUS E·TC .. AS SHOWN~ THE AACtnECTUflAl ORA~ AIC> OETAI.S. FAHY WOR;; IS SO INSTAUEOANO IT I.ATER DEVB..OPS TW.TSUCHDETAII.SOR DESIGN CANNOT BE fOU.()l(t'ED, TMSCONTRACTORAT I-ISCNN EXPENSE SHAU MAX£ SUCHQWGStfTHE WORl(AS DIRECTED BY THE ARCHTECT ASYIR1..AS TOPERlolT THE INSTAU.ATIONOF M A.RCKTECTURAL WORK AS SHOWN ON Tl£ P\.ANSANO OElAII..S. 35, THE CONTRACTOR SHAU. IAAINTAIN CONTINUCTY OF SER\llCE OH AU CRCUITS AFFECTED BY THESE CHANGES. WHENEVER rt IS REOUIREO THAT AN EXtSTtlG CIRCUIT BE REVISED, OtSCONNECTEDOR REMOVED IT SHAU BE UNDERSTOOD THATTHECIRCU,T SHAU BE RECONNECTED AND SERVICE REESTABUSHEO/N THE REMA.If.ING PORTION Of TIE CIRCUIT -'f'FECTEO BY THIS Al TERA TlON. ll ~ CONNECTOI fflTlt TIE AlTERATIONS TO THE EXISTING~ THERE 'MU. BECERTA.t( REMOVALSANORELOCAllON Of TtE WSTING ELECTIUCAL WORK hECESSA.RY FOR TltE SAnsFACTORY PERFORMANCE OF THE V'10Rk TliESE CHANGES CANNOT BE COMP\.ETB.. Y DETAI.EDOH TlE DRAWINGS 9UT SHCIOLOBE TA)( EN INTO CONstDERA TION BY rnE CONTRACTOR IN PREPARfrfG HIS PROPOSAL FOR THIS WORK. 37, PERFORM THE WORK AT SUCH TNE ANO 1H SUCH IIANNER AS TO MNIMIZE INTERFERENCE 'MTH 9Ul.DING'S NORMAi. OPERATION. NOTIFY BUil.DiNG REPRESENTATIVES IN ADVANCE EACH TIME ASERVICE OUTAGE ORNTERRUPTIONWI.LBE REOUIRED FOR Tl-IE PERFORMANCE Of SOME PHASE OF THE WOAA. SCHEOUlE SUCH SERVICE OUTAGE OR INTEAAUPTION OHL Y AFTER HAvt.G RECEIVEDAPPROVAl Of DATE. HOUR.AN:> TM: WTER\IAL REOIJIREO THEREOF. SCHEOUI..EOf WORKASOIRECTED~ 8E FOUOWEOASCLOSELY ASPOSS&.!.AU.CORJNG,Q«)Pfl,IG CHASl«iOf CONCRETE ANO WORK M«.:H REstlLTSIN NOISE SHAU. BE ACCOMPUSHEO BEFORE 1110 AM. OR AFTER 500 PM OR OH WEEl<.ENOS. COOROtNA'TE nt$ W0RI':: Y\ffli THE GEHERAl COHTAACTOR. AU. CORE ORIU. LOCATIONS SHALL BEVERFIED IN FIElDWrTH THE ARCHfTECT, ASBESTOS& STRUCTURAL ENGINEER. ~OR~NGCORE WALLS AND MASONRY Of OEMl5'NG PARTlllON WAUS IS NOT PERWTTEO. 31. WHERE MU.TIPLE OE\IICESARE TO BE INSTAI.LfDIN A SINGI.EAREA SUCH AS WAU.SMTCHES FORUGHTS THERMOSTATS, FAN SPEED CONTROL SNTCHES. PRO.ECT'ION SCREEN SWITCHES. fTC., CONTRACTOR SHAU. SUBMIT A SCALEDOAA'MNG TO THE ARCt-lTECT FORREVIEWSHCM1NG THE EMCTLOCATIONNI) MOUNT1NG HBGKTS Of THE VARJOUS DEYX:ES. OfVtCES SHAU BE ARRANGED fl A ~TEO FA9tON. INSTNJ.ATlONS MA.OE WTHOUT SUCH APPROVAi.. 'MU. BE RfWORKEOATCOfrlTRACTOR'SEXPENSE. 39. START Of WORK AND AU.ACCESS TO BULDING El£CTRJCALCLOSETS MUST BE COORDINATED WITHntE ,MLOINGIMNAGEMENT". .40. THE O?ERA.TION OF THE ELECTRICAL INSTALLATJJN OOES NDTCONSTITVTEAN ACCEPTANCE Of THE WORK BY ntE OWNER ANAL.ACCEPTANCE IS TOBE MAO£ Af'TER ntE COKTRACTOR HAS DEMONSTRATED THAT Tl1E 'f\lORI: FUlfl.LS THE RECUREW:NTS Of THE PlAHS AHO SPEctFl'.:A TIONS AND Ho\S FURNSHED All REOllRED CERTFICATES Of N'f"ROIAL FROM nE STATE AUTHOflfTES Mt.lNJ;fl'Al AllTHOAITESN-40 LNOERWAJTERS. •1. AFTERCOWUTIOH Of THEPRO.ECT. PERFORM A TEST Of Tl-IE EMERGENCY EGR.ESSUGHTlNGSYSTEM. TEST SHAU IE PERFORJ,£0AFTER 0AAK (AT LEAST 1 HOUR AFTER SUNSET}AHD AFTER 9 00 P.M. COORDINATE ACCESSIBfUTY AND TME VtiTH BUllDIHG. S&MULA TE POWER FAILURE ON AU LIGHTING QRCl.US. TAKE UGHT LEVEt READINGS ALONG PATliS Of EGRESS UTILIZING A FOOT CANDLE METER. RECORD READINGS ON A REOUC:ED SCALE (V16" -1'-0'")FLOOR Pl.AN. REAOtNGSSAALL BE TAKEN AT THE t.UOPOtNT BETWEEN EMERGENCY FOCTURESAT A HEIGHT OF 18 NCHESABOVE FLOOR. SUBMITWLEOAf.()SIGNEDCOPY Of THE A.OOR PLAN ANO READflGS TO THE ENGINEER. &2. All BRANCHQRCOOSGREATER THAN 100'1NLENGTH SHAU.BE•IO 43. COfrlTRACTOR SHAU COMPLY "1TH BUILDINGSTA.NOAROSPECIFICATK>HS. BUtUXNO STANOAROSHAU BE PART Of WORK ANY DISCREPANCIES BETWEEN 81.JI.OtNGSTANOAAD ANO lHE DESIGN DRAWINGS SHALL BE SUBt.lTTE[) IN RA f()RIAA T FOR ENGINEER'S REVIEW OURJNG THE 810 PROCESS. A COPY Of BUI.DING STANDAAO SHOi.JlO BE OBT..,NEO FROM 8l.l.0ING ENGfrlEER. '4. ELECTRICALCOHJRACTORSHAU. COORDINATE 08.NalJESwrrHCM ()q.GC TO DETERMl'4E ENTTm\AYS EOUIPMENT SIZES ANO~ REOUIRED 45. PROVIDE P\.ASl'l: GROtl.METSANO PUI.LWIRE FOR AU BIPTY OONOt.lTS. (DATAISECUPITVIA\I) 46. ELECTRICAL CONTRACTOR TO APPLY FOR APPl.JCASl.E EHERGY REBATES FOR EOUIPI.ENT (l.JGHTlNGANO OAYLJGHTING CONTROLS), SIJSMT COPY Of O()CUMENTSFOR OWNER ANO ENG~EER AS SHOP ORA WNO. REBATE SHAU 8E GNEN TO OWNER '-7. COHTRACTCR SHALL FIELO VERFY EXJSffiG C0tQn)NS. COfr(TACT ENGtlEER If ANY OSSCREPANQES COHFU::T WfTW OE5'GH '8. PROYlDE BACKBOX& sruB-UPV'IPUI.LWIRE FOR THERMOSTATS COORDINATE OUANTITY 'LOCATION WtMECti CONTRACTOR. '-9, CONTRACTOR SHAU. PROVIDE DOUBLE GA.NG BOX WITH s,NGLE GANG MUOPI.A TE Willi 1• ST\JB-UP WITH PlASTIC GROMMET ANO PUlL-wlRE FOR ™,TA/TELEPHONE OUTlETS 50. COLOR, HE.IGHT AHDLOCA.TICIN Of AURECEPTAClfSSHAU BE AS PER ARCttTECT. UPS RECEPTACt..ESSHALL BE BLUE, EMERGENCY HQN.UPS RECEPTACLES SHALL BE ORANGE 2ND NORMAL POWER RECEPTACLES SHAl.l 8E\IMTE 51. CONTRACTOR SHAU. Fl.lRNISHANONSTAU.AU WIRING TOHVAC UNITS COHTRACTOR SHALi.FURNiSH ANO INSTAll WIIUNGAHO MOTOR fl.ATE> !M1TCH FOR CONDENSATE PUMPS FOR EACH UNIT. THESE ARE NOT FACTORY INSTAUEO. 52. ElE.CTfUCAL.COHTRACTOR TOPROVIOE 120V POWER TO AU. \IAV BOXES SHOWN OH HVAC DRAWINGS. CONNECT QTY. tzO) PER 20A 1PCIRCUfT. 2#12.112G, 3'4-C. PRCMOE JUNCTION BOX WITH MOTOR RATED S'MTCH AT EACH VAY S0,'1l 53. rucnu:::ALCON'TRACTOR SHAU PftOVl)E AOEIXATEO t'lfNCIRCUT TOA.OOCMASTERCOHTROl PANEL PANEL OH MSFlOOR, TO IE LOCATED BY Tl£ 8Ul.DlfGCONTRa.S Mffi_ lllS CS NOT~ ON OWGS, BUT SHOUlD E INCUJ[)fD IN n£ BIO ASSUME 150' RUN TO PANEL 54. THE CONTRACTOR SHAI.L PROVIDE PUUCORDSINAU.EW"TY CONDUITS. WHERE MORE THAN ONE CONDITT TERMINATES INA JUNCTION OOX, THE ELECTRICAlCON1RACTOR 51-W.L IOENTIFV EACH J..80X. A.NO CONDUIT IN A MANNERAUOWING 10ENTIFIC.A.110N Of J.80XES ANO CONOUITS AFTER AU WAU. FINISHES HA\IE BEEN A.Pf>UEO. 55.AUJ.80.XESSI-W.LBEs&ZEOPERNECART1Cl..£31'-TA81..£ 314.1~ 56. PROVIDE C0NTAOt. MUNG IN COHDlfT AS~ R)R. COWlETE SYSTEM Yl'IRlfG ST. AU BRANCH WIRING SHA.LL BE CONCEAL£0 IN WAU..S AHO ABO\IE HUNG CEILING, IJ0N. 'MiERE THERE IS NO HUNG CElUNG CONDUIT SHAU BE RUN IN A NEAT ANO ORDERLY MAHN ER PARAUELANO PERPENOICUt.AR TO H\IAC OUCTWOFtK ANO ARE PROTECTK)t,j SPRJNKLER PIPING.. NO FlEXIBl.£ CONDUIT IS PERWTTED IN A.REAS WERE IT WU BE EXPOSED 511. COHTRACTORSHAUCOORDtNATE ONSITE AfCJ MTH MARCHfECT. THE EXACTLOCATlOHOf All R.OOR liOJNTED DEVICESRECUIUNG COREORIJJNGPRk:lR TO THE START Of A.NY SUCH WORK. 59 CONTRACTOR SHALL PROVIDE COMPLETE A5-f1Ul.T DRA.WWGS PRKlR TO C'OMP\..ETION OF PROJECT FOR REVEW BY ARC~TECT AND ENGINEER. eo. COORDINATEMff REOUIRED ELECTruCAl OUTAGESNIJ RECONNECik>NS WITH LANDLORD ANO TENANT REPRESENTATIVEATL.£AST A WEEK IN AOVANCE. PROVIDE '8 HOUR NOTFD.TlON TO LAHDI.ORD FOR ACCESS TO OTHER TEN.WT SPACES. 11. AU. JEW ElECTRICAI..ECMPMENT ARE TO BEOF W,EWANUF'ACTURERASEXlSTING lN.ESSOTHE.RWISE INDCATED. 62. AU CONNECTIONS TO FANS. MOTORS TRANSFORMERS, ETC. SHAU BE !MOE WITH lJOUIO TIGHT FtEXIUCOHOUl'T BRANCH CIRCUIT SIZING SlZE ANO OUANTITY a: CONDUCTORS SERVING AU. WIRING DEVICES SHAU BE PROVIDED TO MATCH THE CHART BELOW UNLESS OTH£RW1SE NOTED ON F\OQB PlAHS DETAILS PANEL ~Ha&LE:i QB B~B DIAGRA!!1. CB AMPERAGE Sll.ES ARE INDICATED ON PANEL80ARO SCHEDULES. I BREAl<ERSl2E SINOlEPOI.E ,.. Wi2• 1'12G tlY4"C 25' 21110. 1#111G ti )'4"C 30A 2#10.1#1001Nl'4"C ,.. 218 • 1#10G IN JrC ... 2111• ta1DGINYrt .... 2""•1Wl0GNl"C .,. 2111•1fn0GIN1"C !liA 211• t"OGINMtrc !DA 2tl•Ut'IOGIN1-tl4"C WI 2'11•1'9GNMWC ""' 21'•18'.il\l1-Vl"C ™ 2G • 1#80 N 1-ll'-"C BRANCH CIRCUIT VOLTAGE DROP (3%) !DA 2'0, • 1t9G ti 1-11'-"C THE CONTRACTOR StW.L PROVDE MINIMW WI 2Ml + te::; 1\11-V'-"C SIZED BRANCH CRCUIT CONDUCTORS PER ... 2C2•1"8GW1-114"C C()t()UCTOR IIIWiCH CIRCUIT\IOlTAGEM ... 212•118GW1-V2"C Sil£ CllCUl1 IAWGI OCOl'WSI 120 \DOA 2#\ • 1tl!IG ti U'l'C #12 15 82 142 "' 119 ·-235 211 313 .. 15 20S 356 411 '" I I I I ·~ I ·-,w I NOTES '10 IS 135 :: 1. ASSUMING SINGlE PHASE CIRCUIT, 9<M POY/ER 1112 20 #10 20 .. 20 "'' I 3) .. 3) FACTOR UNCOATED COPPER CONDUCTORS N 61 107 123 142 ·-·-I 2. ~~~~~~~~~~~~~~ IS CONCENTRATED AT THE ENO OF TI-E CIRCUIT 102 170 203 234 154 267 308 356 I I -· I __ I __ I 3· :t=~~g~~~~~~~ =~E I ., I 103 I ,. 165 120 I 190 14D 225 ANO THE CONTRACTOR HAS PROVIDED A VOlTAGE OROPCAlCUl.ATION. THE CALCUl.ATION RESULTS StW.l. BE MARKED ON THE A.S-SUIL T PlANS. TWQ.POlE 2'12--1112GIN3'4:"C 21r10--1stOGINl""C 2#10.l#IOGINl'<t"C 21i1B•t.,OG1Nl'.f'"C 2111 • 11100 Ill ~"C 2#6•1#10GIN1'C 2111 • 1110G f4 t"C 218 • t#'IDG IN t-V4'C 2f4..1#10GIN1-11•"C ~ 1ia3 ti 1-V4'C 2tt• IM:IG IN 1 • V4"C 210 • 1#8G IN 1-1/4'C 213,•1'8Gtl1-11.t"C 210. , .. tt 1-tW'C 212 • t#BG N 1•114"C 2tr.!•1#8GIN1-112"C 2W1•1'8GN1-l/'l'C Tlf<EE./'Ol.E lf'l2•1#12G1Nl""C 3WI0+1110GIN)f4"C 3#10+1#10GIN3'4"C 3illl•111001N:M-C ••1#10GNl'f"C 3#9♦1#10GINl'C lll6•1#10Gtl1"C llllS • 1.,0G IN 1-VC"C Jlll4•1#10GIN1-11C"C lM•1#BGIN1-l/l"C »1•118GIN1-Vt'C 110 + 1#8G IN 1-11'-"C 3l!O + 1#8G IN 1•U4"C X,+1Jl8GIN1·\ll"C 1'!:•1MM3N1-1/2'C 3112•t#8GNl-1/2'C 3fl• 1#8G ti 1-VZ'C lHREE./'01.E (4-WIRE) 4112• 11120 ti Y,rc 4#1()..1#10GINl'4'C 4#10+l#10GIN3'4'C 4-•1#t0GIN3'4""C 418•1#t0GIN:M"C 4'16•1#10GIN1'C 416 • 1'1DG IN 1-\/.c"C 4'6•1fi0GIN1-\l.rt 4#:1 • l#'IOGJN 1,1/4"C 4'¢•1t&GIN1-tJ4"C 4.liil.•118GIN1-114'C 4#3•1#8GIN1-t14"C 4i13•1.teGINl•Vl'C («3+1'80~1·1/2"C 4'tl•Ull8Gt41·t/2"'C 4#'J•1'9Gtl2"C 411•1119GIN2"C e j .:c ~ 0 .Q '"0 ~ !: J 8' . - ' Cl Si'SKA HENNESSY -· .. ~~1/ .... 0,..,.hc Cl"WNA---•.., '-'o.gii:> CAt2,o, Tll.~OllO _,.,.....,Cl:)ff\ C, C 8 en a:: ~ I w $ I-C 0 ., < u u z 5 ii ..J ·c i ~ a, " en u ex: -g i w .c • z ~ £ w .. g (!) u ~ en-.---~ ,,..,.., -=-.. __,Xlll E002 I i i • l t I ' i ! l 1~ -~ !i !j IJ ii u ,i 11 ,1 t l i! j~ ti i M PART 1-GENERAi.. A CONTRACT PERFORMANCE 1. EXECUTE THE WC>RK N THE BEST ANO MOST lHOROl.>GH MANNER & TO THE SATISFACTION Of 'THE CONSUlTING ENGINEER, YIHOWILLJOtNTlY INTERPRET THE MEANING Of THE OAAWINGSANDSPECIFICA'OONSANO SHAll HAVE THE P001:R TO RE.ECT AH1 WORK AND MATERIALS WHCH, IN THEIR JUOGMENT, AAE NOT N FUll ACCORDANCE THEREVtml 2. EXCEPT FQRQWjGESASMAY BE SPEctFICAl.l.Y APPROVED BY THE CONSULTING ENGINEERS. IN A~NCE WITH Al TERNA.TES OfOPTIONS STATED HEREINAFTER.AU. WOR~ MUST BE IN FULlACCORDNiCEV11TH THE INTENT OF THE PI.ANSAND SPECIFICATIONS, COMPLETE IN EVERY WAY AND READY FOR SATISFACTORY ANDEFFICtENTOPERATIONWliEN DELNEREDTO niE OWNER. 3. WHERE DISAGREEMENTS OCCUR BETWEEN THE Pt.ANS AND THE SPEClflCATK>NS, OR 'MTHIN EITHER OOCUMENT ITSELF, THE ITEM OR ARRANGEMENT OF BETTER OOAI.JlV. GREATER OUANTITY OR HtGHER COST SHAU BE INCLUDED IN THE BASE SID. 4. THE DAA"1NGSSHOVY THE VARIOUS CONDUT AND P1PING SYSTEMS SCHEMATICAI..LY. CONTRACTOR SHALL FURNISH AND INSTALL AU. NECESSARY AJNCTlON BOXES, PULL BOXES, SllPPORT AND ACCESSORIES TO MEET APPUCABU: COOES, BUIU)f,jG STANDARDS ANO F'IJLFILL CONTRACT DOCUMENTS. NOAOOEDCOMPENSA.TION 'MLL BE PER"'11TTEO FOR VARIATIONS DUE TO AELD CONDITIONS. 5. THE CONTRACTOR COVENANTS ANO AGREES THAT HE A.ND HIS SUBCONlRACTORS AND HIS ANO THEIR AGENTS. SERVAH'TS AND EWI..OYEESWII..L PROVIDE AND MAINTAIN A SAFE PLACE TO WORK ANO THAT HE ANO THEY 'MLLCOMPlY 'MTH All LA'NSAND REGUI.AllONS OF AHY GOVERNMENTALAUTHORlTY HAVING AJRISOICTION ntEREOF AND THE CONTRACTOR AGREES TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CONSUL TING ENGINEER. ARCHITECT ANO OWNER FROM .o.tID AGAtlST ANY LWIUT'I', LOSS, DAMAGE OR EX.PENSE, lf,jCLUOtNGA TTORNEY'S FEES ARISING FROM FNLURE OR ALLEGED FAILURE ON ntE PART Of TIE CONTRACTOR, HiS SUBCOOTRACTORS ANO HIS AND THEIR AGENTS. SERVANTS ANO EMPlOYEES TO PROVIDE ANO MAINTAINA SAFE Pt.ACE TO VVORK OR TO COMPLY WTTHALL lAWSANO REGULATIONS OF ANY OOVERNMEHTALAl.lTHORITY HAVING ~TIONTI-IEREOf. 6. THE CONTAACTOR ANO EACH SUBCONTRACTOR COVENANTS ANO AGREES TO INDEMNIFY, DEFEND ANO HOLD HARMLESS THE CONSUl TING ENGINEER, ARCHITECT ANO OWNER FROM AND AGAINST ANY LIABILITY. LOSS. DA.WiGE OR EXPENSE, INCLUDING ATTORNEY'S FEES ARISING FROM A FAILURE OR ALLEGED FAILURE ON THE PART Of THE CONTRACTOR. HIS SUBCONTRACTORS AND HIS ANO ntEIR AGENTS, SERVANTS AND EMPlOYEES PROPERLY TO DISCHARGE ntE OBI.JGATlONS ASSUMED BY HIM OR THEM ti THE PERFORMANCE Of THE WORK, INCLUOtNG AH'f ACT OR OMISSION ALLEGEDLY RESULffiG IN DEA TH OR PERSONAL IN.AJRY OR PROPERTY DAW.GE OR IMPAOPER CONSTRUCTK>N, CONSTRUCTION TECHNIQUES OR THE USE OF IMPROPER OR NAPPROPRIATE "'TERIAL OR TOOLS. 7. Tl1E CONTRACTOR AGREES THAT ANY CONTROVERSY OR DISPUTE TO MIICH THE CONTRACTOR. THE ARCHTECT. ANO THE CONSULTING ENGINEERS ARE: PARTIES SHALL BE SUBWTTEO TO ARBITRATION FOR DfCWION IN ACCORDANCE WITH THE RULES OF SUCH ASSOCIATION FOR CONSTRUCTlON INOlJSTRY OISPUTES. ALL SUBCONTRACTORS UKE'MSE AGREE TO SUBMIT TO SUCH AABITR.ATION ANY DISPUTE BETWEEN OR AMONG THEM. THE CONTRACTOR, THE ARCKTECT ANO ntE CONSUL TING ENGt4EERS, AND THE CONTRACTOR AGREES TO lM.KE AVAII..A8LE TO THE CONSULTING ENGINEERS ON DEMAND StGNEOCOPIES Of THE CONTRACT SE1WEEN THE OWNER ANO THE CONTRACTOR ANO 8€TWEEN IBE CONTRACTOR AND HIS SUBCONTRACTORS. TI-!E CONTRACTOR AND EACH SUBCONTRACTOR AGREE THAT BY SUBIIITTING A BID WHICH IS ACCEPTED. THIS PARAGRAPH SHALL BE DEEMED A WRJTTENAGREEMENT TO SUBMIT ANY CONTROVERSY THEREAFTER ARISINGARSITRATlON. !I. All WORK SHAU BE OONE IN CONFORtN\NCE WITH All GOVERNING CODES. INCLUDING AMENDMENTS, Buu.ETINS, ETC~ AS WEUAS STANDARDS OF INST ALLA l10N ANO EQUIPMENT ESTABLISHED FOR THE BUILDINGS, AND REQUIREMENTS Of 'THE OWNER 9. OBTAIN AU NECESSARY PERJ,IITS AND APPROVAL FROM GOVER~NG AUTttORITIES ANO FI.EAU NECESSARY FORMS. PAY AU INSPECTION FEES. 10. COORDINATE SCHEDUUNGOF ALL WORK TO BE PERFORMED 'MTH OWNERANOtOR HIS AGENT AND INCLUDE ALL NECESSARY PREMtUM TIME RE~ED FOR SHUTOOWNS WORK IN OCCIJPIEO AREAS, ETC. 11. ALL AREAS ASSOCIATED WITH WORK TO BE P£RFORt.'iED SHALL BE EX.IMMEO PRt0R TO mo SUBtr.lSOON, NO ADOITIONAl COMPENSATION SHAL.l BE IAADE FOR CONDITIONS FOUND OURtNG INSTALl.ATION. 12. BEFORE COMMENCING WORK.. EXAAINE AU AOJOIMNG WORK ON WHCH THIS WORK IS IN ANY WAY DEP1:NDENT FOR PERFECT WDRXMAHmf' ACCORDING TO THE INTENT OF THIS SPECtFtCATION, AND REPORT TO THE CONSTRUCOON IMNAGER AHY CONDITION WlfCH PREVENTS PERFORWJ..CE Of F~ST-CLASS WORK. NO -WAIVER Of RESPONSIBUTY" FOR INCOMPLETE, INAOEOUATE OR DEFECTNE AO-OINING WORX 'MU. BE CONSIDERED IJNLESS NOTICE HAS BEEN ALEO BEFORE SUEMTTAL OF A PROPOSAL 13. COORDINATE AU WORK WITH OTHER TRADES TO INSURE INSTAl..l.ATION IS MADE IN ACCORDANCE Wint THE CONTRACT DOCUlil:NTS. H. FURNISH AOEOUATE LIABILITY INSURANCE ANO BONDliG AS REQUIRED BY OWNER. 15. INCLUDE AU LA90R, MATERlALS, ANO APPURTANANCES REQUIRED FOR THE FURNISHING INSTAWNG AND TESTING Of All 'WORK. COMPLETE ANO MAKE READY FOR OPERATION IN A MANNER SATISFACTORY TO THE ARCHITECT AN() CONSUi. TWO ENGINEER. All WORK SHOWN ON DRAWINGS AND SPECIAEO HEREJN. 16. AU WORK SHAU BE GUARANTEED FOR TWO (2) FULL YEARS FROM THE DATE WHEN THE OWNER HAS tssuEO A "CERTIFICATE OF SUBSTANTIAL COMPLETION". 17. El.ECTRICAL CONTRACTOR SHAU tHClUDE, IN em, STANDBY TIME FOR TENANT MOVE-IN. 8. SHOP DRAWINGS ANO SUBMITTALS 1. SUBMIT SHOP DRAWINGS FOR Rfl/lEW PRIOR TO THE. START Of MY WORK. ANY WORK OR EOUIP1i1ENT ~STALLED PRIOR TO REVIEW Of SHOP ORA~GSANO FOUND TO BE UNACCEPTAB..E SHAU BE REMOVED AND MOOIAED AT THE CONTRACTOR'S SOLE EXPENSE ~CLUDIOO ANY RE SUL TANT SC>IEDUUNG DELAYS EXPERIENCED BY ANY TRADE. 2. THE ARCHTECT ANOOR ENGINEER 'Mll REVIEW SHOP DRAWINGS AND SAMPLES FOR CONFORMANCE WITH ntE DESIGN CONCEPT OF THE PROJECT ANO THE INFORMATION CONTAINED IN THE CONTRACT OOCUI.ENTS. THE ARCHITECT'S ANO'OR ENGINEER'S REVIEW OF SHOP DRAWINGS AND SAMPLES IS ONLY FOR THE CONVENIENCE OF TliE OWNER IN FOllOWING THE WORK ANO DOES NOT REL.EVE THE CONTRACTOR Of RESPONSIBILITY FOR DEV~TIONS FROM THE REOOF.EMENTS OF THE CONTRACT DOCUMENTS. THE ARCttTEcrs ANO'OR ENGINEER'S REVIEW SHALL NOT BE CONSTRUED ASA COMPI.ETE OR DETAILED CHECK Of l'HE WORK SUBMITTED. NOR SHAU. IT RELIEVE THE CONTRACTOR OF RESPONSIBILITY FOR ERRORS OF ANY SORT IN THE SHOP DRAWINGS ANO SAWLES, OR FROM ntE NECESSITY Of FURNISHING ANY WORK REQUIRED BY THE CONTRACT OOCUMENTS WI-OCH MAY HAVE BEEN OWTTEOFROMSHOP OAAWINGSUBMITTALS. 3. THE REVIEW OF A SEPARATE ITEM SHALL NOTINOICATE REVIEW OF THE COMPLETE ASSEMBlY IN WHICH IT FUNCllONS. NOTHING~ THE ARCHITECT'S A NOOR ENGINEER'S REVIEW Of SHOP DAAVr'INGS AND SAMPLES SHALL BE CONSIDERED AS AIITHORlZJNG a. A OEPARTIJRE FROM CONTRACT DOCUt.ENTS ORSPEQFICATIONS. b. AOOIT'iONAL COST TO THE OWNER. c. INCREASED TIME FORCOMPI..ETIC)H OF ntE WORK. 4. NO PART OF THE WORK 8K'll BE STARTED IN 'THE SHOP OR IN TI,E F1El0 UNTIL THE ARCHITECT ANQ'OR EIGNEER HAS REVIEWEOTHE SHOP ORA'MNGSA.NO SAMPLES FOR TKfi.T PORTK>N Of THE WORK. THEREAFTER. THE WORK SI-L'U. BE EXECUTED IN ACCORDANCE W\TTH THE CONTRACTOOCUt.ENTSANDTHE INDICATED STATUS OF IBE REVIEWED SHOP DR.AwtlG. 5. SAMPLES SHAll BE suwmo FOR REViEW WHEN REOUESTEO BY THE ARCHITECT A.NOOR ENGtNEER 8. TWO WEEKS ATTER AWAAfJ OF CON1RACT SU6MIT A SHOP DRAWING LOG FOR REVEW Vl1TH SUBMITTAL DA TES ANO SUBL41TTAL TYPE. 7. PROVIDE OP€RA TlONS ANO MAINTENANCE MANUALS FOR AU EQUIPMENT AND MA TERIAlS. C. As-wtl T DRAWINGS 1. PREPA.REAND FURttSH TOOV'wNER •AS-aJtLr PlANS FOR ALL WORK INSTALlEO. PROVIDE CAO DRAWINGS ANO CAD ALES ON A COMPACT DISC COMPLETc.O IN THE LATEST VERSION Of AUTOCAO.All ORAwt/GS SHAU BE IN A STYLE COMMENSURATE WITH THE ENGINEERING DESIGN. THE ENGINEERING DESIGN CAO DRAwtNGS OR BACKGROUNDS WILL BE FURNISHED FOR USE TO THIS CONTRACTOR FOR ntE PURPOSE Of THSS SUBldlSSKJN (SU6WT A CAO INDEMNIFICATION AGREEMENT). 2. OURINGCONSTRUCTON, KEEP AN ACCURATE RECORD Of All DEVIATIONS BETWEEN THEWOfUC ASSHOWNONORA'MNGSAND THATWHtCH ISACruAU.Y INSTALLED. TKS RECORD SET OF PRINTS SHALL BE KEPT AT JOB SITE FOR INSPECTION. 3. UPONCOl.1PI..E110NOf THE INSTAUATION. SUBMIT ONE SET OF Bl.ACK ANDWI-ITE PRINTS Of THESE "AS-8Utlr RECORD ORA WINGS TO TI-!E CONSUL TING ENGINEER FOR REVIEW. AFTER REVIEW BY THE CONSUL TING ENGINEER, MAKE NECESSARY CHANGES TO TI-tESE PRINTS ANO THEN DELNER THEM TO THE OWNER FOR RECORD. FINAL PAYIIENT Y'l'IU BE WITHHELD UNTI. COMPLETION Of "A5-8UIL T"' ORA 'NINGS. 4. AS-SUILT DRAWINGS SI-IAU CONTAIN EMCT ROUTING AND ELEVA TlONS Of All CONDUIT SANKS ACTUAL PA.NELBOARO CIRCUIT BREAKER POLE POSITIONS USED FOR EAc.t CIRCUIT, AND OOCT LOCATK>N Of All EOUJ>t.1ENT. All OIMENstONS SHALL BE REFERENCED TO BUILDING STRUCTURE CENTERLINES, PART 2 • PROOUCTS A EQUIPMENT SPECIFICATIONS 1. AU. EQUIPMENT ANO IM.T'ERIALS SHALL 81: NEW, UL USTEOA.NOS!W.!.CONFORM TO ANY AOOl'TIONALLABEUNG, TESTINGANOCONSTRlJCTlON REOOIREMENTS ESTABLISHED BY ntE GOVERNING AUTHORITIES. SAME ~Ll 8E GUARANTEED FOR 1 YEAR SUSSEOUENT TO ANAL ACCEPTANCE 2. AU EOUIPMENT(ELECTPJCAL AND MECHANICAl)SHALL BE SPEctAEOTO HAVE-VOLTAGE RATINGSCOMPATIBl.E WITH THE PROVISIONS OF ANSI Ck. 3. AU. EXISTING EQUIPMENT TO BE RELOCATED, OR TO BE INSTAU£0 FROM STORAGE SHA.LL BE CLEANED. 4. AU. CONDUIT FOR LIGHTING ANO POWER SYSTEMS SHALL SE 3/4' !'-IINIMI.Jlif). 5. ALL LOW TENSION CONDUIT FOR DATA, TELEPHONE, SECURITY,~ TELEVISION, ElC., Stw..L. BE 1" MlNll.fJM E.M.T. OR.ALUMlm.JM U.0.H. TERt.tNATE 'MTH BUSHED OPENtNG IN HUNG CERJNG OR UNDER RAISED FLOOR. EMPTY F\.EXIBLE CONDUIT SHAU NOT BE PERMITTED FOR LOW TENOON CABLING UNLESS WRtTTEN APPROVAL IS 08TAINEO FROM Tl-IE ARCHTECT ANO ENGINEER. ALL LOW TENSION EMPTY CONDUIT SHALL BE PROVIDED WITH TRI.J.MEASURE TYPE DRAG UNESFORFUTURE CABlf NSTAUATJON 6. All WAU l«lUMTEO TELEPHONE AND COMMUNICATIONS OUTLETS SAALL HAVE THE EMPTY CONOUll STUBBED ANO BUSHED INTO AN ACCESSIBL.E AR.EA IN THE HUNG CEUNG OR RAISED FLOOR. (NOTE: ACCESSIBLE AR.EA MAY BE OUTSIDE IBE ROOWAREA IF AN INACCEsstBl.E CEILING is UTILIZED.) 7. INTERI.EOIATE WET AL CONDlNT SHAU. BE USED WHERE SUBJECTED lO ANY WATER OR lrltOISTURE CONOITtOHS. PVC SCH. SO WHERE BURI€[) IN stAB. !I, All 1SAOR 20A, SIIIGLE POLE, 120VOlTOR20!I VOLT BRANCH CIRCUIT RUNS IN EXCESS OF 100 FEET FROM ntE PANEL TO THE DEVtCE SHALL BE PROVIDED WITH #10 MINIMUM AWG VI\RE FOR JTS ENTIRE LENGTH. 9 . .UNCTION OR PUll BOXES SHALL BE FURNISHEDANOf.lSTALLEO'WHERE !NotCATED ON Pt.ANS ANO WHEREVER ELSE SUCH A BOX MAY BE NECESSARY TO FACIUTATE INSTALLATlON OR CONFORM TO COOE REOUIRElr.ENTS. COORDINATE LOCATIONS Of SA.IM:: Wint ARCHTECT FOR ACCESS4BIIJT'( ANO AESTHETIC CONSIDERATIONS. GENERAUY, JUNCTlOH BOXES ANO PIJU. BOXES SHALL BE INSTALLEO EVERY 100 FEET IN CONDUIT HORIZONTAL RUNS ANO SHAU NOT BE EXPOSED IN FINISHED SPACES. ALL CA6LES WITHIN PQL BOXES SHAU. BE PROPERLY TAGGED FOR IOENTFICATlON. LABEL ALL COHOLITS WITH FEEDER DEstGNATlON, AT ENTRY ANO EXIT TO THE BOX. 10. PROVIDE WIRE TROUGHS WHERE A RACEWAY IS REQUIRED TO ACCESS THE FLOOR SYSTEM. 11. IN.SULA TING BUSHINGS OR INSUI.A TING THROATS SHA.LL Be INST Al.LED ON AU. ATTINGS. 12. FOR AREAS OF PUBUC ASSE~Y (SEEARCHITECTUAAL DRA'MNGSFOR LOCATIONS),BRANCH CIRCUITS FOR l.lGHTtlGANO POWER SHAU SE RIGID GALVANIZED STEEL, ANO ~LL BE SEPARATED FROM THE '40RMAL OOHTING AND POWER CIRCUITS. ADDITIONALLY, BAANCH CIRCUITS FOR EMERGENCY EGRESS ANO EXIT LIGHTING SHALL BE DEDICATED. 13. COORDtlATE WITH PV8UC ADDRESS SYSTEM VENDOR FOR EMERGENCY CONTROL PANEL REoutREMENTS. 14. OUTlET BOXES SHALL BE CODE GAUGE GALVANlZEO STAMPED STEEL 4 INCH SQUARE BY 1-1f2~HES DEEP FORPOWERAND41HCHESSOUARE BY 2-112 INCHES DEEP FOR COMMUNICATION, FIRMLY ANCHORED IN PlACE.. BOX VOlUME SHALL BE: l,S REOUtREO BY GOVERNING CODES Wffii BLANK COVERS PROVIDED FOR ALl BOXES USED FOR .AJ~TION PURPOSES. GEM BOXES SHAU ON!. Y BE USED WHERE DIMENSIONAi. RESTRAINTS EXIST ANO WHERE THE COWTRACTOR HAS OBTAINED PERt.lSSION FROM ntE E~EER. MIA.Tl-GANG BOXES SIW..l BE PROV10EO WITH EXTENStON COLLARS IIIOUNTEO 'MTHIN 118 INCH OF OUTER SURFACE. WH€RE OUTLET BOXES ARE SHOWN FOR FLUSH MOUNTED OEVtCES A SINGLE GANG PlASTER RING SHALL BE PROVIDED, ANO MOUNTED WITHIN tr3iNCH OF OllTERSURFACE. 15. DISCONNECT S~TCHES SHALL BE OM08 FUSIBLE OR NONFUSIBlf WITH CURRENT ANO VOLTAGE RATING AS INDICATED ON PLANS. S'l't'ITCHES SHAU BE HORSEPOWER RATED. ENCLOSED TYPE SUITABlE FOR PADLOCKING~ OPEN POSlnoN. 16. HORSEPOWER RATED Tl-tERMALSWITCHES (BRYANT ORAS APPROVEO)SHALL 6E USED FOR ALL MOTOR CIRCUITS. ELECTRICAL CONTRACTOR SHALL INSTA.U. V'IHERE ,\PPUCABlE TOGGLE SWITCHES FOR USE AS DlSCOHNECT. THESE sw,rcHESSHAU. BET RATED FOR RESfSTANCE LOADS AND 'M" RATED FOR MOTOR LOADS. 17, STANOAAO DUPLEX CONVENENCE RECEPTACLES SHAtl BE SPECFICATION GRADE NEMA S-15R. 5-20R, 2 POLE, 3\\1RE, GROUNDED, 150R 20AMPEP.E RATED FOR DEVICES SHOWN ON A 150R 20A.lr.f)ERE CIRCUIT (RESPECTIVEl Y). PROVDE DEVICES RATED TO THE EOUIVALEUT CIRCUIT BREAKER SIZE UNLESS OTI-ER'MSE NOTEO. GROUND FAULT TYPE Sl-lALL BE USED MiERE REQUIRED BY GO\IERNING COOES INCLUDING AU. DEVICES SHOWN TO BE 'MTHIN SIX FEET Of A ~KIWATER. 13. S\\1TCHES SHALL BE FLUSH, SPECIFICA TlON GRADE. QUIET TUMBLER TY PE. GROUNOEO, SEHi NO COMMON PlA TE PlA TE MTH BARRJEREO BACK BOX 'M-tERE REQUIRED BY CODE FOR t,tl,JLTIPL.E ctRCUTS GREATER THAN 250VOLTS, SINGLE POLE S'MTCHES SHAL..L. BE 20.AMPERES, 2TT Vot.T. 19. DEVICE TYP£S, IMNUFACTVRERSANO COLORS SHALL BE SPECIFIED BY THE ARCHTECT. If NO SPeCIACATlON HAS BEEN PROVIDED, Tl4SCONTRACTOR SHALL OBTAIN All. INFORMATION REGARDtNG ntE ABOVE FROM THE ARCHITECT PfOOR TO THE SUBMtSSION OF BIO. OR SHAU INCLUDE THE ABtLITY TO FURNISH ANY J.IANLIFACTURER SELECTED BY THE ARCHITECT OUIUNG TltE SHOP DRAWi~ SUBMISSK>N PHASE. 20. DEVICE PL.ATES SHAU. BEAS INDICATED ON THE ARCliTECTURALOAAWINGS. COOROtNATE EXACT COI..OR 'MTH ARCttTECT 21. AU CABLE SHAU BE COPPER WITH Tl-fWN OR THfiN INSULAOON FOR HORIZONTAL APPUCATIONS ANO XHHW FOR VERTX;AL APPLICATIONS p.E. WHEN PASSING THROUGH A CABLE SUPPORT BOX), EMPlOYEDAT THE 75•ccooe RATEOAMPACITY. NO SMALLER THAN No.12AWGSHAU. 8E USED UNLESS SPECIACALLY NOTED ON Pl.ANS. COLOR COOING SI-W..L CONFORM TO COOE REOlAREMENTS. CERA TE ALL CABLES PER LASTEST VERSION OF THE NA TlONAl ELECTRICAL CODE. 22.. All CONDUCTORS SI-W.l. BE STAANDEO COPPER. 23. All CABLING FURNISHED FOR INSTALI.A TION EXPOSED (NOT IN AN ENCLOSED RACE~AY) IN AN AIR P\..ENUM CBUNG OR Fltx>R SHALL BE APPROVED FOR USE BY GOVERNINGAUTHORITlES. AND SHALL CONFORM TO UL 910 V'lfTHA MJNIMUM Of 125 DEGREES CELStUSRATED~CKET. 24. All SUPPLIED LUGS FOR EOUIPMENTREOUIRING HA.RD-WIRED CONNECTIONS, ETC. SHALL BE DOUBLE INDENT. 2 BOLT HOLE, LONG BARREL ANO COMPRESStON TYPE. PROVIDE DOUBLE INDENT "HEXAGONAL" COw>RESSION DfES ANO TOO:. (T & B OR BUR.NOY OR AS REVIEWED). MECHANICAL LUGS, SINGLE INOENTCOt.FRESSION TOOLS ANO UNl\'ERS,\l DIES SHAU NOT BE PERMlmO. AU COMPRESSK>N TCX)l,..SANOOES SHAU. BE MANUFACT\JREOBY THE LUG VENDOR. 25. AU SUPPi.JED IN.LJNE SPLICE CONNECTORS, T CONNECTORS, ETC,. SHAU. BE DOUBLE INDENT (PER CONDUCTOR), LONG BAR.REL AND COMPRESSION TYPE. PROV OE OOU8LE INDENT 'HEXAGONAL" COMPRESSION DIES Alf.) TOOL (T & B BURNDY OR AS REVIEWED). MECHANICAi.. CONNECTORS SINGLE INDENT COMPRESSION TOOlS AND UNIVERSAL DIES SWIJ...L NOT BE PEIUNTTEO. AU COMPRESSION TOOLS ANO DfES SHALL BE MANUFACT\JRED BY THE CONNECTOR VEtroOR. 2S. All NEW AND RELOCATED ELECTRIFIED FURNITURE SYSTEM COMPONENTS SHAll BE DISCONNECTED, RECEIVED, STORED, INSTALLED ANO WREO BY THIS CONTRACTOR IN ORDER TO CONFORM 't'Vlll-t THE OESIGH AS INDICATED ON THESE DAAVVINGS AND THE ARCHITECTURAi.. DRA"1NGS. ANY MODFICATIONS TO FURNITURE SYSTEM NECESSARY TO COMPLY WITH LOCAi.. CODES ANDINSTALLATION$TANOAROS SHAU BE 6ROUGHT TO THE A TTENTlON OF 'THE ARCt-fTECT PRIOR TO ARO MOOIACA 'T10N ANO B.ECTRiFICA TION. 21. PROVIDE LOCAL OOCONNECTS FOR ALL MOTORS, HARO-'MREO PAHTRYIKITCHEN EQUIPMENT AND HOT WATER HEATERS, WHETHER OR ~T SHOWN ON Pt.AN. DISCONNECTS SHALL BE SIZED PER THE OVERCURRENT PROTECTlON ANO LOCATED PER THE ENGINEER AND ARCHITECT. 2l PROVIDE A 120 VOLT OEDtCATEO CfRCUIT FOR EACH CON DEN SA TE PUMP FOR ALL AC IJNITS. COORDINATE wm-1 THE ENGINEER. THE PANEL AND BREAKER POSIOON, PFUOR TOINSTAUATION. 79. CONFORM TO ANY ADDITIONAL LABELING, TESTING ANO CONSTRLICTDN REQUIREMENTS ESTABLISHED BY THE GOVERNING AUTHORITIES. SAME SHALL BE GUARANTEED FOR 1 YEAR Sl.18SEOUENT TO FIKAL ACCf:PTANCE. 30. ALL WORK SIW.l BE IN CONDUIT UNLESS OntERiYISE NOTED. 31. DISCONNECTS FOR INCOMING SERVICE SHAU. BE SERVICE RATED. 32. All 1'1:Sv, SINGLE PHASE. 1S.-AN020-AMPERE SINGLE ANO OUPLEXRECEPTACLESW~ 00 NOT SERVE A OEOtcATEO AP?UANCE ANO ARE WITHN A6 n. RADtUS OF A SINK, ARE INSTALLED IN WET LOCATIONS, ARE INSTAll.ED IN BATHROOMS, ON ROOFS, OR OVTOOORS WITH DIRECT GRADE ACCESS, SHALL BE GROUND FAULT tiRCUIT INTERRUPTING TYPE WHERE AVAILABLE ORSHAll BE PROTECTED BY GROUND FAULT CRCUIT INTERRUPTING CIRCUIT BRfAKERS. 33. WHERE LfGHTtm FlXTVRES RE001RE 90 DEGREE C CONDUCTORS, PROVIDE ONLY CONDUCTORS WITH 90 DEGREE C INSULA T10N OR BETTER 34. Al..l FLEXIBLE CONDUIT INOK:ATEO ON DESIGN OOCUI.ENTS SHAU SE UL LISTED UOUID TIGHT FLEXIBlE METAi.UC CONOI.KTS. USE AS PERMITTED PER LOCAL CODE ANO PER NATIONAL ELECTRtCAL CODE. 3S. ALL MATERIAL SIJALL BE UNDERWRITERS' LABORATORIES LISTED FOR ISAPPIJCATION "1-iERE SUCH US TING IS APPUCABLE. B, SLEEVES I. PROVIDE SLEEVES FOR All CONDUIT PASSING THROUGH FLOORS, WALLS, PARTITIONS ANO ROOFS. SLEEVED ASSEMBLIES SHALL BE APP'ROVEO FOR INTENDED USE FOR All WATERPROOF INSTALLATlONS (ROOF, FOUNDATION WALL. ElC.). PROVIOE OZ GEDNEY ASSEMBLES, OR AS REVIEWED. 2. PROV10E SLEEVES WITH AN LO.AT LEAST 112 INCH GREATER Tl-lA.N OUTSIDE OF CONOlKT SERVED. 3. WHERE PLENUM CABUNG PENETRATES FIRE OR SMOKE RATED WALLS, PARTITIONS, flOOR. SLAB. ETC., PROVJDE SLEEVES (AS DESCRIBED HERENBEFORE) THROUGH RATED CONSTRUCTK>N All CABLING SHAU. BE RUN THROUGH THESE SLEEVES. SLEEVES SHALL BE LOCATED AS REOIJIRED ANO SHAl1. BE FliEO'MTHA UL USTED, INTUMESCENT TYPE, APPROVED FIRE STOP SYSTEM.QUANTITY Of CABLES. CONAGUAAOONSOf CABLES, ETC .. ~ BE IN ACCORDANCE 'MTH THE MANUFACTIJRER'S REOlllREMENTS FOR THE TYPE Of RATED CONSTRUCTION FOR WHICH THE SYSTEM IS TO BE USED. THE FIRES TOP SYSTEMS SAAU BE AS MA."WFACTURED 6Y 3M FIRE PROTECTION PRODUCTS SPEC SEAL ARE STOP PRODUCTS OR AS APPROVED. SEE ARCHITEClVAAL DRAWINGS FOR ARE RA TINGS OF WALLS ANO FLOORS. C. PA"'ELBOi\ROS 1. All PANEl.BOAROS SHAU. BE Of THE ENClOSEO TYPE. FtUSH OR SUR.FACE MOUNTED, AS REOUIRED. IN CODE GAUGE STEEL CABINETS, WITH STEB.. TRIM. CONCEAi.EC HNGES, DOORS ANO F\.USH TYPE LQCl(S, ALL KEYED ALIKE. PROVIDE DUAL CONCEALED HINGEC DOORS {DOOR.fN-OOOR CONSTRUCTlON} WITH TWO ~EYED LATCHES, AND 'MTHOUT BOLTS OR SCREWS ON THE NON~INGEO SOE Of THE OOOR All EXJS~ PANELS SHALL BE RETROAmD 'MTH OOOR~-OOOR ~ERS. PROVIDE FLUSH DOORS WHERE INDICATED ON DOCUMENTS (SEE ARCHTECTURAL DRAWINGS.} 2. AU BUSES, INClUOflG NEUTRAL, SHALL BE RECTRICAL GAA0E HARD-DRAffll COPPER AND SIZED tN CONFORMANCE 'MTH NEMA STANDARDS. BUSES SHALl SEAR.RANGED FOR SEOOENCE PHASING ANO LOADS SHAU. BE 8ALAHCEDASEOUALLYAS POSSIBLE AMONGST 11-iE THREE PHASES, 3. PANEL.80AROSSHAU. BE EQUIPPED WITH CVICK-W.KE. QIJCJ.-BREAK FUSED SWITCHES OR BOLT-OH MOLDED CASE CflCUIT BREAKERS, Of VOLTAGE REOI.JRED, ANO OfS&ZE AND NUMBER OF POLES INOICATEOON THE SCHEDULES 4. A TYPE WRITTEN otRECTORl' Of 5 INCHES._ & INCHES 'M'TH liETAL. FRAME ANO LEXAN FACE SHA.LL BE PROV OED ON THE INSIDE OF THE DOOR OF EACH CABINET, INDCATNG THE LOAOSER\'EO BY EACH CIRCUIT. UTILIZE ARCHITECTURAL DRAWINGS TO INDICATE ROOM NAMES ANO NUMBERS OF ALL EQUIPMENT SERVED. (E.G. 1. RECEPT ROOMS27-101. 27-102, 2.COFFEE MAKER ROOM27-303 3, UGHilNG ROOMS: 27-202, 203, 205, 207). U~TE PANEL DIRECTORIES Of AU. EXJSTING PANELS. 5. LIGHTING PANELBOARDS FOR 2TTf430VOl.TSSHALL BEOf THE 80LT-ONCIRCV4T BREAKER TYPE WITH 271 VOLT BREAKERS F~ SINGLE POlE BRANCHES AND l PCllE BREAKERS Of 14,000 AMPERES RMS SYMMETRICAL INTERRUPTING CAPACffY (OR AS INDICATED ON THE DRA'MNGS), WITH TRIP AS IHOICATEO IN SCHEOVLE ON DRAWINGS. OISTRIBUllON ANO POWER PANElS FOR 2771480 VOL TS Sf-JALL BE OF THE CIRCUIT BREAKER TYPE OR sv«TCH ANO FUSE TYPE ASSPECFEO ON ORAWWGS, ANO SHAU CONTAIN 1.WN OVERCURREHT PROTECTI\IE OEV>:ESAS SHOWN. PANELS TI-iAT ARE cmct.HT BREAKER TYP£ SHAU CONTAIN Tl-tE NUMBER OF BREAKERS WITH TRIP SETTING, POLES ANO INTERRUPTING CAPACITY AS INDICATED ON DRA"1NGS. PANELS THAT ARE SWITCH FUSE TYPE SrW.LBE EOUIPPEO WITHOOICK-#AKE, OUICK-8REAK S'MTCH FUSE UtfTS, OF 5'ZE ANO NUMBER AS INOICATEOIN SCHEDULES. PANElBOARO SHAU BE EOUIPPEOWITl-t SOL.ID NEUTRAL BAR WHERE REOUREOANO CONTAIN THE NUMBER OF POLES, OVERCURRENT D€Vtc:ES ANO BUSED SPACES AS SPECIAED IN SCHEDULE. 6. POWER, UGHTINGANDUTIUTY PANELS FOR 120'203VOLT SI-W.1 BE 80lT-OHCIRCUH SREAKER TYPE UNLESS OTHERWISE NOTED. SNGLE POLE BRANCHES SHAU BE BOlT-ON TYPE OF AT LEAST 10,000AMf'ERESRMSSYlt\METFUCAL INTERRUPTING CAPACITY (OR AS lNOICATcD ON THE DRAWINGS). ltlJl TIPlE POLE BREAKERS SHALL BE COMMON TRIP, OF THE CAPACITY AND NUMBER OF POlESAS INOICA TED IN SCHEDULES. PANELBOAROS SHALL BE EQUl?f'EO 'MTH ~ SOLID NEUTRAL. BAA ANO CONTAIN THE NUMBER Of POLES, OVERCIJRREHT DEVICES ANO BUSED SPACES AS SPECIFIED IN SCHEDUl.£. PANELBO.I.ROS SHAU INCLUDE A SEPARATE GROONO BUS ISOLATED FROM THE CASING. AJSl91...E TYPE PANELS SHALL CONFORM TO REQUIREMENTS OF ABOVE PAAAGRAPH. 7. PROVIDE ISO(A TED GROUND BUSES ON STAND-OFF ISOLATORS V't'HER,E WOtCATED ON SCHEDULES. 3. PROVIDE NEW CIRCUIT BREAKERS IN BOTH NEW AND EXISTING PANELS AS REOLIIREO TO t.EET Tl-tE SCHEDULES OR CIRCUIT DESIGN INTENT. g_ GUTTER SPACE SHALL BE INCREASED WHEN CONTAINING FEEDER TAPS. 10. PROVIDE WIRE TROUGHS WHERE ACCESS TO THE FLOOR SYSTEM IS REQUIRED. 11. WHERE SPACE LIMITATIONS REQUIRE REDUCED PANEL v.1DTH, PROVIDE VERTICAl (SINGLE ROW) BREAKER TYPE PANELS AS PART OF THE INITIAL SCOPE PRICE. 12. AL.LPANB. BUS BARS SHAU. CONSIST OF A MINIMUM 1/ll INCH DEPTH COOPER BUS. 13. PROVJDE SHUNT TRIP MAJN ctRCUIT BREAKERS FOR All PANELS TO BE CONTROl.1£0 BY BREAXGLASSSTATIONS.ANSUL SYSTEMS [IN KJTCHENS OR SE.RVERIES), ETC. 14. AU PANElBOAROS FEEOt,G COW:-UTER LOADS SI-IA.LL li'IVE DOUBLE S'2E NEUTRAL PROVIDE SEPARATE NEUTRAL FOR AI..L COMP\JTER LOADS ORCUITS. 0. FUSES 1. AU FUSES ~LL BE BUILDING STANDARD, ANO SHAU BE INSTALLED, AS REOUIREO, INAll CUTOUTS. PANELS ANO SAFETI' SWITCHES. E. GROUNDING 1. All SWITCHBOARDS, PANELBOARDS. MOTOR CONTROL CENTERS, TRANSFORMERS, SU SWAY. ETC. SHALL BE PROVIDED WITH A COPPER EQUIPMENT GROUND BAR BOlTEO, BRAZED. OR RNETEO TO THE AssociATEO EHClOSURE OR CABINET. REFER TO EACH INDIVIDUAL EQUIPMENT SPEC1ACATION SECTION FORAOOITIONAL GROUNDING REOUIREKNTS 2. AU RECEPTACLES, SWITCHES, DtSCONNECTS, INDIVIDUAL MOTOR CONTROLLERS. ETC. SHALL BE PROV10EO 'Mn-I A GROUNDING TERMINAL CONNECTED TO THE DEVICE FRAME OR ENCLOSURE REFER TO EACH INDIVIDUAL EOlJPMENTSPE.CIFK:ATlON SECTIOHFOR AOOITIONAI.. GROUNDING REOUIREMENTS. 3. AU CONDUIT. CABtE TRAY, RACEWAYS, .AJNCTIC>N BOXES,PUU BOXES, ETC. SI-W.1 BE MADE ElECTRfCAUYCONllNUOUS BY MEANS Of GROUNDING CONDUCTORS, BONotNG JJMPERS. GROUNDING BUSHINGS, COUPLINGS, ATTINGS ETC. AS REQUIRED BY NEC AND THE ALITHORITIES HAVING .k.lRISOICTION. 4. ALL GROUNDING ElECTROO€ CONDUCTORS SHAU. BE BARE OR GREEN INSULATED COPPER. CONDUCTORS SIZED AS JNDtCATED ON THE DRAWINGS. WHERE T1-IE AurnorunES HAVING .uruSOICTION REQUIRES GROUNDING ElECTROOE CONDVCTOR SIZING IN EXCESS OF THAT SHOVm ON THE DRAWINGS OR SPECIFEDHEREIN. THE LARGER SIZE CONDUCTOR SHAU BE lNSTAll.ED. 5, All EOUPMENT GROUNDING CONDUCTORS SHAU. BE GREEN NSULATEO COPPER CONDUCTORS St.ZEDAS INOtCA TEO ON THE ORA'MNGS. WHERE THE AUTHORITIES HAVING .UPJsotCTION REQUIRES EautPWIENT GROUNDING CONDUCTOR SIZJNG IN EXCESS Of lliA.T SHOWN ON THE DRAWINGS OR SPECIFIED HEREIN, THE LARGERSlZE CONDUCTOR SHALL BE INSTALLED. El. AU BONDING CONDUCTORS SHALL BE FLEXIBLE COPPER BQN(lNG JJWERS SIZED IN ACCORDANCE Wint ntE NEC FOR GROUNDING ELECTRODE CONDUCTORS f;. ! u ~ ..c ~ 0 .Q "'O ~ g l 8¥SKA HENNESSY ··-... " memoer com..-n, of SM Gt0!4l hi: «)'I Vf_,, Slrt6t ....... S.r,o.go.CA.9:1101 T•~.244.0300 _...,y..-..co,,, C) C ~ 0 a: Cl) 2 ! z C o, 0 ., ., ~ (.) u .Q l C ~ (..) ., " u:: en u -0 ,; 0 "' ~ .c • w "' s c.. .:: a. "'~ Cl) (.) ~ ~SOI,.,__ g::: 1, ..,_,. :!On E003 I l i • I i I ; I ! I B ii' fl 11 ll :I 1-1' t t ~ I; r ti I i1l .H PAFIT l • EXECUTtON A. INSTAU.ATIOH 1. THIS CONTRACTOR'S WORK SHALL INCLUDE, BUT HOT BE LIMITED TO THE FOUOW\NG FURNISHING ANO INSTALLATION Of AU ELECTRICAL WORK, INCLVOtNG ELECTRICAL ANDCOMMUNICATK:INS O'JllETS N WALLS ANO FLOOR, UGHTING FlXT\JRES WITH LAMPS SWITCHES, DIMMERS, EMERGENCY BATTERY UNITS, ETC., ~O ASSOCIATEOBAANCH C1RCUIT'MRJNG, DISCONNECT SWITCHES SPECIAL RECEPTACLES ETC. AU SPECIAL EOUIPMENT, SUCH AS FANS, AIR CONDITIONNG UNITS. COPIERS. ETC. Will BE FURNISHED BY OTHERS (U.O.N.). WHERE EQUIPMENT REOORES PERMANENT CONNECTlONS. THESE CONNECTIONS SIW...l BE PROVIDED W,Tl-1 APPRO!'RIATE DISCONNECTI~ MEANS. 2. ELECTRICAL CONTRACT()~ SHII.U. COOROINA TE AU WORK SHO'NN ON DRAIMNGS WITH OniER TRADES TO ASSURE mA. T .tJ.l SYSTEMS ARE COMPLETE ANO OPERATIONAL THIS CONTRACTOR SI-IAU. COORDINATE All EQUIPMENT LOCATIONS AhOCONOOIT RUNS SUPPUED ANOi'OR INSTAUEO UND£R THS SECTlDN TO AVOID CONFUCTS OR OSSTRUCTIONS TO OTHER TRADES. TI-IS CONTRACTOR SHAU. PRO\'OE All NECESSARY PULL BOX.ES VERTICAL SUPPORT BOXES. AND CONDUIT OFFSETS REQUIRED TO ACCOMPLISH THE ABOVE NOTED CCX>ROINATION AT NOADOITlONALCOSTTOTHE OWNER, WHETHER OR HOTINDIC.\TEOON PlAN$.o\U VERTK:Al SU?PORT BOXES, Ml BOXES, ETC. SHAU BE INSTALLED WHERE REQUIRED TO FACILITATE PUllSAN() AT CODE REOOtREO lNTERVA.LS,AT A MINIMUM 3. CONDUIT RUNSJNOICATEDON PLAN ARE FOR REFERENCE ONLY. EXACT LOCATK)NSANOELEVATION SHAU. BE DETERMINED o\FTER COORDINATION WITH OTHER TRADES. TttSCONTRACTOR SHAU SUPPLY, AS PART OF THEIR SHOP DRAWING SUBMISSION. TllE EXACT LOCATION OF ALL CEIUNG MOUNTED EQUIPMENT AND ~D\AT RUNS INCLUDING PROPOSED LOC.\TIONS AHO MEANS Of SUPPORT AS WELL AS THE EXPECTED LOAD CONCENTRA TlON AT THE POINTS Of ATTACHMENT. TllE ABOVE NOTED INFORW. TlON SHALL BE REVIEWED BY THE STRUCTURAL ENGINEER BEFORE AHY WORK IS TO COMMENCE. 4. FURNISH ANO INSTAJJ. All NECESSARY CABLE SUPPORT BOXES, PUU BOXES ANO CONDUIT SUPPORTS, WHERE NOTED AND AS REQUIRED BY APPLICABLE CODES. All LOW TENSK>N (COMMUNICATIONS, SECLIRITY NV. ETC.) CONDUIT ARE At.ARM CONDUIT, ETC_ 'MtlCH HAVE RUNS IN EXCESS OF 100 FEET lN lENGTHANOIOR CONTAINING BENOSW EXCESS OF 130 DEGREES SHALL BE PROVIDED WITH A PUU.BOX.. IV...l PUl.lBOXES SHAU. BE LABflf.D FOR THEJR INTENDED USE. DECALS SHAU BE PROVIDED TO INOICA TE VOl TAG€ LEVEL FIRE ALARM SYSTEM BOXES SHAU. BE PAINTED RED, AND ALL 'MREANOCABlE PROVIDED t.mDER THIS SECTX>N SHAU. BE TAGGED(WITH FEEDER OR BRANCH CIRCUIT DESIGNATlON)AT AU BOXES. INHERE CONDUIT BENDS ARE REOUIREDIN COMMUr,ICAl\ONS P.ACEWA'f SYSTEMS. THE RAOlJS OF THE RACEWAY BENO SHAil NOT BE LESS ™AN TEN TIMES THE DVIMETER OF THE RACEWAY. PUU BOXES FOR COMMIJNICA T10N RACEVv'AYS "1U BE PROVIDED IN STRAIGHT PUU.S ONLY. LABEL EACH RACEWAY (PER TECHNOLOOY DEPT. REQUIREMENTS) EVERY 50 FEET HORiZONTM.L Y ANO ON EACH FLOOR. VERTICmY. SUBMIT LABEL.NG SYSTEM FOR REVIEW. 5. SURVEY EXlSTING SPACE. CLOSETS ANO PANEl.90AADS TO VERIFY S1.ATABIUTY OF INST ALLA TlON DESIGN INDICATED. ANY MOOIACA TK>NS NECESSARY TO COMPLY WITI-1 THE DESIGN INTENT SHALL BE INCLIJDEO IN BiD SUBWTTED ANO SHALL BE I-IGHUGHTEO SO THATCOHSIDERATIONTOSAJIE ISGNEN OURSNG BIO EVALUATION. INCLUDED IN THtS REQUIREMENT, SHALL BE THE EVALUATK>N OF TiiE AVAllABtl.ITT OF BRANCH CIRCU,T CAPACITY TO ACCOWdOOATE THE NUMBER OF BRANCH CIRCUITS REOum.EO ON THE DESIGN OOCUtr.£NTS. REROUTINGOFCRC~S TO ALTERNATE PANEtSWtTHIN THE SAME CLOSET OR AREA. SHALL BE INCt.UDEO IN BfD PROPOSAL CIRCUH NUMBERS INllCA TEO ARE FOR REFERENCE ONLY. 6. UNLESS SP€CIFICAllY APPROVED. NO'MRES SHAU BE PUUEOIN UN1l.. niE CONDUIT SYSTEM IS COMPlETED. ND GREASE OROIL SHAU BE USED TO FACILITATE THE PUlUOO OF WIRES; ONl Y APPROVED PUWNG COMPOUND SHAU BE USED. All WIRES SHALL BE CONTINUOUS BETWEEN Olin.ET ANDOUTI.ET, OR FROMPANElao-,RO TO THE FIRSTOUTlET. JOINTS TliA.T BECOME NECESSARY IN CIRCUIT WORK AT THE OUT\.ETS SHALL BE IMDE WITH APPROVED PRESSURE CONNECTORS. ,\l.1_ X>INTS SHAU. BE COVERED 'MTH AN INSULATION EOUAl TO THA. TON THE CONDUCTORS. APPROVED PRESSURE CONNECTORS, IDEAL VffiGNIJTS SCOTCH-t.OCK, SUC~AN. OR AS APPROVED, SHALL BE USED. 7. EXACT LOCATtoNS ANO MOUNTING HEIGHTS Of All UGtfTING FIXTURES, S'MTCHES, WALL OUnETS, ETC. SHALL BE IN ACCORDANCE 'MTH ARCliiECTIJRAL DRAWINGS. A.NY DEVICE OR OUTlET WHICH IS SHOWN ON THE ARCliTECT\JAAL ORAVltlGSAS EXISTING TO REtr.'AIN WHICH IS NOT SHOWN ON THE ELECTRICAL DAA'MNGS. SHAU BE LEFT AS EXISTING ANO RELOCATED TOA HEIGHT AS INOCATEOON TliE ARCHITECTURAL DAAWNGS. 8. ALL EXISTING DEVICES (RECEPTACLES, TEl/CIATA OUTI.ETS S\\1TCHES, ARE ALARM SYSTEM DEVK:ES. ETC.) 'MflCH AAE LOCATED ON WAU. WHtCH Will BE RE.flNISHEO (SEE ARCHITECTURAL OAA\\1NGS), $Hit.LL BE TEMPORARll Y REMOVED AND REINSTALLED TO Mo\TCH NEW SURFACE CONDl110NS. PROVIOE ANY o\ODITIONAL CABUNG NEEDED TO RELOCATE AS REQUIRED. 9. ND ELfCTIUCALCONNECTIONSSHALL BE MADE TO, OR 'M)Rt; PERFORMED ON ENERGlZEO EQUIPMENT. 10. ELECTIUCM. CONTRACTOR SHAU. BE RESPONSIBl.E FOR ELECTRICAi. EQUIPMENT TESTING AS PER NETA STANDARDS, INClUOING BUT NOT Ut.tTEO TO THE FOU~NG MEGGER TESTING ON AU CRITICAL ANO NON-CRITlCAL. DISTRIBUTION FEEDERS, RESASTENCE TESTING ON All CONDUCTORS. PRJIAARY IN.ECT"K)N TESTING FOR AU CIRCUIT BREAKERS RATED FOR 100.AWS OR GREATER. RESULTS SHAU MATCH MANUFACTURERS DATA.. CONTACT RESISTANCE TESTING FOR All lXSCONNECT $'WITCHES (FUSED'UNFUSED) ANO ALL NEW PANELS TRANSFOfU.ER IMPEDANCE TESTING FOR TI-ff WINOtNGS Of AU NEVv' TRANSFORMERS. RECEPTACLE POtARITY TESTING. 11. FINAi. CONNECTIONS TO EOUIPMENT SHAU. BE MADE ACCORDING TO VENDOR o\PPROVEO SHOP DRAWINGS. 12. WHERE SPACE LMTATIONS REO\.JRE REDUCED PANEL WIDTH. PROVIDE VERTICAL (SINGLE ROW) BREAKER TYPE PANELS AS PART OF THE INITIAL SCOPE PRICE. 13. All PMIEL BUS BARS SHALL CONSIST Of A !MNIMUM 1/3 INCH DEPTH COOPER BUS. 14. PRO\/IOE SHUNT TRIP IAA!N CIRCUIT BREAKERS FOR All PAN as TO Be CONTROtLEO BY BREAK GLASS STATK)NS. ANSVL SYSTEMS (1-l KITCHENS OR SERVERIES), ETC. 15. PROVIDE GA TYPE BRANCH CIRCUIT BREAKERS FOR ALL CIRCUITS SERVING HEAT TRACING ctRCUITS. H-WATT CRCUJTS FREEZE PROTECTION aRCUITS, WINDOW WASHING CIRCUITS. OUTDOOR CIRCUTS. ETC. AND AS REQUIRED BY CODE. 16. VERIFY ELECTRICAL REOUltEMENTS Of Ali OJSTING AND NEW EQUIPMENT TO BE USED. ALL SPEW.L PURPOSE OUTLETS INDICATED ON PLAN SHAU BE VERIAED WITH EOUIPMENT w.NUFACTURER PRIOR TO INSTA1.UTION, TO ENSURE PROPER WRING ANO COMPATIBILITY 'MTH ATTACHMENT PIJJGSORJUNCOON BOXES ~T MAY BE FURNISHEOASAN INTEGRAL PARTOf THE EQUIPMENT. 17. COOR.DINA. TE All LOCA TlONS AND HEIGHTS OF STUB-UPS .\NO OUTLETS tN FIELD 'MTH VENDORS ANl'.ltOR FURNJT\.IRE MANUFACTURERS' APPROVED SHOP OAAWINGS. ALL RECEPTACLES ARE TO BE ACCESSIBLE. 18. ELECTRICA.L CONTRACTOR SHALL VERIFY AVAILABILITY OF EXISTING CIRCUIT BREAKERS AFTER DEK>LITION OF EXISTING COODITIONS TO MEET NEW REOUREMENTS. AND REPORT ANY RESULTING DISCREPANCIES TO THE ARCHITECT ANO CONSUL TING ENGtNEER IMtr.£CXATElY PRIOR TO PROCEEDING MTH WORK. 19. AU RECEPTACLES SHAU. BE ACCESSIBI.E BELOW COUNTERS OR BEHIND EQUIPMENT. CONTRACTOR SHAU COORDINATE EXACT LOCATION OF EQUIPMENT RECEPTACLES "1TH EQUIPMENT l.lANUFACTURER'S REQUIREMENTS ANO THE LOCAL INSPECTOR 20. ELECTRICAL CONTRACTOR SHAU PROVIDE DISCONNECTS FOR All EQUIPMENT PER COOE ANO SHALL COORDINATE ALL DISCONNECT SWITCH REOUIREtr.£NTSANO LOCATIONS WITH THE ELECTRJCAL INSPECTOR. VENDORS APPROVED SHOP ORA'MOOANO FINAi. EOOPMENT LOCAllONS. 21. ELECTR.C'J.CONTRACTOR SHALL VERIFY PHASE LOAD BAlANCING ON POWER PANELS UPON COMPlHlONOf THE ELECmcAI. ~STAUATION. INCLUOE. RE-OISTIUBUTION Of C~CUITS WITHIN PANELS TO BALANCE WITHIN A 10%W!NOOW(:t5%1,. 22. All COODUIT ANO CABLE "HOMERUNS" SHAU CONSIST OF A SINGLE CIRCUIT PER CONOUtT FOR FE EOE RS SERVED 8Y AN OVERCURRENT PROTECTIVE (OCP) OEVK;E IN EXCESS OF 20 AMPERES, SINGLE POLE. WHERE 'MRE ANO CONDUIT BRANCH CIRCUITS SHARE A CONDUIT HOME RUN (OCP LESS TliAN OR EQUAL TO 20 AMPERES SINGLE POLE} THERE SHALL BE A MAXIMUM OF 5'X CIRCUITS COMBINED IN A RACEWAY TO THE PANEL.BOARD. UNLESS OTHERWISE NOTED. AU CONDUCTORS SHAlL BE OE RATED PER NATIONAL ELECTRICAL CODE (LATEST VERSION). COMBINING OF MlJLTIPLE HOMERUNS {MORE THAN SIX) INA SINGlE CONDOO SHAU NOT BE PERMITTED 23. All CONDUIT SHOWN FOR INDOOR WORK SHAU. Be EMT (3!4. MtllMUM) WITH COMPRESSK>N TYPE COUPLl'IGS UNLESS OTHER'MSE NOTED OR PERMlffiO BY THE BUILDtNG RULES ANO REGULATIONS. 24. AU EXPOSED EMT CONDUIT SHAU BE PAINTED. REFER TO ARCHITECTURAL PLANS FOR EXACT COlOR. 25. PROVIDE IMC CONOUIT'MTH THREADED COUPLINGS WHERE REOUIREO SY CODE. 2fl. TYPE MC CASLE IAAY BE UTll.lZEOFOR CONCEAl..EDBRA~H UGHTINGAND CONCEALED RECEPTACLE CIRCUITRY, WHERE PERMITTD BY COOEANDPROVOEO THAT; a. ITIS IN ACCORDANCE WITH THE BUtl.OING RULES ANO REGUlATK)NS. b. CONTAINS A.H INSULATED GROUND WIRE. c. CONDUIT IS RUN TO THE FflST DEVICE OOWN-tJNE OF THE PANEL O.E. RECEPTACLE LIGHT FIXTURE, ETC.). 25. SPUCE BOXES MOUNTED A0.11\CENT TO THE ELECTFUCAL CLOSfT SHALL NOT BE PERMITTED TO CONVERT FROM A CONOUfT HOMERUN TO TY PE MC CA.81.E. 26. INCLUDE All LA90R. IAATERJALS. ANO AP?UCA TIONS REQUIRED FOR THE FURNISHING. INSTAU.Jt«; ANO TESTING OF All WORK SHOWN ON THE DAAiVINGS ANO SPECIFIED HEREIN, IN A MANNER SATISFACTORY TO THE ARCHITECT. 27. ELfCTfUCAJ.CONTRACTORSHALL BE RESPONSIBlE FOR DETERMINING EXlSTINGC1RCUITRY ORSN OISTRIBUT~N AND REVISING EXISTING CIRCUITRY TO COMPl Y WITH NEW CIRCUITRY AS INDICATED ON Pl.ANS. 28. AU COPIER RECEPTACLES .\NO CIRCUIT BREAKERS. AS SHO'Mt ON PLAN. SHALL BE 120 VOLT 20 AMPERE ANO PRDVIDEO 'MTH 3 #10 AWG WIRES {ONE PW.SE CONDUCTOR. ONE NEUTAAL CONDUCTOR ANO ONE SPARE PHASE CONDUCTOR) TO TI-tE PANEl.BOARD. THIS CONTRACTOR SHALL Rff'lACf THE CIRCUIT BREAKER AND RECEPTACLE.AS REOUIREO. UPON INSTAUATION Of THE COPIERAS PART OF THIS SCOPE.. COOROINA TE THIS INSTAUATION A.KO RaOCA TE THE BREAXER POSITION AND PROVIDE NEW JOA-2PO!.E CIRCUIT BREAl(ERIN THE PAA El.BOARD AS REOUREO. 29. All 'NOAA o\N[)'OR. EOI.HPMENT INSTAU.EO OUTDOORS SHAU BE 11.PPROVEO FOR USE IN WET LOCATONS. :ll. AU. WORK AHDfOR EOIJIPMENT IN MER'S SHAU.BE SUITABLE FOROAMP LOCAOONS. 31. WHERE CONOUfTS, CA8l.E TRAY OR OTHER ELECTRK:AL EOOPMENTPENETRATE FIRE OR SMOKE RATED WALLS. PAATITIONS, FLOOR SI.ABS, ETC., THE SPACE BETWEEN THE SLEEVE OR CUTOUT ANO THE ELECTRICAL EQUIPMENT SHALL BE CAUL.KEO WITH A UL USTEO. INT\JMESCENT TYPE, APPROVED FIRES TOP SYSTEM. SPACE BETWEEN THE SlEEVE DR CUTOUT AND THE ELECTRICAL EOUIPMENT SHAU BE SIZED IN ACCORDANCE WITH THE MANUFACTURER'SREOUlREli'E.N"TSFORCONOIJIT StZE ANO DAMMING IAATE.R!AL THtCKNESS FOR THE TYPE OF RATED CONSTRUCTION FOR WKICH TH£ SYSTEM IS TO BE USED. THE FIRESTOP SYSTEM SHAU BE o\S MANUFACTURED BY 3M FIRE PROTECTION PRODUCTS OR AS APPROVED. SEE ARCHITECTURAL DRAWINGS FOR FtRE RATit«; OF WALlS ANO FLOORS. 32 MiERf WOfUti IS ONGOING IN ELECTRICAL PANElS THE CO"VERS ARE NOT TO BE LEFT OFF UNLESS WORt. IS CURRENTl Y BEING PERFORMED ON niE PANEL COVERS SHAll BE REPLACED EACH NIGHT AT THE ENO OF &tFT. 33. TEMPORARY POWER FROM EXISTING PANELS FOR LIGHTS DRlllS. WELDING EQUIPMENT ETC .• SHALL BE LABELED ON Tli£ PANEL AND PRE· APPROVED BY BlAI..DWG OWNERIMANAGER •a HOURS PRIOR TO INSTALLATION. 3<1. EACH SYSTEM OF ELECTRICALLY CON'TlNUOtlS METALLIC PIPIOO ANO DUCTWORK SHALL BE ELfCTR1CAU. Y GROUNDED tN ACCORDANCE 'MTH THE REQUIREMENTS OfTHE NEC FOR ·BONDING" AS THEY APPLY TO THE'BONDINGOf PIPINGS'l'STEMS-. ISOLATEOME:TAWC PFINGANDOUCT SYSTEMS SHAU. BE BONDED TO THE BUILDING EQUIPMENT GROUNOIOO SYSTEM. 3S. BONDING ANO GROUNDING CONDUCTORS SHAU BE SIZED. SHAU BE RUN lN CONDUIT, ANO SHALL BE CONNECTED TO VARIOUS SERVICES IN ACCORDANCE WITH THE REOV~Elr,ENTS OF THE AUTHORmES HAVING J.JRISDK:TION AND THE NA.TlONAl. ELECTRICAL CODE. 36. All GROUND CONOUCTORS. INCLUOING THE GROUNDING ELECTRODE CONDUCTOR, WHEN RUN INDEPENDENT FROM ITS PHASE CONDUCTORS SIW.l BE PROTECTED FROM MECHANICAL INAIRY BY ROD CONDUIT TO WHK;H THE CONOVCTOR SHAll BE BONDED AT EACH ENO. 37. All EXPOSED NON CURA ENT .cARRYING METAL PARTS Of PERMANENTL 'I' MOUNTED ElECTRJCAL EQUIPMENT. AU TERMINAL DEVICES ANO THE CONDUIT SYSTEM SMALl BE EFFECTIVELY GROUNDED ANO SECURELY BONDED TO THE REFERENCE GROUND POtH OF ITS SEPARATELY DERIVED SERVCE GROUND. THE EOUlf'tlENT GROUND PATI-! FROM CONOUIT.EOUf>MENT AND METAL ENCLOSURES SHAU BE CONTINOO\JS AND PERMANENT.ANO SHAU.HAVE THE CAPACITY TO SAFELY CONDUCT ANY FAUlT CURRENTSIMPOSEOONITWITH SUFFICENTLY LOWII.FEOANCE TO FACILITATE THE OPEAATlON OF THECfRCUIT PROTECTIVE DEVICES. 38. All CONDUITS, 2 INCHES ANO LARGER ENTERING MOTOR CONTROL CENTERS. SERVK;E OR DISTRIBUTION S"MTCHBOAAOS. OISTRJBUTlON OR POW'c:R PANELS. UNINTERRUPTIBI.E POWER SUPPLY EQUIPMENT • .I.ND AUTOMATIC TRANSFER SY\'ITCHES SHALL BE PROVIDED WITH GROUNDtNG BUSHINGS. CONNECTED TO THE RESPECTIVE EOOPMENT GROUND BUS BY MEANS OF BARE COPPER WIRE, JP. UNLESS SPECWICAJ.l Y NOTED OTHERWISE ON PLANS, CONDUITS LESS THAN 2 INCHES, OR ANY CONDIJT ENTERING DEVICES OTHER THAN THOSE LIS TEO ABOVE. IAAY BE USED AS THE EOUPW:NT GROUND CONDUCTOR IF THE CONDUIT JS ATTACHED TO THE METAl ENCLOSURE USING TWO LOCKNUT$ (ONE INStOE ANO ONE OVTSeOE TttE ENCLOSURE)OR AmNGS 'MTH SHOULDERS TMATSEATFIRw.Y AGAINST TliE ENCLOSURE ANO ARE APPROVED FOR THE PURPOSE. All NONCONOUCTIVE PAM OR COATING SHALL BE REMOVED FROM THE ENCt.OSURE AT TrlE THREADS CONTACT PQjNTS AND CONTACT SURFACES UNLESS THE FITTING PROVIDED IS DESIGNED TO MAKE SUCH REMOVAL UNNECESSARY 40. FLEXl!I.E liETALCONOUIT ANO UOUl)TIGH'T FLEXIBLE METAL coooun. 'MtERE PER.WTTED BY OTHER SECTIONS Of THIS SPECIACATION. SHALL BE PROVIDEOWITHASEF)ARATE, COPPER EOUPMENT GROUNDING CONDUCTOR. THE EOLJPMENT GROUNOING CONDUCTOR SHAU BE SIZED IN ACCORDANCE 'MTH NATIONA.LELECTRICALCODEANOF INSUlATEOTHE COL.OR Of THE INSULATlOH SHALL BE GREEN FOR THE CONDUCTORS ENTIRE LENGTH. THE EQUIPMENT GROUNDING CONDUCTOR SHALL 8E BONDED AT BOTH ENOS Of THE FlE)'J8l£ CONOIXT USING AN APPROVED FITffiG OR BONDING SCREW. 41. MOTOR FRAMES THAT ARE NOT OIRECTL. Y CLAMP£0 TO THE SUPPl Y CONDUIT SHALL BE BONDED ANO GROUNDED TO THE CONDUIT BY M.EANS OF ASUITABI..Y stZEDGROUNOCONOUCTOR ANOGROVNO CLAMP. NO SOLOEREOCONNECllONS SHAU. BE USEDIN LEADS .\Li CONNECTIONS SHALL BE MADE WITH AN APF'ROVED SOL.DERLfSS CONNECTOR. 42. A SEPARATE INSULATED (GREEN) EOUIPt.ENT GROUNDING CONDUCTOFt SIW.l B€ INSTALLED IN All BRANCH CIRCUITS UNDER THE FOUOW1NG CONOtTIONS· 1) VMERE THE BRANCH CIRCUIT USES AC ARMORED CABLE AS THE WIRING METHOD. 2) WHERE THE BRANCH CIRCUIT USES A MANUFACTIJREO WIRING SYSTEM. 3) AU BRANCH CIRCUITS USED FOR a£CTRONIC COllf'UTER/OATA PROCESSING OR TELECOMMUNICATIONS EOUPMENT 4) AU BRANCH CIRCUfTS SERVING LOADS IN HAZARDOUS LOCATK>NS. 5) AU BRANCH CIRCUITS IN OUTDOOR LOCATIONS. 38. 'NHEN A SEPARATE INSULATED EOUPMENT GROUNDING CONDUCTOR IS PROVIDED WITH A BRANCH CIRCUIT fT SHA.LL BE CONNECTED TO A GROUND BUS IN THE PANELBOARO FROM WHICH IT IS SERVED. THE PAr-lE~RD GROUND BUS SHALL BE OF SUFFICIENT SllE TO ACCOw.«JOA TE AU DEVICES SERVED INCLUo.NG SPACE FOR FUTURE EXPANSION.AS WEll AS LUGS OF APPROPRIATE SlZE FOR CONNE<::llON OF AN EQUIPMENT GROUNDING CONDUCTOR TO THE GROUNDING ELECTRODE Of THE OERNEO SOURCE. 39. AU EXPANSION X>tNTS. POiNTS Of ELECTRICAL DISCONTINUITY, OR CONNECTIONS IN CONDUIT WHERE FIRM MECHANICAL BONO IS NOT PO~BLE SHAU. BE BONDED "1TH OZ GEDNEY TYPE ·s.r OR APPROVED EOUAL BONDING JJMPER 40. A FLEXIBLE BONDING JUMPER SHA.LL BE PROVIDEDAROUNO ISOLATING COlJPUNGS AND ISOLATING NIPPLES ANO SHAU BE S,MILAR ANO APPROVED EQUAL TO OZ GEDNEY TYPE "8.f. All MECH.\NtCAL PIFtNG REOUeRES ISOLATING COUPUNGS OR esot.ATING NIPPlES WHEN iHE PIPING MATERIAL IS CHANGED. 41. SEJSMK: REQUIREMENTS· PROVIDE SEISWC RESTRAIHTSANO.W::HORS FOR EQUIPMENT, FIXTURES, RACEWAY. ETC.ASREOORED BY INTERHATIONAL 81.ffL.DeNGCOOE CHAPTER 15· STRUCTURAL DESIGN AND CHAPTER 17 • STRUCTURAL TESTING AHO INSPECTIONS. "2. SHORT CIRCUIT CALCULATIONS· COMMls.sK>NING ENGINEER IS RESPONSIBLE TO PRO'tlDE FINAL SHORT QRCUIT CALCUlATlONS, COORDINATION STlJOY ANO ARC FLASH CALCUtATIONS WITH REQUIRED LABELS BASED ON SKM SOflWARE 43. ALL SHORT CIRCUIT RATING OF NEW CIRCUIT BREMER ANO ELECTRICAL EQUIPlr,£ffT SiW.L MATCH WHH EXISTING CONDmONS INCLUDING EXISTl-lG SHORT C~CUfT AND CIRCUIT BR.EAKER COOROINA TION. A. OEMOUTION 1. CONTRACTOR SHALl SURVEY EXISTtfG CONDITIONS BEFORE SUBMITTAL Of BID TO ASCERTAIN EXTENTOFOEMOUTION. REFER TO ARCHITECTlJRAL DRA'MNGS FOR OE MOU TI ON FOR COMPLETE AREA OF WORK. 2. All WQRt; SHALL BE PERFORMED BY LJCENSED ELECTRIC~NS. NEW DISTRIBUTION ~U. BE PERFORMED DURING O't'ERTil.1E HOURS. 3. MAINTAIN CONTINUOUS OPERAOONS OF AREAS NOT PART OF DEMOLITION O.E. CORE AREA EQUIPMENT ROOMS) AS REOUIRED. THE ~RING SERVINGAAEAS THAT ARE TO REIMlN SHAU Be TRACED OUT PfOOR TO REMOVAL 4. PROTECT All EQUIPMENT THAT IS TO REIAA.IN FROM DAW.GE. WATER DUST, ETC. OR REPLACE AS REQUIRED 5. All EXISTING WIRING TO ELECTRICAL DEVICES TO BE REMOVED LINDER THIS CONTRA.CT (INCLUDING BUT NO Ut.tTEO TO WALL ANO FLOOR MOUNTED RECEPTACLES, -.ECHANtcAL EQUIPMENT, ANO UGHT FIXTURES) SHALL BE REMOVED BACt. TO THE P-'HEL, ANO THE CIRCUIT BREAt.ER LABELED AS SPARE ON THE EXISTING PANEL DIRECTORY. 6. EXISTING CIRCLHTIHG THAT SERVES BASE BlltlDING EOUf'MENT (W:CHANfCAl) EOUPMENT ROOMS, ELfYATOR MACHINE ROOMS, STAIRS. LIFE SAFETY SYSTEMS ETC. ANO ALL OT1-iER LANDI.ORD CONTROl.1.ED OEVK:ES, SHAU NOT BE REMOVED. 7. BEFORE REMOVING EXISTING SR.A.NCH CIRCUITS. ELECTRICAL CONTRACTOR SHALL BE CERTA!N THAT THESE CIRCUITS 00 NOT FEED OTHER TENANT SP.\CES OR LANDLORD S'l'STEMS IN THE EMlOING. g_ .\LL EXJSTING EQUIPMENT AND ll.ATEIUAL.S BEING REMOVED SHAll BE STORED OR DISPOSED OF AT THE DIRECTION OF THE ovtNER OR ARCHITECT. ELECWCAL CONTRACTOR SHALL 8E RESPONSELE FOR DISPOSAL OF ALL DEBRIS RELATED TO THE ELECTRICAL 0Et,«)tJTlON ANO CONSTRUCTION. 9. DURJNG OEMOUTION THE ELECTPJCAl CONTRACTOR $t-W.1 NOT INTERRUPT THE POWER SERVING OCCUPIED SECTX:lNS OF THE A.OCR. ELECTRICAL CONTRACTOR StW..L PROVIDE TEMPORARY FEEDS AS RECMREO IN ORDER TO WJNTAIN CONTlMTY OF THESE SECTIONS. All PO'NER SHU~S SHALL BE COORDINA TEO WITH TI4E OWNER ANO SUlt.DtNG MANAGER. 10. AU. EXISTING BASE BUILDING SIG~UNG SYSTEMS (F!RE At.ARM PULl STATIONS. ARE WARDEN STA 110NS. HORNS. STR08ES. SPEAKERS, TAt.tPER ANO WATERFlOW S'MTCHES, SMOKE DETECTORS, STANDPIPE. TELEPHONES, ETC.)SHALL. REIM.IN IN SERVICE ANO BE EITHER RELOCATED OR lEMPOAARl Y REMOVED ANO REINSTAU£0 TO MATCH NEW SURFACE CONOnlONS. PRO\IDE ADOITlONAL ~INGAS REQUIRED. PROTECT SMOKE DETECTORS FROM OUST. SUPPORT EXISTING FIRE Al.ARM SPEAKERS TEMPORARJI. Y FROM STRUCTURE ABOVE AFTER nE CEUNG TILES ARE REMOVED. 11. BEFORE TEMPOAARILY DISCONNECTING OR RELOCATlNGEXISffiGARE Al.ARM EOUIPMENTTHE CONTRACTOR SHAU.NOTIFY THE BU~G OWNER/MANAGER AND DISCONNECT ANO RELOC.\TE AT THE OV'fNER'S DIRECTION. 12, AU. EMERGENCY CIRCUITS SERVING OTHER FLOORS SHAU BE MAINTAINED WHEN Po\SS/NG THROUGH THE DEMOUTlON AREA. THOSE CONDUITS SHALL BE IOENTIAEO ANO TRACED OUT. MAINTAIN CONTtiUITY Of CIRCUIT(S) BY INSTAWNG .AJNCTION BOXES AND SPUCING AS REOUREO. 13. CONTROL SYSTEMS AL.ARMS .\NDEW:RGENC'I' SYSTEMS SHALL NOT BE INTERRUPTED. 14. REMOVE All FLOOR "'°NUMENTS o.E, DOG HOUSES, POKE-THRU OEVK:ES) FROM THE FLOOR AREA OF DEMCXJTION INSTAU. AN ABANDONMENT Pl.ATE IN THE ABANDONED CORE DRILL ABANDONIIENTPl.ATE SHALL BE BY RACEWAY COMPONENTS, AS SPECIFIED IN THE BI.Jll.aNG CONSTRUCTION GUIDEUNES.(F APPUCABl.E) 15. CUT ANO CAP ABANDONED RACEWAYS FLUSH WITtt CONCRETE FLOOR ANOK>R WALL CONSTRUCTION. 16. AN'f TE.MPOAARY SHUTOOWNS THAT WI. Y BE REOllREO SHAU. BE COORDtNA TEO IN Af:NANCED V'1TTH THE BUILDING MANAGER O E THE DISCONNECTION OF EMERGENCY LIGHTING CIRCUITS). 11. COORDINATE ANY WORK REOUIREOTO BE PERFORMED OURmG OVERTlt.E tK>URSWITH TliE OWNER ANO BUILOINGMANAGER 11. PROVIDE FOR TEMPORARY POwER THAT IM'f BE REQUIRED FOR DEMOLITION. 19. ALL EXIT stGNS SHA.LL REMAIN UNLESS OTHERWISE NOTED. 20. INSTALl TEM?OPAAY LIGHT STRINGERS WHERE NECESSARY. UTR.IZE A-VAil.ABLE CIRCUITS IN BASE BUILDING PANELS. 21. DtSCONNECT AND REMOVE AU EXISTING WIRJNG. CONDUIT. DEVICES ol.NO OUTLET BOXES WI-ICH ARE RENDERED IJSELESS IN AU AREAS WHERE NEWWOR.K IS TO BE PERFORMED AND AS REOUIREDBY THE ALTERATIONS Of THE E>aSTINQ PORTION Of THE BlnLOING. 22. RE.ROUTE All EXISTING WIRING AND RACEWAY. WHERE NECESSAR'V TO AVOID NEW EQUIPMENT, NEW STRUCTURAl OR MASONRY V'!ORK. All AS REOUIREO BY NEW CONSTRUCTION. . f;. e :) -u ~ ~ ~ 0 .Q "'tJ i .. :II E -8 SrSKA HENNESSY ··-.. .t. ~ oompenr al SMC<OtJP "'< 40'1WNIAS."t Su.t850 S.nl)egDCAi210, Tlllesll.2'403e0 -•rakl..eom C) C: '5 0 a:: (/) ~ ! z C:"' 0 Q)" i== L) u .Q ! <( C: • 0 Q) • u::: en u "O ,; 0 .. ~ .0 • w If> .E n. "' .. .. g (/) L) ,_ o..qs.i-~ ~ ,l.lanlalfliffl E004 I I i • l I l I I ! I i~. n ![ 'i f1 Ii ·! lj ,, t I n F ~I r l,i m :""$.A 2eezi,c.-p b~ .<A!C EXiST,N~ 2ee ...... 112ev 3,i;i .d.i,L 1 :--i=~~, = = = = ----:r---'-=m~= ~-, --,.--. .---= = = = =7 ' -I I, ..... ' ;-(;) I i' ij !il :£ 0 m mi ul •; ,: II = .1 : · □J a: 0 1 01 LB\ =-1 1 1·\~u l\ie,:t1 '\,_~ 0\~J.J •~\:14""' \.U,,,,M" , ""'.u, · I 11 J_~C:OM ::: l' ~(,..~ )=".';. t,ol-' •\~d •\:n~ 1 L ...,.. •~•-· ),,.., )'".. ·"•·• i'=" I'. ::ijll j n~:;11 ,-__J IL' '"" . ,. -'"·· ) ... ., )""'"' I J,.. /',,. / ~ w J ,,. / -I .:__J ~ .:__J ==-_J==== ,. l .. ,.. .. ~I =l =j ~·• ~~ -t£][ ~ -=~-'~t---= ·-~,-i ~•··. ~-... f =1 ~ -.. I ~ EJ' ·-.... •-•--C°""""'JTY~NTER E:] •-; •--• •~ . . . l .. : .. . """"' """' Vtt>~ fT~,,c,s'I" ~. ~ d,V£...,._1(JII. X::e'r--»v>o 411 1-__ _,__! i~'::81 ~ ~ -,. NOlE. PANEL SCHEDULE SHOWING CIRCUITS TO BE DEMOED AS PART OF lltS SCOPE. ::':IL Owe,, ,,.. PMEL..2DIV120Y l'MAU:&W.S: 3"'-l,4N /IJC:10k«" l'EIAtOM: MS8 TYl"e: f'EMA.1 ~a,; EXISTL aua: 4'.lO P'S>fJlll0M~ 400 M0UHTL SLRFAtCE M,IJNE.£:CTRICALROOIII ~lolAL IMINS; «Ill LUGt SH:31.£ cacurr 1•1t5AKM1 LOAOTYPl&OQIGIMTIOH 1~1 l'HASOfVA.l IL:J LOAOTYN'& OOIOfrM.TlOM NO lco-ivl'°-ooc!Uf"nOttt INOTI '""' ,. I • I c (YA>NO__!!I _ ooc1WT1>N 1 I 2 I eo I ) I tElA-F-2 I l 144:, T I 2 11~ I ) ,,,,,,_, u l 21901, fO)AH-1 1112 1 :!(113 '""'"' •I 2 \201 , (El EC-1 EVAPCoiER ,, I 21201, !E}l'CTWATERPUMP (E)~OI.JTUT (E}PUW'P--1 ..!!..l.2 ..!!.11. a I 2 I 30 I 2 ElUST><>'-""' 1 1 L()l,0:SLA8Ei..ED(D)T08EOEMOUSl-£D. ~;,yn--t~R0REMER = l.!!!!1. ,.,.I ..,, I I I"" (EJMECHCON!ROLPJUCL 1 12012 ,,. lSOOI !4400 ] ,soo tfJ MEO-I P0M TERM BC»t 1 I 20 { ·2 I 111 l800 I I I <XX1 1100 "'"'~ 1 I 20 I 2 I 1a 12111 ,m I I 1100 (E)EF~ 1 1201 2 IZD ,m l 1,mJ f5Cio" (E)£0..£R&-1 1 1201 2 lzz SAt.A:E I 1 I 20 I 2 IM '""l""'I I tsiio (e)STOfUrGEW.tu,OS(Nef< I 1 I 20 ( 3 I :ZS ,soo I I 200> I I 500 (El$TCRAOEw~ose,,«:JR I 1 120! l Ja __>:!!'?. (E)SO«:lRCfTlZOIZEROX ..,, .., ....,. """" =I I I= ..,., "" ....,. 4201 I ClO CONN.KVA 34.0 l2.4 ]CONMECTmKVA D&¥.ND KVA 3-l0 32.C CONT jCOOE t) ANPS 2'59.S 283.6 2flfi.9 '---coHTIC:00&2): ltB:IPICODl:l) ,utc:H(CODll4l: •OFIUTCHENEQ: 0.0 "lliill' 9M 0.0 1& 0.0 0,0 0.0 II (~M,-JUe.~OEtMHOAllllll"S: ~M.t"F-.l(V ... s&z.&::I .. NOTE· PANEL SCHEDU!.E SHOWING CIRCUTS TO ADDEO AS PART OF THIS SCOPE 0:::IL T'f"E:i'EtAA1 Ow ,...c. ,-ANB-.20el',20Y f'MASE&WIIIIS: 3Ptt,M" EXJSTL. AIC:1~ FEDFIIIOM:MSEI IClltffl_ SIJRF"ACE .,.....,,_ ~ R(X)t,11 ~.-,AL IIIIU<tS, .00 LUGS: SINGl£ ClltC:IAT •t11iAA&t LOAOTTI"IU DUIGMATION L0M> """-SOfV L.0,11,DTYl"ll:S DEaGliA.TION ■ltMKllll:1ClltCUT HO C:0-TitP l'O-0DCltP110H "0 (VAJ A a C (VA) NO ObCttPTION l'O~-ITitPc:o-l HO , I 2 112~1, I tEiPMP-2 l11«>Bl11~ 1N1cv.1 J1«100I 14000 (N)AK-1 ""' (El MECHCONtRCl. PNe. I 1 I ,0 I 2 j 14 _(E)~_£'0MTEF!ME'Q.I(. j 1 j 20 j 2 I 1• ..E!!l'xi jE)EJ'~ 1 120121 ,a ,., .... (E)EF-i 1 12012120 (EjeouA&1 , 1201 :11 22 SP,t,AE I 1 I 20 I 2 I~ a j 2 !201 J !EJEC-1EVAPCOOLER ,5001 2(XXl (E)$TCRJr0EW.-U.0,SEN~ j 1 I 20 I :, I 29 ('1~W--.U.QSEN~ I 1 I 20 I 3 I • ..!.'!!!?. ~lreo (El~~ZE<rox. ,, I i 1201, [E)I-OTWA.TSl:PUMP (N)llODFTOl'lllEC. 1 lza [, 1st !El.JN.l.O!JT\ET ..!!.l.2. ~1 I j zcm ST j 2 I :zoJ 3 IEJPVIIIPP-1 4201 <10 2 2 = OeMND 11:VA ~2 37.1 315.1 COHT(COOIE1J .u,>S 2Sl.0 '314.2 300.C N-COHT(C00E2): "8:"IP'(CODliJJ• KrreHICOOE4J: •Of'KJTCHDl!Q; 00 ~· CAA...SS-.OSENIORC£"'1TER-WV-.Cf!EPI.ACclo1£NT &Y: $YSl',.,lt, JS.IUIED,ll;ff: l'tEftl'ITOTnLEL!l.00< """' SPN:e " ., 00 00 001 ] uu I J u I , ...... MAANIELS!ti)DEMHDAIIPS:I :tCIO Mt<MJM.t·FMll.KYl'EI:: NOTE: PANEL SCHEDULE SHOWING CIRCUITS TO BE DEMOED AS PART Of THIS SCOPE. :;1e Ow ,_cu .___.,,, ~&WMR:3PH4>N u ,,QliAIC ,mFJtOM:~ EX.ISTL SUS: <IOO FEDFJIOMAWS; 400 I T'l'l"E; NEW.1 MOUNTL SVRFACE NORMAL IIWIIIS: ClO LIJCS: S~ ewteun,•~ HO lco-TRPll"O-LOAOn"•-110£MGMAnow JL~I ~rvAJ IL:1 LOADT'l?l!&DE!IIGfCA'110!! ~~ INOn-IVAJ .. I • J c (VAJ HO;;i DDCU'nON ,.,,,,. "'"" """" """"' (O;Pl-f"• .Etl-2 """' ~ ''"""' """ """" I c,.,,, .. , 1.LOl<DSv.eELED(OJTOBEOE"MOl.1$1-EO. SRE.~WJfi-lHoQ.CRBREMER COMt. KVAI i&.3 I 2u J 2&.1 fco1r1J«1E1 1<vA f 0Et¥.JID KVA 2'1.3 26.3 2$.3 CONT(C:OOI! 11 AWa 2'19."2 2'19 2 2'11l.2 frC.cotff [CODE:!) fU!C&'\COOEat: jlOTCM 1000€"); l•OF-KJTCH&li.o: °'° .JOB: CARLSBo\OSENCRCENTER-f-fVPCREFVCc::IAENT "'""' SPAC< ''"a! "'""' SP,a ¥Hi•-. w::- 1 ... -. ~ 1--,-"°-h-co-I"° '·'lliill' TU 0.0 0.0 0.0 0.0 0.0 ,;, .. (WfMJMMNll!L~DEMNDAhl"S:I 21• ISSUEM.ff! REF"'...RTOTffl.EBl..00( OOTE PANEL SCHEDULE SHCM1NGCJRCUITS TOADOEDAS PART Of THIS SCOPE :1E TYi"&; NEMA1 :MOUNT\... SURFIICE •~c. ,,,. "ANl!L.20&1,'NI/ ~-~ 3PH,~ A:l)l'l'IOM; Wl8 ElQSTl. •us: 400 FED Ftl:OMAMf't: 4;lC M'.)qlM,LMUa:400 ClltCUIT 1•1t&AXIR HO jc:o_ TRPj l"O- LOAOTY,.E&DDIONA110N ~::1 """9U{V"' I~ LOAOTV,S.&DE.SK;,NAT10N DOC~ -INOJVAL ... I • I C (\IA)MO~! OOC:ltP~ •REAJ<St I Cl'ICUT "°-ITV co-I NO "''°' l,~ l , I I I """ "'"" (H)l'tt,'l (N)l'tt,'• {E)~S ~ .!!.!!. ..!.!.!! {J\IJIIIOOF'l'Of'IU!C. """' """'-..... ,,,.,,. COHJ\I.KY-;r 74.~ I 2"-1 I 2C.1 ICOtoH5CTa>KVA DOWiD 11:V'-7C.~ ic.., 2C.1 C:OKt(COC)lf.11 AM... 20<1.1 201 1 201.1 N-COWT (COOIE :!): "IICIP'lcoo&JJ: Kn'CM(COOl!C), # OF IUTCtiEH EQ: 0.0 JOS: CAAL.Sa,l,OSENIOFl:CENrER:-HJ.ftC,!EFVQ::tEtlf av: S't'P.A ISaJl!D,ll;T'E: REF'El'l:TOTITlEBLCO( SPN:e "'""' """" "'""' "'""' n., ,., ,., 0.01 I 0.0 I I O I ,OAHEL. DBM,ND KVA; n (~ f'ANl!l. SIU!! DEMJIHD /WPS; 201 ......,M~..,,._,0,,-,az:1: n -r--~ --ier"\'~ ~~~~ GENERAL NOTES· 1. CONTRACTOR SHAll RE LA8EL AU EXISTING ELECTRICAL EOVIPMENT WITH DAtMGE:D OR WSSING LABELS WlfCH ARE ALlEREO DURttG THS BUIL0 OUT. INC"Ll/OE EQUIPMENT DENTIFlCATION IJOLTAGE, KVA RATINGS. SOl.>RCEFEO FROM ANO FED TO. LABEL SHALL BE LAMICOID SCREW DOWN WITH 112'" Bl.ACK LETTERtNG ON WHITE BACKGROUND. PROVIDE ~TEOCIRCUT DtRECTORIESFOR ALL ALTERED PANEL BOAAOS. 2. CIB'S FEEDING HVAC MOTORS SHAU. BE HACR TYPE. l FOR EXISTING PANEL BOARDS, IF NO EXISTING SPARE BREAKER~ SHOtW RATING IS AVAlABL.£. PROVlDE NEW US TEO BREAKER ANO W. TCH MANVfACTVRER AND THE AK: RATING. t PROVlDE TYPED, UPDA TEO CIRCUIT DtRECTORIES REA.EC TING BlAl.O-OUT FOR ALL ALTERED AND NEW P-'NELBOAROS. All ELECTRICAL EOUIPMENT FEEDERS. ANO PANELBOAADS ARE NEW U.0.N ALL OCSTRIOOTION BOARDSJPANELBOAROS BUSES SHAU BE COPPER. NO SEPJESCOMBINATION AAT~GSSHALL BE USED IN THSPRO.IECT. 0 0 NOTE. ALL EOOPMENT IS EXISTING I f}-PANELIG tl--PANEL IH tl--PANEL 1F ~PANEL11l T lb LEVEL 1 POWER PLAN -MAIN 1 ~S.!.~~CAL ROOM ® ITT ~ I ~ ' - 61 ~ ::::, j .:c ~ 0 0 -=c .2 .,, .,, :, J 8YSKA HENNESSY ·-· '-"'9t"ll>tlc,ompa°"~SHGroup ~ 401WHIAS.-C s•1m s..o,.gc._CA.97101 TatM&,2.w.tllllD .,,_.,......_com C) ~ a: .s g C: s: ~ i ~ I ., . (/) u "C t "'"' .a • V, C 'C .: "'g: (.) ~ --~- - ~ ~ 0:: ('.) ~ 0 LJ.J z ::i LJ.J .J ('.) z en =,1.-.....,2013 E005 m 0 ~ 0 c. v HH f id H ~5 ~ ~ ;u ;u 0 0 "T l -u 0 ~ m ;u 0 m s: 0 r =i 0 z -u s: ; z ;: , ; ~ ,:: , ii i :: , [J 0 r TT _ 'I I ·I 0 0 : [ Car l s b a d Sen i o r Ce n t e r Ro o f i n g i r 79 9 Pin e Av e. Carl sba d , CA 92 0 0 8 EL E C T R ICA L LO W E R RO O F lr I' I I I I [ I 0 0 0 0 0 0 0 0 0 0 0 ff i 0 0 0 ~ ii : !ll a li l ii i ~ i 2 ~ !! ! ~ ~ ; ! I ~ do m u s s t u d i o ar c h i t e c t u r e I I i ' I i i t I t I 11 ii :, h p ,J ji 1 ~ ~ t • i u I, r ~ I ~j ·" 0 0 0 (N)IL:19,21.23~ 3#12•1#12G.~40 ~ (N) 0 flu u7 M (N)IL32 ,.,.., GFC1 (NJffi 1•1r&' ~© 0 ~,;':,;'_;R ROOF POWER PLAN 0 0 00 C d (N)1E7911 lllf6+11t10G, 1112"'C. IN~.25 WP ~ GFCI "CIJ (N) ~ WP GFCI 0 -f-+. (N)ILtJ.15,17 3'11&--1#10G.1"C, 0 (:) (N)1E131S.H lll6•t#10G. 11.IZ'C. r, 03 • (N)IE-25 ..,. GfC1 □ □ 0 0 G '0 © 0 /. ./ / © / / @ 0 0 SHEET NOTES. 1. REFER TO GENERAL NOTES ON SHEET E002 FOR MORE INFORMATION. 2. All E;i:;TERK>R ENCLOSURE TO BE NEIM 4X RATED TO Wl'THSTANO CORROSION. 3. COKTRACTOR SHAU FIELD VERFYCONOOlON OF FEEDERS TOt.ECHANICAl EQUIPMENT. FEEOERSSAAL.l 8€ REUSED IF IN AN ACCEPTABLE STATE ANO REPLACED If UNACCEPTA&.E. 4. COORDflATE REQI.AAEMENTS Of CONTROi.. WIRJNG AS REOURED PER MECHAMCAL, SEE ...,,_, 5. PER CrTY POUCY, WIRING IS NOT PERMITTED ON THE ROOF OF A BUILDING ANO WIRING ON THE EXTERK>R OF A BUILDING REOUIRES APPAOVAl BY THE BUU.04NG OFACIAL KEYNOTES 1. UNIT REOUIRESA tS3P FUSED DISCONNECT FEED FROM 3#12• 1#12GND. 1"C. CONTRACTOR TO CONFIRM EXISTING PATHWAY TOEXISTINGPANEUBREAKER IS STIU VIABLE. F EXISTING PA.TH WAY IS VIA8Lf PLACE NEW BREAKER IN SAME LOCA llONICIRClMT NUMBER AS PREVIOUSLY USED. 2. FUSEODISCONNECT TO BE NEMA 4X ANO FUSE SIZ£/TYPf/RATING TO BE ASPER THE MECHAhlCAL MANUFACTURE RECOMMENDATION. ENSURE FUSE ANO DOWNSTRfA.M BREAKER MA. TCH AMPERAGE. Keyplan i;_ ! ::::, -u .!! ~ ~ 0 0 -=o i WI ::::t J SYSKA HENNESSY ..... A~,;,omp11"d S,l,,GtOJP n: 40'!'1"1..i:A,V.., ,_,.., S.-.~C,.t,92,0, C) C -= 0 0 a: , .. 8511.~03e<I wwwsy-llq,.OOl'I ~ = I ~ u 5 .2 l C • " ~ C/) ~ -0 • C\l < .c • ,n C i:: a: C\l g: u ~ u:: 0 0 er er w ~ 0 _J _J ~ () a: f-()Z ~::i LU a_ =.;-,,.........,10n E103 I I i ' i i I t I I I u r Ii !, fl ,i 11 ,i 11 1• t ! t~ h !~ ti I i,J m 12 GAGE 1-tJT SQ. GAL.VA/'IZED STEEL C~NEl.. STAJ-CHION NVEIRPCES REVERSE R.OOR CHANNEL FOR CLOSE TO EOUFt,IENT tNSTAUATION 1f4"X1-1/2" WB.OED GALVANIZED STEa CORNERBRACE--,6!',/'l WELD All AROI.N) 1 ... ...,_ · 'MOTH Of DISCOtfiECT SWITCH NOTE TO 8E USED If WAU MOUNT OR UNIT MOUNT JS NOT VIABlE. VERIFY WITH ENGINEER FOR LC>C.liltONS INTENDED FOR APf'UCATlON PRK>R TO INSTAUA TION. (?\£REE STANDING DISCONNECT ~ r.'\_V/__ATERPROOF PENETRATION ~ FEEDER CONDUCTOR TI-"NIJ'EAA AFTERBINDt<G TO FEEDERS ©FEEDER TAG SCP<E NONE • 1' Mt-I ClENWCE (PACK W'ITH FIBERQ.ASS) I ~ e ::::, -u .! .:.c ~ C .Q ""C ~ ! J SYSKA HENNESSY ...... A.~IX'lfflpanr~SI-IGr,:q, h:: .:nw-•~ .... , ... 5-n(MgoCAW,O, Ttle5e244Cle0 --•r-.oo,,, C) ~ 0 a'. ~ ~ ., "' u 5 Q l ~ ~ Cl) Cl) il "O .. _J _g 4 ~ "' ~ 'C it "'"' w u g> 0 Jllt,'oMf'IScf, ~ 0,--,S.t-- ~,,.......,.20n E600