Loading...
RCRC HVAC Specifications CITY OF ROSEMEAD CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR Energy Efficiency and Conservation Block Grant Program (EECBG) Replacement of HVAC For Rosemead Community Recreation Center PROJECT No. (31002) FISCAL YEAR 2011-2012 IN THE CITY OF ROSEMEAD PUBLIC WORKS DEPARTMENT, ENGINEERING DIVISION 8838 E. VALLEY BOULEVARD ROSEMEAD, CA 91770 TELEPHONE: (626) 569-2152 FAX: (626) 307-9218 JOB WALK MEETING TUESDAY, FEBRUARY 21, 2012 CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT NO. (31002) TABLE OF CONTENTS BIDDING DOCUMENTS 1. NOTICE INVITING BIDS 2. INSTRUCTIONS TO BIDDERS 3. CONTRACT BID FORMS CONTRACT AGREEMENT 1. CONTRACT AGREEMENT AND INSURANCE REQUIREMENTS 2. PERFORMANCE BOND 3. PAYMENT BOND CONTRACT APPENDIX • PART “A” -GENERAL PROVISIONS • PART “B” -SUPPLEMENTAL GENERAL PROVISIONS • PART “C” -CONSTRUCTION DOCUMENTS • PART “D” -ASBESTOS & LEAD SURVEY REPORT • PART “E” -ASBESTOS & LEAD TECHNICAL SPECIFICATIONS NIB-1 CITY OF ROSEMEAD Notice Inviting Informal Bids NOTICE IS HEREBY GIVEN that the CITY OF ROSEMEAD, California, will receive informal sealed bids up to 11:00 o’clock a.m. on Thursday, the 23rd day of February, 2012, and prior to bidding a MANDATORY Job Walk Meeting will be held Tuesday, February 21st, at 11:00 am. at the Rosemead Community Recreation Center, 3936 N. Muscatel Avenue, Rosemead, CA 91770 for the Energy Efficiency and Conservation Block Grant Program (EECBG) Rosemead Community Recreation Center HVAC REPLACEMENT PROJECT The project consist of replacement of nine (9) rooftop units (RTU) and all auxiliary components, and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. This project is subject to the “Buy American” provisions of the surface transportation assistance act of 1982 as amended by the intermodal surface transportation efficiency act of 1991. Contractor is required to sign a pre-award compliance certification and purchaser certifications with the submittal of this proposal. The engineer’s estimate for this project is $180,000.00. The successful bidder shall have thirty (30) working days to complete the work. Liquidated damages shall be $500.00 per working day. Plans, Specifications, and Contract Documents will be provided at the City of Rosemead Public Works Department, 8838 E. Valley Boulevard, Rosemead, CA 91770 or will be available at the Job Walk on February 21, 2012. (City Hall is closed on Fridays and Monday, February 20th for Presidents’ Day) Each bid must be accompanied by a bidder’s security in an amount not less than 10% of the amount of the bid, as a guarantee that the bidder will, if awarded the Contract, enter into a satisfactory agreement and provide a Performance Bond and a Payment Bond, each not less than 100% of the total amount of the bid price. No bidder may withdraw his bid for a period of sixty-one (61) days after the above bid opening date. The CITY OF ROSEMEAD will affirmatively insure the disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, disability, sex or national origin in the consideration for an award. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage NIB-2 Rates for this project available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the books issued for bidding purposes entitled "Proposal and Contract," and in copies of this book that may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of "Proposal and Contract" books. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements in the books entitled "Proposal and Contract." If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid rigging activities Bid rigging activities can be reported Mondays through Fridays, Fridays, between 8:00 a.m. and 5:00 p.m., eastern time, Telephone No. 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report these activities. The “hotline” is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Bidders shall be licensed in accordance with the provision of Chapter 9, Division 111 of the Business and Professions Code of the State of California. Bidder shall have a Class “C-20” license in good standing at the time Bids are received. The Council reserves the right to reject any and all bids and to waive any informality, technical defect, or minor irregularity in any bid submitted. An award of service shall not be final until the bids have been reviewed and a Contract Agreement with the City has been signed by the lowest responsible bidder and by the City. Award of Service Agreement is proposed for February 28th, 2012. CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT No. 31002 INSTRUCTION TO BIDDERS ITB -1 INSTRUCTIONS TO BIDDERS All Bids must be made in accordance with these Instructions to Bidders ("ITB"). Unless specifically noted, capitalized terms are used as defined in the General Conditions, found in Part "B" of the Contract Appendix. All terms defined in the General Conditions which occur in the Bid Documents and Contract shall have meanings as defined therein. 1. AVAILABILITY OF BID DOCUMENTS Bids must be submitted to the Owner on the Contract Bid Forms which are a part of the Bid Package for the Project. Prospective bidders may obtain one (1) complete set of Bid Documents. Bid Documents may be obtained from the Owner at the location(s) and at the time(s) indicated in the Notice Inviting Bids. Prospective bidders are encouraged to telephone in advance to determine the availability of Bid Documents. Any applicable charges for the Bid Documents are outlined in the Notice Inviting Bids. The Owner may also make the Bid Documents available for review at one or more plan rooms, as indicated in the Notice Inviting Bids. Please Note: Prospective bidders who choose to review the Bid Documents at a plan room must contact the Owner to purchase the required Bid Documents if they decide to submit a bid for the Project. 2. EXAMINATION OF BID DOCUMENTS The Owner has made copies of the Bid Documents available, as indicated above. Bidders shall be solely responsible for examining the Project Site and the Bid Documents, including any Addenda issued during the bidding period, and for informing itself with respect to local labor availability, means of transportation, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors' licensing requirements, availability of required insurance, and other factors that could affect the Work. Bidders are responsible for consulting the standards referenced in the Contract titled Specifications. Failure of Bidder to so examine and inform itself shall be at its sole risk, and no relief for error or omission will be given except as required under State law. 3. INTERPRETATION OF BID DOCUMENTS Any request for an interpretation or clarification of the Bid Documents must be submitted in writing by Bidder via telex, telegram or facsimile to the Owner’s Project Engineer. Any response that the Owner may choose to make for purposes of interpretation or clarification, will be in writing and made available to all the listed holders of the Bid Documents. The Owner will respond to all written/faxed Bidder's inquiries received at least seventy two (72) hours before the scheduled bid opening date for which, in its sole judgment, a response is in the best interest of the Owner. Where such interpretation or clarification requires a change in the Bid Documents, the Owner will prepare and issue an Addendum to the Bid Documents. The Owner shall not be bound by, and Bidder shall not rely upon, any oral interpretation or clarification of the Bid Documents. The bidding process and terms and conditions will be in strict accordance with the following Bid Documents: a. Notice Inviting Bids b. Instructions to Bidders c. Contract Bid Forms d. Contract ITB -2 e. Contract Appendix Part “A" -General Conditions Part "B" -Supplementary General Conditions Part "C" -Technical Provisions 4. INSPECTION OF SITE; PRE-BID CONFERENCE AND SITE WALK Each prospective bidder is responsible for fully acquainting himself with the conditions of the Project Site (which may include more than one site), as well as those relating to the construction and labor of the Project, to fully understand the facilities, difficulties and restrictions which may impact the total and adequate completion of the Project. 5. ADDENDA The Owner reserves the right to revise the Bid Documents prior to the bid opening date. Revisions, if any, shall be made by written Addenda. Pursuant to Public Contract Code Section 4104.5, if the Owner issues an Addendum later than 72 hours prior to the deadline for submission of bids, and the Addendum requires material changes, additions or deletions to the description of the work to be performed or the content, form or manner of submission of bids, the Owner will will extend the deadline for submission of bids by at least 72 hours. Otherwise, the Owner may determine, in its sole discretion, whether an Addendum requires that the date set for opening bids be postponed. The announcement of the new date, if any, shall be made by Addenda. Each prospective bidder shall provide Owner a name, address and facsimile number to which Bid Document Addenda may be sent, as well as a telephone number by which the Owner can contact the Bidder. Copies of Addenda will be furnished by telex, telegram, facsimile, first class mail, express mail or other proper means of delivery without charge to all parties who have obtained a copy of the Bid Documents and provided such current information. Please Note: Bidders are primarily and ultimately responsible for ensuring that they have received any and all Addenda. To this end, each Bidder should contact the Development Services Department to verify that he has received all Addenda issued, if any. Bidders must acknowledge receipt of all Addenda, if any, in its Bid Letter. Failure to acknowledge receipt of all Addenda may cause its Bid to be deemed incomplete and nonresponsive. 6. PREPARATION OF BIDS Bids shall be prepared only using copies of the Contract Bid Forms provided with the Bid Documents. The use of substitute bid forms other than clear and correct photocopies of those provided by the Owner will not be permitted and may result in the Bid being declared nonresponsive. Bid Letters 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 Contract Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Contract Bid Forms nor make substitutions thereon. USE OF INK, INDELIBLE PENCIL OR A TYPEWRITER IS REQUIRED. 7. ALTERNATE BIDS If alternate bid items are called for in the Bid Documents, the lowest bid will be determined on the basis of the base bid only, but the Owner may choose to award the contract on the basis of the base bid alone or the base bid and any alternate or combination of alternates. ITB -3 Since the time for the alternate bid items has already been factored into the Contract Time, no additional Contract Time will be awarded for any of the alternate bid items. Because the Owner may elect to include one or more of the alternate bid items, or to otherwise remove certain bid items from the Project scope of work, 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. Bidders shall not unevenly weight or allocate their overhead and profit to one or more particular bid items. 8. MODIFICATIONS OF BIDS Each Bidder shall submit its Bid in strict conformity with the requirements of the Bid Documents. Each Bid prepared by Bidder shall be complete in itself and shall be submitted within a sealed envelope in accordance with the instructions herein. Unauthorized conditions, limitations, exclusions or provisions attached to a Bid will render it nonresponsive and may cause its rejection. Bidders shall neither delete, modify, nor supplement the printed matter on the Contract Bid Forms, nor make substitutions thereon. ORAL, TELEPHONIC AND FACSIMILE BIDS OR MODIFICATIONS WILL NOT BE CONSIDERED. 9. SIGNING OF BIDS All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders will 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 will be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all all matters relating to the Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed 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. 10. BID GUARANTEE (BOND) Each bid proposal shall be accompanied by a certified or cashier's check, bid bond (the bid bond must be submitted on the form included in these Bid Documents) or equivalent substitution in lieu of a bond, as authorized by Code of Civil Procedure Section 995.710, in an amount not less than 10% of the Total Bid Price. Any check, bond, or other substitute must be made payable to the Owner, and shall be given as a guarantee that the Bidder will enter into the Contract described in the Bid Documents if awarded the work and will provide a satisfactory Performance Bond, Payment Bond, the required insurance certificates and endorsements, and any other certifications as may be required by the Contract. By submitting a proposal, each bidder agrees that its failure to enter the Contract if awarded the work or to provide the Bonds and other information or documentation described above would result in damage to the Owner, and that it would be impracticable or extremely difficult to ascertain the actual amount of that damage. For this reason, each bidder agrees that the Owner may retain the bid proposal guarantee as liquidated damages if the bidder is awarded the work but fails or refuses to timely enter into the Contract or to provide the Bonds and other information or documentation described above, except as may otherwise be required by California law. ITB -4 If electing to provide a Bid Bond, as set forth above, each Bidder must obtain such a bond from an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to the Owner. In addition, the Bid Bond must be submitted on the form furnished by the Owner, or one substantially in conformance with the Owner's form if previously approved in writing by the Owner. Certified or cashier's checks must be drawn on a solvent state bank or a California branch of a solvent national bank. After the Owner has made an award to the successful Bidder, and the Bidder has signed a Contract, submitted the necessary bonds, original insurance certificates and endorsements, and any other certifications as may be required by the Contract, the remaining Bid guarantees shall be returned to each particular bidder if requested by that bidder. If the Owner rejects all Bids, it will promptly return to all Bidders their Bid guarantees 11. SUBMISSION OF SEALED BIDS Once the Bid and supporting documents herein have been completed and signed as set forth above, they shall be placed, along with the Bid Guarantee and any proposed sketches and brochures or other materials required by these instructions, in an envelope, sealed, addressed and delivered or mailed, postage prepaid to the Owner at the place and to the attention of the person indicated in the Notice Inviting Bids. NO ORAL, TELEPHONIC OR FACSIMILE FORMS WILL BE CONSIDERED. The envelope shall also contain the following in the lower left-hand corner thereof: Bid of (Insert Name of the Company) for ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT No consideration shall be given by the Owner to bid proposals received after the date and time set for the opening of bids as provided in the Notice Inviting Bids. 12. DELIVERY AND OPENING OF BIDS Bids will be received by the Owner at the address shown in the Notice Inviting Bids up to the date and time shown therein. The Owner will leave unopened any Bid received after the specified date and time, and any such unopened Bid will be returned to the Bidder. It is the Bidder's sole responsibility to ensure that its Bid is received as stipulated. Bids may be submitted earlier than the dates(s) and time(s) indicated. Bids will be opened at the date and time stated in the Notice Inviting Bids and the amount of each Bid will be read aloud and recorded. All Bidders may, if they desire, attend the opening of Bids. Owner reserves the right to reject any or all Bids, to waive any informality or irregularity in any Bid received where such waiver is in the best interests of the Owner, and to be the sole judge of the merits of the respective Bids received. In the event of a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. 13. WITHDRAWAL OF BID Prior to the bid opening date, a Bid may be withdrawn by the Bidder by means of a written request signed by the Bidder or its properly authorized representative. If a Bidder to whom the award is made fails or refuses to sign a Contract, or to furnish the bonds, certificates and endorsements ITB -5 required below within the time specified in these Instructions to Bidders below, the funds represented by the Bid Guarantee (cash, cashiers check or Bid bond described above) shall be forfeited and become and remain the property of the Owner; the amount thereof being previously agreed to by the Bidder and the surety to be due the Owner because of the damage resulting from the delay in the execution of the Contract and in the performance of Work thereunder. 14. AWARD PROCESS Once all Bids are opened and reviewed to determine the lowest responsive and responsible bidder, the City Council will make all necessary decisions and awards. The apparent successful bidder should at this point begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once the Owner issues a Notice of Award, the successful bidder will have seven (7) Working Days from the date of this letter to supply the Owner with all of the required documents and certifications. Regardless whether the successful bidder supplies the required documents and certifications in a timely manner, the Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed. Once the Owner receives all of the properly drafted and executed documents and certifications from the successful bidder, the Owner shall issue a Notice to Proceed to that successful bidder. 15. DESIGNATION OF SUBCONTRACTORS Pursuant to state law, the Bidders must designate the name and location of each subcontractor who will perform work or render services for the prime Bidder in an amount that exceeds one-half of one percent (0.5%) of the Bidder's Total Bid Price, as well as the portion of work each such subcontractor will perform. Bidders must make these designations, as well as any others requested by the Owner, on the document titled "List of Proposed Subcontractors" which has been included with the Contract Bid Forms. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. 16. LICENSING REQUIREMENTS Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all bidders must possess proper licenses for performance of this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Section 7028.5 of the Business and Professions Code, the Owner shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Bid Documents to be nonresponsive, and the Owner shall reject the Bid. The Owner shall have the right to request, and the Bidders shall provide within five (5) Calendar Days, evidence satisfactory to the Owner of all valid license(s) currently held by that Bidder and each of the Bidder’s subcontractors, before awarding the Contract. 17. DISQUALIFICATION OF BIDDERS; INTEREST IN MORE THAN ONE BID No bidder shall be allowed to make, submit or be interested in more than one bid. However, a person, firm, corporation or other entity that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a subproposal or quoting prices to other bidders submitting a bid to the Owner. ITB -6 18. INSURANCE REQUIREMENTS Within the time specified in these Instructions to Bidders above, Bidder shall provide the Owner with four identical counterparts of all required insurance certificates and endorsements as specified in the Bid Documents. Failure to do so may, in the sole discretion of Owner, result in the forfeiture of the Bid Guarantee. All insurance is to be placed with insurers with a current A.M. Best’s rating of no less than A:VIII, licensed to do business in California, and satisfactory to the Owner. 19. REQUIRED BIDDER CERTIFICATIONS Bidders must comply with the following: A. CONTRACT BID FORMS: Within the Contract Bid Documents the bidder must certify to various information, including but not limited to, the accuracy of the representations made in the Contract Bid Forms . B. NON-COLLUSION AFFIDAVIT: Pursuant to Public Contract Code Section 7106, each Bidder must execute and submit with its bid the statutorily mandated non-collusion affidavit included in the Bid Documents. 20. BASIS OF AWARD; BALANCED BIDS The Owner shall award Contracts to only the lowest responsible Bidders submitting responsive Bids, as required by law. The Owner reserves the right to reject any or all Bids. The Owner may reject any Bid which, in its opinion when compared to other bids received or to the Owner's internal estimates, does not accurately reflect the cost to perform the Work. In addition, because the Owner may elect to include or exclude any of the bid items and alternate bid items at its sole and absolute discretion, 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. The Owner may reject as non-responsive any bid which unevenly weights or allocates overhead and profit to one or more particular bid items. 21. FILING OF BID PROTESTS Bidders may file a "protest" of a contract award with the Owner's Project Manager. In order for a Bidder's protest to be considered valid, the protest must: A. Be filed filed in writing within five (5) Working Days after the bid opening date. B. Clearly identify the specific accusation involved. C. Clearly identify the specific Owner Staff/Board recommendation being protested. D. Specify, in detail, the grounds of the protest and the facts supporting the protest. E. Include all relevant, supporting documentation with the protest at time of filing. If the protest does not comply with each and every one of these requirements, it will be rejected as invalid. If the protest is valid, the Owner's Project Engineer, or other designated Owner staff member, shall review the basis of the protest and all relevant information. The Project Engineer will deny or concur with the protest and provide a written decision to the protestor. The protestor may then appeal the decision of the Project engineer to the City Engineer. ITB -7 22. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS Within the time specified in these Instructions to Bidders above, the Bidder to whom a Contract is awarded shall deliver to the Owner four identical counterparts of the Performance Bond and Payment Bond in the form supplied by the Owner and included in the Bid Documents. Failure to do so may, in the sole discretion of Owner, result in the forfeiture of the Bid Guarantee. The surety supplying the bond must be an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to the Owner. The Performance Bond shall be for one hundred percent (100%) of the Total Bid Price, and the Payment Bond shall also be for one hundred percent (100%) of the Total Bid Price. Contractor shall require, pursuant to Public Contract Code article 4108, all subcontractors providing labor and materials in excess of the dollar amount indicated in the Notice Inviting Bids to supply Payment and Performance Bonds in the amounts and manner required of the Contractor. The Contractor shall specify this requirement for subcontractor bonds in his written or published request for subcontractor bids 23. EXPERIENCE AND TECHNICAL REQUIREMENTS Bidders are required to provide the experience and qualification information required as part of the Contract Bid Forms. The purpose of this data is to provide the information necessary for the Owner to determine whether Bidders have the necessary experience in order to responsibly carry out the Work. Each Bidder shall answer all questions and provide information requested by the Contract Bid Forms. 24. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES Contractor and its subcontractors performing work under this Contract will be required to pay California sales 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 Bid Documents. 25. EXECUTION OF CONTRACT The Bidder to whom an award is made shall execute the Contract in the amount of its Total Bid Price and furnish the required insurance certificates and endorsements, as well as Performance and Payment Bonds, in a timely manner. The Owner may require appropriate evidence that the persons executing the Contract and the bonds for both the Bidder and its surety or sureties are duly empowered to do so. 26. OWNER RIGHTS The Owner may investigate the qualifications of any Bidder under consideration, require confirmation of information furnished by a Bidder, and require additional evidence of qualifications to perform the work described in these Bid Documents. The Owner reserves the right to: A. Reject any or all of the Bids if such action is in the best interest of the Owner. B. Issue subsequent Notices Inviting Bids. C. Cancel this entire Notice Inviting Bids. D. Appoint evaluation committees to review any or all Bids. ITB -8 E. Seek the assistance of outside technical experts to validate the Bid(s). F. Approve or disapprove the use of particular subcontractors. G. Waive informalities and irregularities in Bids. The Notice Inviting Bids does not commit the Owner to enter into a contract, nor does it obligate the Owner to pay any costs incurred in preparation and submission of Bids or in anticipation of a contract. 27. BIDDER'S RESPONSIVENESS The Owner will evaluate Bids for responsiveness at the time of Bid opening and before award is made. A Bid must be in strict compliance with the commercial and technical specifications, without exception. Only Bids which conform in all material respects to the Bid Documents can be eligible for award. A Bid not meeting the requirements of the responsiveness checklist may be rejected immediately upon opening, and returned to the Bidder's representative. 28. BIDDER'S RESPONSIVENESS CHECKLIST The Owner's initial responsiveness evaluation will consider the following: A. Completed and properly executed Bid Letter (Including a completed Total Bid Price, completed Bid Bond amount, acknowledged addenda, completed state of incorporation or partner/joint venturer information (if applicable), completed license number, and signature by authorized company officer); B. Completed Bid Data Forms (including valid and properly executed Bid Bond for 10% of the Total Bid Price and a completed List of Proposed Subcontractors); C. Properly executed Non-Collusion Affidavit; and D. Completed and properly executed Bidder Information Forms. If the Bidder is a joint venture, each joint venturer shall prepare and submit a separate form. Extra forms, if needed, can be obtained from the Owner, or photocopied by the Bidder, if necessary. 29. CONTRACT BID FORMS; LISTS OF SUBCONTRACTORS A. Contract Bid Forms. The Bid Letter and Forms must be completed as set forth below. (1) The Contract Bid Forms and Letter must be prepared using ink, indelible pencil or a typewriter. (2) The Bid Letter must be signed by the Bidder or on its behalf by the person or persons having the authority to do so. Proof of the authority to act on behalf of the firm must be submitted when requested. The proof shall be in the form of a certified copy of an appropriate corporate resolution, certificate of partnership or joint venture, or other appropriate document. If Bidder is an entity made up of multiple parties and no person or persons are designated to act on its behalf, all parties shall execute the Bid. (3) Addenda -Receipt of addenda must be acknowledged in the space provided in the Bid Letter. ITB -9 (4) The Bidder shall not delete, modify, supplement or make substitutions thereof, on the printed matter of the Contract Bid Forms or Bid Letter. (5) Corrections shall be initialed by the person who signs the Bid Letter. (6) Exceptions or qualifications to the Bid Documents are strictly forbidden. Any comment by the Bidder which the Owner determines can be construed as altering the requirements of the specifications or the terms and conditions of the Contract will render the Bid nonresponsive and disqualify the Bidder from consideration for award. B. List of Proposed Subcontractors (Forms). State law prohibits substitution of subcontractors listed in the original Bid except as otherwise provided in Sections 4107 and 4107.5 of the California Public Contract Code. Bidders are required to list all Subcontractors whose participation in the Contract will exceed one-half of one percent (0.5%) of the Total Bid Price. The List of Proposed Subcontractors Forms must be completed as set forth below. (1) Name. List the name of Subcontractors who will perform work in excess of one half of one percent (0.5%)of the Total Bid Price. (2) Location. For listed Subcontractors, identify the location of its place of business (City and State). (3) Work. For listed Subcontractors, identify the type/portion of work to be performed in the Contract. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will not allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. 30. RESPONSIBILITY CRITERIA Responsibility is the apparent ability of the Bidder to meet and complete successfully the requirements of the Contract. The Owner reserves the right to consider the financial responsibility and general competency of each bidder, as well as its reputation within the industry. Owner may request, and apparent low bidder shall provide, a financial statement, audited if necessary, including the Bidder's latest balance sheet and income statement. Owner expects that each Bidder will fully and truthfully disclose all information required of the Bidder by the Bid Documents. The prospective contractor, in order to be evaluated by the Owner as being a responsible contractor, must complete Section 4 of the Contract Bid Forms to determine that it: A. Has or can secure adequate financial resources to perform the contract; B. Is able to meet the performance or delivery schedule of the contract, taking into consideration other business commitments; and C. Has a satisfactory record of performance. A contractor seriously deficient in ITB -10 current contract performance, considering the number of contracts and extent of the deficiencies, is presumed not to meet this requirement unless the deficiencies are beyond its control or there is evidence to establish its responsibility notwithstanding the deficiencies. Evidence of such satisfactory performance record should show that the contractor: (1) Has a satisfactory record of integrity in its dealings with government agencies and with subcontractors, and is otherwise qualified to receive an award under applicable laws and regulations; (2) Has the necessary organization, experience, satisfactory safety record, accounting and operational controls and technical skills or the ability to obtain them; and (3) Has the necessary production, construction, and technical equipment and facilities or the ability to obtain them. END OF INSTRUCTIONS TO BIDDERS ITB -i TABLE OF CONTENTS Page 1. AVAILABILITY OF BID DOCUMENTS ............................................................................... 1 2. EXAMINATION OF BID DOCUMENTS ...................... ........................................................ 1 3. INTERPRETATION OF BID DOCUMENTS ....................................................................... 1 4. INSPECTION OF SITE; PRE-BID CONFERENCE AND SITE WALK .............................. 2 5. ADDENDA ................................................................................................................. .......... 2 6. PREPARATION OF BIDS ................................................................................................... 2 7. ALTERNATE BIDS ........................................... .................................................................. 3 8. MODIFICATIONS OF BIDS ................................................................................................ 3 9. SIGNING OF BIDS.............................................................................................................. 3 10. BID GUARANTEE (BOND) ......................................... ........................................................ 4 11. SUBMISSION OF SEALED BIDS ....................................................................................... 4 12. DELIVERY AND OPENING OF BIDS ................................................................................ 5 13. WITHDRAWAL OF BID ................................................................. ..................................... 5 14. AWARD PROCESS ............................................................................................................ 5 15. DESIGNATION OF SUBCONTRACTORS ........................................................................ 5 16. LICENSING REQUIREMENTS ............................................................................... ........... 6 17. DISQUALIFICATION OF BIDDERS; INTEREST IN MORE THAN ONE BID ................... 6 18. INSURANCE REQUIREMENTS ......................................................................... ................ 6 19. REQUIRED BIDDER CERTIFICATIONS ........................................................................... 6 20. BASIS OF AWARD; BALANCED BIDS ................................. ............................................. 6 21. FILING OF BID PROTESTS ............................................................................................... 7 22. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS ............................... 7 23. EXPERIENCE AND TECHNICAL REQUIREMENTS ........................................................ 7 24. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES ............ 8 25. EXECUTION OF CONTRACT ............................................................................................ 8 26. OWNER RIGHTS ............................................................................................................... 8 27. BIDDER'S RESPONSIVENESS ...................................... ................................................... 8 28. BIDDER'S RESPONSIVENESS CHECKLIST ................................................................... 8 29. CONTRACT BID FORMS; LISTS OF SUBCONTRACTORS ............................................ 9 30. RESPONSIBILITY CRITERIA .......................................................................................... 10 CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT No. 31002 CONTRACT BID FORMS BIDDER: ________________________ CBF -12 CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE .................................................................................................. .... 1 SECTION 2 BID DATA FORMS .................................................................................................. 5 2.A BID BOND...................................................... .......................................................... 6 2.B LIST OF PROPOSED SUBCONTRACTORS ......................................................... 7 SECTION 3 NON-COLLUSION AFFIDAVIT ............................................................................. 10 SECTION 1 -BID SCHEDULE BIDDER: ________________________ CBF -1 BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT No. 31002 BASE BID SCHEDULE NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 1 Clearing and Grubbing LS 1 2 Demolition of existing RTU units, including all auxiliary components & disposal of waste materials LS 1 3 Wood Framing Under New Curbs LS 1 4 New Roof Top Units (RTU) & Curbs LS 1 5 Ductwork, Pipe, Conduit and All Mechanical Components Including Air balancing and relocation of Existing Exhaust Fans LS 1 6 Electrical Work LS 1 7 Asbestos Abatement SF 8 Lead Paint Abatement SF TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$_________________________________ _______________________________ _______________________________________________ Dollar amount in written form BIDDER: ________________________ CBF -2 Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Dollars ($ ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing 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. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder’s California contractor’s license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) if project is not completed in forty-five (45) calendar days. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. _______________________ BIDDER: ________________________ CBF -3 The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. BIDDER: ________________________ CBF -4 By: _____________________________ _____________________________ Signature Business Street Address _____________________________ _____________________________ Type or Print Name City, State and Zip Code _____________________________ _____________________________ Title Telephone Number Bidder's/Contractor's State of Incorporation: __________________________ ___________ Partners or Joint Venturers: ___________________________________________ ___________________________________________ ___________________________________________ Bidder’s License Number(s): ___________________________________________ NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. BIDDER: ________________________ CBF -5 SECTION 2 BID DATA FORMS BIDDER: ________________________ CBF -6 Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT __________________________________________________________, as Principal, and ____________________________________________________ ______________________________, as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of _______________________________________________________________ ____ ___________________________________________________________________ _________________________________________________________DOLLARS ($______________________), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Rosemead Community Recreation Center HVAC Replacement Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated ______________________. NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above-referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this _______ day of __________________, 20____. _______________________________(SEAL) ______________________(SEAL) Principal Surety By: ________________________ By: ____________________________ Signature Signature BIDDER: ________________________ CBF -7 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, 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 Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price 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 Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner appr oval. BIDDER: ________________________ CBF -8 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted Name: _______________________________________ Address: ______________________________________ Name and Location Description of Work of Subcontractor to be Subcontracted Name: _______________________________________ Address: ______________________________________ Name and Location Description of Work of Subcontractor to be Subcontracted Name: _______________________________________ Address: ______________________________________ Name and Location Description of Work of Subcontractor to be Subcontracted Name: _______________________________________ Address: ______________________________________ Name and Location Description of Work of Subcontractor to be Subcontracted Name: ________________________ _______________ Address: ______________________________________ BIDDER: ________________________ CBF -9 2.C REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. _________________________________________________________________________________ Name and Address of Owner _________________________________________________________ ________________________ Name and telephone number of person familiar with project _________________________________________________________________________________ Contract amount Type of Work Date Completed 2. _________________________________________________________________________________ Name and Address of Owner _________________________________________________________________ ________________ Name and telephone number of person familiar with project _________________________________________________________________________________ Contract amount Type of Work Date Completed 3. _________________________________________________________________________________ Name and Address of Owner _________________________________________________________________________ ________ Name and telephone number of person familiar with project _________________________________________________________________________________ Contract amount Type of Work Date Completed 4. _________________________________________________________________________________ Name and Address of Owner ______________________________________________________________________________ ___ Name and telephone number of person familiar with project _________________________________________________________________________________ Contract amount Type of Work Date Completed BIDDER: ________________________ CBF -10 SECTION 3 NON-COLLUSION AFFIDAVIT BIDDER: ________________________ CBF -11 NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. _______________________________ Signature _______________________________ Typed or Printed Name _______________________________ Title _______________________________ Bidder Subscribed and sworn before me This ____ day of _______________________, 20____ (Seal) _____________________________ Notary Public in and for the State of California My Commission Expires: ______________ CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT NO. (31002) CONTRACT AGREEMENT CONTRACT AGREEMENT 1. PARTIES AND DATE. This Agreement is made and entered into this ______ day of ____________________, 20___ by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, (“City”) and [insert Name of Company], a [insert type of entity -corporation, partnership, sole proprietorship or other legal entity] with its principal place of business at [insert address] (hereinafter referred to as “Contractor”). City and Contractor are sometimes individually referred to as “Party” and collectively as “Parties” in this Agreement. 2. RECITALS. 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing [insert type of services] services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project. City desires to engage Contractor to render such services for the [insert Name of Project] (“Project”) as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the Owner all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional [insert type of services] maintenance services necessary for the Project (“Services”). All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from [insert start date] to [insert ending date], unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement if necessary to complete the Services. [insert Name of Company] Page 2 of [insert last page number of agreement] 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor’s exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers’ compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit “B” attached hereto and incorporated herein by reference. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor’s conformance with the Schedule, City shall respond to Contractor’s submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City’s Representative. The City hereby designates [insert Name or Title], or his or her designee, to act as its representative for the performance of this Agreement (“City’s Representative”). City’s Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City’s Representative or his or her designee. 3.2.5 Contractor’s Representative. Contractor hereby designates [insert Name or Title], or his or her designee, to act as its representative for the performance of this Agreement (“Contractor’s Representative”). Contractor’s Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor’s Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City’s staff, consultants and [insert Name of Company] Page 3 of [insert last page number of agreement] other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor’s failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub-contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance. 3.2.9.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement. 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees [insert Name of Company] Page 4 of [insert last page number of agreement] appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., (“Prevailing Wage Laws”), which require the payment of of prevailing wage rates and the performance of other requirements on “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor’s principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond. Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total, not-to-exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total, not-toexceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City’s sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No [insert Name of Company] Page 5 of [insert last page number of agreement] further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Agreement (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Agreement for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California-admitted surety with a current A.M. Best’s rating no less than A:VIII and satisfactory to the City. If a California-admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit C attached hereto and incorporated herein by reference. The total compensation shall not exceed [insert written dollar amount] ($[insert numerical dollar amount]) without advance written approval of City’s project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, “Extra Work” means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City’s Representative. [insert Name of Company] Page 6 of [insert last page number of agreement] 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor’s principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be [insert Name of Company] Page 7 of [insert last page number of agreement] required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: [Insert Name] [Insert Address] [Insert City, State zip] Attn: [Contact Person] CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Such notice shall be deemed made when personally delivered or when mailed, fortyeight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.4 Attorney’s Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney’s fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation [insert Name of Company] Page 8 of [insert last page number of agreement] the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor’s own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor’s obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.6 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.9 City’s Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. [insert Name of Company] Page 9 of [insert last page number of agreement] 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City’s Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker’s 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 Services. 3.5.20 Authority to Enter Agreement. Contractor has all requisite power and [insert Name of Company] Page 10 of [insert last page number of agreement] authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.21 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [signatures on next page] [insert Name of Company] Page 11 of [insert last page number of agreement] CITY OF ROSEMEAD [INSERT NAME OF CONTRACTOR] By: By: City Mayor Name: Attest: Title: Gloria Molleda City Clerk [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Approved as to Form: Garcia Calderon Ruiz LLP By: Name: City Attorney Title: 02/08 Document1 [insert Name of Company] Page 1 of [insert last page number of agreement] D-1 INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend,supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office “Commercial General Liability” policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Consultant or Consultant’s employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state-approved policy form providing statutory benefits as required by law with employer’s liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured’s liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $___________ per occurrence. [insert Name of Company] Page 2 of [insert last page number of agreement] D-2 Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and “Covered Professional Services” as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must “pay on behalf of” the insured and must include a provision establishing the insurer’s duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A-or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: 1. Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant’s employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City’s protection without City’s prior written consent. [insert Name of Company] Page 3 of [insert last page number of agreement] D-3 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant’s general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will “endeavor” (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If Consultant’s existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or selfinsured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such such change. If such change results in substantial [insert Name of Company] Page 4 of [insert last page number of agreement] D-4 additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant’s insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers’ compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or allinclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. [insert Name of Company] Page 5 of [insert last page number of agreement] D-5 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT NO. (31002) PERFORMANCE BOND PERFORMANCE BOND -1 PERFORMANCE BOND WHEREAS the CITY OF ROSEMEAD (also herein "Obligee") has awarded to __________________________________________________________ (hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the Rosemead Community Recreation Center HVAC Replacement Project and all other required structures and facilities within the rights-of-way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated ___________________ (hereinafter the "Public Work Contract"); and WHEREAS, the Contractor is required by said Public Work Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof, NOW, THEREFORE, we _________________________________ _______________________________________ , the undersigned Contractor, as Principal, and ___________________________________________________, a corporation organized and existing under the laws of the State of ______________________, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the CITY OF ROSEMEAD in the sum of ______________________________________ ___________________ dollars, ($____________________________), said sum being not less than 100% of the total amount payable by the said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Public Work Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and agents, as stipulated in the said Public Work Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event legal action is required to enforce the provisions of this agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements, and other damages. In case legal action is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements and other consequential damages. PERFORMANCE BOND -2 The said Surety, for value received, hereby stipulates and agrees that no change, extensions of time, alteration or addition to the terms of the Public Work Contract or to the Work to be performed thereunder, or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to Specifications. IN WITNESS WHEREOF, we have hereto set our hands and seals this ____ day on _____________________, 20____. ________________________________ Principal/Contractor By: ___________________________ President ________________________________ Surety By: _____________________ ______ Attorney-in-Fact The rate of premium on this bond is ___________ per thousand. The total amount of premium charged, $_____________. (The above must be filled in by corporate surety.) PERFORMANCE BOND -3 STATE OF CALIFORNIA ) ) ss. COUNTY OF ____________ ) On this ____ day of _________________, in the year _________, before me, ________________________________________, a Notary Public in and for said state, personally appeared __________________________________________, known to me (or proved to be on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the ____________________________________ (surety) and acknowledged to me that he subscribed the name of the _________________________________________ (surety) thereto and his own name as Attorney-in-Fact. ___________________________________ Notary Public in and for said State (SEAL) My Commission expires _______________. PERFORMANCE BOND -4 CERTIFICATE AS TO CORPORATE PRINCIPAL I, __________________________________________, certify that I am the _____________________________________________ Secretary of the corporation named as principal to the within bond; that ___________________________________________ who signed the said bond on behalf of the principal was then _______________________________ ________ of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing Board. (Corporate Seal) __________________________________ Signature ______________________ Date NOTE: A copy of the power of attorney to local representatives of the bonding company may be attached hereto. CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT NO. (31002) PAYMENT BOND PAYMENT BOND -1 PAYMENT (MATERIAL & LABOR) BOND WHEREAS the CITY OF ROSEMEAD (hereinafter "Obligee") has awarded to ____________________________________________________(hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the Rosemead Community Recreation Center HVAC Replacement Project and all other required structures and facilities within the rights-of-way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated _________________________, (hereinafter the "Public Work Contract"); and WHEREAS, said Contractor is required to furnish a bond in connection with said Public Work Contract providing that if said Contractor or any of his or its subcontractors shall fail to pay for any materials, provisions, or other supplies, or terms used in, upon, for or about the performance of the Work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the provisions of 3248 of the California Civil Code, with respect to such work or labor, that the Surety on this bond will pay the same together with a reasonable attorney's fee in case suit is brought on the bond. NOW, THEREFORE, we _________________________________________ _______________________________________, the undersigned Contractor, as Principal and _______________________________________ ___________, a corporation organized and existing under the laws of the State of ___________________________ and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the CITY OF ROSEMEAD and to any and all material men, persons, companies or corporations furnishing materials, provisions, and other supplies used in, upon, for or about the performance of the said Public Work, and all persons, companies or corporations renting or hiring teams, or implements or machinery, for or contributing to said Public Work to be done, and all persons performing work or labor upon the same and all persons supplying both work and materials as aforesaid excepting the said Contractor, the sum of ____________________________________ dollars, ($________________), said sum being not less than 100% of the total amount payable by said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies or machinery used in, upon, for or about the performance of the Work contracted to be done, or for work or labor thereon of any kind, or fail to pay any of the persons named in California Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant, or for any amounts required to be deducted, withheld, and paid over to the PAYMENT BOND -2 Employment Development Department from the wages of employees of the contractor and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, and all other applicable laws of the State of California and rules and regulations of its agencies, then said Surety will pay the same in or to an amount not exceeding the sum specified herein. In case legal action is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements and other consequential damages. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to make claims under Sections 3110, 3111, 3112 and 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Public Work Contract or to the Work to be performed thereunder or the specification accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. IN WITNESS WHEREOF, we have hereto set our hands and seals this ____ day on _____________________, 20____. ________________________________ Principal/Contractor By: ___________________________ President ___________________ _____________ Surety By: ___________________________ Attorney-in-Fact PAYMENT BOND -3 STATE OF CALIFORNIA ) ) COUNTY OF ____________ ) ss. On this ____ day of _________________________, in the year ________, before me, ____________________________________________, a Notary Public in and for said state, personally appeared ___________________________________________, known to me (or proved to be on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the _______________________________________ (surety) and acknowledged to me that he subscribed the name of the ______________________________ (surety) thereto and his own name as Attorney-in-Fact. ___________________________________ Notary Public in and for said State (SEAL) My Commission Expires _____________ PAYMENT BOND -4 CERTIFICATE AS TO CORPORATE PRINCIPAL I, _____________________________, certify that I am the ________________ Secretary of the corporation named as principal in the attached bond, that _____________________________________ who signed the said bond on behalf of the principal was then ____________________________________ of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing Board. (Corporate Seal) _________________________________ Signature _____________________ Date NOTE: A copy of the power of attorney to local representatives of the bonding company may be attached hereto. CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT NO. (31002) PART "A" GENERAL PROVISIONS GENERAL PROVISIONS -1 Standard Specifications. The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction (“Greenbook”), 2009 Edition, including all current supplements, addenda, and revisions thereof (hereinafter referred to as "Standard Specifications"), these General Conditions and the Specifications and Drawings identified in the Contract Documents. The Standard Specifications are referred to and by this reference made a part hereof as though set forth at length. In the case of conflict between the Standard Specifications and these General Conditions, these General Conditions shall take precedence over, and shall be used in lieu of, such conflicting provisions. The section headings in these General Conditions correspond to the section headings of the Standard Specifications. In the event a section heading contained in the Standard Specifications is not referenced in these General Conditions that section shall read exactly as stated in the Standard Specifications. Supplemental Reference Specifications. Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions Caltrans Standard Specifications, 2006 edition, only of said reference specifications, provided, that wherever the term “Standard Specifications” is used without the prefix “Caltrans”, it shall mean the Standard Specifications for Public Works Construction (“Green Book”), 2009 Edition, as previously specified in the above paragraph. GENERAL PROVISIONS -2 PART 1 -GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 DEFINITIONS Wherever in the Standard Specifications or other Contract Documents the following terms are used, they shall mean the following: Agency -The CITY OF ROSEMEAD Bid Guaranty -As defined in the Standard Specifications. Also referred to as the “Bid Security” in the Contract Documents. Bid Security -The Bid Guaranty, as defined herein. Board -The City Council of the CITY OF ROSEMEAD. City -The CITY OF ROSEMEAD City’s Representative -The Engineer, as defined herein. Contract -The written agreement (Contract form) between the City and the Contractor for the complete and adequate completion of the Work for the Project. The Contract consists of the Contract Documents. The documents comprising the Contract are complementary, and each obligation of the Contractor, Subcontractors and material or equipment suppliers in any one document shall be binding as if specified in all. The Contract is intended to include all items required for the proper execution and completion of the Work. Contract Documents -In addition to the documents noted in the definition of Contract Documents in the Standard Specifications, all documents incorporated by reference into the Contract form. Contract Price -The amount stated in the Contract form, including authorized adjustments pursuant to Change Orders, which is the total amount payable by the City to the Contractor for performance of the Work under the Contract. It is also sometimes referred to as the “Total Bid Price” in the Contract Documents. Contractor’s Representative – Contractor’s executive representative who shall be present on the Project Site at all times that any Work is in progress and who shall have the authority to act on behalf of the Contractor for all purposes under the GENERAL PROVISIONS -3 Contract. The Contractor shall designate such representative in writing to the City. The Contractor’s Representative shall be available to the City and its agent’s at all reasonable times. Engineer -The Director of Public Works of the CITY OF ROSEMEAD, acting either directly or through properly authorized agents, such as agents acting within the scope of the particular duties entrusted to them. Also sometimes referred to as the “City’s Representative” in the Contract Documents. Liquidated Damages -the amount prescribed in the Contract form, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day’s delay in completing the whole or any specified portion of the Work beyond the time allowed in the Contract Documents. Notice to Contractors -Notice Inviting Bids. Project -The total and satisfactory completion of the project noted in the Contract Documents, as well as all related work performed in accordance with the Contract, including but not limited to, any alternates selected by the City. Project Site -All of the property and/or facilities of the City where the Work will be performed pursuant to the Contract, as well as such adjacent lands as may be directly affected by the performance of the Work. Recyclable Waste Materials -Materials removed from the Project site which is required to be diverted to a recycling center rather than an area landfill. Recyclable Waste Materials include asphalt, concrete, brick, concrete block, and rock. Special Provisions -Any provisions which supplement or modify the Standard Specifications, including these General Conditions (Part “A”), the Supplementary General Conditions (Part “B”) and the Technical Provisions (Part “C”). Total Bid Price -The amount stated in the Contract form, including authorized adjustments pursuant to Change Orders, which is the total amount payable by the City to the Contractor for performance of the Work under the Contract. Also sometimes referred to as the “Contract Price” in the Standard Specifications and other Contract Documents. -END OF SECTION - GENERAL PROVISIONS -4 SECTION 2 SCOPE AND CONTROL OF WORK The project consist of replacement of nine (9) rooftop units (RTU) and all auxiliary components, and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. 2-3 SUBCONTRACTS 2-3.3 Subcontractor Obligations. Section 2-3.3 of the Standard Specifications shall be amended to include the following provisions: “By appropriate written agreement, Contractor shall require each Subcontractor to be bound by all obligations of this Contract. Each subcontract agreement shall preserve and protect the rights of the City. Should any subcontractor fail to perform the Work undertaken by him to the satisfaction of the City, said subcontractor shall be removed immediately from the Project upon request by the City’s Representative and shall not again be employed on the Work. The Contractor shall be held liable for the all deficient Subcontractor Work.” 2-4 CONTRACT BONDS The following shall be added at the end of Section 2-4 of the Standard Specifications: “The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the contract Documents, and shall obtain a written acknowledgment by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the Owner or any of its authorized representatives. If the Contract Price is increased in accordance with the Contract, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and promptly deliver satisfactory evidence of such increase to the City.” “Pursuant to Public Contract Code Section 4108, Contractor shall require all Subcontractors providing labor and materials in excess of the amount indicated in the Notice Inviting Bids to supply Payment and Performance Bonds in accordance with the same bond requirements applicable to the Contractor, except that the bond amounts shall equal the total amount of their subcontract. The Contractor shall specify this requirement for Subcontractor bonds in his written or published request for Subcontractor bids. Failure to comply with this requirement shall not preclude Contractor from complying with the Subcontractor bonding requirements. The practice of issuing separate purchase orders and/or subcontracts for the purpose of circumventing the Subcontractor bonding requirements shall not serve to exempt the Contractor from these requirements. No payments, except for a reimbursement payment to the Contractor for the cost of the Contractor’s own Faithful Performance and Payment bonds, shall be made to the GENERAL PROVISIONS -5 Contractor until the Contractor provides the aforementioned Subcontractor bonds to the Contractor.” 2-5 PLANS AND SPECIFICATIONS 2-5.1 General. The second full paragraph of Section 2-5.1 of the Standard Specifications shall be amended to include the following at the end of that paragraph: “All Contract Documents are essential parts of the Contract for a given project. Any requirement included in one Contract Document shall be as binding as though included in all, as they are intended to be cooperative and to provide a description of the Work to be done.” 2-5.2 Precedence of Contract Documents. The provisions of Section 2-5.2 of the Standard Specifications shall be revised to read as follows: “In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 4. Contractor’s Bid (Bid Bid Forms) 5. Special Provisions 6. General Conditions 7. Standard Specifications 8. Notice Inviting Bids 9. Instructions to Bidders 10. Specifications 11. Plans (Contract Drawings) 12. Standard Plans 13. Reference Documents” “With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings” 2-5.4 Interpretation of the Plans and Specifications. Section 2-5.4 shall be added to the Standard Specifications to read as follows: GENERAL PROVISIONS -6 “Should it appear that the Work to be done, or any matter relative thereto, is not sufficiently detailed or explained on the Plans or in the Specifications, the Contractor shall request the City’s Representative for such further explanation as may be necessary, and shall conform to such explanation or interpretation as part of the Contract, so far as may be consistent with the intent of the original Specifications. In the event of doubt or questions relative to the true meaning of the Specifications, reference shall be made to the Engineer, whose decision thereon shall be final.” 2-7 SUBSURFACE DATA 2-7.1 Limited Reliance by Contractor. Section 2-7.1 shall be added to the Standard Specifications to read as follows: “Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The contractor may rely upon the general accuracy of the “technical data” contained in such reports and drawings only where such “technical data” are specifically identified in the Special Provisions. Except for such reliance on such “technical data”, the Contractor may not rely upon or make any claim against the Owner, the Engineer, nor any of the Engineer’s Consultants with respect to any of the following:” “2-7.1.1. Completeness. The completeness of such reports and drawings for contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto.” “2-7.1.2. Other Information. Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings.” “2-7.1.3. Interpretation. Any interpretation by the Contractor of such “technical data” or any conclusion drawn from any “technical data” or any such data, interpretations, opinions or information.” 2-8 RIGHT-OF-WAY. Section 2-8 of the Standard Specifications shall be revised in its entirety to read as follows: “All temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by, paid for and disposed of solely by the Contractor at its own expense. The Contractor shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from all claims for damages of any kind arising from or incident to such rights-of-way. Those rights-of-way shown on the Plans will be provided by the City at its expense.” GENERAL PROVISIONS -7 2-9 SURVEYING. 2-9.2 Survey Service. Section 2-9.2 of the Standard Specifications shall be amended to include the following: “All survey monuments, centerline ties and survey reference points will be tied out in advance by the City Surveyor. Temporary control shall be protected in place. Any temporary control disturbed by the contractor shall be replaced at the contractor expense and no additional compensation shall be allowed therefore. City Surveyor will provide one set of temporary stakes for position of well monuments. Contractor shall install well monuments. Contractor shall coordinate his/her work with the City Surveyor for the installation.” 2-9.4 Line and Grade. Section 2-9.4 of the Standard Specifications shall be amended in its entirety to read as follows: “All Work, including finished surfaces, shall during its progress and upon completion conform to the lines, grades, cross-sections, elevations and dimensions shown on the Plans. All distances and measurements are given thereon and will be made in a horizontal plane. Three consecutive points shown on the same rate of slope must be used in common in order to detect any variation from a straight line. In the event any discrepancy exists, it must be reported to the City’s Representative. Failure to make this report shall make the Contractor responsible for any error in the finished Work. Minor deviations from approved Plans, whenever required by the exigencies of construction, shall be determined in all cases by the City’s Representative and authorized in writing.” 2-10 AUTHORITY OF BOARD AND ENGINEER. The provisions of Section 2-10 of the Standard Specifications shall be revised to read as follows: “Whenever the Contract Documents refer to the Engineer or City’s Representative, or provide the Engineer or City’s Representative with power to act on behalf of the City, such reference shall necessarily include the City’s Representative, or his or her authorized designee.” “The City Council shall have the power to award the Contract, and shall generally have the final authority to act in all matters affecting the Project. The City’s Representative shall have the authority to enforce compliance with the Contract Documents. The Contractor shall promptly comply with the instructions of the City’s Representative. The decisions of the City’s Representative shall be final and binding on all questions as to: (1) the quantity, quality and acceptability of materials and equipment furnished and Work performed; (2) the manner of performance and rate of progress of the Work; (3) any and all questions which may arise as to the interpretation of the Plans, Specifications, General GENERAL PROVISIONS -8 Conditions, and Special Provisions; (4) the acceptable fulfillment of the Contract on the part of the Contractor; (5) any claims and compensation issues; and (6) his authority to enforce and make effective such decisions and actions as the Contractor fails to carry out promptly.” 2-11 INSPECTION. The provisions of Section 2-11 shall be amended to include the following at the end of that Section: “The Engineer shall have complete and safe access to the Work at all times during construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineer’s inspection.” “When the Work is substantially completed, the Engineer or a representative of the Engineer will make the final inspection.” “Whenever the Contractor varies the period during which Work is carried on any day, he shall give adequate notice to the City’s Representative so that proper inspection may be provided. Defective Work shall be made good, and unsuitable materials may be rejected, notwithstanding the fact that such defective work and unsuitable materials have previously been inspected, accepted or estimated for payment.” “The Contractor shall prosecute work on any State highway or within any railroad right-of-way only in the presence of an inspector representing the State Division of Highways or the railroad company, and any Work done in the absence of such inspectors will be subject to rejection. The Contractor shall make the appropriate notification according to the instructions given on the State Encroachment Permit or railroad permit for all inspections, and shall post all bonds and certificates required by the permit. The permit shall be acquired by the Contractor at the Contractor's expense. The Contractor shall pay for all testing and inspections required by a State Encroachment Permit or railroad permit.” GENERAL PROVISIONS -9 2-12 SITE EXAMINATION Section 2-12 shall be added to the Standard Specifications as follows: “The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and location conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents.” 2-13 FLOW AND ACCEPTANCE OF WATER Section 2-13 shall be added to the Standard Specifications as follows: “Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, has prepared its Bid accordingly, and assumes any and all risks and liabilities arising therefrom.” 2-14 PROHIBITION AGAINST SUBCONTRACTING OR ASSIGNMENT. Section 2-14 shall be added to the Standard Specifications as follows: “The Contractor shall give his personal attention to the fulfillment of the Contract and shall keep the Work under his control. The Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder except in strict compliance with Section 2-3 of the Standard Specifications and state law. In addition, neither this Contract nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, either voluntarily or by force of law, except as otherwise provided in Section 7103.5 of the State of California Public Contract Code, without the prior written approval of the City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of the Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, this Contract shall be void. No approved transfer shall release the Contractor or any surety of the Contractor of any liability hereunder without the expressed written consent of the City.” -END OF SECTION - GENERAL PROVISIONS -10 SECTION 3 CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The provisions of Section 3-2.1 of the Standard Specifications shall be amended to include the following at the end of that Section: “Contractor shall not be entitled to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any item or portion of Work to be done. Whenever any change is made as provided for herein, such change shall be considered and treated as though originally included in the Contract, and shall be subject to all terms, conditions and provisions of the original Contract.” 3-2.2 Payment. The provisions of Section 3-2.2 of the Standard Specifications shall be revised to read as follows: “3-2.2.1 Contract Unit Prices. Section 3-2.2.1 shall be amended in its entirety to read as follows:” “3-2.2.1(a) Allowable Quantity Variations on Unit Price Contracts. In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work.” “3-2.2.1(b) Increases of More Than 25 Percent on Unit Price Contracts. On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer’s Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the Owner, payment for the work involved in such excess will be made made as provided in Paragraph 3-3.2, as amended in these Special Provisions.” “Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Engineer’s Estimate of the quantity for such item, and in computing the actual unit costs, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the engineer in the same manner as if the work were to be paid for as extra work as provided GENERAL PROVISIONS -11 in Paragraph 3-3.2, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the Owner.” “When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer’s Estimate is less than $5,000 at the applicable Contract Unit Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor.” “3-2.2.1(c) Decreases of More Than 25 Percent on Unit Price Contracts. On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer’s Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Paragraph 3-3.2, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the Owner; provided, however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price.” “Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Paragraph 3-3.2, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the Owner.” “The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer’s Estimate of the quantity for such item at the original Contract Unit Price.” “3-2.2.1(d) Eliminated Items on Unit Price Contracts. On unit price contracts, should any contract item of the work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination.” “If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the Owner and the actual cost of any further handling will be paid for by the Owner. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for.” GENERAL PROVISIONS -12 “The actual costs or charges to be paid by the Owner to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid for as extra work as provided in Paragraph 3-3.2, as amended in these General Conditions, or such adjustment as will be as agreed to by the Contractor and the Owner.” 3-3 EXTRA WORK 3-3.1 General. The provisions of Section 3-3.1 of the Standard Specifications shall be amended to include the following at the end of that Section: “All extra work shall be adjusted daily upon report sheets furnished by the Contractor, prepared by the City’s Representative and signed by both parties. The daily report shall be considered thereafter as the true record of extra work done. New and unforeseen work will be classed as extra work only when said work is not covered and cannot be paid for under any of the various items or combination of items for which a bid price appears in the Bid Forms. The Contractor shall not do any extra work, work, except upon written order from the City’s Representative.” 3-3.2 Payment. The provisions of Section 3-3.2 of the Standard Specifications shall be amended as follows: 3-3.2.1 General. Section 3-3.2.1 shall be amended to include the following at the beginning of that Section: “Extra work shall be paid for under written work order in accordance with the terms therein provided. Generally, payment for extra work will be made at the unit price or lump sum previously agreed upon between the Contractor and the City.” 3-3.2.3 Markup. Paragraph (a) of Section 3-3.2.3 (Work by Contractor) shall be amended in its entirety to read as follows: “(a) Work by Contractor. The following percentages shall be added to the Contractor’s costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) Lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding.” GENERAL PROVISIONS -13 3-6 EXISTING CONDITIONS. Section 3-6 shall be added to the Standard Specifications as follows: “Contractor shall have the sole responsibility for satisfying itself concerning the conditions, nature and location of the Project and the Work to be performed, as well as the general and local conditions. Such conditions shall include, but shall not be limited to, local labor availability, means of transportation, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors' licensing requirements, availability of required insurance, and other factors that could in any way affect the Work or the costs thereof. The Contractor is solely responsible for understanding the facilities, difficulties and restrictions which may impact the total and adequate completion of the Project. The failure of the Contractor to acquaint himself with all available information regarding any applicable existing or future conditions shall not relieve him from the responsibility for properly estimating either the difficulties, responsibilities, or costs of fully and adequately performing the Work according to the Contract Documents.” -END OF SECTION - GENERAL PROVISIONS -14 SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General. Section 4-1.1 of the Standard Specifications shall be amended in its entirety to read as follows: “It is the intent of the City in drafting the Contract Documents to accept only first-class work, materials, parts, equipment and workmanship. All materials, parts and equipment furnished by Contractor for the Work shall be new, high grade, free from defects, of specified kind and fully equal to samples when such samples are required. Used or secondhand materials, parts and equipment may be used only if permitted by the Specifications. When the quality or kind of material or articles required under the Contract are not particularly specified, the Contractor shall provide those representing the best of their class or kind. Quality of Work shall be in strict accordance with generally accepted standards. Material, parts, equipment and Work quality shall be subject to the approval of the City’s Representative. All materials, parts and equipment used and installed, and all details of the Work done, shall at all times be subject to the supervision, test and approval of the City’s Representative. The City’s Representative shall have access to the Work at all times during construction, and shall be furnished with every reasonable facility for securing full knowledge with regard to the progress, workmanship and character of the materials, parts and equipment used or employed in the Work. Materials, parts and equipment shall be furnished in such quantities, kinds and at such times as to ensure uninterrupted progress of the Work.” “All materials, parts, equipment or Work which are defective in their construction or deficient in any of the requirements of the Contract Documents, whether in place or not, shall be remedied or removed and replaced by the Contractor in an acceptable manner, and no compensation will be allowed for such correction work. Any Work done beyond the lines shown on the Plans or established by the City’s Representative, or any extra work done without written authority, will be considered unauthorized and will not be paid for by the City. Upon Contractor’s failure to comply promptly with any order of the City’s Representative made under the provisions of this Section, the City’s Representative shall have authority to cause such defective or unauthorized Work to be remedied or removed and replaced, and to deduct the costs thereof from any moneys due or to become due the Contractor. If the Work is found to be in compliance with these specifications, the City’s Representative will furnish the Contractor with a certificate to that effect.” 4-1.2 Protection of Work and Materials. The provisions of Section 4-1.2 of the Standard Specifications shall be amended to add the following at the end of that Section: “Contractor shall fully and adequately store and protect all materials, parts and equipment, as required herein. Contractor shall be solely responsible for any and all damages or loss by weather or any other cause to such materials, parts and equipment. The Contractor shall make good any and all damages or loss to materials, parts and equipment.” GENERAL PROVISIONS -15 “Until the final written acceptance of the Work by the City, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the Work by the action of the elements or any other cause. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the Work occasioned by any cause before its completion and acceptance, and shall bear the expense thereof, except for such injuries or damages arising from the sole negligence or willful misconduct of the City, its officers, agents or employees. In the case of suspension of Work from any cause whatsoever, the Contractor shall be responsible for all materials and the protection of Work already completed, and shall properly store and protect them, if necessary. Contractor shall provide suitable drainage and erect temporary structures where necessary. Nothing in this Contract shall be considered as vesting in the Contractor any right of property in materials used after they have been attached or affixed to the Work or the soil upon City real property. All such materials shall, upon being so attached or so affixed, become the property of the City.” “Notwithstanding the foregoing, Contractor shall not be responsible for restoring damage valued in excess of five percent (5%) of the Contract Price if such damage was caused by an earthquake measuring over 3.5 on the Richter scale or by a tidal wave, as provided for in Public Contract Code Section 7105. If provided for in the Contract Bid Forms, however, Contractor shall provide insurance to protect against such damages.” 4-1.4 Test of Materials. The provisions of Section 4-1.4 of the Standard Specifications shall be amended to add the following at the end of that Section: “Contractor shall immediately remove all rejected material from the Work or Site, and shall not again return such material to the Site.” 4-1.6 Trade Names or Equals. The second and third paragraphs of Section 4-1.6 of the Standard Specifications shall be amended in their entirety to read as follows: “Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words “or equal”. A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after award shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an “or equal” item shall be not less than 35 nor more than 40 calendar days after award of Contract.” “The burden of proof as to the comparative quality and suitability of alternative equipment or materials shall be on the Contractor. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. Such data shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed GENERAL PROVISIONS -16 substitute. The Contractor shall have the material tested as required by the City’s Representative to determine that the quality, strength, physical, chemical or other characteristics, including durability, finish, efficiency, dimensions, service and suitability are such that the item will completely and adequately fulfill its intended function.” 4-1.9 Placing Orders. Section 4-1.9 shall be added to the Standard Specifications as follows: “The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends and traffic control facilities within 3 working days after the award of Contract by the Owner. The Contractor shall furnish the Engineer with a statement from the vendor(s) that the order(s) for said supplies, materials, and equipment has been received and accepted by said vendor(s) within 15 working days from the date of said award of Contract.” 4-1.10 Removal of Interfering Obstructions. Section 4-1.10 shall be added to the Standard Specifications to read as follows: “The Contractor shall remove and dispose of all debris, abandoned structures, tree roots and obstructions of any character met during the process of excavation, it being understood that the cost of said removals are made a part of the unit price bid by the Contractor under the item for excavation or removal of existing Work.” 4-1.11 Procedure in Case of Damage to Public Property. Section 4-1.11 shall be added to the Standard Specifications to read as follows: “Any portions of curb, gutter, sidewalk or any other City improvement damaged by the Contractor during the course of construction shall be replaced by the Contractor at his own cost, free of all charges to the City. The cost of additional replacement of curb, gutter or sidewalk in excess of the estimated quantities shown in the Bid Forms and Specifications and found necessary during the process of construction (but not due to damage resulting from carelessness on the part of the Contractor during his operations), shall be paid to the Contractor at the unit prices submitted in his Bid.” 4-1.12 Diversion of Recyclable Waste Materials. Section 4-1.12 shall be added to the Standard Specifications to read as follows: “In support of the Owner’s waste reduction and recycling efforts, Contractor shall divert all Recyclable Waste Materials, as defined in the Contract Documents, to appropriate recycling centers rather than area landfills. Contractor will be required to submit weight tickets and written proof of diversion with its monthly progress payment requests. Contractor shall complete and execute any certification forms required by Owner to document Contractor’s compliance with these diversion requirements. All costs incurred for these waste diversion efforts shall be the responsibility of the Contractor.” -END OF SECTION - GENERAL PROVISIONS -17 SECTION 5 UTILITIES 5-1 LOCATION The provisions of Section 5-1 of the Standard Specifications shall be amended to add the following at the end of that Section: “Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work.” “The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work.” “The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information available to the Owner. The Contractor shall verify these locations.” 5-2 PROTECTION The provisions of Section 5-2 of the Standard Specifications shall be amended to add the following at the end of that Section: “All water meters, water valves, fire hydrants, electrical utility vaults, telephone vaults, gas utility valves, and other subsurface structures shall be relocated or adjusted to grade by the Contractor. The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work.” “If the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing.” “The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price.” “During construction of the Work, some of the existing utilities may fall within the prism of trenches. if the existing utility does fall within the contractor=s trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backfill and compaction, etc., shall be per the utility owner’s requirements. The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities.” GENERAL PROVISIONS -18 5-5 DELAYS The provisions of Section 5-5 of the Standard Specifications shall be amended to add the following at the end of that Section: “Notwithstanding anything to the contrary, the provisions of Articles 1 and 2 of the California Government Code (Sections 4215 and 4216) are incorporated by reference as if fully set forth herein. In the event of any conflict between the Standard Specifications and Government Code Sections 4215 and 4216, the provisions of Government Code Section 4215 and 4216 shall prevail. Contractor should pay particular attention to the provisions of Section 4215 with regards to the relocation of utilities, the costs thereof, delays caused thereby and the indication of service laterals and appurtenances.” “The right is reserved to the owners of public utilities or franchises to enter upon the streets for the purpose of making repairs or changes in their property which may be necessary as a result of the Work. Employees of the City shall likewise have the privilege of entering upon the street for the purpose of making any necessary repairs or replacements.” “Contractor shall employ and use only qualified persons, as hereinafter defined, to work in proximity to Southern California Edison's secondary, primary and transition facilities. The term "qualified person" shall mean one who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved, as more specifically defined in Section 2700 of Title 8 of the California Administrative Code. The Contractor shall take such steps as are necessary to assure compliance by all Subcontractors.” -END OF SECTION - GENERAL PROVISIONS -19 SECTION 6 PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The second paragraph of Section 6-1 of the Standard Specifications shall be amended in its entirety to read as follows: “After the Contract has been approved by the Owner, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed. The Work shall be diligently prosecuted to completion before the expiration of the time indicated in the Bid Documents and Contract Form, plus any duly authorized extensions thereof.” The provisions of Section 6-1 of the Standard Specifications shall be amended to add the following at the end of that Section: “Notwithstanding anything to the contrary herein, the Contractor’s proposed construction schedule shall include the expected start and completion dates for all portions of the contract Work. During a scheduling conference between the Contractor and the City’s Representative, the work schedule will be discussed and modified, if necessary, by mutual agreement. Should it become necessary for the City to delay temporarily the construction schedule agreed upon during the scheduling conference, every effort will be made to permit a new construction schedule at the time most convenient to the Contractor, thus permitting the Project to proceed with the shortest intramural movement of the equipment. The Contractor shall notify the City’s Representative in all such cases in order to arrive at a mutually satisfactory schedule.” “Contractor’s construction schedule shall be in a form provided for in the Specifications. Contractor shall continuously update its construction schedule. Contractor shall submit an updated and accurate construction schedule to the Owner whenever specifically requested to do so by Owner and with each periodic payment request. Failure to submit an updated and accurate construction schedule shall render Contractor in breach of the Contract and shall entitle Owner to withhold money therefor.” 6-3 SUSPENSION OF WORK. 6-3.1 General. The provisions of Section 6-3.1 of the Standard Specifications shall be amended to add the following at the end of that Section: “The situations which will be deemed to be in the City’s interest to suspend the Work shall include, but shall not be limited to, the following: (1) unsuitable weather or such other conditions that render the proper prosecution of the Work impracticable or inefficient; or (2) when the Contractor or his workmen fail or refuse to carry out orders or to perform any or all of the requirements of the Contract; (3) when the Contractor fails or refuses to supply an adequate working force for any reason whatsoever (including, but not limited to, strikes, GENERAL PROVISIONS -20 labor unrest or labor shortages of any kind); (4) when the Contractor fails or refuses to begin delivery of any materials, manufactured articles, supplies or equipment for any reason whatsoever (including, but not limited to, transportation problems, strikes, labor unrest or labor shortages of any kind); (5) when the Contractor fails or refuses to commence Work within the time specified for any reason whatsoever (including, but not limited to, transportation problems, labor strikes, labor unrest or labor shortages of any kind); (6) when the Contractor fails or refuses to maintain an adequate rate of delivery of materials, manufactured articles, supplies or equipment for any reason whatsoever (including, but not limited to transportation problems, strikes, labor unrest or labor shortages of any kind); (7) when the Contractor fails or refuses to execute the Work in a manner and at such locations as specified in the Contract Documents; (8) when the Contractor fails or refuses to maintain maintain a Work program which will insure the Agency’s interest; (9) when the Contractor fails or refuses to carry out the intent of the Contract; or (10) when the Contractor fails or refuses in any other respect to prosecute the Work with the diligence, speed or force specified or intended by the terms of the Contract. The Contractor shall immediately comply with any written order from the City’s Representative and shall not resume operations until so ordered in writing.” 6-4 DEFAULT BY CONTRACTOR. The first, second and third full paragraphs of Section 6-4 of the Standard Specifications shall be amended to read as follows: “If the Contractor should be in violation of the Contract, then the City may, without prejudice to any other right or remedy and after giving notice as specified herein, terminate the Contract and take all actions provided for herein and elsewhere in the Contract Documents. By way of example and not as a limitation upon its right to terminate the Contract as provided herein, the City may may terminate the Contract if, in its sole opinion, the Contractor fails or refuses to: (1) begin delivery of any materials, manufactured articles, supplies or equipment for any reason whatsoever (including, but not limited to transportation problems, strikes, labor unrest or labor shortages of any kind); (2) commence Work within the time specified for any reason whatsoever (including, but not limited to, transportation problems, labor strikes, labor unrest or labor shortages of any kind); (3) maintain an adequate rate of delivery of materials, manufactured articles, supplies or equipment for any reason whatsoever (including, but not limited to, transportation problems, strikes, labor unrest or labor shortages of any kind); (4) execute the Work in a manner and at such locations as specified in the Contract Documents; (5) maintain a Work program which will insure the Agency’s interest; (6) carry out the intent of the Contract; (7) supply an adequate working force for any reason whatsoever (including, but not not limited to, strikes, labor unrest, labor shortages of any kind), or (8) in any other respect prosecute the Work with the diligence, speed or force specified or intended by the terms of the Contact.” “If the City determines that sufficient grounds exist to terminate the Contract as provided herein, the City’s Representative shall provide written notice to the Contractor and its surety on its performance bond. If the Contractor or its surety does not fully comply with such notice within five (5) days after receiving it, or fails to continue after starting to comply GENERAL PROVISIONS -21 in good faith, the City may exclude the Contractor and its employees and Subcontractors from the Work, or any portion thereof, and take possession of and use, or cause to be used, all materials, tools and equipment of every description as may be found at the place of such Work. Thereupon, the Contractor and its employees and Subcontractors shall discontinue such Work or such part thereof as the City may designate, and the City may thereupon, by Contract or otherwise, as it may determine, complete the Work or any part thereof. All expenses charged under this paragraph shall be deducted and paid for by the City out of any moneys then due or to become due the Contractor under the Contract. In such accounting, the City shall not be held to obtain the lowest figure for the Work for completing the Contract, or any part thereof, or for insuring its proper completion, but all sums paid therefore shall be charged to the Contractor. In case the expenses so charged are less than a sum which would have been payable under the Contract if the same had been completed by the Contractor, the Contractor shall be entitled to receive the difference. In case such expense shall exceed the amount payable under the Contract, then the Contractor shall pay the amount of the excess to the City upon completion of the Work without further demand being made therefore. In the determination of the question as to whether or not there has been any such noncompliance with the Contract as to warrant the suspension or annulment thereof, the decision of the City Council shall be binding on all parties to the Contract.” 6-8 COMPLETION AND ACCEPTANCE. Section 6-8 of the Standard Specifications shall be amended in its entirety as follows: “The Work will be inspected for acceptance by the City’s Representative upon receipt of the Contractor’s written assertion that the Work has been completed. If, in the sole discretion of the City’s Representative, the Work has been completed and is ready for acceptance, the City’s Representative will notify the City Clerk that the Contract has been completed in its entirety. The City’s Representative shall request that the City accept the Work and that the City Clerk be authorized to file on behalf of the City in the office of the Los Angeles County Recorder, a Notice of Completion of the Work. The date of completion shall be the date the Contractor is relieved from responsibility to protect the Work.” “The Contractor hereby guarantees that the entire Work constructed by him under the Contract will meet fully all requirements as to quality of workmanship and materials. The Contractor hereby agrees to make, at his own expense, any repairs or replacements made necessary by defects in materials or workmanship that become evident within one (1) year after the date of the final payment, and to restore to full compliance with the requirements of these Contract Documents, including any test requirements set forth herein for any part of the Work constructed hereunder, which during said one (1) year period is found to be deficient with respect to any provisions of the Contract Documents. The Contractor shall make all repairs and replacements promptly upon receipt of written orders for the same from the City’s Representative. If the Contractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his sureties shall be liable to the City for the cost thereof.” GENERAL PROVISIONS -22 “The guarantees and agreements set forth herein shall be secured by a surety bond which shall be delivered by the Contractor to the City before the Notice of Completion and acceptance of the Work by the City. Said bond shall be in the form approved by the City Attorney and executed by a surety company or companies satisfactory to the City in the amount of One Hundred Percent (100%) of the Contract. Said bond shall remain in force for a period of one (1) year after the date of Notice of Completion and acceptance. Alternatively, the Contractor may provide for the Faithful Performance Bond furnished under the Contract to remain in force and effect for said amount until the expiration of said one (1) year period.” “The parties agree that no certificate given, with the exception of the certificate of final payment, shall be conclusive evidence of the faithful performance of the Contract, either in whole or in part, and that no payment shall be construed to be in acceptance of any defective defective work or improper materials. Further, the certificate of final payment shall not terminate the Contractor's obligations under his warranty herein above. The Contractor agrees that payment of the amount due under the Contract and the adjustments and payments due for any Work done in accordance with any alterations of the same, shall release the City, the City Council and its officials, officers and employees from any and all claims or liability on account of work performed under the Contract or any alteration thereof.” GENERAL PROVISIONS -23 6-9 LIQUIDATED DAMAGES. Section 6-9 of the Standard Specifications shall be amended in its entirety to read as follows: “Contractor agrees that if the Work is not completed within the Contract Time and/or pursuant to any completion schedule, construction schedule or project milestones developed pursuant to provisions of the Contract, it is understood, acknowledged and agreed that the District will suffer damage. Pursuant to Government Code Section 53069.85, Contractor shall pay to the District as fixed and liquidated damages the sum specified in the Contract form for each and every calendar day of delay beyond the Contract Time or beyond any completion schedule, construction schedule or Project milestones established pursuant to the Contract. Liquidated damages may be deducted from any payments or other funds owing to Contractor, including progress payments, the final payment and retentions.” 6-11 TIMES OF OPERATION Section 6-11 shall be added to the Standard Specifications to read as as follows: “It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, with no work allowed on Owner-observed holidays, unless otherwise approved by the Engineer: 1. Powered Vehicles 2. Construction Equipment 3. Loading and Unloading Vehicles 4. Domestic Power Tools” -END OF SECTION - GENERAL PROVISIONS -24 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7-2 LABOR. 7-2.2 Laws. The provisions of Section 7-2.2 of the Standard Specifications shall be amended in their entirety as follows: “The Contractor, its agents and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State and local laws related to labor. Notwithstanding anything to the contrary contained in the Contract Documents, Contractor shall comply with the following:” “7-2.2.1 Social Security Requirements. Contractor shall furnish to the City satisfactory evidence that he and all of his Subcontractors are complying with all laws, rules and regulations with respect to Social Security . The Contractor, at any time upon request, shall satisfy the City that all necessary Social Security and other taxes are being properly reported and paid.” “7-2.2.3 Eight Hour Work Day. Contractor and all Subcontractors shall be required to comply with the provisions of California Labor Code Section 1810 et seq. According to those sections, eight (8) hours of labor shall constitute a legal day's work. Contractor shall pay to the City a penalty of Twenty-five Dollars ($25.00) for each worker employed in the execution of this Contract by the Contractor, or by any Subcontractor, for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any calendar day or forty (40) hours in any one (1) calendar week, except when payment for overtime is made at not less than one and one-half (1-1/2) times the basic rate for that worker.” “7-2.2.4 Licensing Requirements. Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all bidders must possess proper licenses for performance of this Contract. Contractors shall meet the California Contractor’s license requirements set forth in the Notice Inviting Bids. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Section 7028.5 of the Business and Professions Code, the City shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Contract Documents to be nonresponsive, and the City shall reject the Bid. The City shall have the right to request, and the Bidders shall provide within five (5) Calendar Days, evidence satisfactory to the City of all valid license(s) currently held by that Bidder and each of the Bidder’s subcontractors, before awarding the Contract.” GENERAL PROVISIONS -25 “7-2.2.5 Non-Discrimination. Contractor shall not discriminate in the employment of persons upon the Contract because of the race, creed, color, national origin, ancestry, non-disqualifying disability, age, medical condition, marital status, sex or other classifications of such persons protected by federal, state and local laws, rules and regulations. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall cause an identical clause to be included in every subcontract for the contract work.” “7-2.2.6 Travel and Subsistence Payments. As required by Section 1773.8 of the California Labor Code, the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with law. To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids.” 7-3 PERMITS. Section 7-5 of the Standard Specifications shall be amended in its entirety to read as follows: “Unless indicated to the contrary in the Contract Documents, including the Special Provisions, Contractor shall procure all permits and licenses (including a City business license), pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the Work.” 7-8 PROJECT SITE MAINTENANCE. 7-8.2 Air Pollution Control. The provisions of Section 7-8.2 of the Standard Specifications shall be amended to add the following at the end of that Section: “In addition, Contractor shall comply with all air pollution control rules, regulations, ordinances and statutes. All containers of paint, thinner, curing compound, solvent or liquid asphalt shall be labeled to indicate that the contents fully comply with the applicable material requirements.” 7-8.6 Water Pollution Control. The provisions of Section 7-8.6 of the Standard Specifications shall be amended to add the following at the end of that Section: “In addition, Contractor shall comply with the provisions of the Federal Clean Water Act as regulated by the U.S. Environmental Protection Agency in 40 Code of Federal Regulations Parts 122-124, the Porter-Cologne Act (California Water Code) and the Waste GENERAL PROVISIONS -26 Discharge Requirements for Municipal Storm Water Discharges within the County of Los Angeles. Suitable Best Management Practices (BMPs) are listed in the California Storm Water Best Management Practices Handbook for Construction Activities.” WATER POLLUTION CONTROL A. Water Quality Protection Requirements For Construction Projects With Less than 1-Acre Of Disturbed Soil All construction projects, regardless of size, will be required to implement best management practices (BMPs) necessary to reduce pollutants to the Maximum Extent Practicable (MEP) to meet the minimum water quality protection requirements as defined in Table 2-1. Please refer to the California Stormwater Quality Association’s Construction Handbook available for free on their website (www.cabmphandbooks.com – Table 2-1 Minimum Water Quality Protection Requirements for Construction Projects Category Minimum Requirements BMPs 1. Sediment Control Sediments generated on the project site shall be retained using adequate Treatment Control or Structural BMPs. Sediment Control 2. Constructi on Materials Control Construction-relate d materials, wastes, spills or residues shall be retained at the project site to avoid discharge to streets, drainage facilities, receiving waters, or adjacent properties by wind or runoff. Non-storm water runoff from equipment and vehicle washing and any other activity shall be contained at the project sites. Site Management; Material and Waste Management 3. Erosion Control Erosion from slopes and channels shall be controlled by implementing an effective combination of BMPs, such as the limiting of grading scheduled during the wet season; inspecting graded areas during rain events; planting and maintenance of vegetation on slopes; and covering erosion susceptible slopes. Erosion Control GENERAL PROVISIONS -27 Construction Handbook) for further information regarding the BMPs listed in Table 2-1. B. Water Quality Protection Requirements For Construction Projects With 1-Acre (or greater) Of Disturbed Soil In addition to the minimum BMPs required in Section A, a Storm Water Pollution Prevention Plan (SWPPP) must be submitted to the City for all construction projects where at least 1-Acre of soil will be disturbed. The SWPPP will include strategies for reducing runoff of pollutants and minimize environmental impacts to receiving waters. A SWPPP may also be required for projects smaller than 1-Acre if the City designates the project a threat to water quality objectives. In addition, the contractor must contact the Los Angeles Regional Water Quality Control Board (LARWQCB) if the project will disturb 1-Acre or more of soil. Construction activities can not begin until a Waste discharger Identification (WDID) Number is issued by the State Water Board. The 1-Acre threshold includes the total amount of land disturbance. For example, if four streets, each 1/4-acre in size in different parts of the City are to be reconstructed then a WDID Number must be obtained. To request a Notice of Intent (NOI) you must contact the Regional Board at: Los Angeles Regional Water Quality Control Board 320 W. 4th. Street, Suite 200 Los Angeles, California 90013 Phone: (213) 576-6600; Fax: (213) 576-6640 Internet Address: http://www.swrcb.ca.gov/~rwqcb4 The SWPPP shall include: The name, location, period of construction, and a brief description of the project; Contact information for the owner and contractor; The building permit number for the project; The grading permit number for the project (where applicable) A list of major construction materials, wastes, and activities at the project site; A list of best management practices to be used to control pollutant discharges GENERAL PROVISIONS -28 from major construction materials, wastes, and activities; A site plan (construction plans may be used) indicating the selection of BMPs and their location where appropriate; Non-storm water discharges, their locations, and the BMPs necessary to prevent the discharge; A maintenance and self-inspection schedule of the BMPs to determine the effectiveness and necessary repairs of the BMPs; and A certification statement that all required and selected BMPs will be effectively implemented. Within 7 days after the City has certified the contract, the Contractor shall submit two (2) copies of the proposed SWPPP to the City. The City shall review the SWPPP within 14 days of receipt of the plan. If revisions are required, the Contractor shall revise and re-submit the document within 7 days of their receipt of the City’s comments. The City shall then have 7 days to consider the revisions made by the Contractor and approve the SWPPP. The Contractor shall maintain a minimum of two readily accessible copies of the SWPPP at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board (RWQCB), or the U.S. Environmental Protection Agency (U.S. EPA). Requests by environmental groups and the public shall be directed to the City. C. Best Management Practices The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect the quality of storm water discharge associated with construction activities. The plan will describe and ensure the implementation of Best Management Practices (BMPs) which will be used to reduce pollutants in the storm water discharges from the construction site. A Best Management Practice is defined as any program, technology, process, operating method, measure, or device that controls, prevents, removes, or reduces pollution. The Contractor shall select appropriate BMPs from the California Stormwater BMP Handbook, Municipal, Industrial, New Development, and Construction Volumes (www.cabmphandbooks.com) in conjunction with all activities and construction operations: GENERAL PROVISIONS -29 1. Construction Practices (NS2, NS3, NS4, and NS6) 2. Material and Waste Management (WM01, WM02, and WM04) 3. Vehicle and Equipment Management (NS8, NS9, and NS10) 4. Physical Stabilization (EC7, EC12, NS4, TC1, and TC2) 5. Sediment Control Practices (SE1, SE9, SE8, SE10, SE3, and SE2) Copies of the California Stormwater BMP Handbooks may be obtained from: California Stormwater Quality Association Los Angeles County DPW P.O. Box 2313 Cashier’s Office Livermore, CA 94551 900 South Fremont Avenue www.cabmphandbooks.com Alhambra, CA 91803 Tel. No. (626) 458-6959 D. Implementation The Contractor will be responsible throughout the duration of the project for the installation, monitoring, inspection and maintenance of the BMPs included in the SWPPP and for removing and disposing of temporary BMPs. The Contractor may be required to implement additional BMPs as a result of changes in actual field conditions, contractor’s activities, or construction operations. The Contractor shall demonstrate demonstrate the ability and preparedness to fully deploy these SWPPP control measures to protect soil-disturbed areas of the project site before the onset of precipitation and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully deploy these control measures. Throughout the winter season, active soil-disturbed areas of the project site shall be fully protected at the end of each day with these control measures unless fair weather is predicted through the following day. The Contractor shall monitor daily weather forecasts. If precipitation is predicted prior to the end of the following workday, construction scheduling shall be modified, as required, and the Contractor shall deploy functioning control measures prior to the onset of the precipitation. The City may order the suspension of construction operations which are creating water pollution if the Contractor fails to conform to the requirements of this section, “Water Pollution Control”. Unless otherwise directed by the City, the Contractor’s GENERAL PROVISIONS -30 responsibility for SWPPP implementation shall continue throughout any temporary suspension of work. E. Sewage Spill Prevention The Contractor’s attention is directed to the sewer bypass operation required during any sewer construction (Standard Specification for Public Works Construction Section 500.1.2.4). The Contractor shall exercise extraordinary care to prevent the cause of events that may lead to a sewage spill. In the event of a sewage spill, the Contractor shall make arrangements for an emergency response unit comprised of emergency response equipment and trained personnel to be immediately dispatched to the project site. The Contractor shall be fully responsible for preventing and containing sewage spills as well as recovering and properly disposing of raw sewage. In addition, the Contractor is responsible for any fines, penalties and liabilities arising from negligently causing a sewage spill. Any utility that is damaged by the contractor shall be immediately repaired at the the Contractor’s expense. The Contractor shall take all measures necessary to prevent further damage or service interruption and to contain and clean up the sewage spills. F. Sewage Spill Telephone Notification Should a sewage spill occur, the Contractor shall immediately report the incident to the following two (2) City Departments: Public Works/Engineering (626) 569-2150 Public Safety Department (626) 569-2292 The Contractor is encouraged to obtain telephone numbers, pager numbers and cellular telephone numbers of City representatives such as Project Managers and Inspectors, to be reached during emergency and off-hours. The City will notify the following: Los Angeles County Department of Health Services (213) 974-1234 Los Angeles County Department of Public Works (800) 303-0003 Regional Water Quality Control Board (213) 576-6665 or 6600 State Office of Emergency Services (800) 852-7550 (For any significant volume of material that entered the storm drain or receiving water) GENERAL PROVISIONS -31 G. Sewage Spill Written Notification The Contractor shall prepare and submit a written report within three (3) working days from the occurrence of a spill to the City, (Attention: Project Manager). This report shall describe the following information related to the spill: 1. The exact location on the Thomas Guide map 2. The nature and volume 3. The date, time and duration 4. The cause 5. The type of remedial and/or cleanup measures taken and date and time implemented 6. The corrective and preventive action taken, and 7. The water body impacted and results of necessary monitoring H. Enforcement The City, as a permittee, is subject to enforcement actions by the LARWQCB, U.S. EPA, environmental groups and private citizens. The Contractor shall be responsible for all costs and liabilities imposed by law as result of the Contractor’s failure to comply and/or fulfill the requirements set forth in Section 7.09 -“Water Pollution Control”. The costs and liabilities include, but are not limited limited to fines, penalties and damages whether assessed against the City or the Contractor. In addition to any remedy authorized by law, any money due to the Contractor under this contract shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor have been satisfied. I. Maintenance The Contractor shall ensure the proper implementation and functioning of BMP control measures and shall regularly inspect and maintain the construction site for the BMPs identified in the SWPPP. The Contractor shall identify corrective actions and time frames in order to properly address any damaged measure, or reinitiate any BMPs that have been discontinued. If the City identifies a deficiency in the deployment or functioning of identified control measures, the deficiency shall be corrected by the Contractor immediately or by a later date and time if requested in writing, but not later than the onset of the subsequent precipitation events. The correction of deficiencies shall be be at no additional cost to the City. J. Payment All costs involved in the implementation of the SWPPP, including furnishing all labor, materials, tools, equipment and all incidentals; and for doing all the work involved in installing, constructing, maintaining, removing, and disposing of control measures, except those that were installed as a part of another structure, shall be included in the unit prices bid for the various related items of work and no additional compensation will be made therefore. GENERAL PROVISIONS -32 7-8.8 Sound and Vibration Control Requirements. Section 7-8.8 shall be added to the Standard Specifications to read as follows: “The Contractor shall comply with all local sound control and noise level rules, regulations and ordinances, including hours of operation requirements. No internal combustion engine shall be operated on the Project without a muffler of the type recommended by the manufacturer. Should any muffler or other control device sustain damage, the Contractor shall promptly remove the equipment and shall not return said equipment to the job until the device is repaired or replaced. Said noise and vibration level requirements shall apply to all equipment on the job or related to the job, including but not limited to, trucks, transit mixers or transit equipment that may or may not be owned by the Contractor.” 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.4 Safety. 7-10.4.1 Safety Orders. Section 7-10.4.1 shall be amended to add the following to the beginning of the first full full paragraph: “In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including the safety of all persons and property in performance of the Work. This requirement shall apply continuously and shall not be limited to normal working hours. The Contractor's duty to preserve safety shall include, but shall not be limited to, the erection and maintenance of temporary fences, bridges, railings and barriers; the placement of guards; maintenance and operation of sufficient lights and signals; and all other precautions necessary to maintain safety in the vicinity of the Work. Any duty on the part of the City’s Representative or other City employee or agent to give general engineering supervision of the Contractor's performance is not intended to include the review of the adequacy of the Contractor's safety measures. Nothing herein shall relieve Contractor of his sole and complete responsibility for safety conditions on the Site.” Section 7-10.4.1 shall be amended also to add the following to the beginning of the second full paragraph: “Pursuant to Labor Code Section 6705, if the Contract Price exceeds $25,000 and if the Work governed by this Contract entails excavation of any trench or trenches five (5) feet or more in depth, Contractor shall comply with all applicable provisions of the Labor Code, including Section 6705, regarding sheeting, shoring and bracing.” 7-10.4.3 Special Hazardous Substances and Processes. Section 7-10.4.3 shall be amended to add the following to the end of that Section: “As required by Public Contract Code Section 7104, if this Contract involves digging GENERAL PROVISIONS -33 trenches or other excavations that extend deeper than four (4) feet below the surface, Contractor shall promptly, and prior to disturbance of any conditions, notify City of: (1) any material discovered in excavation that Contractor believes to be a hazardous waste that is required to be removed to a Class I, Class II or Class III disposal site; (2) subsurface or latent physical conditions at the site differing from those indicated by City; and (3) unknown physical conditions of an unusual nature at the site, significantly different from those ordinarily encountered in such contract work. Upon notification, City shall promptly investigate the conditions to determine whether a change order is appropriate. In the event of a dispute, Contractor shall not be excused from any scheduled completion date and shall proceed with all Work to be performed under the Contract, but shall retain all rights provided by the Contract or by law for making protests and resolving the dispute.” 7-11 PATENT FEES OR ROYALTIES. Section 7-11 of the Standard Specifications shall be amended in its entirety to read as follows: “The Contractor shall include in its bid amount the patent fees or royalties on any patented article or process furnished or used in the Work. Contractor shall assume all liability and responsibility arising from the use of any patented, or allegedly patented, materials, equipment, devices or processes used in or incorporated with the work, and shall defend, indemnify and hold harmless the City, its officials, officers, agents and employees from and against any and all liabilities, demands, claims, damages, losses, costs and expenses, of whatsoever kind or nature, arising from such use.” . 7-13 LAWS TO BE OBSERVED. Section 7-13 of the Standard Specifications shall be revised in its entirety to read as follows: “The Contractor shall keep itself fully informed of all existing and future State, Federal and local laws, rules and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. The Contractor shall at all times observe and comply with all such existing and future laws, rules, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall defend, indemnify and hold harmless, at least to the extent of the indemnification provisions of this Agreement, the Owner and its officials, officers, employees, volunteers and agents, including, but not limited to, the Director of Public Works and the Owner Engineer, against any claim or liability arising from, or based on, the violation or alleged violation of any such law, rule, ordinance, regulation, order, or decree, whether by itself or its employees. The Contractor shall particularly observe all laws, rules and regulations relating to the obstruction of streets or the conduct of the Work, keeping open passageways and protecting the same where they are exposed or dangerous to traffic. The Contractor shall at all times comply with such laws, rules and regulations. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the GENERAL PROVISIONS -34 Work in relation to any such law, rule, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing.” 7-15 INDEMNIFICATION. Section 7-15 shall be added to the Standard Specifications as follows: “Contractor shall defend (with counsel of City’s choosing), indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, to property or persons, including wrongful death, to the extent arising out of or incident to any acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Work or this Contract, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor’s own cost, expense and risk, with Counsel of City’s choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its officials, officers, employees, volunteers or agents. To the extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City, its officials, officers, employees, volunteers or agents, in any such suit, action or other legal proceeding. Contractor shall reimburse City, its officials, officers, employees, volunteers or agents for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by Civil Code Section 2782.” 7-16 CONCRETE FORMS, FALSEWORK AND SHORING. Section 7-16 shall be added to the Standard Specifications as follows: “Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, Contractor shall employ a registered civil engineer for these purposes, and all costs therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract Documents.” -END OF SECTION - GENERAL PROVISIONS -35 SECTION 9 MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK. Section 9-2 of the Standard Specifications shall be amended to add the following at the end of that Section: “On lump sum contracts, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and which shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre-construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor.” 9-3 PAYMENT. 9-3.1 Payment. The last paragraph of Section 9-3.1 of the Standard Specifications shall be deleted and replaced with the following two paragraphs: “Contractor shall submit, with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. Following the City’s acceptance of the the Work as fully complete, the Contractor shall submit to the City for approval a written statement of the final quantities of Contract items for inclusion in the final invoice. Upon receipt of such statement, the City’s Representative shall check the quantities included therein and shall authorize the Contractor to submit an invoice which, in the City Representative’s opinion, shall be just and fair, covering the amount and value of the total amount of Work done by the Contractor, less previous payments, applicable withholdings and retentions.” “All retention proceeds shall be released and paid in strict accordance with Public Contract Section 7107.” Section 9-3.1 of the Standard Specifications shall be amended to also add the following at the end of that Section: “Payment for the various items on the Contract Bid Forms, as further specified in the Contract, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of Work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these General Conditions, and as shown on the Drawings, including all appurtenances thereto. Compensation shall include all costs of compliance with the regulations of public agencies having jurisdiction over the Work, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA).” GENERAL PROVISIONS -36 “No separate payment will be made for any item that is not specifically set forth in the Contract Bid Forms, and all costs therefor shall be included in the prices named in the Contract Bid Forms for the various appurtenant items of work.” 9-3.2 Partial and Final Payments. Section 9-3.2 of the Standard Specifications shall be amended to add the following at the end of that Section: “For purposes of this Section, the monthly payment date shall be the last calendar day of each month. In order for the City to consider and prepare for each monthly payment, the Contractor shall submit a detailed measurement of Work performed and a progress estimate of the value thereof before the tenth (10th) day of the following month. The City shall review and make payment on all approved charges within the time required by Public Contract Code Sections 20104.5 et seq.” “Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the Owner to the Contractor or its sureties after the completion date of the Contract shall not constitute a waiver of liquidated damages.” “Subject to the provisions of Section 22300 of the California Public Contract Code, a 10 percent retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the Owner for payment. All billings shall be directed to the Engineer.” “Pursuant to Section 22300 of the California Public Contract Code, In accordance with California Public Contract Code Section 22300, the City will permit the substitution of securities for any monies withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City, or with a state or federally chartered bank in California as the escrow agent, and thereafter the City shall then pay such monies to the Contractor as they come due. Upon satisfactory completion of the Contract, the securities shall be returned to the Contractor. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon. The escrow agreement used for the purposes of this Section shall be in the form provided by the City.” “The Contractor shall submit with each invoice the Contractor’s conditional waiver of lien for the entire amount covered by such invoice, as well as a valid unconditional waiver of lien from the Contractor and all subcontractors and materialmen for all work and materials included in any prior invoices. Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the Owner, the Contractor shall submit a final waiver of lien for the Contractor’s work, together with releases of lien from any subcontractor or materialmen.” -END OF SECTION GENERAL PROVISIONS -37 SUPPLEMENTARY GCs-1 SUPPLEMENTARY GENERAL CONDITIONS 10-1 GENERAL 10-1.1 Description of Work The project consist of replacement of nine (9) rooftop units (RTU) and all auxiliary components, and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. 10-1.2 Quantities -The estimate of quantities of work is approximate only, being given as basis for the compilation of bids, and the City of Rosemead does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the Engineer. In such case the contract unit price shall prevail subject to the requirements of Subsection 3-2.2.1 of the Standard Specifications. All work incidental to this project, as described on the drawings and/or this specification shall be considered as included within the the scope of the work. The bid prices submitted by the contractor shall include the cost of said incidentals, even though such incidentals are not specifically mentioned in the preceding description of work to be done or in the proposal form. 10-1.3 Equals -Whenever the names of specific products are designated in the details appearing on the drawings or in the specifications, the intent is to state the general type and quality of the products desired, without the intention of ruling out the use of other products of equal type and quality. If the successful contractor wishes to make substitutions of the products specified, he must make an application in writing to the Engineer prior to the acceptance and installation into the project with a complete description of the alternate products and a statement with regard to the saving to the owner, if any, in case the substitution would be permitted. The Engineer will have the right to make the final decision in these cases and to insist on use of particular brands of products shown on the drawings or in the specifications, if, in his opinion, such brands will be preferable to the Engineer, in lieu of the requested substitutions. 10-1.4 Installation of Equipment -All materials and workmanship shall be in accordance with the manufacturer’s specifications and instructions. SUPPLEMENTARY GCs-2 10-2 PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK Prosecution, progress, and acceptance of work shall conform to Section 6 of the Standard Specifications with the following special conditions: a. Beginning and Completion of Work: The contract time allowed for completion of the project is THIRTY (30) calendar days. Work on this project shall commence no later than ten (10) days from the date of Notice to Proceed. b. The contractor shall submit to the Engineer a time schedule of work for the various sequences of the major operations. Said schedule shall be submitted at least 5 working days prior to the beginning of work and shall be subject to the approval of the Engineer. c. The Pre-School shall remain operational during the course of construction. Exiting & life safety systems must be maintained during the Pres-School’s hours of operation as listed below. Rosemead Pre-School Hours of Operation Monday through Friday: 8:30 a.m. to 3:30 p.m. Note: Pre-School closed from March 17 to April 1, 2012. d. Working hours on this project shall be limited to 7:00 a.m. to 5:00 p.m. with no work on Saturdays, Sundays, Holidays, and Fridays in which City Hall is closed, except when authorized by the Director of Public Works or City Engineer. Exception: Any utility interruptions to the Pre-School area (e.g. electrical, HVAC) must be done when the pre-school is not in operation. See above for Pre-School operating hours. e. Inspection: The City shall provide inspection for an 8-hour day for normal working days. The City will deduct from the contractor’s invoice an amount equal to $65 per hour for inspection in excess of the foregoing, including legal holidays, City Hall closed Fridays, and weekends. f. Weight master certificates are source documents and it is the contractor’s responsibility to collect the material tickets from the drivers at the delivery point, sign and date them and submit to the City Inspector. g. Contractor shall notify all property owners within the project limits of all activities; written notification shall be delivered to properties at least fortyeight (48) hours in advance of any activity. SUPPLEMENTARY GCs-3 h. The contractor and all subcontractors shall attend a pre-construction meeting at the time, date, and place determined by the City. 10-3 STANDARD SPECIFICATIONS The work embraced herein shall be done in accordance with the "Standard Specifications for Public Works Construction (Greenbook)," latest edition, including all supplements, and applicable provisions of Caltrans Standard Specifications, latest edition. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. 10-4 CONSTRUCTION YARD It shall be the contractor's responsibility to locate any storage sites for materials and equipment needed, and such sites must be approved in advance by the City Engineer. When storage sites are located on private properties, the contractor shall be required to submit to the City Engineer written approval from the record owner authorizing the use of his property by the contractor, and contractor shall bear all the cost involved, and provide necessary insurance requirements. If contractor chose one of the City owned. The contractor accepts sole liability for the yard during the time, which it is occupied. The contractor agrees to indemnify and hold harmless the City and ARA during the period which the contractor occupies the site. The yard shall be fenced with City-approved temporary chain link fence and gate(s). The yard shall be secured at all times. The Contractor shall be responsible for required utilities, if available. The Contractor shall store all materials in a manner, which complies with manufacturer's recommendations and/or legal requirements. The yard shall be maintained in a manner consistent with surrounding properties. After the project is constructed, the Contractor shall move off of the yard and return the yard to a condition similar to before he moved on the yard. In order to assure these requirements are met, the Contractor shall have an independently prepared environmental report prepared prior to Contractor mobilization and after final cleanup. Contractor and all subcontractors shall not be permitted to place any signage or advertising signs on the site unless city's written approval is obtained. SUPPLEMENTARY GCs-4 10-5 UTILITIES The contractor will obtain the locations of underground facilities from the utility companies at least twenty-four (24) hours prior to commencing construction in such areas. At all time the contractor shall be responsible for the protection of such facilities and shall be held liable for damage to utilities during construction. The contractor is responsible to call Underground Service Alert at (800) 422-4133 at least 72 hours prior to commencing any work. 10-6 CONSTRUCTION WATER It shall be the responsibility of the contractor to furnish an adequate supply of water for construction use. 10-7 AIR AND WATER POLLUTION The Contractor shall be required to conform to all current regulations of the South Coast Air Quality Management District. The Contractor shall also conform to Section 402(p) of the 1972 Clean Water Act which establishes a framework for the regulation of municipal, industrial and construction stormwater discharges under the National Pollutant Discharge Elimination System (NPDES) program. 10-8 HAZARDOUS MATERIAL NOTIFICATION A material Safety Data Sheet (MSDS) is required by the City of Rosemead for all hazardous materials which are brought on site by the Contractor. A MSDS is required for any product which may contain hazardous materials. The contractor must alert the City Engineer of the quantity and type of hazardous material which will be brought on site. The MSDS sheets must be submitted to the City Engineer at least two (2) business days prior to starting work. The City Engineer may require the City Safety Officer or his designee to review the MSDS for approval of use. The contractor shall be responsible for notifying Underground Service Alert (800) 422-4133 and all utility companies having substructures within the limits of the job. This shall be done at least 72 hours prior to commencing construction. 10-9 PUBLIC CONVENIENCE AND SAFETY The contractor shall conduct his operations to comply with the provisions of section 7-10 of the Standard Specifications. Traffic Control shall comply with the Work Area Traffic Control Handbook of the American Public Works Association (WATCH Manual), latest edition. SUPPLEMENTARY GCs-5 10-10 PAYMENT Payment shall be made in accordance with Section 9 of the Standard Specifications. Payment will be made at the lump sum prices or unit prices as stipulated in the Bid Proposal and will include full compensation for furnishing all labor materials, tools and equipment and doing all the work involved in completion of the bid items. 10% retention will be paid 35 days after City Council's acceptance. 10-12 CLEAN-UP Upon completion of the work and before the final estimate is submitted, the Contractor shall, at his own expense, remove from the vicinity of the work all plant, buildings, rubbish, unused materials, concrete forms and other materials or equipment belonging to or used by him or any subcontractor on the work. In the event of failure to so remove, the same may be removed and disposed of by the City at the Contractor's expense. 10-13 GUARANTEE The contractor hereby guarantees for a period of one year that the entire work constructed by him under this contract will meet fully all requirements thereof as to quality of workmanship and of materials furnished by him. The contractor hereby agrees to make at his own expense any repairs or replacements made necessary by defects in materials or workmanship supplied by him that becomes evident within the time specified after filing of the Notice of Completion of the work by the Engineer, and to restore to full compliance with the requirements of these specifications, including the test requirements set forth herein for any part of the work constructed hereunder, which during said period is found to be deficient with respect to any provision of the specifications. The contractor also agrees to defend, indemnify and hold the Owner, its officers and employees, harmless from claims of any kind arising from damage due to said defects. The contractor shall make all repairs and replacements promptly upon receipt of written orders for same from the Engineer. If the contractor fails to make the repairs and replacements promptly, the owner may may doe the work and the contractor and his surety shall be liable to the owner for the cost thereof. Upon termination of the Contractor's guarantee any manufacturers' guarantees held by him shall be delivered to the owner. The guarantees and agreements set forth in Subsection (a) hereof shall be secured by a surety bond which shall be delivered by the Contractor to the SUPPLEMENTARY GCs-6 Owner before the notice of completion shall be filed by the Development Services Director. Said bond shall be in an approved form and executed by a surety company or companies satisfactory to the owner, in the amount of ten percent (10%) of the contract price. Said bond shall remain in force for a period of one year from the date of filing of the Notice of Completion. Instead of providing a surety bond, the contractor may, at his option, provide for the Faithful Performance Bond furnished under the contract to remain in force for said amount until the expiration of the required period. 10-14 SANITATION All portions of the work shall be maintained at all times in sanitary condition. The contractor shall provide adequate toilet facilities for all workmen and representatives of the owner employed on the work. Such facilities shall be subject to the acceptance of the owner as to location and type. The contractor shall maintain the same in sanitary condition from the beginning of the work until completion and then shall remove the facilities and disinfect the premises if necessary. The contractor shall be responsible for alleviating all dust and nuisance conditions occasioned by his work. Each day, at the completion of the day's work, the entire trench area and adjacent streets shall be swept and cleaned to the satisfaction of the City Engineer or his appointed representative. The contractor shall cover all storm drain catch basins during excavation and sweeping operations to prevent excavated materials from entering the catch basins. CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT NO. (31002) “PART C” CONSTRUCTION DOCUMENTS CONSTRUCTION DOCUMENTS 1) DRAWINGS G000 TITLE SHEET S-1.0 LETTER X ENG., CALCULATIONS AND DETAILS M1.0 GENERAL NOTES, LEGENDS AND ABBREVIATIONS LIST M2.0 PACKAGE ROOFTOP SCHEDULE M3.0 HVAC ROOF DEMOLITION PLAN M3.1 HVAC ROOF MODIFICATION PLAN M4.0 HVAC DETAILS M5.0 TITLE 24 FORMS M5.1 TITLE 24 FORMS E0.01 GENERAL NOTES, LEGENDS AND ABBREVIATIONS LIST E0.02 SINGLE LINE DIAGRAM & PANEL SCHEDULE E1.00 ROOF DEMOLITION PLAN E2.00 ROOF POWER PLAN 2) TECHNICAL SPECIFICATIONS (DIVISION 01 THROUGH DIVISION 16) HVAC REPLACEMENT PROJECT BASIC PRODUCT REQUIREMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01610-1 SECTION 01610 BASIC PRODUCT REQUIREMENTS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. General requirements for products used for the Work, including: 1. General characteristics of products. 2. Product options. 3. System completeness. 4. Transportation and handling requirements. 5. Storage and protection of products. 6. Installation of products. 1.3 RELATED SECTIONS A. Section 01410 -Regulatory Requirements: Codes and standards applicable to product specifications; minimum requirements. B. Section 01420 -Reference Standards and Abbreviations: References to various standards, standard specifications, codes, practices and other requirements. C. Section 01330 -Submittals Procedures: Requirements applicable to submittals for "or or equal" and substitute products. D. Section 01630 -Product Substitution Requirements: Requirements for product substitutions. F. Section 01650 -Product Delivery Requirements: General requirements for delivery of products to Project site. G. Section 01660 -Product Storage and Handling Requirements: General requirements for storage and handling of products. 1.4 GENERAL PRODUCT REQUIREMENTS A. Products, General: "Products" include items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock, and include HVAC REPLACEMENT PROJECT BASIC PRODUCT REQUIREMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01610-2 materials, equipment, assemblies, fabrications and systems. 1. Named Products: Items identified by manufacturer's product name, including make or model designations indicated in the manufacturer's published product data. 2. Materials: Products that are shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed or installed to form a part of the Work. 3. Equipment: A product with operating parts, whether motorized or manually operated, that requires connections such as wiring or piping. B. Specific Product Requirements: Refer to requirements of Section 01450 -Quality Control and individual product Specifications Sections in Divisions 2 through 16 for specific requirements for products. C. Minimum Requirements: Specified requirements for products are minimum requirements. Refer to general requirements for quality of the Work specified in Section 01450 -Quality Control and elsewhere herein. D. D. Product Selection: Provide products that fully comply with the Contract Documents, are undamaged and unused at installation. Comply with additional requirements specified herein in Article titled "PRODUCT OPTIONS". E. Standard Products: Where specific products are not specified, provide standard products of types and kinds that are suitable for the intended purposes and that are usually and customarily used on similar projects under similar conditions. Products shall be as selected by Contractor and subject to review and acceptance by the Architect. F. Product Completeness: Provide products complete with all accessories, trim, finish, safety guards and other devices and details needed for a complete installation and for the intended use and effect. Comply with additional requirements specified herein in Article titled "SYSTEM COMPLETENESS". G. Code Compliance: All products, other than commodity products prescribed by Code, shall have a current ICBO Evaluation Service (ICBO ES) Research Report or National National Evaluation, Inc. Report (NER). Refer to additional requirements specified in Section 01410 -Regulatory Requirements. H. Interchangeability: To the fullest extent possible, provide products of the same kind from a single source. Products required to be supplied in quantity shall be the same product and interchangeable throughout the Work. When options are specified for the selection of any of two or more products, the product selected shall be compatible with products previously selected. I. Product Nameplates and Instructions: 1. Except for required Code-compliance labels and operating and safety instructions, locate nameplates on inconspicuous, accessible surfaces. Do not attach manufacturer's identifying nameplates or trademarks on surfaces exposed to view in occupied spaces or to the exterior. 2. Provide a permanent nameplate on each item of service-connected or poweroperated equipment. Nameplates shall contain identifying information and HVAC REPLACEMENT PROJECT BASIC PRODUCT REQUIREMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01610-3 essential operating data such as the following example: Name of manufacturer Name of product Model and serial number Capacity Operating and Power Characteristics Labels of Tested Compliance with Codes and Standards 3. For each item of service-connected or power-operated equipment, provide operating and safety instructions, permanently affixed and of durable construction, with legible machine lettering. Comply with all applicable requirements of authorities having jurisdiction and listing agencies. J. Mechanical Product Requirements: Comply with requirements specified in Division 15 -Mechanical. K. Electrical Product Requirements: Comply with requirements specified in Division 16 -Electrical. 1.5 PRODUCT OPTIONS A. Product Options: Refer to Contract General Conditions, Article 5.04. Provisions of Public Contract Code Section 03400 shall apply, as supplemented by the following general requirements. B. Products Specified by Description: Where Specifications describe a product, listing characteristics required, with or without use of a brand name, provide a product that has the specified attributes and otherwise complies with specified requirements. C. Products Specified by Performance Requirements: Where Specifications require compliance with performance requirements, provide product(s) that comply and are recommended by the manufacturer for the intended application. Verification of manufacturer's recommendations may be by product literature or by certification of performance from manufacturer. D. Products Specified by Reference to Standards: Where Specifications require compliance with a standard, provided product shall fully comply with the standard specified. Refer to general requirements specified in Section 01420 -Reference Standards and Abbreviations regarding compliance with referenced standards, standard specifications, codes, practices and requirements for products. E. Products Specified by Identification of Manufacturer and Product Name or Number: 1. Sales, source, no other product shall be accepted: Provide the specified product(s) of the specified manufacturer. a. If only one manufacturer is specified, without "acceptable manufacturers" being identified, provide only the specified product(s) of the specified manufacturer. b. If the phrase "or equal" is stated or reference is made to the "or equal provision," products of other manufacturers may be provided if such products are equivalent to the specified product(s) of the specified manufacturer. Equivalence shall be demonstrated during submission of HVAC REPLACEMENT PROJECT BASIC PRODUCT REQUIREMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01610-4 required submittals. 2. "Acceptable Manufacturers": Product(s) of the named manufacturers, if equivalent to the specified product(s) of the specified manufacturer, will be acceptable in accordance with the requirements specified herein in the Article titled "'OR EQUAL' PRODUCTS." 3. Unnamed manufacturers: Products of unnamed manufacturers will be acceptable only as follows: a. Unless specifically stated that substitutions will not be accepted or considered, the phrase "or equal" shall be assumed to be included in the description of specified product(s). Equivalent products of unnamed manufacturers will be accepted in accordance with the "or equal" provision specified herein, below. b. If provided, products of unnamed manufacturers shall be subject to the requirements specified herein in the Article titled "'OR EQUAL' PRODUCTS." 4. Quality basis: Specified product(s) of the specified manufacturer shall serve as the basis by which products by named acceptable manufacturers and products of unnamed manufacturers will be evaluated. Where characteristics of the specified product are described, where performance characteristics are identified or where reference is made to industry standards, such characteristics are specified to facilitate evaluation of products by identifying the most significant attributes of the specified product(s). F. Products Specified by Combination of Methods: Where products are specified by a combination of attributes, including manufacturer's name, product brand name, product catalog or identification number, industry reference standard, or description of product characteristics, provide products conforming to all specified attributes. G. "Or Equal" Provision: Where the phrase "or equal" or the phrase "or approved equal" is included, product(s) of unnamed manufacturer(s) may be provided as specified above in subparagraph titled "Unnamed manufacturers." 1. The requirements specified herein in the the Article titled "'OR EQUAL' PRODUCTS" shall apply to products provided under the "or equal" provision. 2. Use of product(s) under the "or equal" provision shall not result in any delay in completion of the Work, including completion of portions of the Work for use by City or for work under separate contract by City. 3. Use of product(s) under the "or equal" provision shall not result in any costs to City, including design fees and permit and plancheck fees. 4. Use of product(s) under the "or equal" provision shall not require substantial change in the intent of the design, in the opinion of the Architect. The intent of the design shall include functional performance and aesthetic qualities. 5. The determination of equivalence will be made by the Architect and such determination shall be final. H. Visual Matching: Where Specifications require matching a sample, the decision by the HVAC REPLACEMENT PROJECT BASIC PRODUCT REQUIREMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01610-5 Architect on whether a proposed product matches shall be final. Where no product visually matches but the product complies with other requirements, comply with provisions for substitutions for selection of a matching product in another category. I. Selection of Products: Where requirements include the phrase "as selected from manufacturer's standard colors, patterns and textures", or a similar phrase, selections of products will be made by indicated party or, if not indicated, by the Architect. The Architect will select color, pattern and texture from the product line of submitted manufacturer, if all other specified provisions are met. 1.6 "OR EQUAL" PRODUCTS A. "Or Equal" Products: Products are specified typically by indicating a specified manufacturer and specific products of that manufacturer, with acceptable manufacturers identified with reference to this "or equal" provision. If Contractor proposes to provide products other than the specified products of the specified manufacturer, provisions of Contract General Conditions Article 5.04 and Public Contract Code Section 3400 shall apply. Contractor shall submit if and when directed by Architect, complete product data, including drawings and descriptions of products, fabrication details and installation procedures. Include samples where applicable or requested. 1. Submit a minimum of 4 copies. Form and other administrative requirements shall be as directed by the Architect. 2. Include appropriate product data for the specified product(s) of the specified manufacturer, suitable for use in comparison of characteristics of products. a. Include a written, point-by-point comparison of characteristics of the proposed substitute product with those of the specified product. b. Include a detailed description, in written or graphic form as appropriate, indicating all changes or modifications needed to other elements of the Work and to construction to be performed by the City and by others under separate with City, that will be necessary if the proposed substitution is accepted. 3. "Or Equal" product submissions shall include a statement indicating the substitution's effect on the Construction Schedule. Indicate the effect of the proposed products on overall Contract Time and, as applicable, on completion of portions of the Work for use by City or for work under separate contract by City. 4. "Or Equal" product submissions shall include signed certification that the Contractor has reviewed the proposed products and has determined that the products are equivalent or superior in every respect to product requirements indicated or specified in the Contract Documents, and that the proposed products are suited for and can perform the purpose or application of the specified product indicated or specified in the Contract Documents. 5. "Or Equal" product submissions shall include a signed waiver by the Contractor for change in the Contract Time or Contract Sum because of the following: following: a. "Or equal" product failed to perform adequately. b. "Or equal" product required changes in on other elements of the Work. HVAC REPLACEMENT PROJECT BASIC PRODUCT REQUIREMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01610-6 c. "Or equal" product caused problems in interfacing with other elements of the Work. 6. If, in the opinion of the Architect, the "or equal" product request is incomplete or has insufficient data to enable a full and thorough review of the proposed products, the proposed products may be summarily refused and determined to be unacceptable. B. Product Substitutions: For products not governed by the "or equal" provision, comply with substitution provisions of the Contract General Conditions and requirements specified in Section 01630 -Product Subsitution Procedures. 1.7 SYSTEM COMPLETENESS A. System Completeness: Comply with Contract General Conditions, Article 5.02. 1. The Contract Drawings and Specifications are not intended to be comprehensive directions on how to produce the Work. Rather, the Drawings and Specifications are instruments of service prepared to describe the design intent for the completed Work. 2. 2. It is intended that all equipment, systems and assemblies be complete and fully functional even though not fully described. Provide all products and operations necessary to achieve the design intent described in the Contract Documents. 3. Refer to related general requirements specified in Section 01410 -Regulatory Requirements regarding compliance with minimum requirements of applicable codes, ordinances and standards. B. Omissions and Misdescriptions: Contractor shall report to Architect immediately when elements essential to proper execution of the Work are discovered to be missing or misdescribed in the Drawings and Specifications or if the design intent is unclear. 1. Should an essential element be discovered as missing or misdescribed prior to receipt of Bids, an Addendum will be issued so that all costs may be accounted for in the Contract Sum. 2. Should an obvious omission or misdescription of a necessary element be discovered and reported after execution of the Agreement, Contractor shall provide provide the element as though fully and correctly described, and a no-cost Change Order shall be executed. 3. Refer to related general requirements specified in Section 01311 -Project Coordination regarding construction interfacing and coordination. 1.8 TRANSPORTATION, DELIVERY AND HANDLING A. Transportation, Delivery and Handling, General: Comply with manufacturer's instructions and recommendations for transportation, delivery and handling, in addition to the following. B. Transportation: Transport products by methods to avoid product damage. C. Delivery: HVAC REPLACEMENT PROJECT BASIC PRODUCT REQUIREMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01610-7 1. Schedule delivery to minimize long-term storage and prevent overcrowding construction spaces. Coordinate with installation to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft and other losses. 2. Deliver products in undamaged condition in manufacturer's original sealed container or packaging system, complete with labels and instructions for handling, storing, unpacking, protecting and installing. D. Handling: 1. Provide equipment and personnel to handle products by methods to prevent soiling, marring or other damage. 2. Promptly inspect products on delivery to ensure that products comply with contract documents, quantities are correct, and to ensure that products are undamaged and properly protected. 1.9 STORAGE AND PROTECTION A. Storage and Protection, General: Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Periodically inspect to ensure products are undamaged, and are maintained under required conditions. 2. Products damaged by improper storage or protection shall be removed and replaced with new products at no change in Contract Sum or Contract Time. 3. Store sensitive products in weathertight enclosures. B. Inspection Provisions: Arrange storage to provide access for inspection and measurement of quantity or counting of units. C. Structural Considerations: Store heavy materials away from the structure in a manner that will not endanger supporting construction. D. Weather-Resistant Storage: 1. Store moisture-sensitive products above ground, under cover in a weathertight enclosure or covered with an impervious sheet covering. Provide adequate ventilation to avoid condensation. 2. Maintain storage within temperature and humidity ranges required by manufacturer's instructions. 3. For exterior storage of fabricated products, place products on raised blocks, pallets or other supports, above ground and in a manner to not create ponding or misdirection of runoff. place on sloped supports above ground. 4. Store loose granular materials on solid surfaces in a well-drained area. Prevent mixing with foreign matter. HVAC REPLACEMENT PROJECT BASIC PRODUCT REQUIREMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01610-8 E. Protection of Completed Work: 1. Provide barriers, substantial coverings and notices to protect installed Work from traffic and subsequent construction operations. 2. Remove protective measures when no longer required and prior to Contract Completion review of the Work. 3. Comply with additional requirements specified in Section 01560 -Temporary Barriers and Enclosures. PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION 3.1 INSTALLATION OF PRODUCTS A. Installation of Products: 1. Comply with manufacturer's instructions and recommendations for installation of products, except where more stringent requirements are specified, are necessary due to Project conditions or are required by authorities having jurisdiction. 2. Anchor each product securely in place, accurately located and aligned with other Work. 3. Clean exposed surfaces and provide protection to ensure freedom from damage and deterioration at time of Contract Completion review. Refer to additional requirements specified in Section 01560 -Temporary Barriers and Enclosures. END OF SECTION HVAC REPLACEMENT PROJECT PRODUCT SUBSTITUTION PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01630-1 SECTION 01630 PRODUCT SUBSTITUTION PROCEDURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. General requirements applicable to substitutions of materials, products, equipment and systems. 1.3 SUBSTITUTION OF MATERIALS AND EQUIPMENT A. Substitutions, General: Catalog numbers and specific brands or trade names are used in materials, products, equipment and systems required by the Specifications to establish the standards of quality, utility and appearance required. Alternative products which are of equal quality and of required characteristics for the purpose intended may be proposed for use provided the Contractor complies with provisions of Contract General Conditions, Article 5.04., subject to the following provisions. provisions. 1. See Section 01610 -Basic Product Requirements for requirements regarding product options. 2. Substitutions will only be authorized by properly executed Change Order or Field Instruction. 3. The CITY has no obligation to entertain Substitutions. B. Substitution Provisions: 1. Documentation: Substitutions will not be considered if they are indicated or implied on shop drawing, product data or sample submittals. All requests for substitution shall be by separate written request from Contractor. See paragraph below for documentation required submission of request for substitution. 2. Cost and Time Considerations: Substitutions will not be considered unless a net reduction in Contract Sum or Contract Time results to City’s benefit, including redesign costs, life cycle costs, plan check and permit fees, changes in related Work and overall performance of building systems. 3. Design Revision: Substitutions will not be considered if acceptance will require substantial revision of the Contract Documents or will substantially change the intent of the design, in the opinion of the Architect. The intent of the design shall include functional performance and aesthetic qualities. 4. Data: It shall be the responsibility of the Contractor to provide adequate data HVAC REPLACEMENT PROJECT PRODUCT SUBSTITUTION PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01630-2 demonstrating the merits of the proposed substitution, including cost data and information regarding changes in related Work. 5. Determination by Architect: Architect will determine the acceptability of proposed substitutions and City’s Representative will notify Contractor in writing of acceptance or rejection. The determination by the Architect regarding functional performance and aesthetic quality shall be final. 6. Non-Acceptance: If a proposed substitution is not accepted, Contractor shall immediately provide the specified product. 7. Substitution Limitation: Only one request for substitution will be considered for each product. C. Request for Substitution Procedures: Comply with provisions of Contract General Conditions, Article 5.04 and the following. 1. Contractor shall prepare a request for substitution and submit the request to Architect through City’s Representative for review and recommendation for acceptance. Acceptance and approval of substitutions shall be by City’s Representative. a. Submit a minimum of 4 copies. b. Present request for substitution using form provided by City's Representative. c. Comply with other administrative requirements shall be as directed by City’s Representative. 2. Substitution requests shall included complete product data, including drawings and descriptions of products, fabrication details and installation procedures. Include samples where applicable or requested. 3. Substitution requests shall include appropriate product data for the specified product(s) of the specified manufacturer, suitable for use in comparison of characteristics of products. a. Include a written, point-by-point comparison of characteristics of the proposed substitute product with those of the specified product. b. Include a detailed description, in written or graphic form as appropriate, indicating all changes or modifications needed to other elements of the Work and to construction to be performed by the City and by others under separate contracts with City, that will be necessary if the proposed substitution is accepted. 4. Substitution requests shall include a statement indicating the substitution's effect on the Construction Schedule. Indicate the effect of the proposed substitution on overall Contract Time and, as applicable, on completion of portions of the Work for use by City or for work under separate contracts by City. 5. Except as otherwise specified, substitution requests shall include detailed cost data, including a proposal for the net change, if any, in the Contract Sum. HVAC REPLACEMENT PROJECT PRODUCT SUBSTITUTION PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01630-3 6. Substitution requests shall include signed certification that the Contractor has reviewed the proposed substitution and has determined that the substitution is equivalent or superior in every respect to product requirements indicated or specified in the Contract Documents, and that the substitution is suited for and can perform the purpose or application of the specified product indicated or specified in the Contract Documents. 7. Substitution requests shall include a signed waiver by the Contractor for change in the Contract Time or Contract Sum because of the following: a. Substitution failed to perform adequately. b. Substitution required changes in on other elements of the Work. c. Substitution caused problems in interfacing with other elements of the Work. d. Substitution was determined to be unacceptable by authorities having jurisdiction. 8. If, in the opinion of the Architect, the substitution request is incomplete or has insufficient data to enable a full and thorough review of the intended substitution, the substitution may be summarily refused and determined to be unacceptable. D. Contract Document Revisions: 1. Should a Contractor-proposed substitution or alternative sequence or method of construction require revision of the Contract Drawings or Specifications, including revisions for the purposes of determining feasibility, scope or cost, or revisions for the purpose of obtaining review and approval by authorities having jurisdiction, revisions will be made by Architect or other consultant of City who is the responsible design professional, as approved in advance by City’s Representative. 2. Services of Architect, other responsible design professionals and City for researching and reporting on proposed substitutions or alternative sequence and method of construction shall be paid by Contractor when such activities are considered additional services to the design services contracts of Architect or other responsible design professional with City. 3. Costs of services by Architect, other responsible design professionals and City shall be paid, including travel, reproduction, long distance telephone and shipping costs reimbursable at cost plus usual and customary mark-up for handling and billing. 4. Such fees shall be paid whether or not the proposed substitution or alternative sequence or method of construction is ultimately accepted by the City and a Change Order is executed. 5. Such fees shall be paid from Contractor's portion of savings, if a net reduction in Contract Sum results. If fees exceed Contractor's portion of net reduction, Contractor shall pay all remaining fees unless otherwise agreed in advance by City’s Representative. HVAC REPLACEMENT PROJECT PRODUCT SUBSTITUTION PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01630-4 PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION Not Applicable to this Section. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY PANELBOARDS RECREATION CENTER 16470-1 SECTION 16470 PANELBOARDS PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch circuit panelboards. 1.2 RELATED ITEMS A. Section 16180 – Electrical Connections for Equipment B. Section 16190 – Supporting Devices C. Section 16195 – Electrical Identification D. Section 16485 – Contactors 1.3 REFERENCES A. NEMA AB 1 -Molded Case Circuit Breakers. B. NEMA KS 1 -Enclosed Switches. C. NEMA PB 1 -Panelboards. D. NEMA PB 1.1 -Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. 1.4 DESCRIPTION OF WORK A. Provide panelboards of sizes and type, with over current protective devices and contactors as scheduled on Drawings. 1.5 SUBMITTALS A. Submit shop drawings and product data for equipment and component devices under provisions of Section 01330 – Submittals. B. Include outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. 1.6 SPARE PARTS A. Keys: Furnish keys to Owner. 1. Provide two (2) keys with furnished door locks, including cabinet door locks and switchboard locks, two (2) keys for lock switches on switchboards or control panels, and 2 keys with interlocks or other furnished lock switches. Deliver keys to IOR. 2. Locks shall be keyed to Corbin No. 60 keys for access to operate equipment and Corbin 70 keys for service access. Special keys and locks shall only be provided where specified. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY PANELBOARDS RECREATION CENTER 16470-2 PART 2 – PRODUCTS 2.1 DISTRIBUTION PANELBOARDS A. Acceptable Manufacturer: 1. Square D, General Electric, Cutler-Hammer or Siemens B. Panelboards: NEMA PB 1; Fusible switch or circuit breaker type. C. Enclosure: NEMA PB 1; Type 1. D. Provide cabinet front with concealed trim clamps. Finish in manufacturer’s standard gray enamel. E. Provide panel boards with copper, ratings as scheduled on Drawings. Provide copper ground bus in all panelboards. F. Minimum Integrated Short Circuit Rating: RMS symmetrical as indicated on the plans, for 208 volt panel boards. 2.2 BRANCH CIRCUIT PANELBOARDS A. Acceptable Manufacturer: 1. Square D, General Electric, Cutler-Hammer or Siemens. B. Lighting and Appliance Branch Circuit Panelboards: NEMA PB 1; circuit breaker type. C. Enclosure: NEMA PB 1; Type 1. D. Cabinet Size: Nominal 5-¾″ deep, 20″ wide. E. Provide cabinet front with concealed trim clamps, concealed continuous piano hinges, and flush lock all keyed alike. Finish in manufacturer’s standard gray enamel. Refer to drawings for mounting type. F. Provide panelboards with copper bus, ratings as scheduled on Drawings. Provide copper ground bus in all panelboards. G. Minimum Integrated Short Circuit Rating: 10,000 amperes RMS symmetrical for 208 volt panelboards. H. Provide Panelboards complete with contactors where indicated on panelboard schedule. I. Molded Case Circuit Breakers: NEMA AB1; bolt-on type thermal magnetic trip circuit breakers, with common trip handle for all poles. Provide circuit breakers UL listed as Type SWD for lighting circuits. PART 3 – EXECUTION 3.1 INSTALLATION A. Panelboard schedules are shown on Drawings. B. Provide filler plates for unused spaces in panelboards. C. Provide typed panel schedule at each panel. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY ELECTRICAL IDENTIFICATION RECREATION CENTER 16195-1 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. Nameplates. 2. Wire and cable markers. 3. Conduit color coding. 1.2 RELATED ITEMS A. Section 09900 – Painting B. Section 16110 – Conduit C. Section 16120 – Wire and Cable D. Section 16130 – Boxes E. Section 16440 – Disconnect Switches F. Section 16470 – Panelboards 1.3 SUBMITTALS A. Submit shop drawings under provisions of Section 01300 – Submittals. B. Include schedule for nameplates and tape labels. PART 2 – PRODUCTS 2.1 MATERIALS A. Nameplates: Engraved three-layer laminated plastic white letters on a black background for equipment on normal utility power system; white letters on a red background for equipment on emergency or standby power system. B. Wire and Cable Markers: Cloth markers, split sleeve or tubing type. C. Tape: 3/4” wide vinyl adhesive backed marking tape, color as specified herein. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY ELECTRICAL IDENTIFICATION RECREATION CENTER 16195-2 PART 3 – EXECUTION 3.1 INSTALLATION A. Degrease and clean surfaces to receive nameplates. B. Install nameplates parallel to equipment lines. C. Secure nameplates to equipment fronts using screws, rivets, or adhesive. Secure nameplate to dead-front barrier recessed panelboards in finished locations. D. Embossed tape will not be permitted for any application. 3.2 WIRE IDENTIFICATION A. Provide wire markers on each conductor in panelboard gutters, pull boxes, outlet and junction boxes, and at load connection. Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on schematic and interconnection diagrams or equipment manufacturer’s shop drawings for control wiring. 3.3 NAMEPLATE ENGRAVING A. Provide nameplates to identify all electrical distribution and control equipment, and loads served. Letter Height: !" for individual switches and loads served, ¼" for for distribution and control equipment identification. 3.4 COLOR CODING A. Use colored tape to identify systems in conduit and outlet box interior as follows: SYSTEM DESIGNATION TAPE COLOR FIRE ALARM RED TELEPHONE BLUE EPOS AND NETWORK ORANGE SECURITY YELLOW TELEVISION DISTRIBUTION GREEN TEMPERATURE CONTROL WHITE 1. Install tape in 3" bands at each end of conduit. B. Apply two stripes of tape within each outlet box for low voltage systems. C. Paint fire alarm system junction and pull box covers red. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY ELECTRICAL IDENTIFICATION RECREATION CENTER 16195-3 D. Conductor of branch circuits connected to the same system: conform to the following color code: VOLTS PHASE A PHASE B PHASE C NEUTRAL 120/208 BLACK RED BLUE WHITE END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY DISCONNECT SWITCHES RECREATION CENTER 16440-1 SECTION 16440 DISCONNECT SWITCHES PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. Disconnect switches. 2. Fuses. 3. Enclosures. 1.2 REFERENCES A. UL 198C -High-Intensity Capacity Fuses; Current Limiting Types. B. UL 198E -Class R Fuses. C. NEMA KS 1 -Enclosed Switches. 1.3 SUBMITTALS A. Submit product data under provisions of Section 01330 – Submittals. B. Include outline drawings with dimensions, and equipment ratings for voltage, capacity, horsepower, and short circuit. PART 2 – PRODUCTS 2.1 DISCONNECT SWITCHES A. Acceptable Manufacturer: 1. Square D, General Electric, Cutler Hammer and Siemens B. Fusible Switch Assemblies: Horsepower rated, heavy duty type; quick-make, quick-break, load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. Fuse Clips: Designed to accommodate Class R fuses only and reject all others. C. Non-fusible Switch Assemblies: Horsepower rated, heavy duty type; quick-make, quickbreak, load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position. D. Enclosures: NEMA KS 1; Type 1 for interior and type 3R for exterior locations. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY DISCONNECT SWITCHES RECREATION CENTER 16440-2 2.2 FUSES A. Acceptable Manufacturers: 1. Bussmann. 2. Gould-Shawmutt. 3. Littelfuse. B. Fuses 600 Amperes and Less: UL 198E, Class RK5 sized as indicated on Drawings. C. Interrupting Rating: 200,000 RMS amperes. PART 3 – EXECUTION (NOT APPLICABLE) END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY SUPPORTING DEVICES RECREATION CENTER 16190-1 SECTION 16190 SUPPORTING DEVICES PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. Conduit and equipment supports. 2. Fastening hardware. 1.2 RELATED ITEMS A. Section 03300 – Cast-in-Place Concrete: Concrete equipment pads. B. Section 16110 – Conduit. C. Section 16441 – Disconnect Switches Installation. 1.3 COORDINATION A. Coordinate size, shape and location of concrete pads with Section 03300 – Cast-in-Place Concrete. 1.4 QUALITY ASSURANCE A. Support systems shall be adequate for weight of equipment and conduit, including wiring, which they carry. 1.5 REFERENCES A. APA, “American Plywood Association”. B. UL, “Building Materials Directory”. PART 2 – PRODUCTS 2.1 SUPPORT CHANNELS A. Acceptable Manufacturers: 1. Beeline. 2. Kindorf. 3. Unistrut. 4. Substitutions: Under provisions of Section 01600. B. 12 gauges galvanized or painted steel, “U” section, 1-½! square nominal in section. C. Hardware: Manufacturer’s standard as required to support equipment. Provide corrosion resistant finish. D. Threaded Rod: Zinc plated steel, "! diameter minimum, sized to support load required with safety factor of 2. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY SUPPORTING DEVICES RECREATION CENTER 16190-2 2.2 BACKBOARDS A. Plywood Boards: APA C-D or C-D Plugged, Group 2, Exposure 1. Provide fire retardant treated material, pressure impregnated with Osmose “Flameproof” or Koppers “NONCOM”, and bearing a UL label indicating fire hazard classification of 25 or less, or an FRS Classification. PART 3 – EXECUTION 3.1 INSTALLATION A. Fasten hanger rods, conduit clamps, and outlet and junction boxes to building structure using bolts, beam clamps, and spring steel clips. B. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls; expansion anchors in solid masonry walls; self-drilling anchors or expansion anchor on concrete surfaces; sheet metal screws in sheet metal studs; and wood screws in wood construction. C. Do not secure materials to architectural wall panel system except at steel studs as approved by architect. D. DO NOT FASTEN SUPPORTS TO PIPING, DUCTWORK, MECHANICAL EQUIPMENT, OTHER CONDUIT, OR ROOF DECK. E. Do not use powder-actuated anchors. F. Do not drill through structural framing members, except as shown for receptacle, telephone, temperature sensor and A/V devices in columns. G. Fabricate supports from structural steel or steel channel, rigidly welded or bolted to present a neat appearance. Use hexagon head bolts with spring lock washers under all nuts. H. Install free-standing electrical equipment on concrete pads four inches high and overlapping equipment footprint by two inches on all sides. I. Install surface-mounted cabinets and panelboards with minimum of four anchors. Provide steel channel supports to stand cabinet one inch off wall, or on 3/4 inch plywood backboards. J. Install plywood backboards over gypsum board or directly to stud framing as indicated. Fasten to studs with self-tapping screws according to APA recommendations. K. Bridge studs top and bottom with channels to support flush-mounted cabinets and panelboards in stud walls. L. Support equipment and fixtures from the top chord of bar joists. Connect hanger at bar joist top chord panel point; that is, the point at which the vertical or angular member of bar joist is attached to the top chord. Provide steel channels to span between joists to locate hangers properly. Exception: where spacing of fixtures requires the use of screw eyes. 1. Note: DO NOT support equipment, conduit, or fixtures from the roof deck. M. Locate panel point loads at least 6 feet from any other panel point load on the same joist. 1. Note: DO NOT exceed a maximum allowable load of 88 lb. to any joist panel point. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY SUPPORTING DEVICES RECREATION CENTER 16190-3 END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY ELECTRICAL CONNECTIONS FOR EQUIPMENT RECREATION CENTER 16180-1 SECTION 16180 ELECTRICAL CONNECTIONS FOR EQUIPMENT PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. Electrical connections to equipment specified under other Sections. 2. Electrical connections to Owner-supplied equipment. 3. Electrical contractor shall coordinate and verify the connections and power requirements of all equipment provide by other trades before installation and rough in. 1.2 RELATED ITEMS A. Section 16120 – Wire and Cable 1.3 REFERENCES A. NEMA WD 5 -Specific-Purpose Wiring Devices. B. UL, "Building Materials Directory”. 1.4 QUALITY ASSURANCE A. Field verifies equipment rating with manufacturer's nameplate data. Adjust feeds, fuses or over current protectors as required to comply with code requirements. PART 2 – PRODUCTS 2.1 LUGS A. Acceptable Manufacturers: 1. ILSCO 2. Teledyne Penn-Union. 3. The Wiremold Company. 4. Burndy Corporation. B. Compression Type: Seamless, one-piece, copper; copper; size for conductor applied to. C. Connections to Set Screw Lugs: Pin type compression fittings for use on conductor sizes #2 AWG and larger with barrels filled with conductive paste. 2.2 CRIMP-ON TERMINALS A. Acceptable Manufacturers: 1. AMP Distributor Industries. 2. 3M Company. 3. Thomas-Betts. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY ELECTRICAL CONNECTIONS FOR EQUIPMENT RECREATION CENTER 16180-2 B. Crimp on insulated for conductor ranging #14 through #10 AWG, flanged fork or ring tongue style. 2.3 CONNECTORS, SPLICES & TAPS A. Acceptable Manufacturers: 1. AMP Distributor Industries. 2. OZ Gedney. 3. ILSCO. 4. Burndy. B. Compression or setscrew type, insulating cover for use on conductor sizes #8 AWG and smaller. C. Compression type or split bolt connectors with insulating covers for conductor sizes #6 AWG and larger. 2.4 WIRE CONNECTORS A. Acceptable Manufacturers: 1. AMP Distributor Industries. 2. Ideal Industries. 3. 3M Company. B. Conical spring type with plastic or nylon insulating outer shell, color coded to denote wire size, for conductor sizes #14 through #10 AWG. C. Butt compression style insulating crimp splices for conductors smaller than #14 AWG. PART 3 – EXECUTION 3.1 INSTALLATION A. Bus Connection: Use compression lugs, bolt to bus bars using cap screws, lock washers and nuts of material electrically compatible with bus, for connections to switchboard and main distribution panelboards only. B. Set Screw Lug Connection: Install pin type compression fitting of similar construction as compression lugs. C. Terminations to Motors: Use crimp-on connectors for motor terminations from stranded conductors and where terminal lugs are not provided at connection point. Use ringtongue terminals wherever possible. D. Use crimping tool supplied by manufacturer of connector to install on conductor. Do not remove conductor strands or over-size terminators. Apply insulating tape over exposed conductor surfaces to 150% of the conductor insulating material. E. Strip conductor insulation as prescribed by the manufacturer of the terminator. Use conductive paste where required for dissimilar materials or as recommended by the manufacturer. F. Tighten connections to ensure maximum surface contact between terminals HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY ELECTRICAL CONNECTIONS FOR EQUIPMENT RECREATION CENTER 16180-3 END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY WIRE AND CABLE RECREATION CENTER 16120-1 SECTION 16120 WIRE AND CABLE PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. Building wire. 2. Wiring connections and terminations. 1.2 RELATED ITEMS A. Section 16110 – Conduit B. Section 16180 – Electrical Connections for Equipment 1.3 REFERENCES A. ANSI/ASTM B3 -Annealed Bare Copper Conductor. B. NEMA WC 3 -Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. C. NEMA WC 5 -Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. D. NFPA 70 -National Electrical Code. E. UL 44 -Standard for Rubber-Insulated Wires and Cables. F. UL 83 -Standard for Safety of Thermoplastic-Insulated Wire and Cable. PART 2 – PRODUCTS 2.1 BUILDING WIRE A. Thermoplastic-insulated Building Wire: NEMA WC 5, UL 83, ANSI/ASTM B3. B. Rubber-insulated Building Wire: NEMA WC 3, UL 44, ANSI/ASTM B3. C. Conductors: Copper, 600 volt insulation, THHN/THWN or XHHW, stranded conductor. D. Control Circuits: 14 AWG Copper, stranded conductor 600 volt insulation, THHN/THWN; multi-conductor cable: color coded. E. Metal-Clad (MC) Cable: A factory assembly of one or more conductors each individually insulated and enclosed in a metallic sheath of interlocking tape, or a smooth or corrugated tube. UL 1569. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY WIRE AND CABLE RECREATION CENTER 16120-2 PART 3 – EXECUTION 3.1 GENERAL WIRING METHODS A. Use no wire smaller than 12 AWG for power and lighting circuits, and no smaller than 14 AWG for control wiring. Switch legs are not considered control wiring. B. Use 10 AWG conductor for 20 ampere, 120 volt branch circuit home runs longer than 75 feet, and for 20 ampere, 277 volt branch circuit home runs longer than 150 feet. C. Splice only in junction or outlet boxes. D. Place no more than six (6) current carrying conductors in the same raceway unless indicated on Drawings. E. Neatly train and lace or tie wiring inside boxes, equipment, cabinets, and panelboards. F. Make conductor lengths for parallel conductors equal. G. Use 90°C wire for feed through wiring in channels of continuous row fluorescent fixtures. 3.2 WIRING INSTALLATION IN RACEWAYS A. Pull all conductors into a raceway at the same time. Use UL listed wire pulling lubricant for pulling six (6) AWG and larger wires. B. Install wire in raceway after interior of building has been physically protected from the weather and all mechanical work likely to injure conductors has been completed. C. Swab raceway system installed underground, 1-¼! and larger, with sponge and drawstring before installing conductors. 3.3 WIRING CONNECTIONS AND TERMINATIONS A. Use solderless pressure connectors with insulating covers for copper wire splices and taps for conductor size 8 AWG. For 10 AWG and smaller, use insulated spring wire connectors with plastic caps. B. Use split bolt connectors for splices and taps, 6 AWG and larger. Tape uninsulated conductors and connectors with electrical tape to 150% of the insulation value of conductor. C. Thoroughly clean wires before installing lugs and connectors. D. Make splices, taps and terminations to carry full ampacity of conductors without perceptible temperature rise. E. Terminate spare conductors with wire nuts and electrical tape. F. MC cable may be used where allowed by the National Electrical Code and authority having jurisdiction. Installation shall conform to the requirements of the National Electrical Code. G. Areas above ceilings are air plenums. Low voltage wiring run within these spaces shall either be run in conduit or shall be plenum rated cabling meeting the requirements of the H. National Electrical Code. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY WIRE AND CABLE RECREATION CENTER 16120-3 3.4 FIELD QUALITY CONTROL A. Contractor shall field inspect and test installation as follows: 1. Inspect wire and cable for physical damage and proper connection. 2. Torque test conductor connections and terminations to manufacturer’s recommended values. 3. Perform continuity test on all power and equipment conductors. Verify proper phasing connections. 4. Test each feeder by means of a megohmeter insulation tester. Impress a voltage of no less than 500 volts DC upon the circuit being tested. Correct insulation deficiencies which show an insulation resistance of less than one megohm. test with conductors connected to their respective terminals with switch or circuit breaker in the “off” position. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BOXES RECREATION CENTER 16130-1 SECTION 16130 BOXES PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Wall and ceiling outlet boxes. 2. Floor boxes. 3. Pull and junction boxes. 1.2 RELATED ITEMS A. Section 03300 – Cast-in-Place Concrete: Concrete slabs. B. Section 06400 – Architectural Woodwork C. Section 09250 – Gypsum Board: Sealing around boxes penetrating gypsum board partitions. D. Section 09650 – Resilient Base E. Section 16110 – Conduit F. Section 16120 – Wire and Cable G. Section 16195 – Electrical Identification 1.3 REFERENCES A. NEMA OS 1 -Sheet-Steel Outlet Boxes, Device Boxes, Covers and Box Supports. B. NEMA 250 -Enclosures for Electrical Equipment (1000 Volts Maximum). C. UL, “Building Materials Directory”. PART 2 – PRODUCTS 2.1 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1; galvanized steel, with ½″ and ¾″ knockouts. B. Cast Boxes: Shallow for column mounting, deep for other applications such as all floor mounted devices; hub-less with ½″ NPS threaded holes as required; gasketed cover. 2.2 FLOOR BOXES A. Floor Boxes for Installation in Cast-In-Place Concrete Floors: 1. Fully adjustable, shallow, concrete-tight, cast iron, single or double gang, threaded, hubless conduit entrances as required at each location. 2. Non-metallic, PVC boxes are not allowed. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BOXES RECREATION CENTER 16130-2 3. Boxes used shall be in full compliance with LA County. 2.3 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1; galvanized steel with cover plate. B. Sheet Metal Boxes Larger Than 12″ (300 mm) in any dimension: Hinged cover enclosures. C. Junction and Pull boxes: 1. Junction and pull boxes, in addition to those indicated, shall only be used in compliance with codes, recognized standards, and Contract Documents. 2. Interior and non-weatherproof boxes shall be constructed of blue or galvanized steel with ample laps, spot welded, and shall be rigid under torsion and deflecting forces. Boxes shall be furnished with auxiliary angle iron framing where necessary to ensure rigidity. 3. Covers shall be fastened to box with a sufficient number of brass machine screws to ensure continuous contact all around. Flush type boxes shall be drilled and tapped for cover screws if boxes are not installed plumb. Surfaces of pull and junction boxes and covers shall be labeled in black marker ink designating system, panelboard and circuit designation contained in box. In exposed Work, designation shall be installed on inside of pullbox or junction box cover. 4. Weatherproof NEMA 3R pull and junction boxes shall conform to foregoing for interior boxes with following modifications: a. Cover of flush mounting boxes shall be furnished with a weather-tight gasket cemented to, and trimmed even with, cover all around. b. Surface or semi-flush mounting pull and junction boxes shall be UL, or another Nationally Recognized Testing Laboratory (NRTL) listed as raintight and shall be furnished complete with threaded conduit hubs. c. Exposed portions of boxes shall be galvanized and finished with one prime coat and one coat of baked-on gray enamel, unless already furnished with factory baked-on finish. 5. Junction and pull boxes shall be rigidly fastened to structure and shall not depend on conduits for support. 6. Underground Concrete Pull Boxes: a. Pre-cast concrete pull boxes. Concrete pull boxes shall be traffic type, reinforced for H-20 wheel loading, and pre-cast concrete. Pull boxes shall consist of a base section, top ring, and cover. Base section shall be furnished with knockouts in each side. Pull boxes shall be furnished with a minimum of 6″ diameter sump knockout and one inch diameter ground rod knockout. In pull boxes, furnish and install cable racks on walls. Covers shall be traffic-type consisting of steel safety plate bolted to frame. Covers shall be marked as electrical, power, or signal as required. Pull boxes shall be as manufactured by Quickset, or equal. b. Provide end bells in duct entrances. Terminate each metal conduit with insulated bushing provided with a grounding terminal. c. Install pulling irons on opposite walls and below horizontal centerlines of ducts and bricked-up openings, and in bottom. Install pulling irons with each end hooked around a reinforcing bar. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BOXES RECREATION CENTER 16130-3 d. Remove floor drain knockout and provide a depth of 24″ of crushed rock below box extending a minimum of 6″ beyond on all sides. e. Permanently and effectively ground metal equipment cases, cable racks, and similar items in pull boxes to site grounding electrode system. Provide grounding conductor in compliance with CEC Article 250. f. Provide 6″ deep sand base under pull boxes. g. Identify power and signal cables by tagging in manholes and pull boxes. Tie securely to cables with nylon cord. h. Top of steel plate shall provide a minimum coefficient of static friction of 0.5 for either wet or dry locations, when tested for any shoe sole material. Test shall comply with ASTM D1047 or F489 or F609 standards. Submit manufacturer’s test results for Architect’s review as part of materials and equipment submittals. PART 3 – EXECUTION 3.1 COORDINATION OF BOX LOCATIONS A. Provide electrical boxes as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections, and code compliance. B. Electrical box locations shown on drawings are approximate unless dimensioned. Verify location of floor boxes and outlets in Sales Floor fixtures with Owner’s fixturing and electrical drawings prior to rough-in. C. Locate and install boxes to allow access. Where installation is inaccessible, coordinate locations and sizes of required access doors with Section 08305. D. Locate and install to maintain headroom and to present a neat appearance. 3.2 OUTLET BOX INSTALLATION A. Do not install boxes back-to-back in walls. Provide minimum 6 inch separation. B. Locate boxes in masonry walls to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat openings for boxes. C. Provide knockout closures for unused openings. D. Support boxes independently of conduit except for cast boxes that are connected to two rigid metal conduits, both supported within 12″ of box. E. Use multiple-gang boxes where two or more devices are are mounted together; do not use sectional boxes. Provide barriers to separate wiring of different voltage systems. F. Install boxes in walls without damaging wall insulation. G. Coordinate mounting heights and locations of outlets mounted above counters, benches, backsplashes, and similar fixtures. H. Position outlets with respect to luminaries locations shown on reflected ceiling plans. I. In inaccessible ceiling areas, position outlets and junction boxes within 6″ of recessed luminaries, to be accessible through luminaries ceiling opening. J. Provide recessed outlet boxes in finished areas; secure boxes to interior wall and partition studs, accurately position to surface finish. Use stamped steel stud bridges for flush outlets in hollow stud wall, and adjustable steel channel fasteners for flush ceiling outlet boxes. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BOXES RECREATION CENTER 16130-4 K. Align wall-mounted outlet boxes for switches and similar devices plumb and true with building lines. L. Provide cast outlet boxes in exterior locations and wet locations. 3.3 FLOOR BOX INSTALLATION A. Set boxes level and flush with finish flooring material. Plug boxes to prevent entrance of concrete. B. Use cast iron floor boxes for installations in slab on grade. 3.4 PULL AND JUNCTION BOX INSTALLATION A. Locate pull boxes and junction boxes above accessible ceilings or in unfinished areas. B. Support pull and junction boxes independent of conduit. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONDUIT RECREATION CENTER 16110-1 SECTION 16110 CONDUIT PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. Rigid metal conduit and fittings. 2. Intermediate metal conduit and fittings. 3. Electrical metallic tubing and fittings. 4. Flexible metal conduit and fittings. 5. Liquid tight flexible metal conduit and fittings. 6. Non-metallic conduit and fittings. 1.2 RELATED ITEMS A. Section 02315 – Earthwork/Building Area: Excavation and backfill for conduit and utilities within building area. B. Section 03300 – Cast-in-Place Concrete: Protective envelope for underground conduit installations. C. Section 07620 – Sheet Metal Flashing and Trim. D. Section 07840 – Fire stopping. E. Section 09250 – Gypsum Board: Sealing around conduit penetrating non-fire rated gypsum board partitions. 1.3 REFERENCES A. ANSI C80.1, “Rigid Steel Conduit, Zinc -Coated”. B. ANSI C80.3, “Electrical Metallic Tubing, Zinc -Coated”. C. ANSI/NEMA FB-1, “Fittings and Supports for Conduit and Cable Assemblies”. D. D. NEMA RN-1, “PVC Externally-Coated Galvanized Rigid Steel Conduit and Electrical Metallic Tubing”. E. NEMA TC2, “Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80)”. F. F. NEMA TC 3, “PVC Fittings for Use with Rigid PVC Conduit and Tubing”. G. UL, “Building Materials Directory”. 1.4 SUBMITTALS A. Submit product data sheets and Materials Safety Data Sheets (MSDS) for all adhesives and sealants used to install conduits, raceways, including fire stopping, throughpenetration sealants, and other materials included in this Section of Work. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONDUIT RECREATION CENTER 16110-2 Do not exceed the volatile organic compound (VOC) limits of South Coast Air Quality Management District Rule 1168 for all adhesives and sealants used, Highlight actual VOC levels in grams per liter (g/L) on the product data sheet for each adhesive and sealant used. PART 2 – PRODUCTS 2.1 RIGID METAL CONDUIT AND FITTINGS A. Rigid Steel Conduit: ANSI C80.1. B. PVC Externally Coated Conduit: NEMA RN-1; rigid steel conduit with external galvanized surface. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; threaded type, material to match conduit. 2.2 INTERMEDIATE METAL CONDUIT (IMC) AND FITTINGS A. Conduit: Galvanized steel, UL 1242. B. Fittings and Conduit Bodies: ANSI/NEMA FB-1; use fittings and conduit bodies specified above for rigid steel conduit. 2.3 ELECTRICAL METALLIC TUBING (EMT) AND FITTINGS A. EMT: ANSI C80.3 galvanized tubing. B. Fittings and Conduit Bodies: ANSI/NEMA FB-1; steel, compression or set screw type. 2.4 FLEXIBLE METAL METAL CONDUIT AND FITTINGS A. Conduit: FS WW-C 566; steel. B. Fittings and Conduit Bodies: ANSI/NEMA FB-1. 2.5 LIQUIDTIGHT FLEXIBLE CONDUIT AND FITTINGS A. Conduit: UL File 52123 galvanized steel flexible conduit with UL 360 PVC jacket. B. Fittings and Conduit Bodies: ANSI/NEMA FB-1. 2.6 RIGID NON-METALLIC CONDUIT AND FITTINGS A. Conduit: NEMA TC 2; Schedule 40 PVC. B. Fittings and Conduit Bodies: NEMA TC 3. 2.7 EXPANSION AND DEFLECTION COUPLINGS A. Expansion and deflection couplings: UL 467 and UL 514; accommodate ¾! deflection, expansion, or contraction in any direction; allow 30 degree angular deflections; watertight, corrosion-resistant and compatible with rigid conduit or IMC. 2.8 CONDUIT SUPPORTS A. Conduit Clamps, Straps, and Supports: Steel or malleable iron. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONDUIT RECREATION CENTER 16110-3 2.9 SEALANT A. Refer to Section 07840 – Fire stopping for approved manufacturers and requirements for fire stopping systems and products. Products selected are to be based on tested UL designs. 2.10 UNDERFLOOR METAL RACEWAY/WALKERDUCT SYSTEM A. Manufacturer 1. Walkerduct Underfloor Duct by Walker Systems, Inc., a Wiremold Company. The manufacturer shall demonstrate a minimum of five years experience with this type of underfloor duct system. 2. Components a. Typical layout, as shown on drawings, will consist of multiple ducts feeding multiple distribution ducts. Walkerduct raceways shall be on specified centers and shall consist of No. 2 duct for power andr No. 4 duct for data wiring, running parallel as indicated on the drawings. b. The No. 2 duct shall have outside dimensions of 3 1/8" [79mm] x 1 1/4" [32mm] with an interior cross sectional area of 3.34 sq. in. [215sq. cm]. The No. 4 duct shall have outside dimensions of 6 1/2" [165mm] x 1 1/2" [38mm] with an interior cross sectional area of 8.72 sq. in. [563sq. cm]. The duct shall be of one-piece continuous weld construction in 16 ga. [1.5mm] galvannealed steel. The weld shall be continuous and on the side of the duct so as not to impede drilling for aftersets. Standard lengths are 10' [305cm]. c. Zinc die cast presets shall be mounted 12" [305mm] or 24" [610mm] on center of the duct as standard. Other preset spacing shall be available from the manufacturer. They shall be a minimum of 7/8" [22mm] over the top of the duct. Round inserts shall have an inside diameter of 2" [51mm] IPS capable of housing 2” [51mm] conduit, a beveled base which is expanded into the duct to form a continuous passageway, and a removable steel cap that is recessed to receive concrete. Single level junction boxes have openings on four sides for duct connections and on four corners for conduit adapters. All duct and conduit connections shall be completely grounded. Junction boxes shall provide for 1 1/4" [32mm] bend radius of cables inside box. The manufacturer shall supply any parts necessary to extend the height of each junction box as required by floor treatments. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONDUIT RECREATION CENTER 16110-4 The junction box shall be available with either a round or square access opening. Access cover plates shall be 1/4" [6.4mm] thick. Boxes shall withstand a minimum 300 lb. concentrated load as required by UL Standard 884. Heavy-duty junction boxes shall be use for areas where heavy equipment will travel across the finished floor. Such heavy-duty junction boxes shall have internal supports and 3/8" [9.5mm] thick access cover plates. d. Activations shall be supplied in quantities equal to 15% of the supplied presets, or as detailed herein. Activations shall be the 525 Series, Multiplex Series, and 1200 Series service fittings as manufactured by Walker Systems. e. Other system components shall be provided as required. All elbows shall provide 2" [51mm] minimum bend radius. f. Standards: Underwriters Laboratories Inc. (UL 884 Standard for Underfloor Raceways and Fittings. National Electrical Code Article 390 Underfloor Raceways (NFPA No. 70). Canadian Underwriters Laboratories (cUL Standard C22.2, No. 80). 2.11 PROTECTIVE COATINGS A. Corrosion Resistant Coatings: Asphaltic base liquid; Koppers Bitumastic 50. PART 3 – EXECUTION 3.1 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT A. Size as indicated on the Drawings; where size is not shown, base on N.E.C. tables for conductors being installed. Use ¾! trade size minimum for branch circuit home runs to panel boards for conduits installed below grade and floor slabs. Minimum size for any conduit work is ½! trade size. B. Arrange conduit to maintain 8’-0! minimum headroom and present a neat appearance. C. Rack horizontal runs of exposed conduit in stockrooms and shipping/receiving area above bottom chord of bar joists. D. Route conduit parallel and perpendicular to walls and adjacent piping. E. Maintain minimum 6! clearance between conduit and piping. Maintain 12! clearance between conduit and heat sources such as flues and heating appliances. Maintain minimum 2! clearance between conduit and bottom of roof deck. F. Arrange conduit supports to prevent distortion of alignment by wire pulling operations. Fasten conduit using one-hole galvanized straps with clamp backs, lay-in adjustable hangers, clevis hangers, bolted split stamped galvanized hangers, or UL listed hanger. G. Group conduit in parallel runs where practical and use conduit rack constructed of steel channel with conduit straps or clamps. Provide space for 25% additional conduit. H. Do not fasten conduit with wire or perforated pipe straps. Remove wire used for temporary conduit support during construction, before conductors are pulled. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONDUIT RECREATION CENTER 16110-5 3.2 CONDUIT INSTALLATION A. Cut conduit square using a saw or pipe cutter; ream and de-burr cut ends. B. Bring conduit to the shoulder of fittings and couplings and fasten securely. C. Use conduit hubs for fastening conduit to cast boxes, and for fastening conduit to sheet metal boxes in damp or wet locations. D. Install no more than the equivalent of four 90 degree bends between boxes. E. Use conduit bodies to make sharp changes in direction, as around beams. F. Use hydraulic one-shot conduit bender or factory elbows for bends in conduit 1-¼! and larger. G. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fitting at conduit low point. H. Use suitable conduit caps to protect installed conduit against entrance of dirt and moisture. I. Provide No. 12 AWG insulated conductor or suitable pull string in empty conduit, except sleeves and nipples. J. Install expansion fittings where conduit crosses building expansion or seismic joints.Where conduit penetrates fire-rated walls, provide pipe sleeve two sizes larger than conduit; seal opening around conduit with fire rated sealant. K. Where conduit penetrates waterproofed foundation walls or floors, provide waterproof sleeves with waterproofing materials compatible with the waterproofing system being installed on surface being penetrated. L. Route conduit through roof openings for piping and ductwork where possible; otherwise, route through roof membrane with flashing by roofing contractor. M. Do not cast conduit within floor slabs. N. Apply a continuous even coat of corrosion resistant coating on metallic conduit in contact with soil. O. Tape wrap or bitumastic paint to coat rigid steel factory elbows for bends in rigid metallic conduit runs below grade longer than 100 feet or which have three (3) or more bends within the first 100 feet. P. Wipe rigid non-metallic conduit clean and dry before joining. Apply full even coat of cement to entire area that will be inserted into fitting. Let joint cure for period recommended by the manufacturer. Q. Provide backfill material in accordance with Section 02205 for all conduits installed in soil. 3.3 CONDUIT USES PERMITTED A. Underground Secondary Service Entrance Installations from Transformer to Building: Rigid steel conduit; Plastic-coated rigid steel conduit; Schedule 40 plastic conduit. B. Branch Circuit or Feeder Installations Underground: Rigid steel conduit; Intermediate metal conduit; Schedule 40 plastic conduit. C. Exposed Outdoor Locations: Rigid steel conduit; Intermediate metal conduit. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONDUIT RECREATION CENTER 16110-6 D. Wet Interior Locations: Rigid steel conduit; Intermediate metal conduit; Liquid tight flexible conduit in lengths not to exceed 18!. E. Concealed Dry Interior Locations: Rigid steel conduit (2” trade size minimum) conduit; Intermediate metal conduit; Electrical met allic tubing. F. Exposed Dry Interior Locations: Rigid steel where subject to physical damage and below five feet above floor in loading dock area; Intermediate metal conduit; Electrical metallic tubing. G. Connections subject to Vibration: 1. Dry Locations: Provide flexible metal conduit for connections to transformers, motors, emergency generator and other vibrating equipment. 2. Wet locations and Food Service Equipment: Provide liquid tight flexible conduit. 3.4.1 WALKERDUCT SYSTEM INSTALLATION A. Preparation 1. Manufacturer suggests a vapor barrier be installed in any slab on grade construction. Manufacturer recommends welded wire fabric, or mesh, be installed in the the top 1" [25mm] of the concrete slab to limit cracks in the slab due to expansion and contraction from temperature variations. B. Installation 1. Compare and coordinate the architectural and electrical drawings with the Walker installation drawings for any incorrect dimensions or details. Do not proceed with installation until incorrect details or dimensions are corrected. a. Install distribution raceway system and accessories in accordance with the manufacturer’s suggested installation instructions, and as herein specified. The duct shall be located in strict accordance with the electrical drawings in order to maintain the electrical module spacing. Any burrs or sharp edges on material shall be removed. b. Place duct on the supports and align presets, attach couplings and duct supports to duct. All joints shall be secured with grounding screws or clips. The duct supports and the duct distribution system shall be adjusted so the top of the presets are 1/8" [3.2mm] to 3/8" [9.5mm] below the screed line. c. c. Permanently fasten the duct supports to the supporting framework. Spacing between supports shall not exceed 5’ [152cm]. The raceway supports shall provide for 1 1/4" [32mm] adjustment. d. Marker screw caps shall be used in place of the standard preset mudcaps in each preset: adjacent to a junction box, on each side of a permanent wall, in the final preset of each duct run and on both sides of a change in direction of duct. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONDUIT RECREATION CENTER 16110-7 e. Before concrete placement, make a final inspection of the entire duct system. Any gaps in the system shall be sealed with Walker 290G sealing compound or duct tape to prevent mortar or concrete from entering system. Level junction box cover plates flush with finished concrete floor. f. After placement of concrete fill and before wiring is installed, remove debris and other foreign materials from duct system. Install service fittings after installation of floor finishes. Cut floors as necessary, following duct manufacturer’s recommendations. If moisture is present, remove cover plates from junction boxes as necessary to allow air circulation. Pull wire and cable from outlet insert toward junction boxes. g. Do not use the installed raceway system as working platforms or walkways. C. Construction: 1. Concrete topping shall be as indicated on the drawings and as specified under Section 03300. No concrete containing chlorides from any source shall be placed over duct system. Reinforced concrete design shall be in accordance with American Concrete for Buildings (ACI301-72) and ACI Building Code Requirements for Reinforced Concrete (ACI318-83). Concrete placement shall follow proper and accepted industry practice and be in accordance with ACI Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete (ACI304-73). 2. Concrete must be vibrated at all headers, junction boxes and duct to insure that the concrete completely fills underneath the duct system. Care must be taken not to over vibrate. Shrinkage and temperature reinforcement above the duct systems shall be in accordance with ACI318-83. Care shall be taken during concrete placement and, in particular, during concrete vibration, to prevent rising of top reinforcement within the slab. Contractors placing the concrete shall carefully hand finish a minimum of 24" [610mm] adjacent to junction box access openings so that the top of finished concrete and junction box access openings are flush with each other. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC ELECTRICAL MATERIALS AND METHODS RECREATION CENTER 16050-1 SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 -GENERAL 1.1 QUALITY REQUIREMENTS A. Meet requirements of latest edition of NEC and other national, state and local regulations that may apply. B. Where requirements indicated in the Contract Documents are in excess of applicable codes and standards, the Contract Documents take precedence. C. Installation shall be in accordance with the National Electrical Installation Standards (NEIS) and NECA. 1.2 RELATED SECTIONS A. Basic Electrical Requirements: Section 16010. 1.3 SUBMITTALS A. Submit in accordance with Section 01302: Submittals. PART 2 -PRODUCTS 2.1 Provide equipment and material listed by UL or ETL. 2.2 BOXES, ENCLOSURES, KEYS and LOCKS. A. Outlet Boxes and Fittings: 1. Outlet boxes used in concealed work shall be galvanized steel, pressed or welded type, with knockouts. 2. In exposed work, outlet boxes and conduit fittings required where conduit runs change direction or size, shall be cast metal with threaded cast hubs cast integral with box or fitting. Boxes and fittings shall not have unused spare hubs except as otherwise indicated or specified. 3. Fittings shall be cast metal and non-corrosive. Ferrous metal fittings shall be cadmium plated or zinc galvanized. Castings shall be true to pattern, smooth, straight, with even edges and corners, of uniform thickness of metal, and shall be free of cracks, gas holes, flaws, excessive shrinkage and burnt-out sand. 4. Covers for fittings shall be galvanized steel or non-corrosive aluminum and shall be designed for particular fitting used. 5. Light fixture outlets shall be 4" octagon, 4" square, and 2 1/8" deep or larger, depending upon number of wires or conduits therein, and shall be equipped with 3/8" malleable iron fixture studs, and plaster rings. Plaster rings shall have round opening with 2 ears drilled 2-23/32" center to center. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC ELECTRICAL MATERIALS AND METHODS RECREATION CENTER 16050-2 6. For local switch outlets use 4" square 2 1/8" deep, boxes for single gang, 5" square boxes for two-gang, and special solid gang boxes with gang plaster ring for more than 2 switches. 7. For all receptacle, clock, bell, fire alarm pull station, speaker, thermostat, telephone, and data outlets, use 4" square, 2 1/8" deep boxes or larger, if necessary, with single gang plaster rings. For television outlets, use 4-gang deep boxes and 4-gang plaster rings. 8. Plaster rings shall be provided on all flush mounted outlet boxes except where otherwise indicated or specified. All plaster rings shall be same depth as finished surface. 9. In existing plywood wall or drywall construction, and where flexible steel conduit is fished into walls, one-gang and two-gang outlets for wiring devices may be sectional steel boxes with plaster ears. Boxes shall be fastened to plywood with a flat head screw in each plaster ear screw hole. Boxes fastened to gypsum board shall be "Gripsite" by Raco. 10. Factory made knockout seals shall be installed to seal all box knockouts, which are not intact. 11. At each location where flexible conduit is extended from a flush outlet box, provide and install a weatherproof universal box extension adapter. B. JUNCTION AND PULL-BOXES 1. Junction and pull-boxes, in addition to those indicated, shall only be used where absolutely necessary with specific direction of the Electrical Inspector in each case. 2. Interior and non-weatherproof boxes shall be constructed of blue or galvanized steel with ample laps, spot welded, and shall be rigid under torsional and deflecting forces. Boxes shall have auxiliary angle iron framing where necessary to ensure rigidity. Covers shall be fastened to box with a sufficient number of brass machine screws to ensure continuous contact all around. Flush type boxes shall be drilled and tapped for cover screws at Site if boxes are not installed plumb. All surfaces of pull and junction boxes and covers shall be given one coat of metal primer, and one coat of aluminum paint. 3. Weatherproof pull and junction boxes shall conform to foregoing for interior boxes with following modifications: Cover of flush mounting boxes shall have a weather-tight gasket cemented to and trimmed even with cover all around. Surface or semi-flush mounting pull and junction boxes shall be UL approved as rain-tight and shall be complete with threaded conduit hubs. All exposed portions of boxes shall be galvanized and finished with a prime coat and coat of baked-on grey enamel. 4. All junction and pull-boxes shall be rigidly fastened to the structure and shall not depend on conduits for support. 5. Underground Concrete Pull Boxes: a. Pre-cast Concrete Pull Boxes. Sizes as indicated on the plans. Concrete pull boxes shall be traffic type, reinforced for H-20 Traffic bridge loading, Pre-cast concrete. Pull boxes with inside dimensions of 2'-0"x 3'-0" x 3'-0"D shall consist of a base section, top ring and cover. Base section shall have two 10"x10" knockouts in each 3'-0" side, and HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC ELECTRICAL MATERIALS AND METHODS RECREATION CENTER 16050-3 one 20"x20" knockout in each 2'-0" side. Pull boxes with inside dimension 4'-0 x 4'-0"x 4'-0"D shall consist of a base section, mid section, topping, and cover. Base section shall have two 8"x 16" knockouts on each of two opposite sides, and one 20" x 20" knockout on each of the other two opposite sides. All pull boxes shall have a minimum of 6" diameter sump knockout, and 1" diameter ground rod knockout. In each pull box, furnish and install cable racks on walls. Each rack shall be equipped with 3 porcelain cable holders on a vertical steel mounting bar. Each pull box shall have 3/4" diameter pull irons. Covers shall be traffic-type consisting of steel safety plate bolted to frame. Covers shall be marked "Electrical", "Power" "Telephone", "Signal" or "Ground", as required. Pull boxes shall be as manufactured by Quickset, or approved equal. b. Provide end bells in all duct entrances. Terminate each metal metal conduit with insulated bushing having grounding terminal, O.Z. Type "Big". c. Place pulling irons on opposite walls and below horizontal centerlines of ducts and bricked-up openings, and in bottom. Install pulling irons with each end hooked around a reinforcing bar. d. Install a floor drain in every concrete pull box into a sump containing 10 cubic feet of 1" crushed rock; minimum size 48" deep and 36" diameter. Provide 36" length of tile pipe extending down into the sump. Provide a grille over the top opening of pipe. e. Install a 3/4" diameter, 10'-0" copper weld steel ground rod in every power concrete pull-box. Locate near a wall with 6" projection above floor for ground clamps. Permanently and effectively ground all metal equipment cases, cable racks, etc., in all pull boxes. f. Provide a 6" deep sand base under each pull box. g. Identify all power and signal cables by tagging in all manholes and pull boxes. Tie securely to cables with nylon cord or insulated type TW wire. Tie so that turns of wires do not form a closed electrical circuit. h. Top of steel plate shall have a minimum coefficient of static friction of 0.5 for either wet or dry conditions, when tested for any shoe sole material. Testing and certification of the friction factor shall be conducted by an independent testing laboratory approved by the engineer, under the direction of a registered Civil or Quality Engineer. Testing shall conform to ASTM D1047 or F489 or F609, or other procedure approved by the Engineer. 6. Underground utility boxes shall be reinforced concrete with non-setting shoulders to prevent settlement following installation. Boxes shall be furnished with cast iron cover with finger hole, size as indicated on Drawings. Utility boxes shall be as manufactured by Quickset, or approved equal. 7. Manholes, vaults and pull-boxes required by utility company, and installed by Electrical Contractor, shall meet all requirements of utility company. C. FLOOR OUTLETS 1. All floor outlets except extension outlets, shall be Wiremold, Wiremold, adjustable, cast iron, watertight floor boxes with flush brass floor plates, and shall be set to finish flush HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC ELECTRICAL MATERIALS AND METHODS RECREATION CENTER 16050-4 with final floor covering, whether it be concrete, wood, resilient floor covering, or other. 2. Plug above floor outlets shall be equipped with a brass 2-1/8" flush cap and a shallow brass extension with 2 back-to-back, 20 ampere, 125 volt, grounding type receptacles by Wiremold. 3. Extension floor outlets shall be cast iron floor boxes with cast iron cover and 1/2" offset entry, for above-floor conduit extension. Boxes shall be designed to permit access to wiring without disturbing above-floor extension, and shall be set flush with finish floor. D. KEYS AND LOCKS 1. Contractor shall provide 2 keys with each door lock furnished, including cabinet door locks, switchboard locks, etc.; and shall provide 2 keys for each lock switch on a switchboard or control panel; and shall provide 2 keys with each interlock or other lock switch furnished. Deliver keys to the University's Inspector. Unless otherwise specified, keys shall be Corbin 60. 2. Locks shall be keyed to a Corbin 60 key for access to operate equipment and Corbin 70 key for service access. Special keys and locks shall be provided where specified. 2.3 RECEPTACLES AND SWITCHES A. Receptacles: 1. Duplex receptacles shall be specification grade, 20 amperes, 125 volts, 3 wire, side wired with binding screws, parallel slots, U-ground, plaster ears and captive mounting screws. Body shall be phenolic, plastic or bakelite. Receptacles shall be heavy duty, 3 blade current carrying contacts and doublewide flat blade ground contacts. Receptacles shall be Arrow-Hart 5242-I, Hubbell 5242-I or Leviton 5242-I or approved equal. 2. Single receptacles shall be specification grade, grounding type, side wired, with binding screws, receptacles shall have standard size ivory bakelite base. For circuits consisting of one single receptacle only, ampere rating of receptacle shall be the same as circuit breaker or fuse. 20 ampere, 125 volt receptacles shall be NEMA 5-20R, Arrow-Hart 5721-I. 3. Ground fault interrupter type receptacles shall consist of a single receptacle and reset device manufactured in a standard configuration for use with a duplex plate. Receptacles shall be feed-thru, 20 ampere, NEMA 5-20R, ivory in color and shall be Leviton 6399-I, or equal. Exterior mounted receptacles shall be weatherproof. 4. Weatherproof receptacles shall, except where otherwise indicated or specified, consist of a duplex receptacle as specified herein and a metal plate with die cast hinged lid and weatherproof mat, Arrow-Hart #5252-WP. 5. Surge suppression receptacles for electronic and computer equipment shall be 20 ampere, 125 VAC, NEMA 5-20R, Hubbell #HBL5262S or approved equal. Receptacle shall be blue in color with LED and alarm. 6. Tamper resistant receptacles shall be 20 amp, 125 volts, Hubbell Cat. No. HBLSG62HI, Nema 5-20R. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC ELECTRICAL MATERIALS AND METHODS RECREATION CENTER 16050-5 B. SWITCHES 1. Local Switches: a. Local switches shall be tumbler type, specification grade, rated 20 amperes at 120-277 volts AC only, with plaster ears, binding screws for side wiring, and standard size composition cups which fully enclose the mechanism. Switches shall be approved for use at currents up to the full rating on resistive, inductive, tungsten filament lamp and fluorescent lamp loads, and for up to 80% of the rating for motor loads. Switches shall be single pole, double pole, 3-way, 4-way, non-lock type. Non-lock type switches shall have ivory handles, and switch shall be Hubbell HBL 1221-I single pole, HBL 1222-I double pole, HBL 1223-I 3-way, and HBL 1224-I 4-way. b. All lock type switches shall be specification grade, 20 Amp, 120-277 volts and shall have metal or nylon key guides with ON/OFF indication, and shall be operable by the same key. Keys for lock type switches shall be Hubbell Cat. No. HBL 1209. Key switches shall be HubbellHBL1221-L single pole, HBL1222-L double pole, HBL1223-L three-way, and HBL1224-L four-way or approved equal. c. Pilot light switches shall be rated 20 amps and shall conform to the specifications for "local switches". The switches shall have red, rugged "Lexan" handles that are lighted by long-lasting neon lamps. Pilot light shall light when load is on. Single pole, 120 volt switches shall be Hubbell HBL1221-PL. Single pole, 277 volt switches shall be Hubbell HBL1221-PL7. 2.4 IDENTIFICATION AND SIGNS A. Identification Plates: 1. Following equipment shall be provided with identifications plates unless otherwise specified: switchboards, unit substations, motor control centers, control panels, push button stations, time switches, contactors, motor starters, motor switches, panelboards, and terminal cabinets. 2. Identification plates shall adequately describe function, voltage and phase of particular equipment involved. Where identification plates are detailed or described on Drawings, inscription and size of letters shall be as indicated. For lighting and power panels, identification plates shall indicate panel designation, voltage and phase of panel. For terminal cabinets, identification plates shall indicate system housed therein. 3. Identification plates shall be black and white nameplate stock of bakelite with characters cut through black exposing white. Plates shall have beveled edges and shall be securely fastened in place with #4 Phillips head, cadmium-plated steel, self-tapping screws. Characters shall be 3/16" high, unless otherwise indicated. 2.5 MARKINGS A. Following equipment and controls shall have markings: 1. Surface-mounted starters, switches, receptacles, disconnect switches, contactors, and other devices controlling motors and appliances. These marking labels shall indicate the panel and circuit feeding the device. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC ELECTRICAL MATERIALS AND METHODS RECREATION CENTER 16050-6 Abbreviations acceptable to the Electrical Inspector, along with an identifying number, shall be used. Markings shall be done with locking type stencils using paint of a contrasting color. Figures shall be 3/8" high unless otherwise indicated. Dymo Industries, Inc., self-sticking plastic labels, having embossed characters made with a typewriter, may be used, in lieu of stencils and paint. B. High Voltage: High voltage switchboards, cabinets, boxes, and conduits exposed in accessible locations, including under buildings and in attics, shall be marked "DANGERHIGH VOLTAGE". Markings for switchboards shall consist of an #18 gage steel, porcelain enamel sign, of standard manufacture. Markings for boxes, cabinets and conduits shall be by means of stenciling or printed self-adhesive markers, Westline "Tel-A-Pipe". Letters shall be black on orange background and not less than 1-7/8" high. On conduit runs, marking shall be applied at intervals not exceeding 10' in any individual area. Markings shall be done only after other painting has been completed. C. WARNIN SIGNS 1. Provide a warning sign on outside of each door or gate to rooms or enclosures containing high voltage equipment. Signs shall read: "WARNING-HIGH VOLTAGE-KEEP OUT". Lettering shall be 2” high. 2. Provide a warning sign on each high voltage non-load break disconnect and fused cutout (not oil filled). Signs shall read: "DO NOT OPEN UNDER LOAD". Lettering shall be 2" high. 3. Signs shall be of standard manufacture #18 gage steel, with porcelain enamel finish. Letters shall be red on white background. PART 3 -EXECUTION 3.1 General: A. Install equipment with space allowed for removal, repair and modifications. B. Inserts and Sleeves: 1. Install inserts for fastening equipment to new concrete work during construction of building in locations approved by the Architect. 2. Use expansion bolts for fastening equipment in existing construction or when inserts have been improperly located. 3. Install sleeves for conduits 1″ and larger when penetrating poured concrete walls, floors, or precast panels. 4. Seal sleeves with three hour rated fire retardant silicone sealant. C. Shop Painting: 1. Clean shop or factory fabricated or field built equipment not galvanized or protected and paint one shop coat of primer before delivery to site. Repaint scratches or bends. 2. Do not paint nameplates, labels, tags, stainless steel or chromium-plated items such as shafts, levers, handles, trim and strips. D. Protection of Work: HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC ELECTRICAL MATERIALS AND METHODS RECREATION CENTER 16050-7 1. Protect equipment and fixtures with tarpaulins, drop cloths, barricades as required. 2. Replace damaged equipment with new equipment. E. Housekeeping Pad: 1. Install concrete housekeeping pad for each piece of floor mounted equipment. 2. Size pad 4″ high and 4″ beyond equipment length and width. 3. Pour pad level and score top from front to back on 18″ centers with parting tool. 4. Chamfer exposed edges. F. Testing: 1. Testing shall all be done according to NETA Testing Standards. 2. Test each feeder by means of megohm insulation tester (megger). Correct circuits showing less than one megohm resistance. 3. Test motors and motor control equipment and replace overload elements that operate at excessive temperatures. 3.2 BOXES: INSTALLATION AND SUPPORT A. Outlet boxes shall be flush with finished surface of wall or ceiling. They shall be plumb and securely fastened to structure, independent of conduit. Except where otherwise indicated, factory-made bar hangers shall be used to support outlet boxes. B. Outlet boxes installed in suspended or furred ceilings with steel runner or furring channels, shall be supported, except where otherwise indicated, by a Unistrut #P-4000 channel spanning main ceiling runner channels. Each box shall be supported from its channel by a 3/8" 16 threaded steel rod with a Unistrut #P-4008 nut and a Tomic #711-B Adapta-Stud. Rod shall be tightened to a jamb fit with channel and its nut. Box shall be locked to the rod by means of a 1/2" locknut on stud and a 3/8" 16 hex nut locking stud to rod. C. Heights of outlets and equipment indicated on Drawings shall govern, but absence of such indications, following heights shall be maintained. 1. Panelboards and terminal cabinets: 6'-6" to top above finished floor. 2. Television outlets shall be located at a height corresponding to location of TV monitor, or a minimum of 15" above finished floor. 3.3 PLATES A. Provide a plate on each new switch, plug, pilot light, data, interphone, public telephone, and television outlet, and on existing and reset outlets where so indicated. Plates shall be of stainless steel unless otherwise specified. B. Flush wiring device and signal system outlets indicated to be blank covered, shall be covered with blank stainless steel plates. Flush lighting outlets to be capped shall be covered with Wiremold # 5736 steel covers, painted to match the surrounding finish. Surface-mounted outlets indicated to be capped shall be covered with blank stainless steel covers. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC ELECTRICAL MATERIALS AND METHODS RECREATION CENTER 16050-8 C. Switch and receptacle plates shall be provided with engraved designations under any one of following: 1. Three gang and larger gang switches. 2. Lock switches. 3. Pilot Switches. 4. Switches so located that operator cannot see one of the fixtures or items for equipment controlled with his hand on the switch. 5. Switches not in same room with fixtures or items of all unit heaters, air curtains, fly fans, etc. 6. Receptacles operating at other than 120 volts. 7. Switches operating on 277 volts. 8. Where indicated on Drawings. D. Designations shall be as indicated on Drawings or as specified and shall be engraved in plates with 3/16" high block type letters filled with black enamel. Where designations are not indicated or specified they will be given after Contract is awarded. For estimating purposes, they may be assumed not to exceed more than 10 letters per gang. 3.4 IDENTIFICATION OF CIRCUITS AND EQUIPMENT A. Switchboards, motor control centers, transformers, panelboards, circuit breakers, disconnect switches, starters, pushbutton control stations and other apparatus used for operation or control of circuits, appliances or equipment, shall be properly identified by means of descriptive nameplates or tags permanently attached to apparatus or wiring. B. Nameplates shall be engraved laminated bakelite or etched metal. Shop drawings with dimensions and format shall be submitted to the Architect before installation. Attachment to equipment shall be with escutcheon pins, rivets, self-tapping screws or machine screws. Self-adhering or adhesive backed nameplates are not acceptable. C. Tags shall be attached to feeder wiring in conduits at every point where runs are broken or terminated, and shall include pull wires in empty conduits. Circuit, phase and function shall be indicated. Branch circuits shall be tagged in panel boards and motor control centers. Tags may be made of pressure-sensitive plastic or embossed embossed self-attached stainless steel or brass ribbon. D. Cardholders and cards shall be provided for circuit identification in panel boards. Cardholders shall consist of metal frame retaining a clear plastic cover permanently attached to inside of panel door. List of circuits shall be typewritten on a card. Circuit description shall include name or number of circuit, area, and connected load. E. Junction and pull boxes shall have covers stenciled with box number when indicated on Drawings, or circuit numbers according to panel schedules. Data shall be lettered in a conspicuous manner with a color contrasting with finish. F. Name shall be correctly engraved with a legend indicating function or areas, when required by Codes, or indicated on Drawings END OF SECTION SECTION 15990 TESTING, ADJUSTING, AND BALANCING PART 1 – GENERAL 1.1 DESCRIPTION OF WORK A. The testing, adjusting and balancing of environmental and other systems shall be performed by a certified testing and balancing company, herein after called "company", specializing in the testing, adjusting and balancing of such systems. B. Test, adjust and balance all systems as specified herein to provide a total system balance as set forth by the Associated Air Balance Council, AABC, latest national standards manual. C. Perform all work under the supervision of AABC certified test and balance engineer and under direct supervision of AABC test and balance technician. D. This company shall possess the required basic instruments set forth by AABC. These instruments shall include differential pressure gauges, anemometers, tachometers, pitot tubes, electric meters, psychrometers, flow hood, smoke set, sound pressure meters, thermometers, manometers and air differential pressure gauges. E. Instruments shall have been calibrated within a period of six months prior to starting the balance procedure. Instruments shall be re-calibrated upon completion of work, when required, to prove reliability. Accuracy of instruments shall as follows: 1. Thermometers -plus and minus one scale division. 2. Bimetallic thermometers to be verified with glass thermometers. 3. Digital thermometers -plus and minus one-tenth degree. 4. Bourdon tube gauge -one-half percent of the scale. 5. Portable volt-ammeter and power factor meters, plus and minus two percent, clamp-on type shall be three percent. 6. Chronometric tachometer, one-fourth percent of scale, digital tachometer plus and minus one digit. 7. Sound testing meter, plus and minus two decibels. F. Techniques of measurement shall be as outlined in the AABC Manual. Measurements in the field shall be sufficiently free of error to match the task. Sufficient quantities of readings shall be taken for averaging five percent error. G. Company shall review the project documents prior to construction to identify potential problems from the viewpoint of total system balance. A written report which lists recommended changes and how they should be made during progress of the project as required to assure balancing devices are installed as required. Actual work of installing dampers, changing sheaves and correcting ductwork, etc., is the mechanical contractor's responsibility and not that of the balance company. H. Company shall cooperate with contractors on the construction site, especially the temperature control contractor. Verify control system operation as specified and report on any installation problems. I. Company shall submit a minimum of six reports of the total system balance to the architect. The report is considered accepted after certification of acceptance is performed by the architect's design professional. Reports shall be made on the report forms provided by AABC in the National Standard Manual. J. Report shall be verified by field verification procedure as outlined in AABC Manual. Architect's design professional shall visit the site and witness the balance work and review the report. Ten percent of the report, selected at random, for verification shall be re-tested in the professional's presence. For all readings with deviation of more than ten percent between verification reading and the reported data shall be considered as failing. For sound pressure level, a deviation of three decibels is failing. A failure of more than ten percent of selected items shall result in failure of the entire field verification procedure. K. For a project that fails the field verification procedure, company shall perform the following work at no additional cost: 1. Any system failing shall be re-balanced. 2. A new total system balance shall be provided. 3. A new field verification procedure shall be performed. PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION 3.1 AIR SYSTEMS TESTING, ADJUSTING AND BALANCING A. Test and adjust blower RPM to design requirements: 1. Test and adjust blower RPM to design requirements. 2. Test and record motor full load amperages. 3. Make pitot-tube traverse of main supply, return and outside air ducts and obtain design CFM at the air handlers, return air and exhaust air fans. 4. Test and record system static pressure, suction and discharge. 5. Test and adjust system for design CFM. 6. Test and adjust system for design CFM outside air. 7. Test and record entering air temperature (dry bulb heating and cooling coils). 8. Test and record leaving air temperatures (wet bulb, cooling coil). 9. Test and record leaving air temperatures (dry bulb heating and cooling coils). 10. Test and record leaving leaving air temperatures (wet bulb, cooling coils). B. Any changes in pulleys, belts and dampers or the addition of dampers, etc., required to correct the air balance shall be presented to the architect. The mechanical contractor shall make all such changes to the system. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY PROJECT COMPLETION RECREATION CENTER 15995-1 SECTION 15995 PROJECT COMPLETION PART 1 – GENERAL 1.1 DESCRIPTION A. Contractor shall coordinate requirements of all sections pertaining to HVAC system installation and insure that final installation is in accordance with specifications. Prior to requesting substantial completion inspection, Contractor shall furnish a letter stating that the requirements of this section have been met. Letter shall contain an itemized list indicating that each item has been personally checked by the Project Superintendent and that it is complete. In addition to this document, provide final test and balance reports, maintenance manuals, "as-built" documents, and other items required by the specifications, shall be submitted. Contractor to obtain written acceptance letter from “Rosemead Community Recreation Center’s Representative”. B. This section is intended as a checklist for the Contractor to insure that items specified are properly installed and to ensure that a premature final punch list is not requested. PART 2 – PRODUCTS 2.1 PERFORMANCE A. Check air distribution systems and insure that systems are properly tested and balanced. Cooperate with testing and balancing contractor and Rosemead Community Recreation Center’s Representative to achieve specified air balance. B. Provide clean final filters and replacement filters as specified. C. Provide lubrication for all lubricated devices. Include schedule of required lubricants and lubricating periods in Operations and Maintenance manual, see Section 15010. D. Verify installation of instrumentation. Verify that air filter gauges, instrument wells, thermometers, pressure gauges, flow measuring stations, etc., are installed in all locations required by the plans and specifications. Verify accuracy and readability at installed location, and correct items installed in unreadable locations, as required. E. Check all refrigerant systems. Verify that systems contain proper charge of refrigerant for specified operating temperatures and load. Check to insure that system is not contaminated with moisture. Replace refrigerant if necessary. F. Verify that all equipment is installed in accordance with manufacturers’ recommendations. At the time of start up insure that control, power wiring and interlocks are complete. Check alignment of motors and drives and verify proper rotation. G. Verify that system identification specified in Section 15047 is properly executed. H. Verify proper operation of all safety controls, relief, etc. I. Thoroughly clean installation. Remove temporary covers and labels, clean paint and/or coating spatters, and vacuum inside of air handling unit and control cabinets. J. Provide touch up painting of factory finished equipment to cover minor dents and scratches. Surface shall be prepared by light sanding or de-rusting with chemical HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY PROJECT COMPLETION RECREATION CENTER 15995-2 compounds, then coated with a compatible primer and matching top coat. K. Provide Operations and Maintenance Manuals as specified in Section 15010. L. Provide verification that Owners Operating Instruction periods specified in Section 15010 have been completed. M. HVAC start-up forms shall be submitted to assist in checking project completion. They shall be completed and submitted prior to requesting final inspection. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY DUCTWORK RECREATION CENTER 15890-1 SECTION 15890 DUCTWORK PART 1 – GENERAL 1.1 DESCRIPTION A. Principal Work in this Section: Provide and install ductwork as indicated on the Drawings and as specified to include the following: 1. All sheet metal for the complete heating, air conditioning, exhaust, and ventilating systems. 2. All flexible ductwork. B. Related Work Specified Elsewhere: 1. Vibration and Seismic Control 2. Mechanical Insulation 3. Ductwork Accessories 1.2 QUALITY ASSURANCE A. Material Testing: Tests and adjustments shall be made by an independent contractor in accordance with the AABC manual. Tests shall be as specified in Part 3 -Execution. Repair the system at no cost to the owner, as required to achieve the specified conditions. B. Reference Standards: 1. National Fire Protection Association (NFPA): NFPA No. 90-A, "Air-conditioning and Ventilating Systems." 2. Sheet Metal and Air Conditioning Contractor's National Association, Inc. (SMACNA), 8224 Old Court House Rd., Vienna Virginia 22180. a. "Duct Construction Standards": in this specification shall mean the California Mechanical Code of the "HVAC Duct Construction Standards." b. "Balancing and Adjustment Manual" in this Specification shall mean the first edition of the "Manual for the Balancing and Adjustment of Air Distribution System." 3. California Administrative Code (CAC) Title 24 PT4, Basic Mechanical Regulations. 4. California State Fire Marshall. 5. Factory Mutual Standard. 6. NFPA 91. 7. National Bureau of standards (NBS) Voluntary Product Standard 15-69. 8. All duct construction shall comply with the City of Compton, County of Los Angeles Mechanical Code requirements. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY DUCTWORK RECREATION CENTER 15890-2 1.3 SUBMITTALS A. Make submittals in accordance with Division 1 of the Specifications. B. Provide Shop Drawings and product data for the following: 1. A test report shall be submitted for the flame spread of the resins. 2. A test report shall be submitted for air leakage tests. 3. Detail ductwork layouts showing exact routing, elevations, volume dampers, smoke/fire dampers, fire dampers, diffuser and register locations with capacities, terminal air units, all mechanical piping, sections and details. These drawings shall be coordinated with plumbing, electrical, walls, ceilings, air balancing, controls, and general contractor. Each of the above subcontractors and the general contractor shall sign these drawings stating that all work indicated is coordinated. Drawings shall be produce on AutoCAD, latest edition. 4. Detailed Drawings of built-up plenums with all accessories. 5. Hangers and support systems. PART 2 – PRODUCTS 2.1 MATERIALS A. Low Pressure ductwork: 1. Duct gage, bracing and reinforcing shall conform to "Duct Construction Standards" for 1-inch WG (unless noted otherwise on the plans), Table 1.4. Table 3.2 for round ducts with spiral seam construction. Ducts shall be constructed of galvanized steel unless otherwise specified or indicated on the Drawings. a. All uninsulated ducts over 18 inches shall be cross broken or beaded. b. Ducts shall be braced and reinforced with galvanized steel angles. 2. Sealing: Seal Class C in accordance with SMACNA. Delete sealing at breakaway connections to fire and smoke dampers. B. Flexible Ducts: 1. General: Factory fabricated, complying with NFPA 90A. Maximum length 7 feet. Supply air flexible ducts shall have acoustical insulation. 2. Flexible ducts shall be UL listed complying with UL 181. Ducts shall be Class 1. 3. Insulated Flexible Air Duct: Factory made including mineral fiber insulation with a maximum C factor of 0.25 at 75 degrees F. mean temperature, encased with a low permeability moisture barrier outer jacket having a puncture resistance of not less than 50 Beach Units. Acoustic insertion loss shall not be less than 3 db per foot of straight duct, at 500 Hz based on 6 inch duct at 2500 FPM. 4. Application Criteria: a. Temperature range: 0 to 250 degrees F. internal. b. Maximum working velocity: 2400 fpm for low pressure, 5000 fpm for medium and high pressure. c. Minimum working pressure: low pressure=2" positive, 1-1/2" negative; medium pressure=6" positive; high pressure=10" positive. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY DUCTWORK RECREATION CENTER 15890-3 5. Duct Clamps: 100% nylon strap, 175 pounds minimum loop tensile strength manufactured for this purpose or stainless steel strap with cadmium plated worm wear tightening device. Apply clamps with sealant and as approved for UL 181, Class 1 installation. D. Wire Mesh Screens: fabricate with ½ inch mesh, galvanized steel or aluminum hardware cloth in a spot welded galvanized steel frame with approximately 1-1/2 inch margin. PART 3 – EXECUTION 3.1 INSTALLATION A. Fabricate and install ductwork in accordance with the referenced SMACNA Standards. B. Fabricate ductwork based on field measurements of space available. Duct sizes shown on the plans are clear inside dimensions, which shall be altered by the Contractor, when approved by the Architect, to other dimensions to produce the same air handling characteristics where necessary to avoid interferences and clearance difficulties. C. Weld sheet metal in accordance with SMACNA, Guidelines for Welding Sheet Metal. Repair damaged areas with a galvanizing repair compound. D. Install duct hangers and supports in accordance with SMACNA HVAC Duct Construction Standards, Section IV and the requirements of the "Guidelines for Seismic Restraints of Mechanical and Plumbing Piping Systems" published by SMACNA. E. All return, exhaust and supply ductwork shall be constructed to SMACNA 1" pressure class, except for supply ducts from fans to VAV boxes in variable volume systems which shall be constructed to 4" pressure class. F. Seal openings around duct penetrations of floors and fire rated partitions with a fire stop material as required by NFPA 90A. G. Flexible ducts shall be installed in continuous, single pieces, as straight and short as possible, adequately supported. Centerline radius of bends shall not be less than 2 duct diameters. Make connections with screws and adhesive as recommended by the manufacturer. Flexible ducts shall not penetrate floors or partitions. H. All ductwork on the roof connecting to plastic exhaust fans shall be of plastic duct construction. Ductwork below the roof line for these exhaust fans shall be constructed from stainless steel. 3.2 PROTECTION AND CLEANING A. Adequately protect equipment and materials against physical damage. Protect equipment and ducts during construction against entry of foreign matter and clean both inside and outside before operation and painting. 3.3 DUCT LEAKAGE TESTS AND REPAIR A. Low Pressure Ducts (below 2 in. WG): Seal visible openings and seal air leaks audible at operating condition. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY PACKAGED ROOFTOP AIR CONDITIONING UNITS RECREATION CENTER 15781-1 SECTION 15781 PACKAGED ROOFTOP AIR CONDITIONING UNITS PART 1 – GENERAL 1.1 DESCRIPTION A. Principal Work in this Section: Provide and install packaged air conditioning units as indicated on the Drawings and as specified. B. Related Work Specified Elsewhere: 1. Ductwork. 2. Automatic Temperature Controls. 1.2 QUALITY ASSURANCE A. Acceptable Manufacturers. 1. Trane. 2. Carrier 3. York B. Make submittals in accordance with Division 1 of the Specification. C. Submit Shop Drawings and Manufacturers Data for the following: 1. Packaged Rooftop Self-Contained Air Cooled Air Conditioners, including manufacturers’ description of equipment, capacities, and wiring diagram. 2. System Performance shall be as scheduled on the mechanical drawings. PART 2 – PRODUCTS 2.1 ROOF TOP PACKAGED SELF-CONTAINED AIR CONDITIONER A. General: 1. Provide roof top air cooled, self-contained type air handling unit complete with insulated casing, motors and controllers, supply fan, return/exhaust fan, refrigerant cooling coil, compressors, condenser, filters, economizer,100% outside air damper, roof curb, controls and instruments. Unit shall be factory assembled and tested for all scheduled operating characteristics. a. The self-contained unit shall be manufactured so that the control system and electrical circuitry can be serviced and checked while the system is in operation without disturbing the air flow and performance of the system. The control valve compartment shall be constructed so that they can be serviced while the system is in operation without disturbing the performance and air flow. b. The system shall be capable of the minimum capacities as scheduled on the mechanical drawings. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY PACKAGED ROOFTOP AIR CONDITIONING UNITS RECREATION CENTER 15781-2 B. Casing: 1. The cabinet shall be constructed of minimum 18-gage steel panels with rust inhibiting coating and factory applied finish paint. Cabinet shall be of weatherproof construction. Exterior panels shall have a minimum of 1.25 oz. zinc coating per square foot of steel. Screws shall be coated with zinc plus zinc chromate. 2. Air handling and coil sections panels shall be internally insulated with 1/2-inch, coated fiberglass insulation. 3. Access doors shall be constructed of 18 gauge exterior steel. Doors shall be provided with full weather gasketing. 4. Internal partitions and panels shall be arranged to permit access to the electronic control panel. Provide locking device for access to control setting adjustments. Maintenance and repair items shall be readily accessible with casing panels removable for access. 5. Casing dimensions shall be as indicated on the plans. C. Supply/Return Fans: 1. Double width, double inlet, forward curved or airfoil, centrifugal type. 2. Fan bearings shall be self-aligning, ball bearing types with an average of 200,000 hour design life. Lubrication lines shall be extended to an accessible location. 3. The drive package shall have a minimum of two belts and shall be sized for 200 percent of the fan motor rating. Provide an adjustable slide base for the motor. Fan section, including fans, motor and drive shall be mounted on a common base with spring isolators. Fan shall not overload in the units when operated without filters. D. Filters: Shall be of the type and size scheduled on the mechanical plans. Provide an accessible filter section on the inlet of the unit for filter mounting. The filter shall be serviceable from either end of the unit without the use of ladders or special rigging. E. Cooling Coils: Provide direct expansion cooling coils with copper tubes and aluminum fins. Each coil shall consist of a minimum of two refrigerant circuits, each with individually sized expansion and solenoid valves. Coils shall be pressure tested to 300 PSIG. Coil shall have galvanized steel, mastic coated, insulated, condensate drain pan with drain connection. F. Compressor: Shall be a serviceable hermetic type operating at 1750 RPM, with the minimum steps of operating control indicated on the plans. Compressor shall have a built in crankcase heater and shall be suction gas cooled. Compressor shall be complete with across-the-line type starter. G. Condenser section: Shall have coils that are copper tubes with mechanically bonded aluminum plate fins. Coil shall be pressure tested to 450 PSIG. Condenser fans shall be statically and dynamically balanced direct drive propeller fans, with steel blades and zincplated hubs. Motors shall be three-phase type with permanently lubricated ball bearings, built in overload protection. H. Gas Furnace: 1. Heat exchanger construction shall consist of stainless steel tubes, seam welded, and stainless steel header. Heat exchanger shall be of a free floating design with gasketed plates for cleaning of tubes. Exchanger shall be pressure and leak tested. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY PACKAGED ROOFTOP AIR CONDITIONING UNITS RECREATION CENTER 15781-3 2. Gas burners shall be UL listed, forced draft type, with an airflow switch to prevent operation if burner is open or fan is off. 3. Furnace shall be provided with an electronic ignition. Gas safety controls to require proving of combustion air prior to ignition sequence with a 60second prepurge cycle. Controls shall provide continuous flame supervision. I. Thermostats: Shall be Digital Display, programmable wall thermostat. Thermostat shall have independent heating and cooling set-points with adjustable dead-band. Thermostat subbase shall include switches for fan on/auto/off, system cool/auto/heat/off and automatic changeover. Provide covers for thermostats. J. Controls: 1. All control devices shall be factory mounted and wired in an accessible local control panel. Controls shall be compatible to central Energy Management System (EMS); Bacnet or Lonworks communication protocol. 2. Control panel shall require a single input, where voltages lower than the indicated supply voltage are required include appropriate transformers to step down to control voltage. 3. Include the following minimum control devices: a. Compressor motor contactors. b. Magnetic starter for fans. c. Compressor mounted high and low pressure cutouts. d. Combination oil pressure switch and motor winding protector. e. Non-recycling pump-down relay. f. Compressor loading and unloading controls through a discharge air temperature sensor. g. Hot gas bypass to prevent coil freeze up. h. Disconnect switch. PART 3 – EXECUTION 3.1 INSTALLATION A. Install equipment as shown on the Drawings and in accordance with manufacturer's printed recommendation. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MECHANICAL INSULATION RECREATION CENTER 15250-1 SECTION 15250 MECHANICAL INSULATION PART 1 – GENERAL 1.1 DESCRIPTION A. Provide all labor, and provide and install materials and accessories for the complete installation of mechanical insulation as indicated on the Drawings and as specified. B. Related Work Specified Elsewhere: 1. Piping 2. Ductwork 1.2 QUALITY ASSURANCE A. Acceptable Manufacturers 1. Manville 2. Owens-Corning 3. Certain-Teed 4. Knauf B. All insulation shall have composite (insulation, jacket or facing, and adhesive used to adhere the facing or jacket to the insulation) fire and smoke hazard ratings as tested in accordance with American Society for Testing and Materials (ASTM) E 84, National fire Protection Association (NFPA) 255, and Underwriters Laboratories (UL) 723 not exceeding: 1. Flamespread, 25 2. Smoke Developed, 50 C. Accessories such as adhesives, mastics, cements, tapes and fiberglass cloth for fitting shall have the same component rating as as listed above. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: Material shall be furnished to the Job bearing the manufacturer's label. 1.4 SUBMITTALS A. Shop Drawings and Product Data: 1. Submittals shall conform to Division 1 of the Specification. 2. Provide Shop Drawings and Manufacturers Data for the following: a. All insulation materials. b. Acoustical duct liner. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MECHANICAL INSULATION RECREATION CENTER 15250-2 c. Description of installation methods. PART 2 – PRODUCTS 2.1 MATERIALS A. Tape: Wherever tape is used for sealing purposes, it shall be of the type and applied as recommended by the nonconductive covering manufacturer. Where recommendation is lacking, the tape used shall be sealed with Minnesota Mining and Manufacturing Company adhesive EC-1329, or equal. B. Insulating Cement: Insulating cement shall be Owens-Corning 110 mineral wool, or equal, all-purpose cement. Where insulating cement is applied to pipe fittings in concealed locations, it shall be "one-coat" cement. C. Pipe Insulation: Pipe insulation shall be multi-service-type suitable for all lines operating from -20 to 500 degrees F. Insulation shall be one-piece consisting of glass fibers bonded with phenolic resin and molded into a hollow cylinder covered with a factory applied vapor barrier jacket. Thermal conductivity (Btu/hr square foot degrees F./IN) shall not exceed: At 75 degrees F. mean temperature 0.22 At 100 degrees F. mean temperature 0.23 At 200 degree F. mean temperature 0.25 D. Vapor barrier jacket shall be heavy duty all service jacket (ASJ) consisting of laminated aluminum foil, glass reinforcing and white building paper. Perm rating shall be 0.01. Vapor barrier shall form a vapor tight system. E. Duct Blanket Insulation: Duct blanket insulation shall be glass fiber blanket with a foil facing. Thermal conductivity (Btu/hr square foot degrees F./IN) shall not exceed 0.25 at 75 degrees F. Density shall be .75 lbs. cubic foot. Facing shall be heavy duty all service jacket (ASJ) consisting of laminated aluminum foil, glass reinforcing and white building paper. Perm rating shall be 0.01. F. Acoustical Duct Liner: Acoustical duct liner shall be flexible type using long glass fiber with smooth firmly bonded fire-resistant surface to prevent erosion of the insulation. Thermal conductivity shall not exceed .24 Btu/hr/square foot/degrees F./IN at 50 degrees F. mean temperature. Noise reduction coefficient (NRC) shall not be less than .70 based on acoustical materials test, mounting No. 6. Lining shall meet the National Fire Codes for internal duct application and shall have a minimum density of 1-1/2 pounds per cubic foot. All duct liner shall be marked with density located so as to be visible on the exposed surface of the liner. Air friction correction factor shall not exceed 1.05 at 2000 fpm and 1.2 at 4000 fpm. G. Glass Fiber Semi-Rigid Board Insulation: 1. Glass fiber semi-rigid board insulation shall be 3 pounds per cubic foot semi-rigid board material of long glass fiber with resin binder. Thermal conductivity shall not exceed 0.24 Btu/hr square foot degrees F./IN at 75 degrees F. mean temperature. H. Exterior Pipe Insulation Jackets: HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MECHANICAL INSULATION RECREATION CENTER 15250-3 1. Aluminum: Aluminum jacket shall be 0.016 inches thick. The Aluminum Association Type 3003 or 5005 alloys, with 3/16 inch longitudinal or circumferential corrugations. Jacket shall have a factory-applied vapor barrier on the inside and shall be applied using aluminum straps over transverse joints. Corrugations shall match from one section of cover to the other. On vertical runs the upper cover shall lap over the lower cover and the seams shall be toward walls, horizontal seams shall be on the bottom of the run. Fitting and valve jackets shall be factory fabricated and of the same materials as the pipe jacket. Seal jacket joints and seams watertight. 2. Plastic: Provide plastic jacketing and fitting covers by Ceel-Co., 12990 West Cedar Drive, Lakewood, Colorado 80228, Manville Zeston 2000 or equal. Jacket thickness shall be 0.028 inches and shall be suitable for temperatures from minus 40 to 180 degrees F. Jacketing shall be provided with a minimum 1 inch overlap. All longitudinal and circumferential seams shall be welded together as recommended by the manufacturer. Provide Ceel-Co. Series 330 UVR (Ultraviolet Ray Resistant) or equal, PVC plastic jacketing. I. Equipment Exteriors Requiring Vapor Barrier: 1. Glass fiber semi-rigid board insulation used where required in Schedule 15250-D, use 3 pounds per cubic foot material of long fiberglass with resin binder. Thermal conductivity shall not exceed 4 Btu/hr/square foot/degrees F./IN at 100 degrees F. mean temperature. Impale grooved and shaped boards on pins spaced 12 inches on center and securely fasten with self-locking metal caps swabbed with vapor barrier mastic, Owens-Corning, Childers, Products or equal. 2. All insulation edges and butt joints shall be sealed with Owens-Corning, Childers Products, or equal pressure sealing tape. Insulation shall be faced with a vapor barrier jacket consisting of laminate of 0.001-inch aluminum foil and pre-sized glass cloth. J. Ductwork Insulation Jacket for Located Outdoors: 1. Aluminum: Aluminum jacket shall be 0.016 inches thick. The Aluminum Association Type 3003 or 5005 alloys, with 3/16 inch longitudinal or circumferential corrugations. Jacket shall have a factory-applied vapor barrier on the inside and shall be applied using aluminum straps over transverse joints. Corrugations shall match from one section of cover to the other. On vertical runs the upper cover shall lap over the lower cover and the seams shall be toward walls, horizontal seams shall be on the bottom of the run. Fitting jackets shall be factory fabricated and of the same material as the duct jacket. Seal jacket joints and seams water weight. K. Premolded Pipe Fitting Covers: 1. Covers shall be factory-premolded one-piece polyvinyl chloride (PVC). Covers shall have a snow-white finish and shall withstand surface operating temperatures from 35 to 150 degrees F. continuous usage. All covers shall conform to Federal Specification L-P-535, Composition A, Type II, and shall Ceel-Co. Series 100, Certain-Teed "snap form," Zeston, or equal. PART 3 – EXECUTION 3.1 INSTALLATION/APPLICATION/PERFORMANC E/ERECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MECHANICAL INSULATION RECREATION CENTER 15250-4 A. The insulation and materials shall be applied only by mechanics skilled at such Work. The appearance of the finished Work shall be of equal importance with its mechanical correctness and efficiency. Insulation for heating surfaces and piping shall not be applied until such times as those surfaced have been heated to dry out the insulation. Insulation shall not be applied until the system is tested as required. B. Installation: 1. Wherever vapor barriers are specified, all portions of the covering at joints and fittings shall be vapor sealed. 2. Insulation shall be continuous through all walls and ceilings unless otherwise specified, or shown. 3. Where insulation is to be painted, all surfaces shall be prepared to receive paint. Refer to Division 9. 4. Insulate unions, flanges, and valve bodies but not operating hand wheels or levers. 5. Application of all materials shall be in accordance with the manufacturer's printed instructions. 6. The insulation shall be handled in a manner that will not adversely affect its structural or insulating properties. 7. Support shall be provided for the insulation on vertical lines to prevent the insulation from slipping downward. 8. Do not place insulation over vent and drain inlets and outlets. 9. Self sealing laps shall have an additional field applied coat of adhesive applied to the opposite mating surface. Both hot and cold pipe self sealing jacket laps on longitudinal and butt joints shall be stapled at 6 inches maximum spacing for both exposed and concealed applications. On cold pipe insulation, the staples and the longitudinal and butt edges shall be sealed with mastic as indicated in the jacket manufacturer's printed recommendation. 10. Where pipe hanger rods penetrate vapor barrier, vapor barrier shall be carried up and sealed around a rod for a distance of 12 inches away from the outside of the pipe insulation. 11. Duct Insulation: duct insulation shall be in accordance with Table LAD 15250-C attached at the end of this section. Glass fiber duct insulation shall be used unless otherwise noted. Where exposed to the weather provide an aluminum jacket or Childers CP-10 with Chil-Glass #10 glass cloth. a. Fiberglass blanket insulation: 1) Flexible blanket insulation shall be wrapped around the duct with all joints lapped at least two inches, and secured with 16 gauge galvanized wire on 12 inch centers. 2) Insulation shall cover all surfaces including standing seams. Insulation shall be installed to allow maximum fullness and avoid compression. 3) The underside of rectangular duct greater than 24 inches in width shall have the insulation secured with mechanical fasteners spaced 18 inches on center. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MECHANICAL INSULATION RECREATION CENTER 15250-5 4) Where the ductwork is noted to be vapor sealed, seal all fasteners, joints, and other breaks in the insulation with three inch wide strips of the same facing material adhered with approved vapor barrier adhesive. b. Rigid Board Insulation: 1) Apply insulation with all ends tightly butted. Secure with mechanical fasteners spaced 18 inches or center. Where spare does not allow mechanical fasteners use adhesive. 2) Where ductwork is noted to be vapor sealed seal all fasteners, joints, and other breaks in the insulation with three inch wide strips of the same facing material adhered with vapor barrier adhesive. MINIMUM PIPING INSULATION THICKNESS Insulation Fluid Piping Thickness for Nominal Pipe Sizes System Type Temp. Range 1"and Less 1-1/4" to 2" 2-1/2" to 4" 6” and larger Jacket Condensate Drain Any ½” minimum insulation thickness All Service (ASJ) *18 INCHES AND ABOVE SHALL BE 1-1/2 INCHES THICK LAD 15250 -A VALVE AND FITTING JACKET SCHEDULE System Location Jacket Rooftop Unit Condensate Drain Piping All Premolded Cover LAD 15250-B DUCT INSULATION SCHEDULE System Location Insulation Jacket Concealed Glass Fiber Blanket All Srv (ASJ) HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MECHANICAL INSULATION RECREATION CENTER 15250-6 Insulation, 1-1/2 Where indicated Acoustical Duct Liner, 1 inch None Exposed in Unconditioned Space Rigid Glass Fiber Board Insulation, 1-1/2 inch All Srv (ASJ) Supply Air Heating and Cooling Exposed in Space Served None None Concealed in Uncooled or Unheated Space Glass Fiber Blanket Insulation, 1-1/2 in. All Srv (ASJ) Where indicated Acoustical Duct Liner, 1 inch None Exposed in Cooled and Heated Space None None Exposed in Uncooled or Unheated Space or Mechanical Rooms Rigid Glass Fiber Board Insulation , 1-1/2 inch None Return Air Where indicated Acoustical Duct Liner, 1 inch None Supply Air Heating, Cooling and Return Exposed Outdoors Rigid Glass Fiber Board Insulation Aluminum Jacket Where acoustical duct liner is used, the duct size indicated on the Drawings shall be net inside dimensions. LAD 15250 -C EQUIPMENT INSULATION SCHEDULE Heated Equipment Insulation Finish Cover Air Conditioning Equipment Housings, Interior Glass Fiber-Coated Semi-Rigid Board Insulation, 1 Inch Glass Cloth with Vapor Barrier LAD 15250 -D END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY IDENTIFICATION RECREATION CENTER 15047-1 SECTION 15047 IDENTIFICATION PART 1 – GENERAL 1.1 DESCRIPTION OF WORK A. Principal Work in this Section: Provide and install all equipment and system identification markers as indicated in the plans and as specified. B. Related Work Elsewhere: 1. Basic Mechanical Materials and Methods. 2. Controls. 3. Mechanical Insulation. 4. Rooftop Packaged Air Conditioner. 5. Ductwork and Accessories. 1.2 SUBMITTALS A. Make submittals in accordance with Division 1. B. Submit the following shop drawing and product data for review. 1. Apparatus identification. 2. Labels PART 2 – PRODUCTS 2.1 APPARATUS IDENTIFICATION 2.2 Apparatus nameplates shall be black Lamacoid plates with white lettering engraved through the black layer securely attached to apparatus. A. Equipment identification shall be embossed aluminum or engraved plastic plate securely attached to equipment. 2.3 PIPE IDENTIFICATION: A. Piping marker shall indicate content and direction of flow. B. Piping markers shall be construed of acrylic plastics with a pressure sensitive adhesive strip on the inside edge of each marker. C. Markers shall conform to ANSI specifications for size and lettering D. Similar to Setmark Pipe Marker as manufactured by Seton Name Plate Corp. 2.4 DUCTWORK IDENTIFICATION A. Ductwork stencils shall be brass with 2" high lettering. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY IDENTIFICATION RECREATION CENTER 15047-2 PART 3 – EXECUTION 3.1 APPARATUS IDENTIFICATION A. Starters, disconnects and switches provided under the work of Division 15. B. Panel mounted instrument. C. Panel mounted controls. 3.2 EQUIPMENT IDENTIFICATION A. Identification shall be provided for the following types of equipment. 1. Damper motors. 2. Flow switches 3. Pressure switches. 4. Thermostats. 5. Packaged Rooftop Units. 6. Piping. B. Equipment out of view behind access doors in unfinished rooms shall also be identified on the face of the access door. 3.3 DUCTWORK IDENTIFICATION A. Provide identification for each type of exhaust air, supply air and return air duct by means of stenciled lettering identifying contents and direction of flow. B. Colors: Black lettering on white background. C. Locations: Stencil identification in hung ceiling and in equipment areas. D. Application: Apply to clean surfaces free of dust, grease, oil or any other material which will prevent proper paint adhesion. 3.4 PIPE IDENTIFICATION A. General: 1. All exposed and above the ceiling piping whether insulated or not shall be identified by content, size of pipe, and direction of flow indicated by means of pipe marker with flow arrows. 2. Pipe markers shall be installed near all valves on each piping system. B. Furred Spaces: Piping installed in furred spaces will not required identification expect at valve access panels where valves and piping shall be identified. C. Pipe Markers: Piping identification markers shall be located so as to be readily visible from reasonable point of observation. Where two (2) or more pipes run parallel, the printed legend and other markers shall be applied in same relative location. All identification located at eye level, shall be along center line of the pipe; above eye level, on the lower quarter of pipe; below eye level on the upper quarter of pipes. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY IDENTIFICATION RECREATION CENTER 15047-3 D. Lettering: All lettering shall comply with ANSI specifications and shall be black except where background is black, in which case white shall be used. E. Symbols for identification shall be as scheduled on the drawings. BALANCE OF PAGE LEFT INTENTIONALLY BLANK HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY IDENTIFICATION RECREATION CENTER 15047-4 3.5 SCHEDULES A. Legend: Content of Pipe Legend Color Background Note PLUMBING & SANITARY SYSTEMS Indirect drains Drain G # Refrigerant piping G # Notes on Schedules: Symbol # indicates flow required. B. Background Colors: 1. Symbol Y indicates yellow background color. (Dangerous materials) 2. Symbol G indicates green background color. (Safe materials) 3. Symbol R indicates red background color. (Fire protection equipment) 4. Symbol B indicates blue background color. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-1 SECTION 15010 BASIC REQUIREMENTS PART 1 – GENERAL 1.1 DESCRIPTION OF WORK A. This Section supplements all Sections of this Division and applies to all phases of Work specified and indicated on the Contract Drawings. Provide for complete installation of mechanical systems. This section supplements the requirements of Division 1. B. Other applicable sections: The condition of the contract, general and supplementary and Division 1 apply to work specified in this section. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Motor starters and disconnect switches, wiring and conduit, except as otherwise specified: Division 16. B. Painting, except as otherwise specified: Division 9-Painting. 1.3 QUALITY ASSURANCE A. General Requirements: Work shall be installed by craftsmen skilled in the trade involved and by apprentices as required by normal trade practice. Use adequate numbers of workmen and supervision as required for proper performance of the work. B. Requirements of Regulatory Agencies: 1. Codes and Ordinances: All Work shall meet the requirements of the governing codes as listed in Division 1, GENERAL REQUIREMENTS, and the following: City of Rosemead, Mechanical, Plumbing, Fire Protection Codes, and all applicable regulations. 2. Where requirements between governing codes and regulations vary the more restrictive provisions shall apply. 3. Plan and specification requirements shall govern where they exceed code requirements. 4. Material contained in Contract Documents shall not be construed as authority to violate code requirements. 5. Permits and Inspections Charges: C. Permits and Inspections Charges: 1. Refer to Division 1 -Summary of Work. 2. Obtain and pay for all permits and fees required for execution of work in this division. 3. Verify arrangements and permits secured by other divisions affecting the mechanical work. 4. Obtain certificates of final inspection approval from authorities having jurisdiction and submit to the Architect. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-2 D. Substitutions: An Acceptable Manufacturers list is included in each section of this division. The base bid price submitted must be based on those manufacturers listed. Substitution of other manufacturers will be considered based on the following: 1. Prior to submission of shop drawings Contractor shall submit a list of proposed substitutions and their effect on the bid price. 2. Where investigation is required by the Architect/Engineer to determine equivalency of a substituted item, The Architect/Engineer shall submit an invoice for extra services to the Owner for reimbursement on an hourly basis. Contractor shall reimburse the Owner for this invoice. An estimate of the work required will be given to the Contractor prior to review. Reimbursement for investigative efforts shall in no way imply acceptance of the substitution. 3. When requested by the Architect/Engineer the Contractor shall furnish the following information regarding the substituted item: a. Manufacturer's catalog cut. b. Manufacturer's performance test data and procedures. c. Manufacturer's average annual sales volume of that line of equipment. d. Manufacturer’s current annual financial report. e. A description of manufacturing methods used in producing the product. f. A list of at least 5 recent projects utilizing the product with references that can be contacted. g. Line by line description for being an equivalent product. 4. When the product specification includes the phrases "similar to" or "or equal" or words of similar intent, the product is specified by type and construction specification only and equivalent products may be submitted for review without following the above procedure. 5. Substitutions shall be all inclusive. No additional costs will be accepted due to changes in other equipment or materials to conform with the performance, size, or any other condition of the substituted item. 6. By submitting a substitute, Contractor waives any rights to claim a delay due to processing this substitution. 7. A substitutions request form is included at the end of this section. All requests for substitution shall be submitted on this form. 1.4 SUBMITTALS A. Make submittals in accordance with the requirements of Division 1 and the following: 1. Material List: four (4) copies of a complete list of material and equipment shall be submitted to the Architect within forty-five days after award of Contract. Submission shall include manufacturers name and model number, and other items necessary for identification. Include expected date of submission of shop drawings for approval. 2. First submissions of shop drawings: shall consist of two complete sets indicating the required technical information. One complete set will be returned to the Contractor. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-3 3. Resubmittals: if corrections are required, two revised sets shall be resubmitted. Architect/Engineer will not accept more than one resubmittal. Should additional resubmittals be required, contractor shall reimburse the Architect/Engineer on an hourly basis. 4. If no further corrections are required: submit four copies for final approval. Three prints will be stamped and returned for distribution to all parties concerned. 5. Nomenclature: shall be the same as used in the bid documents and submittals shall indicate proposed location, usage, and shall be tagged by specifications section, item number used in schedules or other identifying method used in Contract Documents. 6. Coordinate: submittals with other trades before submission. a. For Division 15 equipment requiring electrical power the submittal shall be signed off by the Division 16 installer. b. Ductwork and piping layout submittals shall be signed off "reviewed for coordination" by the Prime Contractor. 7. Work installed without written approval: is subject to removal and replacement with approved materials at no additional cost to the owner, or delay of job progress. B. Refer to individual Mechanical Sections for submittals required. C. If the equipment submitted under Division 15 requires changes in material or labor from that required in the Contract plans and Specifications, such changes shall be submitted as shop drawings. 1.5 SERVICE MANUALS AND INSTRUCTION A. Upon completion of the installation, and as a condition of its acceptance, prepare and submit an Operating and Maintenance Manual to the Owner for approval. The Contractor shall compile the manual from information supplied by equipment manufacturers and from test and balance data furnished. Each manual shall contain: 1. Complete instructions on the operation of all mechanical equipment, including all control settings, switch positions, timer operation, set points, and throttling data. 2. Complete instructions regarding the maintenance of all mechanical equipment including periods and frequencies of all inspections, lubrications and filter replacement, etc.; type of lubricants required; and exact description of performance of such maintenance and full description of inspections and corrections to make on a step-by-step basis. Furnish a chart listing each lubricated piece of equipment, the type of oil or grease required, and recommended frequency of lubrication. 3. Copy of all As-Built controls and As-Built wiring diagrams. 4. Complete nomenclature of all replaceable parts, their part numbers, and the name and address of the nearest vendor. 5. Copy of all guarantees and warranties issued for components of the systems, showing all dates of expiration. Such dates shall not be sooner than the expiration of the completed installation guarantee specified herein. 6. Copy of the Test and Balance Report. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-4 7. A complete index at the front furnishing immediate information as to location in the manual of all data regarding the installation. Numbered tab sheets shall be used. 8. Name, address and telephone number of the Contractor and each subcontractor employed for work under this Division. B. All material shall be neatly typed or shall be printed material. Instructions specified shall be in continuous narrative form, not fragmented sections as prepared by individual equipment manufacturers. C. Submit four (4) copies of manuals in binders with identification readable from the outside stating "MECHANICAL SYSTEM INSTALLATION, “ Rosemead Community Recreation Center, City of Rosemead, California”. 1. Submit in separate, multiples of two 3-ring loose leaf binders, 2-inch size, with chrome-plated piano hinges and black hard-coated covers. 2. Small or large literature not easily inserted in binders shall each be put in heavy manila envelopes. 3. Furnish each binder with plastic enclosed tabs on reinforced paper neatly arranged. Type each of the following on a separate tab: a. Index b. Operating Instructions c. Maintenance instructions d. As-built controls & as-built wiring diagrams e. Parts f. Guarantees & warranties g. Valve chart h. Test & balance report i. List of contractors & subcontractors 4. File under correct tabs. Clearly identify each piece of literature and envelope with equipment name and numbers. 1.6 MANUFACTURER'S DIRECTIONS A. In all cases where manufacturers of articles used in this Contract furnish directions covering points not shown on Drawings or specified, such directions shall be followed. 1.7 DRAWINGS A. Diagrammatic Drawings: For purposes of clarity and legibility, the Drawings are essentially diagrammatic and sizes and location of equipment are drawn to approximate scale. Contractor shall make use of all data in all of the Contract documents, and it is the Contractors responsibility to verify this information at building site. B. Routing of Ducts and Piping: 1. Drawings indicate required size and termination of pipes and ducts and suggest proper routes of pipes and ducts to conform to the structure, to avoid obstructions and to preserve clearance. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-5 2. It is not the intent to indicate all necessary offsets and it shall be the responsibility under this section to install ductwork and piping in such a manner as to conform to structure, avoid obstructions, preserve headroom, keep openings and passageways clear, and make all equipment requiring inspection, maintenance and repair, accessible without further instructions or extra cost to the Owner. C. Coordination: 1. Check with other Sections of the Specifications so that no interferences shall occur and in order that grade lines may be established for the work. 2. Installed work which interferes with the work under other Sections of the Specifications shall be removed and rerouted at the discretion of the Architect, without extra cost to the Owner. 3. Work performed under this Division shall be coordinated with the electrical services provided to verify that the proper service is provided to each piece of equipment furnished under this Division. This coordination shall occur prior to submission of shop drawings and ordering of equipment. Any field changes required to adapt equipment to an incorrect electrical service shall be done at no cost to the owner. D. All work shall be new unless indicated otherwise. 1.8 SPARE PARTS AND SPECIAL TOOLS A. Spare parts shall be provided to the Owner as follows and receipts obtained and included with Service Manuals. 1. Complete set of belts for each piece of equipment requiring the same. 2. Spare pilot light lamps of each type used on the project, in quantity of ten percent, but not less than two. 3. One year's supply of all expendable parts. B. Special Tools: If any part of equipment furnished under these Specifications requires a special tool for assembly, adjustment, setting or maintenance thereof, and such tool is not readily available on the commercial tool market, it shall be furnished with equipment as a standard accessory. 1.9 PRELIMINARY OPERATION AND EMERGENCY REPAIRS A. The Owner reserves the right to operate portions of the mechanical system on a preliminary basis or make emergency repairs without voiding the guarantee or relieving the Contractor of his responsibilities. 1.10 INSTRUCTIONS IN OPERATION A. After all the system is in normal operating condition and all tests and adjustments have been made and the service manual has been completed and submitted for approval, furnish one or more full-time qualified personnel as necessary to put the mechanical Work in continuous operation for a period of not less than five days, during which time the designated personnel's only purpose shall be to give complete operating and maintenance instruction to the Owner's operating personnel. Furnish all service necessary for the operation and protection of the mechanical systems. Fuel, power, and other supplies required during this period will be furnished by the Owner. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-6 1.11 JOB CONDITIONS A. Concealed Items: Prior to covering or otherwise concealing any piping, wiring, or equipment, obtains Architect's approval. Refer to Division 1, GENERAL REQUIREMENTS. B. Before submitting proposal each bidder shall visit the site and verify working conditions. No allowance shall be made subsequently for additional costs in this regard. 1.12 INSTALLATION OF THE WORK A. Coordinate with the project construction schedule. B. Coordinate with other trades to obtain proper arrangement of equipment, piping, ductwork, conduit, etc. C. Contractor shall notify Architect of points of conflict between his work and the work of other trades, so that conflicts may properly be adjusted. D. Work installed by this Contractor that interferes with the work of other trades shall be removed and reinstalled at the Contractors expense when so directed by the Architect. E. Coordinate field details with other trades to avoid construction delays and maintain required clearances. 1. Furnish details and drawings of equipment base pads and anchor bolts. 2. Furnish and install all pipe sleeves and pipe support inserts before concrete is poured. 3. Furnish shop drawings showing exact locations and sizes of openings through walls, floors and roof. 4. Investigate each space through which equipment must move. Where necessary, equipment shall be shipped from manufacturer in crated sections of a size suitable for moving through restricted spaces available. F. Installation Restrictions: 1. No piping or ductwork shall be installed in electrical rooms or closets, telephone rooms or closets, and elevator machine rooms or hoistways. 2. No piping shall be installed over or within 5 feet of transformers, substations, switchboards, motor control centers, emergency generators, or motors (except branch pipes to equipment). If piping must be run within 5 feet of these devices provide a watertight, 18 gages, stainless steel drip pan, reinforced and supported, below piping. Drain pan to spill over floor drain or sink. G. Do not remove or damage fireproofing materials. Repair or replace damaged materials, at no extra cost to the Owner. 1.13 RECORD DOCUMENTS A. At the beginning of construction the Contractor shall obtain and pay for a set of reproducible documents from the Architect. These documents shall be kept on the job site and any deviations from the original contract documents shall be noted on these plans as they occur. A copy of stamped & approved drawings from Building & Safety Division and other Agencies shall be kept at the job site at all times. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-7 B. At the conclusion of the project the Contractor shall transfer the information to a formal set of plans. Reproducible copies of these "As-built" plans shall be turned over to the Owner. C. At the conclusion of the project and in addition to Paragraph B., the Contractor shall provide "As Built" drawings both on computer disk that are in "AutoCAD" latest edition format and hard copies as part of submittals. 1.14 EQUIPMENT SUPPORTS AND SUPPLEMENTARY FRAMING A. Furnish and install all necessary steel supports for fans, coils , tanks, receivers, piping, ductwork, and other equipment as required for a complete installation in accordance with applicable codes and as approved by the Architect. Supports shall be painted with one coat of rust-preventative paint after installation. B. Provide supplementary framing required for attachment of hangers, supports, and anchors. Fasten supplementary framing to the structure in an approved approved manner. Supplementary framing shall be structural angle iron, channels, and "I" beams properly designed to carry the weight of piping and its contents, equipment, or ductwork, and to withstand any thrust exerted by the expansion and contraction of the piping and its seismic forces. C. Submit details of all hangers, anchors, and supplementary framing including the proposed method of fastening of supplementary framing to the base building structure and all calculations used in determining the proposed fastening method. D. All Structural Work for equipment supports and framing shall conform to the requirements of the applicable codes. 1.15 STANDARDS A. Comply with the requirements of Division 1 -Abbreviations, Symbols and Standards. B. Definitions: 1. This Division: A portion of the Specifications that includes all the Sections of Division 15 -Mechanical. 2. Individual Mechanical Section: Any one of the sections listed under Division 15 -Mechanical. 3. Other Divisions: The portions of the Specification that do not include Division 15 -Mechanical. 4. Concealed: Hidden from view as in trenches, chases, ceilings, or furred spaces, or exposed to view in tunnels, attics or crawl spaces that are used solely for maintenance or repair. 5. Exposed: Not concealed as defined above. 6. Riser: A vertical pipe or duct having a vertical length greater than one story height. 7. Drop: A vertical pipe or duct that does not penetrate a floor. 8. Up-feed connection: A vertical pipe or duct that penetrates a floor but has a vertical length of less than one story height. 9. Header: A pipe or duct of constant size that serves a battery of closely spaced inlet or outlet connections. 10. Piping: includes pipe, fittings, valves, hangers, insulation, and all devices that make up the system. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-8 11. Unfinished Space: A room or space that is ordinarily accessible only to building maintenance personnel, or a room that in the Architects Finish Schedule has exposed and unpainted construction and is specifically mentioned as "unfinished". 12. Finished Space: A room or space that is not unfinished as described above. Any space ordinarily visible to the public, including exterior spaces. 13. "Furnish" or "Provide": To supply, install, and connect up complete and ready for safe and regular operation of particular work referred to, unless specifically otherwise noted. 14. "Install": to erect, mount, and connect, complete with related accessories. 15. "Supply": to purchase, procure, acquire and deliver, complete with related accessories. 16. "Work": Labor, materials, equipment, apparatus, controls, accessories, and other items required for proper and complete installation. 17. "Wiring": Raceway, fittings, wire, boxes, and related items. 18. "Indicated", "Shown", or "Noted": As indicated, shown, or noted on the Drawings or Specifications. 19. "Similar", or "Equal": of base bid manufacturer, equal in materials, weight, size, design, and efficiency of the specified product conforming with the base bid manufacturers. 20. "Reviewed", "Satisfactory", "Accepted", or "Directed": As reviewed, accepted or directed by the Architect. 21. "Motor Controllers": Manual or Magnetic starters (with or without switches), individual push-buttons or hand-off-automatic (HOA) switches controlling the operation of motors. 22. "Control" or "Actuating Devices": Automatic sensing and switching devices such as thermostats, pressure, float, or electro pneumatic switches, and electrodes controlling operation of equipment. C. Abbreviations: references to technical societies, trade organizations and governmental agencies are made in this division in accordance with the following: 1. AFI Air Filter Institute 2. AGA American Gas Association 3. AMCA Air Moving and Conditioning Association 4. ANSI American National Standards Institute 5. ARI Air Conditioning and Refrigeration Institute 6. ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers 7. ASME American Society of Mechanical Engineers 8. ASPE American Society of Plumbing Engineers 9. ASTM American Society of Testing Materials 10. AWS American Welding Society 11. ANSI American National Standards Institute HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-9 12. AWWA American Water Works Association 13. CAC California Administrative Code 14. CDA Copper Development Association 15. 1CGA Compressed Gas Association 16. CISPI Cast Iron Pipe Institute 17. EPA Environmental Protection Agency 18. FM Factory Mutual 19. FIA Factory Insurance Association 20. IRI Industrial Risk Insurers 21. MSS Manufacturers Standardization Society 22. NAFM National Association of Fan Manufacturers 23. NCPI National Clay Pipe Institute 24. NEC National Electrical Code 25. NEMA National Electrical Manufacturers Association 26. CFC California Fire Code 27. NFPA National Fire Protection Association 28. PDI Plumbing and Drainage Institute 29. SMACNA Sheet Metal and Air Conditioning Contractors National Association 30. UL Underwriters Laboratories 31. CMC California Mechanical Code (including local agency modifications) 32. CPC California Plumbing Code (including local agency modifications) 33. CBC California Building Code PART 2 – PRODUCTS 2.1 MATERIALS A. Electrical: 1. All motor starters, relays or other electrical components and related Work specified in the Mechanical Division shall be in compliance with Division 16, ELECTRICAL. 2. All motors shall be single phase or three-phase as indicated on the Drawings. Motor starters shall be as scheduled on the Drawings and specified. If motors, appliances or apparatus are furnished varying in horsepower and characteristics from those specified, make all required changes at no additional cost to the Owner. 2.2 MATERIALS AND EQUIPMENT A. Wherever possible, all materials and equipment used in the installation of this work will be of the same brand of manufacture for each class of material or equipment. B. All materials and equipment shall be new and without defects. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-10 C. All materials and equipment located outdoors shall be suitable for outdoor installation (weatherproof). Paint on outdoor materials and equipments shall be weatherproof type. All electrical and control panels located outdoors shall have NEMA type 3R enclosure. All insulation shall be provided with weatherproof jackets. PART 3 – EXECUTION 3.1 EXCAVATION AND BACKFILL A. General: 1. Do all excavation and backfill required to install the work of this Division. 2. Perform all excavation and backfill outside of building perimeter in accordance with requirements specified in Division 2. B. Excavation: Bury piping outside the building to a depth of not less than 3'-0" below finish grade unless noted otherwise. C. Backfilling: Do not backfill without final inspection and approval for the piping installation by the Architect. Backfill material shall be as specified under pertinent Sections. Piping laid in backfill shall be supported by grade beams to prevent settlement or distortion of piping unless backfill is compacted to a minimum of 95%. 3.2 SERVICE CONTINUITY A. All work that involves "shut-down" of existing site or building utilities or portions thereof, shall be done at such times as will cause the least inconvenience to the Owners activities, and shall be done at night, on Saturdays, Sundays, holidays, or at the discretion of the Architect. The exact time and length of "shut-down" shall be arranged for with the Architect at least fourteen (14) days but not more than thirty-five (35) days in advance of the required shut-down. B. Once a "shut-down" has been done, the Contractor shall work continuously, around the clock, without stop until the work has been completed and the utilities have been returned to normal operation. C. The Contractor shall include in his proposal the cost of all necessary overtime or premium time for this work. No extra payment will be allowed for overtime or premium time required to meet the "shut-down" down" schedule or the contract schedule. D. Draining and refilling of existing piping systems shall be part of this contractor's work. The refill shall have the identical water treatment as in the existing system. Hot taps will only be allowed with the Architect's and Owner's approval. 3.3 PROTECTION, CARE AND CLEARING A. Protection: Provide adequate means for, and fully protect, all finished parts of the materials and equipment against physical damage from whatever cause during the progress of this work and until completion. B. Care: During construction, properly cap all lines and equipment nozzles so as to prevent the entrance of sand and dirt. Protect equipment against moisture, plaster, cement, paint or other work or other trades by covering it with polyethylene sheets. C. Cleaning: After installation has been completed, the Contractor shall clean all systems as follows: HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-11 1. Ductwork, Piping and Equipment to be Insulated: Clean exterior thoroughly to remove rust, plaster, cement and dirt before insulation is applied. 2. Ductwork, Piping and Equipment to be Painted: Clean exterior of piping and equipment exposed in completed structure, removing rust, plaster, cement and dirt by wire brushing. Remove grease, oil and similar materials by wiping clean with rags and suitable solvents. 3. Motors, pumps and other items with factory finish: Remove grease and oil, and leave surfaces clean and polished. 4. Cleaning operations shall be supplemented by the additional cleaning requirements specified in other sections. D. Trash Removal: keep site clear of packing cartons, scrap materials, and other rubbish resulting from operations under this division. Conform to Division 1. 3.4 LUBRICATION A. Upon completion of the work and before turning over to the Owner, clean and lubricate all bearings except sealed sealed and permanently lubricated bearings. B. Use only lubricant recommended by the manufacturer and as listed in the Service Manual. C. Contractor is responsible for maintaining lubrication of all mechanical equipment under his Contract until work is accepted. 3.5 PAINTING A. Painting is specified in Division 9-"Painting.” 3.6 CUTTING AND PATCHING A. Sleeves and inserts: Provide all sleeves, inserts, and openings necessary for the installation for the Mechanical Work. B. Openings: 1. Special forming, recesses, chases, and curbs, as necessary for the proper reception and installation of the mechanical equipment, as shown on the Drawings, will be provided in the structure under other Divisions. If additional openings are required the cost shall be an obligation of this DIVISION. 2. The Contractor shall examine all Drawings to ascertain that proper provisions have been made for the work. If such provisions are not made in time, the Contractor shall bear all extra costs incurred in later cutting and patching to accommodate this work. 3.7 OPERATIONAL TESTS A. General: 1. Before acceptance tests are performed, the Contractor shall demonstrate to the Architect that all systems and components are complete and fully charged with operating fluid and lubricants. 2. Perform operational tests on all machinery and devices to determine compliance with Specifications. Equipment shall function quietly and efficiently. Before acceptance, repair or correct piping and equipment causing noise or vibration. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-12 3. Systems shall be operable and capable of maintaining continuous uninterrupted operational service during the operating and demonstration periods of operation. 4. All control systems shall be completely operable with calibration and setting properly set and adjusted. 5. All rotating equipment shall be in dynamic balance and alignment. 6. Specific Tests required are specified in detail in various Mechanical Sections. B. Test and Balance: 1. Pressure tests shall be done after systems are in dynamic balance and alignment. 2. General: a. Contractor shall notify the Architect when any test is ready to be performed. The Architect or his representative is to be present for all tests. b. Contractor shall provide all equipment required for testing, including fittings for additional openings and all openings required inside and outside the building. c. After the installation has been tested, or portions thereof, the Contractor shall certify in writing the time, date, name and title of the person witnessing the test. This shall also include the description of the test and the portion of the system that has been tested. The person making the test shall sign the certification. d. A complete record shall be maintained by the Contractor of all testing that has been performed, and shall be made available at the job site to all authorities concerned. e. Upon completion of the work, all records and certifications regarding testing requirements shall be submitted to the Architect. f. Defective work or material shall be replaced or repaired as necessary at no additional cost to owner and the test repeated. Repairs shall be made with new materials. No caulking of screwed joints or holes will be acceptable. g. No part of any work shall be covered or concealed until after it is inspected and tested. h. Isolate all equipment subject to damage from test pressure, make no tests against a service valve or meter. 3. Timing of Tests: Two weeks before expected completion date, put all systems and equipment into operation and continue operation of same during each working day, but not less than five 8-hour periods, until all adjusting, balancing and testing demonstrations required have been performed. 4. Functional Tests: Any installed item not meeting the schedule or specified performance shall be removed and replaced with items whose performance is in accordance with the Drawings and Specifications at no additional costs to the Owner. 5. After all systems have been completely installed, connections made and tests completed, Contractor shall make arrangements with the Owner to operate the systems for a period of ten (10) working days during the hours of a normal working day. 6. The Contractor shall notify the Architect in writing when the operational period may start and the time for this period shall be scheduled by mutual agreement. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-13 7. During this operation period, the Contractor shall instruct the Owner's operating personnel in accordance with written instructions of the Service Manual specified. 8. Perform tests as specified and as requested by the Architect to prove installation is in accordance with Contract requirements. Perform tests in presence of Architect or his representative, and furnish test equipment, facilities, and technical personnel required to perform tests. 9. Additional specific Testing and Balancing requirements are specified in detail in various Mechanical Sections 3.8 SERVICES A. General: Perform service on all Mechanical Work until the date of acceptance of completion including oiling and greasing, adjustments, cleaning, packing of seals, and other items as recommended by equipment manufacturer in the maintenance manual herein specified. B. Air Filters: 1. Do not operate air moving equipment having air filters unless temporary filters, of similar rating to specified, are in place to protect the Mechanical Work. 2. Replace these temporary filters with specified filters before final test and balance work is begun as necessary for accurate readings. After completing the testing and balancing work, replace filters with new filter media as specified. C. Strainers: Remove, clean and reinstall each strainer screen as specified below after systems have been flushed. 1. Clean each strainer screen after all adjustments have been made and system has operated a minimum of 24 hours, but before final test and balancing operation is started. 2. Clean each strainer again, after final test and balancing operation and before completion of the Project. D. Purge all air from water systems after each servicing. E. Protect all furnishings and finishes during each servicing operation and repair or replace to original condition. Those damaged as a result of servicing shall replace at the Contractor's expense. F. Replace insulation removed or damaged after each operation. Use insulation as specified in Section 15250, MECHANICAL INSULATION. G. Put system in full operating condition. 3.9 OBJECTIONABLE NOISE AND VIBRATION: A. Mechanical equipment and piping system shall operate without objectionable noise and vibration, as determined by the judgment of the Architect. B. If such objectionable noise and vibration should be produced, make necessary changes or additions required to produce satisfactory results. 3.10 CLOSING-IN OF UNINSPECTED WORK: A. Do not allow or cause any work to be covered up or enclosed until inspected until inspected, tested, and approved. B. Should any work be enclosed or covered up before such inspection and test, Contractor HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-14 shall, at his own expense, uncover work. After the work has been inspected, tested, and approved; make repairs with such materials as necessary to restore his work and that of other Divisions to original and proper condition. 3.11 CLEANING: A. After installation is complete, clean all systems as indicated below. B. Ductwork, Piping, and Equipment to be insulated. Clean exterior thoroughly to remove rust, plaster, cement, and dirt before insulation is applied. C. Ductwork, Piping, and Equipment to be Painted. Clean exterior to be exposed in completed structure. Remove rust, plaster, cement, and dirt by wire brushing. Remove grease, oil, and other foreign materials by wiping with clean rags and substitute solvents. D. During Progress of Work: Carefully clean up the premises and keep all portions of the building free of debris. E. Chrome or Nickel Plated Work: Thoroughly polish. F. Factory Finished Items: Remove grease and oil and leave surfaces clean and polished. 3.12 INDUSTRIAL WASTE: A. All wastes discharged to sanitary sewers or storm drains, shall comply with the requirements of the State Water Quality Resources Board, Department of Public Works and all local ordinances. THIS IS SPACE IS INTENTIONALLY LEFT BLANK HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY BASIC REQUIREMENTS RECREATION CENTER 15010-15 SUBSTITUTION REQUEST FORM TO: ATTN: RE: PROJECT NO. Gentlemen: We hereby submit for your consideration the following product instead of the specified item for the above project: Section No.: Specified Item: Proposed Substitution: Attached are complete technical data, including laboratory test reports as applicable, as required by Section 15010 of the specifications. Also included is complete information on changes to the drawings and specifications which the proposed substitution will require for proper installation. COMPLETE THE FOLLOWING: Does the substitution affect dimensions shown on drawings? ! Yes ! No What affect does the substitution have on other trades? What are the differences between the specified item and the proposed substitution? Manufacturers guarantees for the specified and proposed items are (the same /different; see attached explanation). The undersigned states that the function, appearance and quality of the substitution are equivalent to or superior to the specified item. The undersigned also states that he has complied with all "Bidder/Contractor Responsibilities" required by Division 1 and Section 15010: Submitted by: For use by Architect: Signature ! Accepted ! Not Accepted Firm ! Accepted as note By Address Date Remarks Telephone Date HVAC REPLACEMENT PROJECT JOINT SEALANTS ROSEMEAD COMMUNITY RECREATION CENTER 07920-1 SECTION 07920 JOINT SEALANTS PART 1 GENERAL 1.1 SUMMARY A. Provisions of Division 01 apply to this section. B. Use only adhesives and sealants that meet or exceed the VOC (Volatile Organic Compounds) limits of South Coast Air Quality Management District (SCAQMD) Rule No. 1168 in the building. C. Section Includes: 1. Joint sealants as indicated or required. D. Related Sections: 1. Section 07600: Flashing and Sheet Metal. 1.2 SUBMITTALS A. Shop Drawings: Submit Shop Drawings indicating sealant joint locations, with full-size sealant joint details. B. Product Data: Submit manufacturer's literature for each sealant material. C. Material Samples: Submit Samples indicating color range available for each sealant material intended for installation in exposed locations. D. Certifications: Submit manufacturer’s certification materials comply with requirements specified. E. Site Samples: At locations required, provide a Sample of sealant for each typical installation, approximately 24" long, including joint preparation, backing, sealant and tooling. Allow backing to extend 6" beyond end of sealant for inspection of substrate. F. Test Reports: Submit manufacturer's adhesion compatibility test reports according to ASTM C 794 for each substrate. 1.3 QUALITY ASSURANCE A. Qualifications of Installer: The Work of this section shall be installed by a firm which has been in the business of installing similar materials for at least 5 consecutive years; and can show evidence of satisfactory completion of 5 projects of similar size and scope. Installer shall have applicators trained and approved by manufacturer for performing this Work. 1.4 DELIVERY, STORAGE AND HANDLING A. Store in accordance with manufacturer’s recommendations. Provide a uniform ambient temperature between 60 and 80 degrees F. HVAC REPLACEMENT PROJECT JOINT SEALANTS ROSEMEAD COMMUNITY RECREATION CENTER 07920-2 1.5 WARRANTY A. Manufacturer shall provide a 5 year material warranty. B. Installer shall provide a 2 year labor warranty. PART 2 PRODUCTS 2.1 GENERAL A. Furnish sealants meeting following in-service requirements: 1. Normal curing schedules are permitted. 2. Non-staining, color fastness (resistance to color change), and durability when subjected to intense actinic (ultraviolet) radiation are required. B. Furnish the products of only one manufacturer unless otherwise required, sealant colors as selected to match the adjoining surfaces. 2.2 MATERIALS A. Sealants: 1. Sealant 1: Acrylic latex, one-part, non-sag, mildew resistant acrylic emulsion compound complying with ASTM C 834, Type S, Grade NS, formulated to be paintable. a. Tremco Inc., Acrylic Latex Caulk. b. Bostik Construction Products Division, Chem-Calk 600. c. Pecora Corporation, AC-20. 2. Sealant 2: Butyl sealant, one-part, non-sag solvent-release-curing sealant complying with FS TT-S-001657 for Type 1 and formulated with a minimum of 75 percent solids. a. Tremco Inc., Tremco Butyl Sealant. b. Bostik Construction Products Division, Chem-Calk 300. c. Pecora Corp., BC-158. 3. Sealant 3: Silicone sealant, one-part non-acid-curing silicone sealant complying with ASTM C 920, Type S, Grade NS, Class 25. a. Dow Corning Corp., Dow Corning 790, 791, 795. b. General Electric Co., Silpruf. c. Tremco, Inc., Spectrem 1. d. Pecora Corp., 864. HVAC REPLACEMENT PROJECT JOINT SEALANTS ROSEMEAD COMMUNITY RECREATION CENTER 07920-3 4. Sealant 4: One-part mildew-resistant silicone sealant, complying with ASTM C 920, Type S, Grade NS, Class 25. a. Dow Corning Corp., Dow Corning 786. b. General Electric Co., Sanitary 1700. c. Tremco, Inc., Proglaze White. d. Pecora Corp. 863 White. 5. Sealant 5: One-part non-sag urethane sealant, complying with ASTM C 920, Type S, Grade NS, Class 25. a. Bostik Construction Products Div., Chem-Calk 900. b. Mameco International, Inc., Vulkem 116. c. Tremco, Inc., Dymonic. d. Sika Corporation, Sikaflex 1-A. 6. Sealant 6: Multi-part pouring urethane sealant, complying with ASTM C 920, Type M, Grade P, Class 25. a. Tremco, Inc., HPL. b. Mameco International, Inc., Vulkem 255. c. Sika Corporation, Sikaflex 2C NS/SL. d. W.R. Meadows, Pourthane. 7. Sealant 7: Acoustical sealant, non-drying, non-hardening permanently flexible conforming to ASTM D 217. a. Pecora Corp., BA-98 Acoustical Sealant. b. Tremco, Inc., Tremco Acoustical Sealant. c. United States Gypsum Co., Sheetrock Acoustical Sealant. B. Penetrations Through Fire Barriers: Refer to Section 07840: Fire Stops and Smoke Seals. 1. 3M Brand Fire Barrier Calk CP-25. 2. 3M Brand Fire Barrier Putty 303. C. Joint Backing: ASTM D 1056; round, closed cell Polyethylene Foam Rod; oversized 30 to 50 percent larger than joint width, reticulated polyolefin foam. D. Primer: Non-Staining Type. Provide primer as required and shall be product of manufacturer of installed sealant. E. Lacquer sealer shall be clear, as recommended by sealant manufacturer. HVAC REPLACEMENT PROJECT JOINT SEALANTS ROSEMEAD COMMUNITY RECREATION CENTER 07920-4 F. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer. G. Sealants shall have normal curing schedules, shall be nonstaining, color fast and shall resist deterioration due to ultraviolet radiation. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that joint openings are ready to receive Work and field tolerances are within the guidelines recommended by sealant manufacturer. 3.2 SURFACE PREPARATION A. Joints and spaces to be sealed shall be completely cleaned of all dirt, dust, mortar, oil, and other foreign materials which might adversely affect caulking Work. Where necessary, degrease with a solvent or commercial degreasing agent. Surfaces shall be thoroughly dry before application of sealants. B. If recommended by manufacturer, remove paint and other protective coatings from surfaces to be calked before priming and installation of sealants. C. Preparation of surfaces to receive sealant shall conform to the the sealant manufacturer's specifications. Provide air pressure or other methods to achieve required results. Provide masking tape to keep sealants off surfaces that will be exposed in finished Work. D. Etch concrete or masonry surfaces to remove excess alkalinity, unless sealant manufacturer's printed instructions indicate that alkalinity does not interfere with sealant bond and performance. Etch with 5 percent solution of muriatic acid; neutralize with dilute ammonia solution, rinse thoroughly with water and allow to dry before sealant installation. E. Perform preparation in accordance with ASTM C 804 for solvent release sealants, and ASTM C 962 for elastomeric sealants. F. Protect elements surrounding Work of this section from damage or disfiguration. 3.3 SEALANT APPLICATION SCHEDULE Location Type Color A. Exterior & Interior joints in Sealant 6 To match adjacent horizontal surfaces of concrete; material between metal & concrete masonry and mortar. B. Exterior door, entrance & window Sealant 3 or 5 To match adjacent frames. Exterior & interior vertical material joints in concrete & masonry metal flashing. C. Joints within glazed curtain wall Sealant 3 Translucent or Black system. Skylight framing system. Aluminum entrance system glass and glazing. HVAC REPLACEMENT PROJECT JOINT SEALANTS ROSEMEAD COMMUNITY RECREATION CENTER 07920-5 D. Interior joints in ceramic tile Sealant 4 Translucent or White and at plumbing fixtures. E. Under thresholds. Sealant 2 Black F. All interior joints Sealant 1 To Match Adjacent not otherwise scheduled Surfaces G. Heads and sills, perimeters of frames Sealant 7 Match Adjacent Surfaces and other openings in insulated partitions 3.4 APPLICATION A. Provide sealant around all openings in exterior walls, and any other locations indicated or required for structure weatherproofing and/or waterproofing. B. Sealants shall be installed by experienced mechanics using specified materials and proper tools. Preparatory Work (cleaning, etc.) and installation of sealant shall be as specified and in accordance with manufacturer's printed instructions and recommendations. C. Concrete, masonry, and other porous surfaces, and any other surfaces if recommended by manufacturer, shall be primed before installing sealants. Primer shall be installed with a brush that will reach all parts of joints to be filled with sealant. D. Sealants shall be stored and installed at temperatures as recommended by manufacturer. Sealants shall not be installed when they become too jelled to be discharged in a continuous flow from gun. Modification of sealants by addition of liquids, solvents, or powders is not permitted. E. Sealants shall be installed with guns furnished with proper size nozzles. Sufficient pressure shall be furnished to fill all voids and joints solid. In sealing around openings, include entire perimeter of each opening, unless indicated or specified otherwise. Where gun installation is impracticable, suitable hand tools shall be provided. F. Sealed joints shall be neatly pointed on flush surfaces with beading tool, and internal corners with a special tool. Excess material shall be cleanly removed. Sealant, where exposed, shall be free of wrinkles and uniformly smooth. Sealing shall be complete before final coats of paint are installed. G. Comply with sealant manufacturer's printed instructions except where more stringent requirements are indicated on Drawings or specified. H. Partially fill joints with joint backing material, furnishing only compatible materials, until joint depth does not exceed 1/2 inch joint width. Minimum joint width for metal to metal joints shall be 1/4 inch. Joint depth, shall be not less than 1/4 inch and not greater than 1/2 inch. I. Install sealant under sufficient pressure to completely fill voids. Finish exposed joints smooth, flush with surfaces or recessed as indicated. Install non-tracking sealant to concrete expansion joints subject to foot or vehicular traffic. HVAC REPLACEMENT PROJECT JOINT SEALANTS ROSEMEAD COMMUNITY RECREATION CENTER 07920-6 J. Where joint depth prevents installation of standard bond breaker backing rod, furnish non-adhering tape covering to prevent bonding of sealant to back of joint. Under no circumstances shall sealant depth exceed 1/2 inch maximum, unless specifically indicated on Drawings. K. Prime porous surfaces after cleaning. Pack joints deeper than 3/4 inch with joint backing to within 3/4 inch of surface. Completely fill joints and spaces with gun applied compound, forming a neat, smooth bead. 3.5 MISCELLANEOUS WORK A. Sealing shall be provided wherever required to prevent light leakage as well as moisture leakage. Refer to Drawings for condition and related parts of Work. B. Install sealants to depths as indicated or, if not indicated, as recommended by sealant manufacturer but within following general limitations: 1. For joints in concrete walks, slab and paving subject to traffic, fill joints to a depth equal to 75 percent of joint width, but not more than 3/4 inch deep or less than 3/8 inch deep, depending on joint width. 2. For building joints, fill joints to a depth equal to 50 percent of joint width, but not more than 1/2 inch deep or less than 1/4 inch deep. 3.6 CLEANING A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. 3.7 CURING A. Sealants shall cure in accordance with manufacturer's printed recommendations. Do not disturb seal until completely cured. 3.8 PROTECTION A. Protect the Work of this section until Substantial Completion. --End of Section -- HVAC REPLACEMENT PROJECT FIRESTOPPING JOINT SEALERS ROSEMEAD COMMUNITY RECREATION CENTER 07274-1 SECTION 07274 FIRESTOPPING JOINT SEALERS PART 1 GENERAL 1.1 SUMMARY A. Furnish and install firestopping joint sealers where affected by new construction or where new work penetrates fire rated construction. 1.2 SUBMITTALS A. Shop Drawings shall be submitted to the Architect for approval and shall include manufacturer's descriptive data, typical details, installation instructions and the fire-test data and/or report as appropriate for the time-rated construction and location. B. The fire-test data shall include a certification by a nationally recognized testing authority or by other supporting evidence satisfactory to the Architect. PART 2 PRODUCTS 2.1 FIRE-STOPPING JOINT SEALANTS A. Provide manufacturer's standard fire-stopping sealant, with accessory materials, having fire-resistance ratings indicated per ASTM E 814 by U.L. Inc. or other testing and inspecting agency acceptable to authorities having jurisdiction. B. Foamed-In-Place Fire-Stopping Sealant: Two-part, foamed-in-place, silicone sealant for use in a through-penetration fire-stop system for filling openings around cables, conduit, pipes and similar penetrations through walls and floors. C. One-Part Fire-Stopping Sealant: One part elastomeric sealant formulated for use in a penetration fire stop system for sealing openings around cables, conduit, pipes and similar penetrations. PART 3 EXECUTION 3.1 INSTALLATION A. Provide firestopping sealants in the following locations: Duct, cable, conduit, and through time-rated partitions or fire walls. B. Install sealants at locations shown or specified and in accordance with manufacturers' written instructions and fire test report. --End of Section -- HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-1 SECTION 06100 ROUGH CARPENTRY PART 1 GENERAL 1.1 SUMMARY A. Provide and install wood framing and finish carpentry as shown on the Drawings and as specified herein. Work includes all connectors, and related hardware and materials, and the following: 1. Framing with dimension lumber. 2. Rooftop equipment base modification and support curbs. 3. Rooftop Duct penetration support curbs. 4. Wood blocking, cants and nailers. 5. Sheathing. 6. Plywood backing panels. 7. Related framing anchors and connectors B. Where additional instructions are required, work shall be as directed by the Architect. 1.2 DEFINITIONS A. Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless otherwise indicated. B. Exposed Framing: Dimension lumber not concealed by other construction. C. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. NELMA -Northeastern Lumber Manufacturers Association. 2. RIS -Redwood Inspection Service. 3. APA – American Plywood Association. 4. WCLIB -West Coast Lumber Inspection Bureau. 5. WWPA -Western Wood Products Association. 1.3 SUBMITTALS A. Product Data: 1. For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-2 2. Custom and heavy metal framing connectors. 1.4 QUALITY ASSURANCE A. Inspection Agencies: Inspection agencies and the abbreviations used to reference them with lumber grades and species include the following: 1. WCLIB -West Coast Lumber Inspection Bureau. 2. WWPA -Western Wood Products Association. B. Industry Standards: 1. Lumber Grading Agency: Certified by WCLIB or WWPA as pertinent to product. a. Do not apply inspection service grade mark on timber shown as exposed in the work and with transparent finish. b. Submit certificate of grade compliance, obtained from grading agency with each shipment. 2. Plywood Grading Agency: Certified by APA. C. Regulatory Requirements: Conform to Building Code for the City of Oxnard for member and fastener sizes and type of fasteners, unless otherwise indicated on Drawings. D. Single-Source Responsibility for Engineered Wood Products: Obtain each type of engineered wood products from one source from a single manufacturer. E. Lumber showing visible signs of mold growth: 1. Any lumber showing visible signs of mold growth shall be removed from the project site or cleaned as outlined below. 2. The contractor is responsible for all costs associated with cleaning, post-cleaning testing, and reporting for lumber with mold. a. Lumber that shows visible signs of mold growth prior to, or after installation, shall be cleaned pursuant to USEPA’s guidance publication “Mold Remediation in Schools and Commercial Buildings” dated March 2001 (EPA 402-K-01.001). b. A minimum of 10% of the total locations cleaned must be sampled (tape lift method) post cleaning to ensure cleaning effort was successful. Cleaning will be considered acceptable when tape lift sample results evaluated by direct microscopic examination determine that the general abundance of mold is non-detect or rare (normal trapping to 1+). c. A report prepared by a Certified Industrial Hygienist (CIH) that details the sampling and cleaning results shall be prepared and submitted to the Owner for review and approval. d. Cleaned lumber shall not be installed or enclosed by finish materials until approval of test results. Cleaned lumber must meet moisture content requirements as required elsewhere in this specification prior to installation or application of finishes. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-3 1.5 DELIVERY, STORAGE AND HANDLING A. Lumber Delivery and Storage: Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. 1. Stack lumber as well as plywood and other panels. 2. Provide for air circulation within and around stacks and under temporary coverings including polyethylene and similar materials. 1.6 WOOD FRAMING COORDINATION A. Coordinate electrical stub-ups with framing plan. Coordinate girders, floor joists, and stud walls with plumbing HVAC ducts and vents. B. Supply and coordinate in-wall fixture and equipment support such as in-wall blocking, anchors, brackets, grounds, curbs, and other supports. C. Install plaster grounds as detailed and as per trade association standards. D. Provide joints and connectors at non-wood construction to allow for shrinkage, expansion and other movement of the wood. Provide clearances between framing and other construction that may be subject to differential movement. E. Provide fire protection facilities and all necessary fire protection precautions during construction. Install required concealed fireproofing such as under enclosed stairs. Provide openings for inspection of concealed work before closing in. F. Check and verify correctness of each stage of framing before installing subsequent framing. Remove all unusable wood scraps from site weekly at minimum and between each phase of framing. Call for Architect and/or building department inspection before closing up concealed work. PART 2 PRODUCTS 2.1 WOOD PRODUCTS IN GENERAL A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4. Provide dressed lumber, S4S, unless otherwise indicated on structural drawings. 5. Concealed Lumber: provide dry lumber with 19 percent maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-4 6. Exposed Lumber: provide dry lumber with 15 percent maximum moisture content at time of dressing for 2-inch nominal (38-mm actual) thickness or less, unless otherwise indicated. 7. Sill Plates: Pressure preservative treated, No. 1 grade, douglas fir. 8. Studs: No. 1 grade unless otherwise indicated on Drawings. 9. Structural Framing, Posts: 4-inches thick, 4-inches and wider, No. 1 grade, douglas fir, unless otherwise indicated on Drawings. 10. Structural Light Framing, Rafters: 2-to 4-inches thick, 2-to 4-inches wide, No. 1 grade, douglas fir, unless otherwise indicated on Drawings. 11. Structural Framing, Joists: 2-to 4-inches thick, 5-inches and wider, No. 1 grade, douglas fir, unless otherwise indicated on Drawings. 12. Non-load Bearing and Furring: Douglas fir, No. 1 grade, unless otherwise indicated on Drawings. 13. Rafters: 2-to 4-inches thick, 2-to 4-inches wide, No. 1 grade, douglas fir-larch, unless otherwise indicated on Drawings. 14. Joists: 2-to 4-inches thick, 5-inches and wider, No. 1 grade, douglas fir-larch, unless otherwise indicated on Drawings. See miscellaneous framing below for additional requirements at exposed framing. 15. Miscellaneous Framing: For site structures and other exposed conditions, provide No. 1 grade douglas fir-larch or better, selected for appearance. At site structures, provide light sandblast finish on exposed wood framing. 16. Wane: Limit wane to 5 percent of members in accordance with WWPA standards. Do not locate members with wane at plywood sheathing joints, at solid blocking or at double plates. 2.2 WOOD STRUCTURAL PANELS: A. Plywood Materials, General: APA Performance-Rated Panels, Group 1 Series, PS 1-95, species and thickness as indicated on Drawings and as specified herein. B. Plywood Panels for Roof Sheathing: Douglas fir, Structural I, APA RATED SHEATHING. 1. Exposure Durability Classification: Exposure 1. 2. Thickness: As indicated on the Drawings. 3. Edge detail, low slope roofs: Square if all edges supported on framing or tongueand-groove (T&G) if edges are unsupported. Plyclips will not be acceptable. 4. Span Rating = Not less than 24” or as indicated on the drawings. D. Plywood Panels for Wall Sheathing: Douglas fir, Structural I, APA RATED SHEATHING. 1. Exposure Durability Classification: Exposure 1. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-5 2. Thickness: As indicated on the Drawings. 3. Edge detail: Square. 4. Span Rating = Not less than 24”. 2.3 PRESERVATIVE TREATED WOOD PRODUCTS A. Wood Treatments, General: Where used for exposed locations, treatment materials shall be types guaranteed to not adversely affect durability and appearance of applied finishes. 1. Treatment materials having a highly persistent, noticeable residual odor will not be permitted. 2. After treatment, kiln or air dry lumber and plywood to a moisture content of 19 percent or less. B. Preservative Treatment, Members Intended for Finishing: Water-borne salt preservatives for painted, stained, or exposed natural wood product, AWPB LP-2, above ground application and AWPB LP-22, ground contact application. C. Preservative Treatment, Members Not Intended for Finishing: Oil-borne preservatives for any construction except when in contact with salt water, AWPB LP-33, ground contact application, light petroleum solvent. 2.4 FRAMING CONNECTORS: A. Specified Manufacturer: Simpson Strong-Tie Co., Pleasanton, CA (510/460-9912 or 800/999-5099; local representatives, Brea, CA (714/871-8373 or 800/999-5099). B. Acceptable Manufacturers: Equivalent products of other manufacturers will be considered in accordance with the substitution provision specified. Substitutions shall have equivalent values according to current ICC-ES or LA Research Report and shall be used only with prior approval of Architect, based on review by Structural Engineer. C. Light framing connectors: Simpson Strong-Tie Connectors, formed of sheet steel, catalog number as indicated on the Drawings and to suit Project conditions. D. Heavy framing connectors: Simpson Strong-Tie Connectors, formed of steel plate or heavy gage steel sheet, catalog number as indicated on the Drawings and to suit Project conditions. Provide custom or special-order framing connectors as necessary to suit Project conditions and as indicated on the Drawings. 1. Stock framing connectors: Simpson -Strong Tie Connectors, catalog number as indicated on the Drawings and to suit Project conditions. 2. Custom framing connectors: Fabricated as indicated on Drawings and as specified in Section 05505 -Miscellaneous Metal Fabrications. E. Finishes: 1. Light framing connectors: Provide manufacturer's standard galvanized finish. 2. Heavy framing connectors, exterior: Hot-dipped galvanized, equivalent to ASTM A525, Coating Designation G90. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-6 3. Heavy framing connectors, interior: Plain steel with shop primer paint finish, as specified in Section 05505 -Miscellaneous Metal Fabrications. 4. Custom framing connectors: Fabricated as specified in Section 05505 -Miscellaneous Metal Fabrications. At interior and concealed locations, provide plain steel with shop primer paint finish. At exterior locations, provide hot-dipped galvanized finish. 2.5 FASTENERS AND ANCHORS A. Fasteners, General: Size and type as required by California Building Code (CBC) requirements and as indicated on Drawings. Provide electro-galvanized finish at interior high humidity locations and exterior locations not directly exposed to weather. Provide hot-dipped galvanized at exterior locations directly exposed to weather. Plain finish may be provided elsewhere. B. Anchor Bolts: ASTM A36/A307 or as indicated on Drawings, galvanized steel at exterior locations. 1. Do not upset threads on bolts. 2. Anchor bolts for hold-downs shall be headed. C. Machine Bolts: ASTM A307, hex head and nut, full bearing on unthreaded shank, length for maximum 1-1/2 inch beyond nut, with steel washer under head and nut. Provide hotdipped galvanized finish at exterior locations. D. Lag Bolts and Screws: Fed Spec FF-S-588, size as indicated on Drawings. E. Nails, Typical: Common wire, sizes as indicated on Drawings and as required by the Building Codes for the City of Oxnard and applicable reference standard. 1. No box nails shall be used. 2. Machine applied nailing will be subject to approval as specified on the Drawings and as approved by code authority having jurisdiction. F. Screws: Fed Spec FF-S-85, Fed Spec FF-S-92 and Fed Spec FF-S-111, type and grade best suited for the purpose, size as indicated on Drawings. G. Construction Adhesive: APA Spec. AFG-01. H. Grout for Sill Plates: Type S mortar cement grout in accordance with Building Codes for the City of Oxnard. 2.6 WOOD PRESERVATIVE TREATMENTS A. Wood Preservative Preservative Treatments, General: Where lumber or plywood is indicated as preservative-treated or is specified to be treated, comply with applicable requirements of AWPA C2 (Lumber) and AWPA C9 (Plywood). 1. Mark each treated item with the Quality Mark Requirements of an inspection agency approved by American Lumber Standards Committee (ALSC) Board of Review. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-7 B. Wood Members Located Above Ground: Pressure-treat above ground items with waterborne preservatives to a minimum retention of 0.25 pcf. After treatment, kiln dry lumber and plywood to a maximum moisture content of, respectively, 19 percent and 15 percent. Treat indicated items and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping and similar members related to roofing, flashing, vapor barriers and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping and similar concealed members in contact with masonry or concrete. 3. Wood floor plates installed over concrete slabs directly in contact with ground. C. Wood Members Located in Contact with Ground: Pressure-treat wood members in contact with ground or fresh water with water-borne preservatives to a minimum retention of 0.40 pcf. D. Coordination with Fabrication: Complete fabrication of treated items prior to treatment, treatment, where possible. If cut after treatment, coat cut surfaces in compliance with AWPA M4. Inspect each piece of lumber or plywood after drying and discard damaged or defective pieces. 2.7 FIRE RETARDANT PROTECTION A. Wood and plywood specified as fire retardant protected wood shall be treated by approved methods and materials and shall be dried following treatment to a maximum moisture content as follows: 1. Solid sawn lumber 2 inches in thickness or less: 19 percent. 2. Plywood: 15 percent. 2.8 PLYWOOD BACKING PANELS A. Telephone and Electrical Equipment Backing Panels: DOC PS 1, Exposure 1, C-D Plugged, fire-retardant treated, in thickness indicated or, if not indicated, not less than 1/2 inch (12.7 mm) thick. 2.9 MISCELLANEOUS MATERIALS A. Building Paper: Asphalt-saturated organic felt complying with ASTM D 226, Type I (No. 15 asphalt felt), unperforated. B. Building Wrap: Air-retarder sheeting made from polyolefins; cross-laminated films, woven strands, or spun-bonded fibers; coated or uncoated; with or without perforations; and complying with ASTM E 1677, Type I. 1. Thickness: Not less than 3 mils (0.08 mm). 2. Permeance: Not less than 10 perms (575 ng/Pa x s x sq. m). 3. Flame-Spread Index: 25 or less per ASTM E 84. 4. Allowable Exposure Time: Not less than three months. C. Building Wrap Tape: Pressure-sensitive plastic tape recommended by building wrap manufacturer for sealing joints and penetrations in building wrap. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-8 D. Sheathing Tape: Pressure-sensitive plastic tape for sealing joints and penetrations in sheathing and recommended by sheathing manufacturer for use with type of sheathing required. E. Sill-Sealer Gaskets: Glass-fiber-resilient insulation, fabricated in strip form, for use as a sill sealer; 1-inch (25-mm) nominal thickness, compressible to 1/32 inch (0.8 mm); selected from manufacturer's standard widths to suit width of sill members indicated. F. Sill-Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch (6.4 mm) thick, selected from manufacturer's standard widths to suit width of sill members indicated. G. Adhesives for Field Gluing Panels to Framing: Formulation complying with APA AFG-01 that is approved for use with type of construction panel indicated by both adhesive and panel manufacturers. H. Water-Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo-2-propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction. B. Do not use materials with defects that impair quality of rough carpentry or pieces that are too small to use with minimum number of joints or optimum joint arrangement. C. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Published requirements of metal framing anchor manufacturer. 2. Table 23-II-B-1, "Nailing Schedule," and Table 23-II-B-2, "Wood Structural Panel Roof Sheathing Nailing Schedule," in the Uniform Building Code. D. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; predrill as required. E. Use finishing nails for exposed work, unless otherwise indicated. Countersink nail heads and fill holes with wood filler. 3.2 WOOD BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-9 3.3 WOOD FRAMING INSTALLATION, GENERAL A. Framing Standard: Comply with AFPA's "Manual for Wood Frame Construction," unless otherwise indicated. B. Do not splice structural members between supports. C. Where built-up beams or girders of 2-inch nominal-(38-mm actual-) dimension lumber on edge are required, fasten together with 2 rows of 20d (100-mm) nails spaced not less than 32 inches (812 mm) o.c. Locate one row near top edge and other near bottom edge. 3.4 WALL AND PARTITION FRAMING INSTALLATION A. General: Arrange studs so wide face of stud is perpendicular to direction of wall or partition and narrow face is parallel. Provide single bottom plate and double top plates using members of 2-inch nominal (38-mm actual) thickness whose widths equal that of studs. Anchor or nail plates to supporting construction, unless otherwise indicated. 1. Provide nominal 3-inch bottom plates where indicated on drawings. 2. Provide single bottom plate and double top plates, nominal 2-inches thick by width of studs. Provide nominal 3-inch bottom plates where indicated on Drawings. 3. Overlap double plates minimum of 4 feet or as indicated on Drawings and at corners and intersections. Face nail upper plate to lower top plate as indicated on Drawings. B. Construct corners and intersections with three or more studs. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. 1. Provide continuous horizontal blocking at midheight of partitions more than 96 inches (2438 mm) high, using members of 2-inch nominal (38-mm actual) thickness and of same width as wall or partitions. C. Fire block concealed spaces of wood-framed walls and partitions at each floor level and at ceiling line of top story. Where fire blocking is not inherent in framing system used, provide closely fitted wood blocks of 2-inch nominal-(38-mm actual-) thick lumber of same width as framing members. D. Frame openings with multiple studs and headers. Provide nailed header members of thickness equal to width of studs. Set headers on edge and support on jamb studs. See structural drawings for specific details. E. Provide bracing in exterior walls, at both walls of each external corner, full-story height, unless otherwise indicated. 3.5 CEILING JOIST AND RAFTER FRAMING INSTALLATION A. Ceiling Joists: Install ceiling joists with crown edge up and complying with requirements specified above for floor joists. Face nail to ends of parallel rafters. 1. Where ceiling joists are at right angles to rafters, provide additional short joists parallel to rafters from wall plate to first joist; nail to ends of rafters and to top plate and nail to first joist or anchor with framing anchors or metal straps. Provide 1-by-8-inch nominal-(19-by-184-mm actual-) size or 2-by-4-inch HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-10 nominal-(38-by-89-mm actual-) size stringers spaced 48 inches (1200 mm) o.c. crosswise over main ceiling joists. B. Rafters: Notch to fit exterior wall plates and toe nail or use metal framing anchors. Double rafters to form headers and trimmers at openings in roof framing, if any, and support with metal hangers. Where rafters abut at ridge, place directly opposite each other and nail to ridge member or use metal ridge hangers. 1. At valleys, provide double-valley rafters of size indicated or, if not indicated, of same thickness as regular rafters and 2 inches (50 mm) deeper. Bevel ends of jack rafters for full bearing against valley rafters. 2. At hips, provide hip rafter of size indicated or, if not indicated, of same thickness as regular rafters and 2 inches (50 mm) deeper. Bevel ends of jack rafters for full bearing against hip rafter. C. Provide collar beams (ties) as indicated or, if not indicated, provide 1-by-6-inch nominal-(19-by-140-mm actual-) size boards between every third pair of rafters, but not more than 48 inches (1219 mm) o.c. Locate below ridge member, at third point of rafter span. Cut ends to fit roof slope and nail to rafters. D. Provide special framing as indicated for eaves, overhangs, dormers, and similar conditions, if any. 3.6 WOOD STRUCTURAL PANEL INSTALLATION A. General: Comply with applicable recommendations contained in APA Form No. E30K, "APA Design/Construction Guide: Residential & Commercial," for types of structural-use panels and applications indicated. 1. Comply with "Code Plus" provisions in above-referenced guide. B. Fastening Methods: Fasten panels as indicated below: 1. Combination Subfloor-Underlayment: a. Glue and nail to wood framing. b. Space panels 1/8 inch (3 mm) apart at edges and ends. 2. Subflooring: a. Glue and nail to wood framing. b. Space panels 1/8 inch (3 mm) apart at edges and ends. 3. Sheathing: a. Nail to wood framing. b. Space panels 1/8 inch (3 mm) apart at edges and ends. 4. Underlayment: a. Nail to subflooring. HVAC REPLACEMENT PROJECT ROUGH CARPENTRY ROSEMEAD COMMUNITY RECREATION CENTER 06100-11 b. Space panels 1/32 inch (0.8 mm) apart at edges and ends. c. Fill and sand edge joints of underlayment receiving resilient flooring just before installing flooring. 5. Plywood Backing Panels: Nail or screw to supports. 3.7 BUILDING PAPER APPLICATION A. Apply building paper horizontally with 2-inch (50-mm) overlap and 6-inch (150-mm) end lap; fasten to sheathing with galvanized staples or roofing nails. Cover upstanding flashing with 4-inch (102-mm) overlap. 3.8 BUILDING WRAP APPLICATION A. Cover wall sheathing with building wrap as indicated. 1. Comply with manufacturer's written instructions. 2. Cover upstanding flashing with 4-inch (102-mm) overlap. 3. Seal seams, edges, and penetrations with tape. 4. Extend into jambs of openings and seal corners with tape. 3.10 SHEATHING TAPE APPLICATION A. Apply sheathing tape to joints between sheathing panels and at items penetrating sheathing. Apply at upstanding flashing to overlap both flashing and sheathing. --End of Section -- HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MOTOR CONTROL RECREATION CENTER 16480-1 SECTION 16480 MOTOR CONTROL PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. Manual motor starters. 2. Magnetic motor starters. 3. Combination magnetic motor starters. 1.2 RELATED ITEMS A. Section 01600 – Materials and Equipment: General requirements for Owner-supplied equipment. B. Section 15781 – Packaged Rooftop Air Conditioning C. Section 15782 – Packaged Split Air Conditioning System D. Section 15850 – Air Handling E. Section 16110 – Conduit F. Section 16180 – Electrical Connections for Equipment G. Section 16190 – Supporting Devices H. Section 16195 – Electrical Identification I. Section 16440 – Disconnect Switches 1.3 REFERENCES A. UL 198E -Class R Fuses. B. NEMA ICS-6 -Enclosures for Industrial Controls and Systems. C. NEMA ICS 2 -Industrial Control Devices, Controllers, and Assemblies. D. NEMA KS1 -Enclosed Switches. E. NEMA PB 1.1 -Instructions for Safe Installation Operation and Maintenance of Panelboards Rated 600 Volts or less. 1.4 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300 – Submittals. B. Provide product data on motor starters and combination motor starters, relays, pilot devices, and switching and over current protective devices. C. Submit manufacturers’ instructions under provisions of Section 01300 – Submittals. D. Submit operation and maintenance data under provisions of Section 01700. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MOTOR CONTROL RECREATION CENTER 16480-2 E. Include spare parts data listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store and protect products under provisions of Section 01600 – Materials and Equipment. B. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS -MOTOR STARTERS A. Allen Bradley. B. General Electric. C. Square D. D. Cutler-Hammer. E. Substitutions: Under provisions of Section 01600. 2.2 MANUAL MOTOR STARTERS A. Fractional Horsepower Manual Starter: NEMA ICS 2; AC general-purpose Class A manually operated, 1 or 2 pole, full-voltage controller for fractional horsepower induction motors, with thermal overload unit, red pilot light, and toggle operator. B. Enclosure: NEMA ICS 6; Type 1B. 2.3 MAGNETIC MOTOR STARTERS A. Magnetic Motor Starters: NEMA ICS 2; AC general-purpose Class A magnetic controller for induction motors rated in horsepower. B. Full Voltage Starting: Non-reversing type. C. Coil Operating Voltage: 120 volts, 60 Hertz. D. Size: NEMA ICS 2; size as shown on Drawings. E. Control Transformer: Integral with starter, providing 120 volt control power. F. Overload Relay: NEMA ICS 2; bi-metal. G. Control Device: Hand-Off-Auto selector switch, spring return to “OFF” from hand position. If indicated, provide “ON-OFF” push button, mounted in cover. H. Indicator Lights: Red jewel pilot light on cover, illuminated while motor is running. I. Enclosure: NEMA ICS 6; Type 1 for interior use and Type 3R where subject to moisture or on building exterior. J. Combination Motor Starters: Combine motor starters with fusible switch disconnect in common enclosure. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY MOTOR CONTROL RECREATION CENTER 16480-3 K. Auxiliary Contacts: NEMA ICS 2; two field convertible contacts in addition to seal-in contact. 2.4 FUSES A. Acceptable Manufacturers: 1. Bussmann. 2. Gould-Shawmutt. 3. Littelfuse. B. Fuses: UL 198E, Class RK5; dual element, current limiting, time delay, one-time fuse, 600 volt or 250 volt as indicated on the Drawings. C. Interrupting Rating: 200,000 RMS amperes. PART 3 – EXECUTION 3.1 INSTALLATION A. Refer to motor and equipment schedule on Drawings for items requiring motor control equipment. B. Install motor control equipment in accordance with manufacturer’s instructions. C. Install fuses in fusible switches. D. Select and install heater elements in motor starters to match installed motor characteristics. E. Motor Data: Provide neatly typed label inside each motor starter enclosure door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. F. Provide nameplate on each starter indicating motor served. END OF SECTION HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONTACTORS RECREATION CENTER 16485-1 SECTION 16485 CONTACTORS PART 1 – GENERAL 1.1 SUMMARY A. Section Includes: 1. General purpose contactors. 2. IEC contactors for HVAC control. 3. Enclosures. 4. Installation of Owner-supplied cabinet mounted contactors. 1.2 RELATED ITEMS A. Section 16180 – Electrical Connections for Equipment B. Section 16190 – Supporting Devices C. Section 16195 – Electrical Identification D. Section 16470 – Panelboards 1.3 REFERENCES A. ANSI/NFPA 70 -National Electrical Code. B. NEMA ICS 6 -Enclosures for Industrial Controls and Systems. C. NEMA ICS 2 -Industrial Control Devices, Controllers, and Assemblies. 1.4 DESCRIPTION OF WORK A. Contactors shall be furnished as part of the work Section 16470 – Panelboards or part of EMS vendor. 1.5 SUBMITTALS A. Submit product data under provisions of Section 01300 – Submittals. 1. Include outline drawings with dimensions, and equipment ratings for voltage, capacity, and poles. B. Submit manufacturer’s instructions under provisions of Section 01300 – Submittals. PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS -CONTACTORS A. Automatic Switch Company (ASCO). B. Cutler-Hammer. C. Square D Company. HVAC REPLACEMENT FOR ROSEMEAD COMMUNITY CONTACTORS RECREATION CENTER 16485-2 2.2 GENERAL PURPOSE CONTACTORS A. Contactors: NEMA ICS 2; ac general purpose magnetic. 1. Mechanically held. 2. 3 wire control. B. Coil Operating Voltage: 120 volts, 60 Hertz. C. Contacts: Totally enclosed, double –break silver-cadmium-oxide power contacts. 1. 3 pole, 600 volts, 60 Hertz. 2. Size as indicated on Drawings. D. Wiring: Straight –through wiring with terminals clearly marked. 1. Provide solderless pressure wire terminals. E. Enclosure: NEMA ICS 6; Type 1. PART 3 – EXECUTION 3.1 INSTALLATION A. Install Owner’s contactor cabinets in accordance with manufacturer’s instructions where shown on drawings. Make 120 volt control connections and connect from load controlled (such as light fixtures) to load side of individual contactors and from branch circuit breakers to line side of individual contactor. B. Provide 120 volt control circuit to control coil of contactors for contactors in panelboards. C. Provide 3 wire, 120 volt connection between owner provided contactor cabinet control terminal blocks and panelboard contactor latch, unlatch and common terminals. 3.2 CONTACTOR SCHEDULE A. The contactors shall control every single lighting circuit in the station. END OF SECTION HVAC REPLACEMENT PROJECT DEMOLITION ROSEMEAD COMMUNITY RECREATION CENTER 02050 -1 SECTION 02050 DEMOLITION PART 1 GENERAL 1.1 SUMMARY A. Carefully demolish all existing structures and improvements indicated or noted on the Contract Drawings to be demolished and remove them from the premises. B. Related Work Sections: 1. Documents affecting work of this Section include, but are necessarily limited to the GENERAL CONDITIONS, and Sections in GENERAL REQUIREMENTS of DIVISION 1 of these Specifications. 2. Asbestos & Lead Paint Abatement Work in Contract Appendix Part “D” & Part “E” 1.2 QUALITY ASSURANCE A. Labor: Use adequate numbers of skilled laborers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Codes and Regulations: Comply with all applicable Government Codes and Regulations especially meeting safety standards and regulations of CAL/OSHA. Provide additional measures, added materials and devices as may be needed as directed by the Owner or the Consultant, at no added cost to the Owner. 1.3 MISCELLANEOUS GENERAL REQUIREMENTS A. General: Comply with the following as specified in the General Conditions and Division 1 1. Erection and maintenance of protections. 2. Dust Control. 3. Repair of Damages. 4. Cleaning and removal of rubbish and debris. B. Notifications Concerning Utilities: All Utility Companies owning conduit, pipes and sewers running to and from Owner properties to be notified to make arrangements for their removal or capping in accordance with instructions from the Owner’s Representative or the Consultant. 1. Notify the Owner (310-217-8363) when utilities should be turned off or vacated for demolition purposes. 2. Repair damaged or broken existing utilities subject to the approval of the Owner’s Representative or the Consultant at no added cost to the Owner. HVAC REPLACEMENT PROJECT DEMOLITION ROSEMEAD COMMUNITY RECREATION CENTER 02050 -2 C. Protection of Site Improvements: As required by approved methods as and as authorized by the Owner’s Representative or the Consultant as follows as applicable: 1. Protect all existing improvements that are to remain in-place. 2. Remove all protections when work is completed and when authorized by the Owner’s Representative or the Consultant. D. Repair of Damage: 1. The Contractor shall repair any damage to existing improvements that may have been caused by his or her operations outside the scope of work of this Section, at no cost to the Owner. 2. Methods: Repair or replace existing damaged improvements with new materials as necessary for restoration of damaged areas or surfaces to a condition equal to and matching that existing prior to damage occurrence, to the full satisfaction and approval of the Owner or its authorized representative. E. Scheduling of Work Operations: Submit demolition and removal schedule and procedures to the Owner’s Representative or the Consultant within 15 days after date of Owner-Contractor Agreement. F. Non-Interference: Conduct demolition and removal operations in a manner to minimize interference with Owner’s operations in adjacent areas. Maintain protected egress and access at all times during Contracted Work operations. G. Control the generation of dust by wetting down materials that are susceptible to the production of particulate matter. Use an approved dust palliative where appropriate. H. Traffic Obstruction. Do not close, obstruct, or store material or equipment in street, sidewalks, alleys or passageways in accordance with the requirements of the Regulatory Agencies having jurisdictions and Section 0700 General Conditions and 0800 Supplemental Conditions 1.4 WORK PLAN A. Submit a demolition work plan to the Owner’s Representative in accordance with Section 01340. The procedures planned and proposed for the accomplishment of the work. The procedures shall provide for safe conduct of the work, careful removal and protection of property, which is to remain undisturbed, coordination with other work in progress, and timely disconnection of utility services. B. The plan shall include a detailed description of the methods and equipment to be used for each operation, and the sequence of operations. HVAC REPLACEMENT PROJECT DEMOLITION ROSEMEAD COMMUNITY RECREATION CENTER 02050 -3 PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 SITE CONDITIONS A. Examine the Job-site areas and conditions under which work of this Section will be performed. B. Correct conditions detrimental to timely and proper completion of Contracted Work as directed by the Owner’s Representative or the Consultant. Do not proceed with Contracted Work until detrimental conditions have been corrected. 3.2 DEMOLITION A. Prior to start of demolition operations carefully study the Contract Drawings and these Specifications. In the company of the Owner’s Representative, Owner authorized representative or the Consultant, visit the job-site as necessary to further verify the extent of the work to be performed under this Contract. B. Discovery of Hazardous Substances: Conform to provisions of the GENERAL CONDITIONS and Asbestos & Lead Paint Abatement Work in Contract Appendix Part “D” & Part “E” C. Coordination: Fully coordinate work of this Section with other Contracted Work operations so as not to interfere with Owner operations on the job-site. 3.3 REPLACEMENTS A. In the event of demolition of items not so scheduled to be demolished or removed, promptly replace such items to the approval of the Owner’s Representative, authorized representative or Consultant, at no added cost to the Owner. 3.4 CLEAN-UP AND DISPOSAL Comply with applicable requirements of agencies having jurisdiction. Refer to Section 01505, PROJECT WASTE MANAGEMENT A. 3.5 REMOVAL A. Unless otherwise specified, all materials removed shall become the property of Contractor and shall be removed completely away from the Project site. Refer to Section 01505, PROJECT WASTE MANAGEMENT 3.6 BURNING A. The use of burning at the project site for the disposal of refuse and debris will not be permitted. 3.7 USE OF EXPLOSIVES A. Use of explosives will not be permitted. HVAC REPLACEMENT PROJECT DEMOLITION ROSEMEAD COMMUNITY RECREATION CENTER 02050 -4 3.8 PROTECTION OF TREES A. Trees within the project site which might be damaged during demolition and which are indicated to be left in place shall be protected by a 6-foot high chain link fence. The fence shall be securely erected a minimum of 5 feet from the trunk of individual trees or follow the outer perimeter of branches or clumps of trees. B. All trees that are to remain that are damaged during the work under this contract shall be replaced in kind or as approved by the Owner authorized representative. --END OF SECTION -- HVAC REPLACEMENT PROJECT PROJECT RECORD DOCUMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01789-1 SECTION 01789 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Requirements for Project record documents to be submitted for Contract closeout. 1.3 RELATED SECTIONS A. Section 01330 -Submittals Procedures: General requirements for submission for shop drawings, product data, samples and quality control reports. 1.4 PROJECT RECORD DOCUMENTS A. Project Record Documents, General: Do not use record documents for construction purposes; protect from deterioration and loss in a secure, fire-resistive location; provide access to record documents for the City’s Representative and the Architect's reference during normal working hours. B. Record Drawings: Record information continuously as Work progresses. Do not conceal Work permanently until all required information is recorded. 1. Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark whichever drawing is most capable of showing conditions fully and accurately. 2. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 3. Legibly and to scale, mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the work. 4. Mark new information that is important to the City, but was not shown on Contract Drawings or Shop Drawings. Record actual construction, including: a. Measured depths of foundations and footings encountered, measured in relation to finish First Floor datum. datum. b. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent ground improvements. HVAC REPLACEMENT PROJECT PROJECT RECORD DOCUMENTS ROSEMEAD COMMUNITY RECREATION CENTER 01789-2 c. Field changes of dimension and detail. d. Details not on original Contract Drawings. Application of copies of details produced and provided by Architect during construction will be accepted. e. Permanent Room names and Room numbers. 5. Note related Change Order numbers where applicable. 6. Organize record drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates and other identification on the cover of each set. 7. Store Record Documents separate from documents used for construction. C. Record Specifications: Record changes made by Addenda and Change Orders. In PART 2 -PRODUCTS in each Section, legibly mark and record in red ink actual Products installed or used, including: 1. Manufacturer's name and product model or catalog number. 2. Product substitutions or alternates utilized. D. Submission: 1. Project Record Documents shall be kept current and will be reviewed for completeness by architect, inspector, and City’s Representative as condition for certification of each Progress Payment Application. 2. Submit marked record documents to City’s Representative prior to final Application for Payment, for approval, and further processing PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION Not Applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT PRODUCT WARRANTIES AND BONDS ROSEMEAD COMMUNITY RECREATION CENTER 01785-1 SECTION 01785 PRODUCT WARRANTIES AND BONDS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. General administrative and procedural requirements for preparation and submission of warranties and bonds required by the Contract Documents, including manufacturer's standard warranties on products and special Project warranties. 1. Refer to the Contract General Conditions for terms of Contractor's special warranty of workmanship and materials. 1.3 RELATED DOCUMENTS AND SECTIONS A. Section 01330 -Submittals Procedures: General administrative requirements for submittals, applicable to warranties and bonds. B. Section 01770 -Contract Closeout Procedures: General requirements for closeout of the Contract. C. Section 01783 -Operation and Maintenance Data: Operating and maintenance data binders, to include copies of warranties and bonds. D. Product Specifications Sections in Divisions 2 through 16: Special Project warranty requirements for specific products or elements of the Work; commitments and agreements for continuing services to City. 1.4 DEFINITIONS A. Warranty: Assurance to City by Contractor, installer, supplier, manufacturer or other party responsible as warrantor, for the quantity, quality, performance and other representations of a product, system service of the Work, in whole or in part, for the duration of the specified period of time. B. Guaranty: Assurance to City by Contractor or product manufacturer or other specified party, as guarantor, that the specified warranty will be fulfilled by the guarantor in the event of default by the warrantor. C. Standard Product Warranty: Preprinted, written warranty published by product manufacturer for particular products and specifically endorsed by the manufacturer to the City. HVAC REPLACEMENT PROJECT PRODUCT WARRANTIES AND BONDS ROSEMEAD COMMUNITY RECREATION CENTER 01785-2 D. Special Project Warranty: Written warranty required by or incorporated into Contract Documents, to extend time limits provided by standard warranty or to provide greater rights for City. E. Guaranty Period: As defined in the Contract General Conditions, guaranty period shall be synonymous with "warranty period", "correction period" and similar terms used in the Contract Specifications. 1.5 WARRANTIES AND GUARANTIES A. Warranties and Guaranties, General: Provide all warranties and guaranties with City named as beneficiary. For equipment and products, or components thereof, bearing a manufacturer's warranty or guaranty that extends for a period of time beyond the Contractor's warranty and guaranty, so state in the warranty or guaranty. B. Provisions for Special Warranties: Refer to Contract General Conditions for terms of the Contractor's special warranty of workmanship and materials. C. General Warranty and Guaranty Requirements: Warranty shall be an agreement to repair or replace, without cost and undue hardship to City, Work performed under the Contract which is found to be defective during the guaranty period (warranty or guaranty) period. Repairs and replacements due to improper maintenance or operation, or due to normal wear, usage and weathering are excluded from warranty requirements unless otherwise specified. D. Specific Warranty and Guaranty Requirements: Specific requirements are included in product Specifications Sections of Divisions 2 through 16, including content and limitations. E. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties and guaranties shall not relieve Contractor of responsibility for warranty and guaranty requirements for the Work that incorporates such products, nor shall they relieve suppliers, manufacturers, and installers required to countersign special warranties with Contractor. F. Related Damages and Losses: When correcting warranted warranted Work that has been found defective, remove and replace other Work that has been damaged as a result of such defect or that must be removed and replaced to provide access for correction of warranted Work. G. Reinstatement of Warranty: When Work covered by a warranty has been found defective and has been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. H. Replacement Cost: Upon determination that Work covered by a warranty has been found to be defective, replace or reconstruct the Work to a condition acceptable to City’s Representative, complying with applicable requirements of the Contract Documents. Contractor shall be responsible for all costs for replacing or reconstructing defective Work regardless of whether City has benefited from use of the Work through a portion of its anticipated useful service life. I. City’s Recourse: Written warranties made made to City shall be in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under law, nor shall warranty periods be interpreted as limitations on time in which City can HVAC REPLACEMENT PROJECT PRODUCT WARRANTIES AND BONDS ROSEMEAD COMMUNITY RECREATION CENTER 01785-3 enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: City reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents. J. Warranty as Condition of Acceptance: City reserves the right to refuse to accept Work for the Project where a special warranty, certification, or similar commitment shall be required on such Work or part of the Work, until evidence is presented that entities required to countersign such commitments are willing to do so. 1.6 PREPARATION OF WARRANTY AND BOND SUBMITTALS A. Project Warranty and Guaranty Forms: Forms for special Project warranties and guaranties are included at the end of this Section. Prepare written documents utilizing the appropriate form, ready for execution by the Contractor, or the Contractor and subcontractor, supplier or manufacturer. Submit a draft to City’s Representative for approval prior to final execution. 1. Refer to product Specifications Sections of Divisions 2 through 16 for specific content requirements, and particular requirements for submittal of special warranties. 2. Prepare standard warranties and guaranties, excepting manufacturers' standard printed warranties and guaranties, on Contractor's, subcontractor's, material supplier's, or manufacturer's own letterhead, addressed to City as directed by City’s Representative. 3. Warranty and guaranty letters shall be signed by all responsible parties and by Contractor in every case, with modifications only as approved in advance by City’s Representative to suit the conditions pertaining to the warranty or guaranty. B. Manufacturer's Guaranty Form: Manufacturer's guaranty form may be used instead of special Project form included at the end of this Section. Manufacturer's guaranty form shall contain appropriate terms and identification, ready for execution by the required parties. 1. If proposed terms and conditions restrict guaranty coverage or require actions by City beyond those specified, submit draft of guaranty to City’s Representative for review and acceptance before performance of the Work. 2. In other cases, submit draft of guaranty to City’s Representative for approval prior to final execution of guaranty. C. Signatures: Signatures shall be by person authorized to sign warranties, guaranties and bonds on behalf of entity providing such warranty, guaranty or bond. D. Co-Signature: All installer's warranties and bonds shall be co-signed by Contractor. Manufacturer's guaranties will not require co-signature. 1.7 FORM OF WARRANTY AND BOND SUBMITTALS A. Form of Warranty and Bond Submittals: Prior to final Application and Certificate for Payment, collect and assemble all written warranties and guaranties into binders and deliver binders to City, as directed by City’s Representative, for final review and acceptance. HVAC REPLACEMENT PROJECT PRODUCT WARRANTIES AND BONDS ROSEMEAD COMMUNITY RECREATION CENTER 01785-4 1. Prior to submission, verify that documents are in proper form and contain all required information and are properly signed by Contractor, subcontractor, supplier and manufacturer, as applicable. 2. Organize warranty and guaranty documents into an orderly sequence based on the Table of Contents of the Project Manual. 3. Include Table of Contents for binder, neatly typed, following order and Section numbers and titles as used in the Project Manual. 4. Bind warranties, guaranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, with clear front and spine to receive inserts, and sized to receive 8-1/2 inch by 11-inch paper. 5. Provide heavy paper dividers with celluloid or plastic covered tabs for each separate warranty. Mark tabs to identify products or installation, and Section number and title. 6. Include on separate separate typed sheet, if information is not contained in warranty or guaranty form, a description of the product or installation, and the name, address, telephone number and responsible person for applicable installer, supplier and manufacturer. 7. Identify each binder on front and spine with typed or printed inserts with title "WARRANTIES AND BONDS", the Project title or name, and the name of the Contractor. If more than one volume of warranties, guaranties and bonds is produced, identify volume number on binder. 8. When operating and maintenance data manuals are required for warranted construction, include additional copies of each required warranty and guaranty in each required manual. Coordinate with requirements specified in Section 01783 -Operation and Maintenance Data. 1.8 TIME OF WARRANTY AND BOND SUBMITTALS A. Submission of Preliminary Copies: Unless otherwise specified, obtain preliminary copies of warranties, guaranties and bonds within ten days of completion of applicable item or Work. Prepare and submit preliminary copies for review as specified herein. B. Submission of Final Copies: Submit fully executed copies of warranties, guaranties and bonds within ten days of date identified in Notice of Completion but no later than three days prior to date of final Application for Payment. C. Date of Warranties and Bonds: Unless otherwise directed or specified, commencement date of warranty, guaranty and bond periods shall be the date established in the Notice of Completion. 1. Warranties for Work accepted in advance of date stated in Notice of Completion: When a designated system, equipment, component parts or other portion of the Work is completed and occupied or put to beneficial use by City’s Representative, by separate agreement with Contractor, prior to completion date established in the Notice of Completion, submit properly executed warranties to City, as directed by HVAC REPLACEMENT PROJECT PRODUCT WARRANTIES AND BONDS ROSEMEAD COMMUNITY RECREATION CENTER 01785-5 City’s Representative, within ten days of completion of that designated portion of the Work. List date of commencement of warranty, guaranty or bond period as the date established in the Notice of Completion. 2. Warranties for Work not accepted as of date established in the Notice of Completion: Submit documents within ten days after acceptance, listing date of acceptance as beginning of warranty, guaranty or bond period. D. Duration of Warranties and Guaranties: Unless otherwise specified or prescribed by law, warranty and guaranty periods shall be not less than the guaranty period required by the Contract General Conditions, but in no case less than one year from the date established for completion of the Project in the Notice of Completion. See product Specifications Sections in Divisions 2 through 16 of the Project Manual for extended warranty and guaranty beyond the minimum one year duration. PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION Not Applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT CONTRACT CLOSEOUT PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01770-1 SECTION 01770 CONTRACT CLOSEOUT PROCEDURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Contract closeout procedures, including Contract Closeout meetings, correction ("punch") lists, submittals and final payment procedures. 1.3 RELATED SECTIONS A. Section 01330 -Submittals Procedures: General requirements for submittals. B. Section 01785 -Warranties and Bonds: Documents to be submitted as part of Contract closeout. 1.4 FINAL COMPLETION ACTIONS A. Contractor Responsibility: Contractor shall be solely responsible for the timely completion of all required Contract close-out items. B. Warranties, Bonds and Certificates: Submit specific warranties, guarantees, workmanship bonds, maintenance agreements, final certifications and similar documents. C. Locks and Keys: Change temporary lock cylinders over to permanent keying and transmit keys to City, unless otherwise directed or specified. D. Tests and Instructions: Complete start-up testing of systems, and instruction of the City’s personnel. Remove temporary facilities from the site, along with construction tools, mockups, and similar elements. 1.5 CONTRACT COMPLETION REVIEW A. Contractor's Notification for Contract Completion Review: When the Contractor determines that the Work is complete in accordance with Contract Documents, the Contractor shall submit to City’s Representative and Architect written certification that the Contract Documents have been reviewed, the Work has been inspected by the Contractor and by authorities having jurisdiction, and the facility is ready for the Contract Completion review. B. Preliminary Contract Closeout Review Meeting: City’s Representative and, Architect and Architect's and City’s representatives and consultants, as appropriate, will attend a a meeting at the Project site to review Contract closeout procedures and to review the items to be completed and corrected (Action List) to make the Work ready for acceptance by the City. HVAC REPLACEMENT PROJECT CONTRACT CLOSEOUT PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01770-2 C. Action List (Punch List): Contractor shall prepare and distribute at the preliminary Contract closeout review meeting, a typewritten, comprehensive list of items to be completed and corrected (Action List) to make the Work ready for acceptance by the City. 1. The Action List shall include all items to be completed or corrected prior to the Contractor's application for final payment. 2. The Action List shall identify items by location (room number or name) and consecutive number. For example, 307-5 would identify item 5 in Room 307, Roof-4 would identify item 4 on Roof. 3. Contractor shall prepare separate lists according to categories used for Drawings. For example, provide lists for Architectural, Structural, Mechanical (HVAC), Plumbing, Fire Protection (sprinkler) system, Electrical and Equipment. 4. Architect, Architect's consultants and City’s consultants, if in attendance, shall conduct a brief walk-through of Project with the Contractor to review scope and adequacy of the Action List. 5. Verbal comments will be made to the Contractor by the Architect and the Architect's and City’s consultants, if in attendance, during the walk-through. These comments will indicate generally the additions and corrections to be made to the Action List. Such comments shall not be considered to be comprehensive. Contractor shall use the comments as guidance in preparing the Action List for the Contract Completion review. 6. The Action List shall assign an action-responsibility and a projected actioncompletion date to each item. 7. Items to be considered shall include but not be limited to: Corrections to construction. Operation and maintenance data (manuals). HVAC testing and balancing reports. Spare parts and extra materials. Warranties and guaranties. Project record Drawings and Specifications. Project record construction schedule. State Fire Marshal Inspection if applicable. Other regulatory inspections. Removal of construction facilities and temporary controls. Final cleaning and pest control. Landscape maintenance. Commissioning/equipment startup. Demonstration and training. Acceptance. Final application for payment. Occupancy by City. Other close-out items specified. D. Contract Completion Meeting: On a date mutually agreed by City’s Representative, Architect and Contractor, a meeting shall be conducted at the Project site to determine whether the Work is satisfactory and has achieved Contract Completion. HVAC REPLACEMENT PROJECT CONTRACT CLOSEOUT PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01770-3 1. Contractor shall provide minimum 7 calendar days notice City’s Representative and Architect for requested date of Contract Completion meeting. 2. Architect and the Architect's consultant and City’s consultants, as authorized by City, will attend the Contract Completion meeting. 3. In addition to conducting a walk-through of the facility and reviewing the Action List, the purpose of the meeting shall include submission of warranties, guarantees and bonds to City, submission of operation and maintenance data (manuals), provision of specified extra materials to City, and submission of other Contract closeout documents and materials as required and if not already submitted. 4. Architect and Architect's consultants, as appropriate, will conduct a walk-through of the facility with the City’s Representative and Contractor to review the Action List. 5. Contractor shall correct the Action List and record additional items as may identified during the walk-through, including notations of corrective actions to be taken. 6. Contractor shall retype the Action List and distribute it within 5 calendar days to those attending the meeting. E. Uncorrected Work: Refer to requirements specified in Section 01450 -Quality Control regarding Contract adjustments for non-conforming Work. F. Clearing and Cleaning: Prior to the Contract Completion review, Contractor shall conduct a thorough cleaning and clearing of the Project area, including removal of construction facilities and temporary controls. Refer to Section 01740 -Cleaning Requirements. G. Inspection and Testing: Prior to the Contract Completion review, complete inspection and testing required for the Work, including securing of approvals by authorities having jurisdiction. 1. Complete all inspections, tests, balancing, sterilization and cleaning of plumbing and HVAC systems. 2. Complete inspections and tests of electrical power and signal systems. 1.6 FINAL COMPLETION SUBMITTALS A. Final Completion Submittals: Prior to application for Final Payment, Contractor shall submit the following. B. Agency Document Submittals: Submit to City all documents required by authorities having jurisdiction, including serving utilities and other agencies. Submit original versions of all permit cards, with final sign-off by inspectors. Submit all certifications of inspections and tests. C. Final Specifications Submittals: Submit to City all documents and products required by Specifications to be submitted, including the following: 1. Project record drawings and specifications. HVAC REPLACEMENT PROJECT CONTRACT CLOSEOUT PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01770-4 2. Operating and maintenance data. 3. Guarantees, warranties and bonds. 4. Keys and keying schedule. 5. Spare parts and extra stock. 6. Test reports and certificates of compliance. D. Certificates of Compliance and Test Report Submittals: Submit to City’s Representative certificates and reports as specified and as required by authorities having jurisdiction, including but not limited to the following: 1. Sterilization of water systems. 2. Sanitary sewer system tests. 3. Gas system tests. 4. Lighting, power and signal system tests. 5. Ventilation equipment and air balance tests. 6. Fire sprinkler system tests. 7. Roofing inspections and tests. E. Subcontractors List: Submit two copies of updated Subcontractor and Materials Supplier List to City’s Representative and one copy to Architect. F. Warranty Documents: Prepare and submit to City all warranties and bonds as specified in Section 01785 -Product Warranties and Bonds. G. Service Agreements and Service Contracts: Submit to City’s Representative. 1.7 FINAL PAYMENT A. Final Payment: After completion of all items listed for completion and correction, after submission of all documents and products and after final cleaning, submit final Application for Payment, identifying total adjusted Contract Sum, previous payments and sum remaining due. Payment will not be made until the following are accomplished: 1. All Project Record Documents have been received and accepted by City’s Representative. 2. All extra materials and maintenance stock have been transferred and received by City. 3. All warranty documents and operation, maintenance data, service agreements, maintenance contracts and salvage materials have been received and accepted by City’s Representative. HVAC REPLACEMENT PROJECT CONTRACT CLOSEOUT PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01770-5 PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION Not Applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT OPERATION AND MAINTENANCE DATA ROSEMEAD COMMUNITY RECREATION CENTER 01783-1 SECTION 01783 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Format and content of operation and maintenance manuals. 1. Data requirements for materials and finishes. 2. Data requirements for equipment and operating systems. B. Instruction of City’s personnel. C. Submission of operation and maintenance manuals. 1.3 RELATED SECTIONS A. Section 01450 -Quality Control: Manufacturer's instructions; test and balance reports. B. Section 01610 -Basic Product Requirements: Systems demonstration. C. Section 01770 -Contract Closeout Procedures: Contract closeout procedures. D. Section 01789 -Project Record Documents: Submission of Project record documents. E. Section 01785 -Product Warranties and Bonds: Requirements for warranties and bonds. F. Product Specifications Sections in Divisions 2 through 16: Specific requirements for operation and maintenance data. 1.4 QUALITY ASSURANCE A. Preparation of data shall be done by persons: 1. Trained and experienced in maintenance and operation of the described products. 2. Familiar with requirements of this Section. 3. Skilled in technical writing to the extent required to communicate essential data. 4. Skilled as drafters competent to prepare required drawings. 1.5 FORMAT AND CONTENT OF OPERATION AND MAINTENANCE MANUALS HVAC REPLACEMENT PROJECT OPERATION AND MAINTENANCE DATA ROSEMEAD COMMUNITY RECREATION CENTER 01783-2 A. Format for Operation and Maintenance Data Manuals: Prepare data in the form of an instructional manual. Comply with the general requirements specified below and comply with specific requirements for types of products in Articles following. See Article titled "SUBMISSION OF OPERATION AND MAINTENANCE MANUALS" for number of copies of manuals. B. Operation and Maintenance Data Organization: Organize operation and maintenance data in 3-ring binders and organize the contents of each binder following the organization of the Contract Specifications. 1. Organize the group of binders and the contents of individual binders in sequence according to the Section numbers and titles as listed in the Table of Contents of the Project Manual. Number the binders consecutively; coordinate with Paragraph below titled "Tables of Contents." 2. Organize each binder with color-coded tabbed dividers for each distinct product and system, with typed inserts in tabs identifying the product or system. 3. Organize the contents of each tabbed division according to the Article headings in PART 2 -PRODUCTS in each product Specification Section. a. Within each tabbed division, organize the information according to major component parts of equipment and systems, as applicable, and to facilitate locating information. b. Separate operation and maintenance data for each product under separate tabbed divisions, where feasible. c. Within each tabbed division, include a cover sheet identifying the specific products and component parts included in the tabbed division. 4. If the products of more than one Specification Section are included in the binder, provide separate, heavy cover stock dividers to separate information for each Section. C. Binders: 8-1/2 x 11 inch, standard three-ring binders with heavy duty vinyl covers with hard cardboard backing, black color, with provision on binder spine for inserting identification card; Maximum binder ring size shall be 3-inches. Use multiple binders as necessary to avoid overfilling. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed card inserted on binder spine, stating OPERATION AND MAINTENANCE DATA, the Project name and the general subject matter of the contents of the binder. E. Title Page: In each volume (binder) of operation and maintenance data, include a title page with the following: 1. Name of the Project. 2. Names, addresses and telephone numbers of the responsible design professionals (Architect and Architect's or Cit’s consultant, as applicable). 3. Name, address and telephone numbers of Contractor, including names of contact HVAC REPLACEMENT PROJECT OPERATION AND MAINTENANCE DATA ROSEMEAD COMMUNITY RECREATION CENTER 01783-3 persons. F. Table of Contents: In each volume (binder) of operation and maintenance data, include a listing of the contents of the volume. In a separate, first binder, provide a master Table of Contents of operation and maintenance data, identifying the product and systems, the applicable Specification Section number and title, and the operation and maintenance data binder number. G. Schedule of Products and Systems: In the first volume of the set of operation and maintenance data, include a schedule of products and systems, indexed to the Table of Contents of the volumes (binders) and cross-referenced to the Contract Drawings and Specifications. H. Operation and Maintenance Data: In each tabbed division of operation and maintenance data for each product or system, provide the following: 1. On a cover page for each tabbed division, provide the following: a. Identify by name, address and telephone number, the the manufacturer, supplier and installer. Include names of contact persons, if known. b. Identify by name, address and telephone number, local sources of supplies, replacement parts and factory-authorized service. 2. Within each tabbed division, include complete operation and maintenance data as published by the product manufacturer where feasible. Otherwise, present all data neatly typewritten on 20 pound, correspondence quality bond paper. Strikethrough information on printed literature where not applicable. 3. Supplement the manufacturer's printed data with neatly typewritten text and professionally drafted diagrams as necessary to suit the particular installation for the Project and to fully explain operation and maintenance procedures. Provide logical sequence of instructions for each procedure. I. Drawings: Supplement operation and maintenance data to illustrate configurations and relationships of component parts of equipment and systems, and to show control and flow diagrams, as applicable. 1. Do not not use Project Record Documents as maintenance drawings. 2. Neatly fold drawings to size of text pages and provide reinforced, punched binding edge. Add binding strip as necessary to avoid punching through drawing content. J. Additional Data: As specified in individual product Specification Sections. K. Warranty and Guaranty: Include copy of each warranty, guaranty, bond and service contract issued. Provide information sheet identifying: 1. Proper procedures in event of failure. 2. Instances that might affect validity of warranties or bonds. L. Material Safety Data Sheet (MSDS): For products requiring MSDS, according to CCR Title 8 and "California State CITY Fullerton, Contractor Safety Handbook," include copy of each HVAC REPLACEMENT PROJECT OPERATION AND MAINTENANCE DATA ROSEMEAD COMMUNITY RECREATION CENTER 01783-4 applicable Material Safety Data Sheet (MSDS) for products delivered to the site and incorporated into the completed construction. 1.6 DATA REQUIREMENTS FOR MATERIALS AND FINISHES A. Data for Building Products, Applied Materials and Finishes: Include product data, with catalog number, size, composition, and color and texture designations. Provide information for re-ordering custom manufactured Products. B. Instructions for Care and Maintenance: Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. C. Data for Moisture Protection and Weather-Exposed Products: Include product data listing applicable reference standards, chemical composition, and details of installation. Provide recommendations for inspections, maintenance, and repair. D. Additional Requirements: As specified in individual individual product Specification Sections. 1.7 DATA REQUIREMENTS FOR EQUIPMENT AND OPERATING SYSTEMS A. Data for Equipment and Operating Systems: Include description of each unit or system, and component parts. 1. Include manufacturer's printed operation and maintenance instructions. 2. Identify function, normal operating characteristics and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Include sequence of operation by controls manufacturer, as applicable. 5. Provide diagrams by controls manufacturer for control systems, as applicable and as installed. B. Piping Data: Provide Contractor's coordination drawings, with piping diagrams as installed. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. Color code diagrams as necessary for clarity. C. Reports: Include test and balancing reports, as applicable and as specified in individual product Specification Sections. D. Panelboard Circuit Directories: Provide electrical service characteristics, controls and communications. E. Wiring Diagrams: Include diagrams of wiring as installed, with color coding as necessary for clarity. F. Operating Procedures: Include: 1. Start-up, break-in, and routine normal operating instructions and sequences. 2. Regulation, control, stopping, shut-down, and emergency instructions. HVAC REPLACEMENT PROJECT OPERATION AND MAINTENANCE DATA ROSEMEAD COMMUNITY RECREATION CENTER 01783-5 3. Summer and winter operating instructions. 4. Special operating instructions. G. Maintenance Requirements: Include: 1. Routine maintenance procedures and guide for trouble-shooting. 2. Disassembly, repair, and reassembly instructions. 3. Alignment, adjusting, balancing, and checking instructions. H. Servicing and Lubrication: Provide servicing and lubrication schedule, and list of lubricants required. I. Parts Data: Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams as necessary for service and maintenance. 1. Include complete nomenclature and catalog numbers for consumable and replacement parts. 2. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in stock by the CITY or operator. J. Software: All programming codes, access codes and other data necessary for operation, maintenance, future functioning and modifications of microprocessor-controlled products, independent of Original Equipment Manufacturer (OEM). K. Additional Requirements: As specified in individual product Specification Sections. 1.8 DATA REQUIREMENTS FOR ELECTRIC AND ELECTRONIC SYSTEMS A. Date Requirements for Electrical and Electronic Systems: Description of each system and component parts, including: 1. Function, normal operating characteristics and limiting conditions. 2. Performance curves, engineering data and tests. 3. Complete nomenclature and commercial number of replaceable parts. B. Circuit Directories of Panel Boards: Include: 1. Electrical service. 2. Controls. 3. Communications. C. Wiring Diagrams: As-installed, color-coded wiring diagrams. D. Operating procedures: 1. Routine and normal operating instructions. 2. Sequences required. 3. Special operating instructions. E. Maintenance procedures: HVAC REPLACEMENT PROJECT OPERATION AND MAINTENANCE DATA ROSEMEAD COMMUNITY RECREATION CENTER 01783-6 1. Routine operations. 2. Guide to "trouble-shooting." 3. Disassembly, repair and reassembly. 4. Adjustment and checking. F. Manufacturer's printed operating and maintenance instructions. G. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. H. Prepare and include additional data when the need for such data becomes apparent during instruction of Owner's personnel. I. Additional requirements for operating and maintenance data: Respective sections of specifications. 1.9 INSTRUCTION OF CITY’S PERSONNEL A. Instruction of City’s Personnel: Prior to Contract Completion review, complete instruction of City’s designated personnel in the operation, adjustment and routine cleaning, service and maintenance of products, equipment, and systems. Schedule indoctrination and training sessions at times acceptable to City. Coordinate with requirements specified in Section 01820 -Demonstration and Training. B. Basis for Instruction: Use operation and maintenance manuals as basis for instruction. Review contents of manual with personnel in detail to explain all aspects of operation and maintenance. C. Instructional Material: Prepare and insert additional data in Operation and Maintenance Manual when need for such data becomes apparent during instruction. 1.10 SUBMISSION OF OPERATION AND MAINTENANCE MANUALS A. Submittal: Submit three copies to City prior to submission of final Application for Payment. PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION Not Applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT TEMPORARY BARRIERS AND ENCLOSURES ROSEMEAD COMMUNITY RECREATION CENTER 01560-1 SECTION 01560 TEMPORARY BARRIERS AND ENCLOSURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Temporary construction barriers, enclosures and passageways. 1. Dust and debris barriers. 2. Security barriers. 3. Temporary chainlink fencing. 4. Covered passageways. B. Protection of completed Work. C. Removal of construction facilities and temporary controls. 1.3 RELATED SECTIONS A. Section 01100 -Summary of the Work: Contractor's use of site and premises. B. Section 01550 -Vehicular Access and Parking: Construction parking restrictions. C. Section 01560 -Temporary Barriers and Enclosures: Temporary construction barriers, enclosures and passageways. D. Section 01568 -Tree and Plant Protection: Requirements for barriers and and covers at existing trees, shrubs and ground covers. E. Section 01570 -Temporary Controls: General requirements for protection of existing conditions and run-off control. F. Section 01580 -Project Identification and Signage: Directional and informational signage. 1.4 CODES AND REGULATIONS A. California Building Code (CBC): Comply with California Building Code (CBC) Chapter 33, Section 3303 -Protection of Pedestrians During Construction or Demolition. B. Fire Regulations: Comply with requirements of fire authorities having jurisdiction, including California Fire Code (CFC) Article 87 during performance of the Work. HVAC REPLACEMENT PROJECT TEMPORARY BARRIERS AND ENCLOSURES ROSEMEAD COMMUNITY RECREATION CENTER 01560-2 C. Safety Regulations: Comply with requirements of all applicable Federal, State and local safety rules and regulations. Contractor shall be solely responsible for jobsite safety. D. Barricades and Barriers: As required by governing authorities having jurisdiction, provide substantial barriers, guardrails and enclosures around Work areas and adjacent to embankments and excavations for protection of workers and the public. 1.5 PROTECTION OF EXISTING CONDITIONS A. Protection of Adjacent Facilities: Contractor shall restrict Work to limits indicated on the Drawings and as specified in Section 01100 -Summary of the Work: Protect existing, adjacent facilities from damage, including soiling and debris accumulation. B. Protection of Existing Furniture, Fixtures and Equipment: As applicable, provide temporary enclosures, barriers and covers to protect existing furniture, fixtures and equipment remaining in Project area during construction. 1.6 MAINTENANCE OF CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS A. Maintenance: Use all means necessary to maintain temporary barriers and enclosures in proper and safe condition throughout progress of the Work. B. Replacement: In the event of loss or damage, promptly restore temporary barriers and enclosures by repair or replacement at no change in the Contract Sum or Contract Time. 1.7 TEMPORARY BARRIERS, ENCLOSURES AND PASSAGEWAYS A. Temporary Barriers, General: Provide temporary fencing, barriers and guardrails as necessary to provide for public safety, to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations. 1. Refer to temporary fencing and phasing plan in the Drawings. Comply with requirements indicated. 2. Note requirements for continued occupancy and use of existing buildings and site areas during construction. 3. Comply with applicable requirements of California Building Code (CBC) and of authorities having jurisdiction, including industrial safety regulations. Review requirements with City's Representative. 4. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fireprotection facilities, stairways, and other access routes for firefighting. 5. Paint temporary barriers and enclosures with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. 6. Where appropriate and necessary, provide warning lighting, including flashing red or amber lights. B. Temporary Chainlink Fencing: Provide temporary portable chain-link fencing with windscreen. HVAC REPLACEMENT PROJECT TEMPORARY BARRIERS AND ENCLOSURES ROSEMEAD COMMUNITY RECREATION CENTER 01560-3 1. Portable Chain-Link Fencing: Minimum 2-inch (50-mm) 11-gage, galvanized steel, chain-link fabric fencing; minimum 8 feet (2.4 m) high with galvanized steel pipe posts; minimum 2-3/8-inch-(60-mm-) OD line posts and 2-7/8-inch-(73-mm-) OD corner and pull posts, with 1-5/8-inch-(42-mm-) OD top and bottom rails. a. Provide concrete or galvanized steel bases for supporting posts. b. Provide protective barriers at bases to prevent tripping by pedestrians. 2. Windscreen on Chain-Link Fencing: For screening of construction activities from view, equivalent to the following: a. Specified manufacturer: Collins Company, Fullerton, CA (714/870-9779). b. Acceptable manufacturers: None identified. Equivalent products of other manufacturers will be considered in accordance with the "or equal" provision specified in Section 01610 -Basic Product Requirements. c. Windscreen fabric: Closed mesh weave of 30 warp by 16 fills per square inch. 1) Fiber: 5.6 ounce per square yard polypropylene fiber. 2) Shade factor: 78 percent. 3) Tensile strength: 360 pounds for warp and 190 pounds for fill, when tested according to ASTM D1682, grab method. 4) Tear strength: 110 pounds for warp and 70 pounds for fill, when tested according to ASTM D2263, trapezoidal method. d. Fabric fabrication: 1) Reinforce hems and seams with 2-3/4 inch black polypropylene folded binding tape, with tensile strength of 300 pounds. 2) Provide center reinforcing tape in addition to reinforced perimeter hems and panel seams. 3) Sew hems and seams with UV light resistant polyester thread. 4) Provide 9/32-inch brass grommets spaced at 12-inches on center in perimeter hems and center reinforcing tape. e. Secure windscreen to fence at all grommets. f. Locate windscreen on outside of fence. C. Tarpaulins: Fire-resistive labeled with flame-spread rating of 15 or less. D. Covered Passageways: Erect a structurally adequate, protective, covered walkways for passage of persons along adjacent passageways. 1. Coordinate installation details with City's requirements for continuing operations in HVAC REPLACEMENT PROJECT TEMPORARY BARRIERS AND ENCLOSURES ROSEMEAD COMMUNITY RECREATION CENTER 01560-4 adjoining facilities. 2. Review design and details with City's Representative. 3. Comply with applicable regulations of authorities having jurisdiction. 4. Construct covered walkways using scaffold or shoring framing. 5. Provide wood-plank overhead decking, protective plywood enclosure walls, handrails, barricades, warning signs, lights, safe and well-drained walkways, and similar provisions for protection and safe passage. 6. Extend back wall beyond the structure to complete enclosure fence. 7. Paint and maintain in a manner as directed by City's Representative. E. Temporary Wood Fencing: Erect a structurally adequate, protective wood fencing in compliance with California Building Code (CBC) Chapter 33, Section 3303.7 -Pedestrian Protection. Wood fencing shall be provided as required by Table 33-A. 1. Materials: As required by CBC Section 3303.7. 2. Finishes: As acceptable to City’s Representative. Fence Fence where exposed to public view shall receive minimum of one coat wood primer and one coat semi-gloss paint, color(s) as directed by City’s Representative. F. Temporary Closures: Provide temporary closures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is not complete, provide insulated temporary enclosures. Coordinate closures with ventilating and material drying or curing requirements to avoid dangerous conditions and effects such as mold. 2. Vertical openings: Close openings of 25 sq. ft. (2.3 sq. m) or less with plywood or similar materials. 3. Horizontal openings: Close openings in floor or roof decks and horizontal surfaces with load-bearing, wood-framed construction. 4. Install tarpaulins securely using wood framing and other suitable materials. 5. Where temporary wood or plywood plywood enclosure exceeds 100 sq. ft. (9.2 sq. m) in area, use fire-retardant-treated material for framing and main sheathing. G. Temporary Partitions: Erect and maintain temporary partitions and temporary closures to limit dust and dirt migration, including migration into existing facilities, to separate areas from fumes and noise and to maintain fire-rated separations. 1. Dust barriers: Construct dustproof, floor-to-ceiling partitions of not less than nominal 4-inch (100-mm) studs, 2 layers of 3-mil (0.07-mm) polyethylene sheets, inside and outside temporary enclosure. HVAC REPLACEMENT PROJECT TEMPORARY BARRIERS AND ENCLOSURES ROSEMEAD COMMUNITY RECREATION CENTER 01560-5 a. Overlap and tape full length of joints. b. Include 5/8-inch thick gypsum board at temporary partitions serving as noise barrier. c. Insulate partitions to minimize noise transmission to adjacent occupied areas. d. Seal joints and perimeter of temporary partitions. 2. Dust barrier passages: Where passage through dust barrier is necessary, provide gasketed doors or heavy plastic sheets that effectively prevent air passage. a. Construct a vestibule and airlock at each entrance to temporary enclosure with not less than 48 inches (1219 mm) between doors. b. Maintain water-dampened foot mats in vestibule where passage leads to existing occupied spaces. c. Equip doors with security locks. 3. Fire-rated temporary partitions: Maintain fire-rated separations, including corridor walls and occupancy separations, by construction of stud partitions with gypsum board faces. a. Construction details shall comply with recognized time-rated fire-resistive construction. Typically, 1-hour rated partitions shall be 2x4 wood studs at 16-inches on center or 3-1/2 inch metal studs at 16-inches on center, with 5/8-inch thick Type X gypsum board at both faces, with joints filled, taped and topped. b. Seal partition perimeters with acceptable fire stopping and smoke seal materials. c. Construct fire-rated temporary partitions whenever existing time-rate fireresistive construction is removed for 12 hours or more. H. HVAC Protection: Provide dust barriers at HVAC return grilles and air inlets to prevent spread of dust and clogging of filters. I. Temporary Floor Protection: Protect existing floors from soiling and damage. 1. Cover floor with 2 layers of 3-mil (0.07-mm) polyethylene sheets, extending sheets 18 inches (460 mm) up the side walls. 2. Cover polyethylene sheets with 3/4-inch (19-mm) fire-retardant plywood. 3. Provide floor mats to clean dust from shoes. J. Landscape Barriers: Provide barriers around trees and plants designated to remain. Coordinate with requirements specified in Section 01568 -Tree and Plant Protection. 1. Locate barriers as directed outside of drip lines of trees and plants. HVAC REPLACEMENT PROJECT TEMPORARY BARRIERS AND ENCLOSURES ROSEMEAD COMMUNITY RECREATION CENTER 01560-6 2. Protect entire area under trees against vehicular traffic, stored materials, dumping, chemically injurious materials, and puddling or continuous running water. 3. Contractor shall pay all costs to restore trees and plants within barriers that are damaged by construction activities. Restoration shall include replacement with plant materials of equal quality and size. Costs shall include all fines, if any, levied by authorities having jurisdiction. K. Barricades, Warning Signs and Lights, General: Comply with standards and Code requirements for erection of structurally adequate barricades. Paint barricades with appropriate colors, graphics and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed provide lighting, including flashing red or amber lights. L. Guard Rails: Provide guard rails along tops of embankments and excavations. Along public walkways and areas accessible by the public, adjoining excavations, provide guardrails in addition to fencing. 1. Guardrails shall be substantially and durably constructed of lumber, firmly anchored by posts embedded in concrete, and complying with Code requirements for temporary barriers. 2. Guardrails shall comply with dimensional requirements and accommodate loads as prescribed by California Building Code (CBC) for permanent guardrails. M. Security Closures and Lockup: Provide substantial temporary closures of openings in exterior surfaces and interior areas as appropriate to prevent unauthorized entrance, vandalism, theft and similar violations of security. Provide doors with self-closing hardware and locks. 1. Storage: Where materials and equipment must be stored, and are of value or attractive for theft, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. N. Weather Closures: Provide temporary weather-tight closures at exterior openings to prevent intrusion of water, to create acceptable working conditions, to protect completed Work and to maintain temporary heating, cooling and ventilation. Provide access doors with self-closing hardware and locks. O. Temporary Access, Passage and Exit Ways: Construct temporary stairs, ramps, and covered walkways, with related doors, gates, closures, guardrails, handrails, lighting and protective devices, to maintain access and exit ways to existing facilities to remain operational. 1. Design and location of temporary construction shall be by Contractor, subject to review by City's Representative and authorities having jurisdiction. 2. Provide temporary lighting, illuminated interior exit signage, non-illuminated directional and instructional signage, and temporary security alarms for temporary exits and exit passageways. 3. Temporary measures shall suit and connect to existing building systems, and shall be approved by City's Representative and authorities having ju risdiction. HVAC REPLACEMENT PROJECT TEMPORARY BARRIERS AND ENCLOSURES ROSEMEAD COMMUNITY RECREATION CENTER 01560-7 1.8 PROTECTION OF INSTALLED WORK A. Protection of Installed Work, General: Provide temporary protection for installed products. Control traffic in immediate area to minimize damage. B. Protective Coverings: Provide protective coverings at walls, projections, jambs, sills, and soffits of openings as necessary to prevent damage from construction activities, such as coatings applications, and as necessary to prevent other than normal atmospheric soiling. C. Traffic Protection: 1. Protect finished floors, stairs and other surfaces from traffic, soiling, wear and marring. 2. Provide temporary covers of plywood, reinforced kraft paper or temporary rugs and mats, as necessary. Temporary covers shall not slip or tear under normal use. 3. Prohibit traffic and storage on waterproofed and roofed surfaces and on landscaped areas. 4. Protect newly fine graded, seeded and planted areas with barriers and flags to designate such areas as closed to pedestrian and vehicular traffic. 1.9 REMOVAL OF TEMPORARY BARRIERS AND ENCLOSURES A. Removal of Temporary Barriers and Enclosures: Unless otherwise mutually agreed by City’s Representative and Contractor, remove temporary materials, equipment, services, and construction prior to Contract Completion review. Coordinate removal with requirements specified in Section 01510 -Temporary Utilities, and Section 01560 -Temporary Barriers and Enclosures. B. Cleaning and Repairs: Clean and repair damage, soiling and marring caused by installation or use of temporary barriers and enclosures. PART 2 PRODUCTS Not applicable to this Section. PART 3 EXECUTION Not applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT PROJECT IDENTIFICATION AND SIGNAGE ROSEMEAD COMMUNITY RECREATION CENTER 01580-1 SECTION 01580 PROJECT IDENTIFICATION AND SIGNAGE PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. B. The following Additional General Requirements amend or supplement the General Requirements, and absent a conflict or contradiction between the same, the General Requirements shall remain in full force and effect. In the event of a conflict or contradiction between the Additional General Requirements and General Requirements, the within Additional General Requirements shall take precedence, and other provisions of the General Requirements shall remain in full force and effect. C. Comply with the General Requirements and the following. D. Furnish, install and maintain temporary project identification and informational signs. E. The following signs shall be provided: 1. One (1) 4 feet x 6 feet Project Identification Sign at the project site. Location to be determined by the CITY. F. No signs, except those specified, shall be displayed, unless otherwise approved by the CITY. 1.2 SECTION INCLUDES A. On-site Project identification and informational signs. 1.3 RELATED SECTIONS A. Section 01520 -Construction Facilities: Coordination of signage with field offices and sheds. B. Section 01550 -Vehicular Access and Parking: Coordination of signage with construction parking. C. Section 01560 -Temporary Barriers and Enclosures D. Section 01567 -Security Measures: Personnel identification badges. HVAC REPLACEMENT PROJECT PROJECT IDENTIFICATION AND SIGNAGE ROSEMEAD COMMUNITY RECREATION CENTER 01580-2 1.4 SUBMITTALS A. Shop Drawings: In compliance with directions from City’s Representative, prepare and submit site plan locating temporary project identification B. Submit for acceptance the following: 1. Contents. 2. Type of grade of materials. 3. Layout, size, trim, framing, supports and coatings. 4. Size and style of lettering. 5. Samples of colors. PART 2 PRODUCTS 2.1 SIGN MATERIALS A. Sign Structure and Framing: New materials, wood or metal, structurally adequate to support sign panel and suitable for specified finish. B. Sign Surfaces: Minimum 3/4-inch thick, exterior grade, softwood plywood with medium or high density phenolic sheet overlay, standard large sizes to eliminate joints. Provide sheet thickness as required to span across framing members and provide even, smooth surface without waves or buckles. C. Rough Hardware: Hot-dip galvanized steel. D. Paint, Sign Face: Exterior quality primer and gloss enamel finish, as customarily used for sign painting, adequate to resist weathering and fading for the scheduled construction period. E. Paint, Sign Structure: Exterior quality, primer and flat finish paint, adequate to resist weathering and fading for scheduled construction period. 2.2 PROJECT IDENTIFICATION SIGN A. Project Identification Sign: As directed, provide one painted Project Identification Sign of the size and construction indicated on graphic to be provided by the City. 1. Graphic design, text, style of lettering, and colors shall be as directed; assume 4 colors and special graphic for Project title. 2. Sign shall identify project name, project number, City’s name, Architect's name and Contractor's name. 3. Include corporate logos of parties identified on sign. B. Project Address Signs: Provide Project name and street address signs, minimum of 4 feet wide, to identify Project to facilitate deliveries. 1. Graphic design and colors shall match Project Identification Sign. 2. Text shall be as directed. C. Sign Painting: Sign panels shall be shop painted and field installed. HVAC REPLACEMENT PROJECT PROJECT IDENTIFICATION AND SIGNAGE ROSEMEAD COMMUNITY RECREATION CENTER 01580-3 1. Sign painting shall be performed by professional sign painters. Silk screen method is recommended in order to accurately depict graphics. 2. Paint back and edges of sign panels for complete weather resistance and finished appearance. 2.3 PROJECT INFORMATIONAL SIGNS A. Restrictions: Signs other than Project Identification Sign specified above and Project Informational Signs specified below shall not be displayed without approval of City’s Representative. B. Project Informational Signs: Informational signs, necessary for conduct of construction activities or required by governmental authorities having jurisdiction may be displayed when in conformance to sign construction and graphic requirements specified in this Section. 1. City’s Representative may review such signs. If so, review will be for sign construction, and graphic designs only. 2. Adequacy of signage for safety and conformance to requirements requirements of authorities having jurisdiction and trade practices shall be solely Contractor's responsibility. C. Sign Painting: Informational signage shall be produced by professional sign painters and be of size and lettering style consistent with use. Colors shall be as required by authorities having jurisdiction and, if not otherwise required, of colors consistent with Project graphics. 1. Sign Face Finish: Gloss enamel. 2. Structure Finish: Paint exposed surfaces of supports and framing members one coat of primer and one coat of exterior paint, flat finish. PART 3 EXECUTION 3.1 PROJECT IDENTIFICATION SIGN INSTALLATION A. Project Identification Sign Construction: Construct sign support structure and install panels in durable manner, to resist high winds. B. Project Identification Sign Installation: Erect Project Identification Sign on site at a lighted location of high public visibility, adjacent to the main entrance to the site, as approved by City’s Representative. 1. Install sign at height for optimum visibility, on ground-mounted poles or attached to portable structure on skids. 2. Portable structure shall resist overturning force of wind. C. Street Address Signs: Locate and install signs at each access point from public streets. D. Field Painting: Paint all surfaces and edges of sign face and support structure for finished appearance. HVAC REPLACEMENT PROJECT PROJECT IDENTIFICATION AND SIGNAGE ROSEMEAD COMMUNITY RECREATION CENTER 01580-4 3.2 PROJECT INFORMATIONAL SIGNS INSTALLATION A. Project Informational Signs Construction: Construct sign support structure and install panels in durable manner, to resist high winds. B. Project Informational Signs Installation: 1. Locate signs as necessary for construction activities and as required by authorities having jurisdiction. 2. Install informational signs for optimum visibility, on ground-mounted posts or temporarily attached to surfaces of structures. 3. Attachment methods shall leave no permanent disfiguration or discoloration on completed Work. C. Field Painting: Paint all surfaces and edges of sign face and support structure for finished appearance. 3.3 SIGNS MAINTENANCE A. Signs Maintenance: Maintain signs and supports in a neat, clean condition. Repair all damage and weathering to structure, framing and signage. B. Sign Relocation: Relocate signs as required by progress of the Work. 3.4 REMOVAL A. Project Identification Sign Removal: Remove Project Identification Sign when directed. Coordinate removal with requirements specified in Section 01510 -Temporary Utilities, Section 01520 -and Section 01560 -Temporary Barriers and Enclosures. B. Project Informational Signs Removal: Remove all informational signs, framing, supports and foundations prior to Contract Completion review. Coordinate removal with requirements specified in Section 01510 -Temporary Utilities, Section 01520 -and Section 01560 -Temporary Barriers and Enclosures. END OF SECTION HVAC REPLACEMENT PROJECT TEMPORARY UTILITIES ROSEMEAD COMMUNITY RECREATION CENTER 01510-1 SECTION 01510 TEMPORARY UTILITIES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Temporary utilities and services, including: 1. Heating and cooling during construction. 2. Ventilation during construction. 3. Temporary water service. 4. Temporary sanitary facilities. 5. Temporary power and lighting. 6. Construction telephone service. B. Removal of temporary utilities. 1.3 RELATED SECTIONS A. Section 01100 -Summary of the Work: Contractor's use of site and premises. 1.4 SUBMITTALS A. Temporary Utilities: Submit reports of tests, inspections, applicable meter readings and similar procedures performed on temporary utilities. 1.5 TEMPORARY UTILITIES AND SERVICES A. Temporary Utilities and Services, General: All utilities and other services necessary for proper performance of the Work will be provided by the Contractor. Temporary utilities and services shall conform to all applicable requirements of authorities having jurisdiction and serving utility companies and agencies, including the following: 1. Requirements of authorities having jurisdiction, including: a. Cal OSHA. b. California Building Code (CBC) requirements. c. Health and safety regulations. d. Utility agency and company regulations. HVAC REPLACEMENT PROJECT TEMPORARY UTILITIES ROSEMEAD COMMUNITY RECREATION CENTER 01510-2 e. Police, Fire Department and Rescue Squad rules. f. Environmental protection regulations. 2. Standards: 3. NFPA Document 241 -Building Construction and Demolition Activities. 4. ANSI A10 Series -Safety Requirements for Construction and Demolition. 5. NECA Electrical Design Library -Temporary Electrical Facilities. 6. Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services", prepared jointly by AGC and ASC, for industry recommendations. 7. Electrical Service: Comply with NEMA, NECA and UL standards and regulations for temporary electric service. Install service in compliance with California Electrical Code (CEC). B. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. C. Temporary Connections and Fees: Contractor shall arrange for services and pay all fees and service charges for temporary power, water, sewer, gas and other utility services necessary for the Work. 1. Contractor shall apply for and obtain permits for temporary utilities, including permits for temporary generators, from authorities having jurisdiction. 2. All costs for temporary connections, including fees charged by serving utilities, shall be included in Contract Sum. D. Permanent Connections and Fees: Contractor shall arrange for utility agencies and companies to make permanent connections. City will arrange for permanent utility account and pay permanent connection fees. E. Use of Temporary Utilities: Enforce strict discipline in use of temporary utilities to conserve on consumption. Limit use of temporary utilities to essential and intended uses to minimize waste and abuse. 1.6 PROJECT CONDITIONS A. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on the site. 1.7 HEATING AND COOLING A. Temporary Heating and Cooling: Provide and pay for temporary heating and cooling devices, fuel and related service charges to provide ambient temperatures as required to maintain conditions necessary for proper performance of construction activities. B. Use of Permanent Heating and Cooling Systems: Permanent heating and cooling equipment may be used after completion, testing and inspection of systems and approval HVAC REPLACEMENT PROJECT TEMPORARY UTILITIES ROSEMEAD COMMUNITY RECREATION CENTER 01510-3 of code authorities having jurisdiction. 1. Prior to operation of permanent heating equipment for temporary heating purposes, verify that installation is approved for operation, equipment is lubricated and filters are in place. 2. Contractor shall provide and pay for operation, maintenance and regular replacement of filters and worn or consumed parts. 3. Immediately prior to Contract Completion review, change disposable filters and clean permanent filters of equipment used during construction. C. Temperature Criteria: Maintain interior ambient temperature of minimum 50 degrees F and maximum 80 degrees F, unless otherwise specified or approved by City's Representative. 1.8 VENTILATION DURING CONSTRUCTION A. Ventilation During Construction: Provide and pay for temporary ventilation devices, energy and related service charges. B. Use of Permanent Ventilation Systems: Permanent ventilation equipment may be used after completion, testing and inspection of systems and approval by City’s Representative and authorities having jurisdiction. 1. Prior to operation of permanent ventilation equipment for ventilation purposes during construction, verify that equipment is lubricated and filters are in place. 2. Contractor shall provide and pay for maintenance and regular replacement of filters and worn or consumed parts of permanent ventilation system using for ventilation during construction. 3. Immediately prior to Contract Completion review, change disposable filters and clean permanent filters of equipment used during construction. C. Ventilation Criteria: Ventilate enclosed areas to assist cure of materials, to dissipate humidity and to prevent accumulation of dust, fumes, vapors and gases, as necessary for proper performance of the Work. 1.9 TEMPORARY WATER SERVICE A. Temporary Water Service: Locate and connect to existing water source for temporary construction water service. Extend branch piping with outlets located so that water is available by use of hoses. 1. Locate and connect to existing water source for temporary construction water service, as acceptable to City's Representative. 2. Extend branch piping with outlets located so that water is available by use of hoses. 3. Temporary water service piping, valves, fittings and meters shall comply with requirements of the serving water utility and California Plumbing Code (CPC). HVAC REPLACEMENT PROJECT TEMPORARY UTILITIES ROSEMEAD COMMUNITY RECREATION CENTER 01510-4 4. All costs to establish temporary construction water system shall be included in the Contract Sum. 5. Temporary water meter shall be provided and installed by Contractor. Contractor shall reimburse City for water use. B. Use of Permanent Water System: Permanent water system may be used for construction water after completion, sterilization, testing and inspection of system and approval by City's Representative and authorities having jurisdiction. 1.10 TEMPORARY SANITARY FACILITIES A. Temporary Sanitary Facilities: Provide and maintain adequate temporary sanitary facilities and enclosures for use by construction personnel. 1. Number of temporary toilets shall be suitable for number of workers. 2. Provide wash-up sink with soap, towels and waste disposal. B. Use of Permanent Sanitary Facilities: Do not use permanent sanitary facilities unless approved by City’s Representative. Immediately prior to Contract Completion review, thoroughly clean and sanitize permanent sanitary facilities used during construction. 1.11 TEMPORARY POWER AND LIGHTING A. Temporary Power and Lighting, General: Comply with NECA Electrical Design Library -Temporary Electrical Facilities. B. Temporary Power: Provide electric service as required for construction operations, with branch wiring and distribution boxes located to provide electrical service for performance of the Work. 1. Provide temporary electric feeder connected to electric utility service at location determined by Contractor and as approved by serving electric utility. 2. Temporary power conduit, raceways, fittings, conductors, panels, connections, disconnects, overcurrent protection, outlets and meters shall comply with requirements of the serving electric utility, California Electrical Code (CEC) and requirements of authorities having jurisdiction. 3. Contractor shall pay all costs to establish temporary electric service. 4. As necessary in order to maintain construction progress, Contractor shall provide and pay all costs associated with generators used for temporary power. C. Temporary Lighting: Provide temporary lighting as necessary for proper performance of construction activities and for inspection of the Work. 1. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. 2. Maintain lighting and provide routine repairs. D. Protection: Provide weatherproof enclosures for power and lighting components as necessary. Provide overcurrent and ground-fault circuit protection, branch wiring and HVAC REPLACEMENT PROJECT TEMPORARY UTILITIES ROSEMEAD COMMUNITY RECREATION CENTER 01510-5 distribution boxes located to allow convenient and safe service about site of the Work. Provide flexible power cords as required. E. Use of Permanent Power and Lighting Systems: Permanent power and lighting systems may be used after completion, testing and inspection of systems and approval by City's Representative and authorities having jurisdiction. 1. Contractor shall maintain lighting and make routine repairs and replacements as necessary. 2. City will pay for reasonable amounts of electricity consumed after permanent power system is operational and approved by authorities having jurisdication. F. Service Disruptions: When necessary for energizing and de-energizing temporary electric power systems, minimize disruption of service to those served by public mains. Schedule transfers at times convenient to City and to occupants. G. Relamping: For permanent lighting used during construction, relamp all fixtures immediately prior to Contract Completion (punchlist) review. 1.12 CONSTRUCTION TELEPHONE SERVICE A. Construction Telephone Service: Provide telephone service to Contractor's field staff by means of cellular telephones, pagers and NEXTEL radio service, to enable communications between City's Representative, Project Inspector and Contractor. 1. Include voice message service and paging services. 2. All costs of construction telephone, paging and radio services shall be included in Contract Sum. PART 2 PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Materials: Provide new materials; if acceptable to the Architect, undamaged previously used materials in serviceable condition may be used. Provide materials suitable for the use intended. Their use and methods of installation shall not create unsafe conditions or violate requirements of applicable codes and standards. B. Equipment: Provide new equipment; or, if acceptable to the City, Contractor may provide undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. PART 3 EXECUTION 3.1 TEMPORARY UTILITIES INSTALLATION A. Temporary Utilities Installation, General: Engage the appropriate local utility company or personnel to install temporary service or connect to existing service. 1. Use Charges: Cost or use charges for temporary facilities are the Contractor's responsibility. HVAC REPLACEMENT PROJECT TEMPORARY UTILITIES ROSEMEAD COMMUNITY RECREATION CENTER 01510-6 B. Water Service: The CONTRACTOR shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the CONTRACTOR shall first attach to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. The CONTRACTOR shall pay all permit and water charges. C. Temporary Electric Power Service: The CONTRACTOR shall provide a weatherproof, grounded, temporary power distribution system sufficient to accommodate performance of entire work of project. Provide circuits of adequate size and proper power characteristics for each use; run circuit wiring generally overhead, and rise vertically in locations where it will be least exposed to possible damage from construction operations, and result in least interference with performance of the work; provide rigid steel conduit or equivalent raceways for wiring which must be exposed on grade, floors, decks, or other recognized exposures to damage or abuse. D. Temporary Telephones: Contractor shall have telephone facility available at its business office for the duration of contract where the Contractor and its superintendent may be contacted. The CONTRACTOR shall permit the CITY REPRESENTATIVE, ENGINEER, the CITY, or their authorized representatives or employees free and unlimited use of said telephone facilities for all calls related to the work that do not involve international toll charges. E. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever needed for the use of CONTRACTOR’s employees. Toilets at construction job sites shall conform to the requirements of Subpart D, Section 1926.51 of the OSHA Standards for Construction and the Storm Water Pollution Prevention Plan developed for this project. F. Temporary Fire Protection: Until fire protection needs are supplied by permanent facilities, install and maintain temporary fire protection facilities of the types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 10 "Standard for Portable Fire Extinguishers," and NFPA 241 "Standard for Safeguarding Construction, Alterations and Demolition Operations." 1. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near each usable stairwell. 2. Store combustible materials in containers in fire-safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 4. Provide supervision of welding operations, combustion type temporary heating units, and similar sources of fire ignition. G. Maintenance of Temporary Utilities and Services: Maintain temporary utilities and services in good operating condition until removal. Protect from utilities and services from environmental and physical damage. HVAC REPLACEMENT PROJECT TEMPORARY UTILITIES ROSEMEAD COMMUNITY RECREATION CENTER 01510-7 3.2 TERMINATION AND REMOVAL OF TEMPORARY UTILITIES AND SERVICES A. Termination and Removal of Temporary Utilities and Services: Unless the Trustees require that it be maintained longer, remove each temporary facility when the need has ended, or when replaced by authorized use of a permanent facility, or no later than Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. At Completion, clean and renovate permanent facilities that have been used during the construction period. B. Removal of Temporary Underground Utilities and Restoration: Remove temporary underground utility installations to a minimum depth of 2-feet below utility services. 1. Backfill, compact and regrade site as necessary to restore areas or to prepare for indicated paving and landscaping. 2. Restore paving damaged by temporary utilities. Refer to requirements specified in Section 01732 -Cutting and Patching Requirements. C. Cleaning and Repairs: Clean exposed surfaces and repair damage caused by installation and use of temporary utilities and services. Where determined by City's Representative that repair of damage is unsatisfactory, Work, replace construction with matching finishes. Refer to requirements specified in Section 01732 -Cutting and Patching Requirements. END OF SECTION HVAC REPLACEMENT PROJECT PROJECT WASTE MANAGEMENT ROSEMEAD COMMUNITY RECREATION CENTER 01505-1 SECTION 01505 PROJECT WASTE MANAGEMENT PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Prepare, submit and implement a Project Waste Management Plan. 1.3 RELATED SECTIONS A. Section 02050 -Demolition: Building materials to be disposed. B. Section 06100 -Rough Carpentry: Wood waste materials to be disposed. C. Section 09900 – Paints and Coatings: Residual paints and coatings to be disposed. 1.4 WASTE MANAGEMENT GOALS FOR THE PROJECT A. City has established a policy that construction projects shall generate the least amount of waste possible and that processes shall be employed that ensure the generation of as little waste as possible, including prevention of damage due to mishandling, improper storage, contamination, inadequate protection or other factors as well as minimizing over packaging and poor quantity estimating. B. Of the inevitable waste that is generated, the waste materials designated in this specification shall be salvaged for reuse and or recycling. Waste disposal in landfills or incinerators shall be minimized. On new construction projects this means careful recycling of job site waste, on demolition projects this also means careful removal for salvage. 1.5 REGULATORY REQUIREMENTS A. Regulatory Requirements: Conform to California Code of Regulations, Title 14 for disposal and removal of common and hazardous waste. Handle and dispose of all hazardous and banned materials in accordance with the California Integrated Waste Management Act. B. Hazardous and banned materials include but are not limited to asbestos, drywall (banned from disposal), underground storage tanks, Polychlorinated Biphenyls (PCBs), abandoned chemicals (gasoline, pesticides, herbicides, flammable and combustible substances), freon from cooling equipment, lead-based paints, smoke detectors, and mercury containing switches. C. Licensed Facilities: Only those brokerage, storage, transfer and disposal facilities which HVAC REPLACEMENT PROJECT PROJECT WASTE MANAGEMENT ROSEMEAD COMMUNITY RECREATION CENTER 01505-2 comply with the requirements of the California Code of Regulations Title 14. 1.6 WASTE MANAGEMENT PLAN A. Waste Management Plan: Within 10 calendar days after execution of the Agreement or receipt of Notice to Proceed, whichever is earlier, Contractor shall submit to the City’s Representative a Waste Management Plan. Attached is a sample format together with sample waste generation rates to aid the Contractor in formulating the Plan. The Contractor may use this form or provide a custom form containing the same information. The Plan shall contain the following: 1. Analysis of the proposed job site waste to be generated, including the types of recyclable and waste materials generated (by volume or weight). In the case of demolition, a list of each item proposed to be salvaged during the course of the project should also be prepared (Refer to the Job Site Recycling Guide for a directory of service providers. This list is not necessarily complete. The Contractor may use any of these or other service providers). 2. Alternatives to Landfilling: Contractor shall designate responsibility for preparing a list of each material proposed to be salvaged, reused, or recycled during the course of the Project (Refer to the Job Site Recycling Guide, Directory section). 3. List of compulsory materials to be recycled, shall include, at minimum, the following materials: a. Old corrugated cardboard. b. Clean dimensional wood, palette wood. c. Scrap Metal. d. Paint (return to Paint Depot). e. List of additional optional materials to be recycled. f. Fluorescent lamps (tubes). g. Landclearing debris. h. List of Materials to be Salvaged (Demolition Projects only). i. Dimensioned Lumber and Heavy Timbers. j. Electric equipment and lighting fixtures. k. Metallic conduit. l. Plumbing fixtures and trim. m. Water service piping. B. Meetings: Contractor shall conduct Project Waste Management meetings. Meetings shall include subcontractors affected affected by the Waste Management Plan. At a minimum, waste management goals and issues shall be discussed at the following meetings: 1. Pre-bid meeting. 2. Pre-construction meeting. 3. Regular job-site meetings. C. Materials Handling Procedures: Prevent contamination of materials to be recycled and salvaged and handle materials consistent with requirements for acceptance by designated facilities. Where space permits, source separation is recommended. Where materials must be co-mingled they must be taken to a processing facility for separation off site. HVAC REPLACEMENT PROJECT PROJECT WASTE MANAGEMENT ROSEMEAD COMMUNITY RECREATION CENTER 01505-3 D. Transportation: The Contractor may engage a hauling subcontractor or self haul or make each subcontractor responsible for their own waste. In any case compliance with these requirements is mandatory. E. If requested submit, to the City’s Representative way-bills, invoices and other documentation confirming that all materials have been hauled to the required locations. F. Waste Management Plan Implementation: 1. Manager: The Contractor shall designate an on-site party (or parties) responsible for instructing workers and overseeing and documenting results of the Waste Management Plan for the project. 2. Distribution: The Contractor shall distribute copies of the Waste Management Plan to the Job Site Foreman, each subcontractor and the City’s Representative. 3. Instruction: The Contractor shall provide on-site instruction of appropriate separation, handling, and recycling to be used by all parties at the appropriate stages of the Project. a. On demolition projects the Contractor shall provide on-site instructions for salvage and requirements for reusing salvaged materials within the project, either in new construction or in a renovation. b. Separation facilities: The Contractor shall lay out and label a specific area to facilitate separation of materials for recycling and salvage. Recycling and waste bin areas are to be kept neat and clean and clearly marked in order to avoid contamination of materials. c. The requirement for separation will only be waived if the Contractor can demonstrate to the City’s Representative that there is insufficient room to accommodate it. If this is the case the materials must be sent to a processing facility for separation off site. G. Application for Progress Payments: The Contractor shall submit with each Application for Progress Payment a summary of waste materials, recycled, salvaged and disposed of by the Project using the form appended to this specification or a form generated by the Contractor containing the same information. 1. Failure to submit this information shall render the Application for Payment incomplete and shall delay Progress Payment. 2. The Summary shall contain the following information: a. For each material salvaged and recycled from the Project, include the amount (in cubic yards or tons or in the case of salvaged items state quantities by number, type and size of items) and the destination (i.e. recycling facility, used building materials yard). b. For each material land filled or incinerated from the Project, include the amount (in cubic yards or tons) of material and the identity of the landfill, incinerator and/or transfer station. HVAC REPLACEMENT PROJECT PROJECT WASTE MANAGEMENT ROSEMEAD COMMUNITY RECREATION CENTER 01505-4 PART 2 PRODUCTS Not Applicable to this Section. PART 3 -EXECUTION Not Applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT CUTTING AND PATCHING ROSEMEAD COMMUNITY RECREATION CENTER 01360-1 SECTION 01360 CUTTING AND PATCHING PART 1 -GENERAL 1.01 SUMMARY A. Provisions of General Conditions, Special Conditions, and Division One apply to this section. B. Section includes Cutting and patching. Execute cutting (including excavating), fitting or patching of work, required to: 1. Make several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace work not conforming to requirements of contract documents. 4. Remove and replace defective work. 5. Remove samples of installed work as specified for testing. 6. Install specified work in existing construction. C. In addition to specified requirements, upon written instruction of District: 1. Uncover work to provide for City, Inspector and/or Architect's observation of covered work. Remove samples of installed materials for testing. D. Do not endanger any work by cutting or altering work or any part of it. E. Do not cut cut or alter work of another contractor without written consent of District. 1.02 QUALITY ASSURANCE: A. Comply with the requirements of CBC and California Fire Code, Articles 49 and 79. 1.03 SUBMITTALS A. Prior to cutting which affects the structural safety of project, submit written notice to Architect, requesting consent to proceed with cutting. B. If conditions of work, or schedule, indicate change of materials or methods, submit written recommendation to City and Architect, including: 1. Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Submittals as required for substitutions. C. Submit written notice to City and Architect, designating timework will be uncovered, to allow for observation by the City, Inspector and/or Architect. HVAC REPLACEMENT PROJECT CUTTING AND PATCHING ROSEMEAD COMMUNITY RECREATION CENTER 01360-2 1.04 MATERIALS A. Materials for Replacement of Work Removed: Comply with specifications for type of work to be done, match existing adjacent surfaces. 1.05 EXAMINATION A. Examine existing conditions of work, including elements subject to movement or damage during cutting and patching, and excavating and backfilling. B. After uncovering work, examine conditions affecting installation of new products. 1.06 PREPARATION A. Prior to cutting, provide required protection including, but not necessarily limited to, shoring, bracing and support to maintain structural integrity of the work. B. Provide protection for other portions of project. Provide protection from elements. C. Locate all utilities prior to any cutting or excavation. 1.07 PERFORMANCE A. Execute fitting and adjustment of products to provide finished installation to comply with specified tolerances and finishes. B. Execute cutting and removal to the extent necessary. C. Restore work which has been cut or removed; install new products to provide completed work in accord with requirements of contract documents. D. Refinish entire surfaces as necessary to provide an even finish. 1. Continuous Surfaces: To nearest intersections. 2. Assembly: Entire refinishing. PART 2 -PRODUCTS -Not Used. PART 3 – EXECUTION -Not Used. [End of Section] HVAC REPLACEMENT PROJECT QUALITY CONTROL ROSEMEAD COMMUNITY RECREATION CENTER 01450-1 SECTION 01450 QUALITY CONTROL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Regulatory requirements for testing and inspection. B. Contractor's quality control. C. Quality of the Work. D. Inspections and tests by authorities having jurisdiction. E. Inspections and tests by serving utilities. F. Inspections and tests by manufacturer's representatives. 1.3 REGULATORY REQUIREMENTS FOR TESTING AND INSPECTION A. Building Code Requirements: Comply with requirements for testing and inspections in the California Building Code (CBC), as interpreted by authorities having jurisdiction. Additional requirements for testing and inspection, as adopted by authorities having jurisdiction, shall be included in the Contract Sum and Contract Time. B. Requirements of Fire Regulations: Comply with testing and inspection requirements of the Fire Marshal having jurisdiction. All tests and inspections shall be included in Contract Sum and Contract Time. 1.4 CONTRACTOR'S QUALITY CONTROL A. Contractor's Quality Control: Contractor shall ensure that products, services, workmanship and site conditions comply with requirements of the Drawings and Specifications by coordinating, supervising, testing and inspecting the Work and by utilizing only suitably qualified personnel. B. Quality Requirements: Work shall be accomplished in accordance with quality requirements of the Drawings and Specifications, including, by reference, all Codes, laws, rules, regulations and standards. When no quality basis is prescribed, the quality shall be in accordance with the best accepted practices of the construction industry for the locale of the Project, for projects of this type. C. Quality Control Personnel: Contractor shall employ and assign knowledgeable and skilled personnel as necessary to perform quality control functions to ensure that the Work is HVAC REPLACEMENT PROJECT QUALITY CONTROL ROSEMEAD COMMUNITY RECREATION CENTER 01450-2 provided as required. D. Coordination of Field Quality Control: Contractor shall coordinate and schedule field quality control activities of City's independent testing and inspection agency and inspectors from authorities having jurisdiction. 1.5 QUALITY OF THE WORK A. Quality of Products: Unless otherwise indicated or specified, all products shall be new, free of defects and fit for the intended use. B. Quality of Installation: All Work shall be produced plumb, level, square and true, or true to indicated angle, and with proper alignment and relationship between the various elements. C. Protection of Existing and Completed Work: Take all measures necessary to preserve and protect existing and completed Work free from damage, deterioration, soiling and staining, until Acceptance by the City. D. Standards and Code Compliance and Manufacturer's Instructions and Recommendations: Unless more stringent requirements are indicated or specified, comply with manufacturer's instructions and recommendations, reference standards and building code research report requirements in preparing, fabricating, erecting, installing, applying, connecting and finishing Work. E. Deviations from Standards and Code Compliance and Manufacturer's Instructions and Recommendations: Document and explain all deviations from reference standards and building code research report requirements and manufacturer's product installation instructions and recommendations, including acknowledgement by the manufacturer that such deviations are acceptable and appropriate for the Project. F. Verification of Quality: Work shall be subject to verification of quality by City or Architect in accordance with provisions of the Contract General Conditions. 1. Contractor shall cooperate by making Work available for inspections and observations by City’s Representative, Architect and their consultants. 2. Such verification may include mill, plant, shop, or field inspection, as required. 3. Provide access to all parts of the Work, including plants where materials or equipment are manufactured or fabricated. 4. Provide all information and assistance as necessary, including that from subcontractors, fabricators, materials suppliers and manufacturers, for verification of quality by City’s Representative or Architect. 5. Contract modifications, if any, resulting from such verification activities shall be governed by applicable provisions in the Contract General Conditions. G. Observations by Architect and Architect's Consultants: Periodic and occasional observations of Work in progress will be made by Architect and Architect's consultants as deemed necessary to review progress of Work and general conformance with the design intent. H. Limitations on Inspection, Test and Observations: Employment of an independent testing HVAC REPLACEMENT PROJECT QUALITY CONTROL ROSEMEAD COMMUNITY RECREATION CENTER 01450-3 and inspection agency and observations by Architect and Architect's consultants shall not relieve Contractor of the obligation to perform Work in full conformance to all requirements of Contract Documents and applicable Building Code and other regulatory requirements. I. Rejection of Work: The City reserves the right to reject any and all Work not in conformance to the requirements of the Contract Documents. J. Correction of Non-Conforming Work: Non-conforming Work shall be modified, replaced, repaired or redone by the Contractor at no change in Contract Sum or Contract Time. K. Acceptance of Non-Conforming Work: Acceptance of non-conforming Work, without specific written acknowledgement and approval of the City’s Representative, shall not relieve the Contractor of the obligation to correct such Work. L. Contract Adjustment for Non-conforming Work: Should City’s Representative determine that it is not feasible or not in City’s interest to require non-conforming Work to be repaired or replaced, an equitable reduction in Contract Sum shall be made by agreement between City’s Representative and Contractor. If an equitable amount cannot be agreed upon, a Field Instruction will be issued and the amount in dispute resolved in accordance with applicable provisions of the Contract General Conditions. M. Non-Responsibility for Non-Conforming Work: Architect and Architect's consultants disclaim any and all responsibility for Work produced that is not in conformance with the Contract Drawings and Contract Specifications. 1.6 INSPECTIONS AND TESTS BY AUTHORITIES HAVING JURISDICTION A. Inspections and Tests by Authorities Having Jurisdiction: Contractor shall cause all tests and inspections required by authorities having jurisdiction to be made for Work under this Contract. 1. Except as specifically noted, scheduling, coordinating and conducting such inspections and tests shall be solely the Contractor's responsibility. 2. All time required for inspections and tests by authorities having jurisdiction shall be included in the Contract Time. 3. Costs for inspections and tests by authorities having jurisdiction will be paid by City. 1.7 INSPECTIONS AND TESTS BY SERVING UTILITIES A. Inspections and Tests by Serving Utilities: Contractor shall cause all tests and inspections required by serving utilities to be made for Work under the Contract. 1. Except as specifically noted, scheduling, coordinating and conducting such inspections and tests shall be solely the Contractor's responsibility. All time required for inspections and tests by serving utilities shall be included in the Contract Time. 2. Except as specifically noted, all costs for inspections and tests by serving utilities shall be included in the Contract Sum. 1.8 INSPECTIONS AND TESTS BY MANUFACTURER'S REPRESENTATIVES HVAC REPLACEMENT PROJECT QUALITY CONTROL ROSEMEAD COMMUNITY RECREATION CENTER 01450-4 A. Inspections and Tests by Manufacturer's Representatives: Contractor shall cause all specified tests and inspections to be conducted by materials or systems manufacturers. Additionally, all tests and inspections required by materials or systems manufacturers as conditions of warranty or certification of Work shall be made, the cost of which shall be included in the Contract Sum. 1. Scheduling, coordinating and conducting such inspections and tests shall be solely the Contractor's responsibility. All time required for inspections and tests by manufacturer's representatives shall be included in the Contract Time. 2. All costs for inspections and tests by manufacturer's representatives shall be included in the Contract Sum. PART 2 PRODUCTS Not applicable to this Section. PART 3 EXECUTION Not applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT REQUESTS FOR INTERPRETATION (RFI) ROSEMEAD COMMUNITY RECREATION CENTER 01340-1 SECTION 01340 REQUESTS FOR INTERPRETATION (RFI) PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Procedures for submitting requests for interpretation (RFI). B. Limitations on use of RFI to obtain interpretation and clarification. 1.3 RELATED SECTIONS A. Section 01310 -Project Management and Coordination: Requirements for organizing and coordinating the Work. B. Section 01330 -Submittals Procedures: Restriction on use of submittals for changes in materials, products, equipment and systems. C. Section 01630 -Product Substitution Procedures: Procedures for requesting substitutions of materials, products, equipment and systems. 1.4 DEFINITIONS A. Request for Interpretation: A document submitted by the Contractor requesting clarification of a portion of the Contract Documents, hereinafter referred to as an RFI. 1.5 CONTRACTOR'S REQUESTS FOR INTERPRETATION (RFIs) A. Contractor's Requests for Interpretation (RFIs): Should Contractor be unable to determine from the Contract Documents the exact material, process, or system to be installed; or when the elements of construction are required to occupy the same space (interference); or when an item of Work is described differently at more than one place in the Contract Documents; the Contractor shall request that the Architect make an interpretation of the requirements of the Contract Documents to resolve such matters. Contractor shall comply with procedures specified herein to make Requests for Interpretation (RFIs). B. Submission of RFIs: RFIs shall be prepared and submitted on a form provided by City’s Representative. 1. Forms shall be completely filled in, and if prepared by hand, shall be fully legible after copying by xerographic process. 2. Each RFI shall be given a discrete, consecutive number. HVAC REPLACEMENT PROJECT REQUESTS FOR INTERPRETATION (RFI) ROSEMEAD COMMUNITY RECREATION CENTER 01340-2 3. Each page of the RFI and each attachments to the RFI shall bear the project name, project number, date, RFI number and a descriptive title. 4. Contractor shall sign all RFIs attesting to good faith effort to determine from the Contract Documents the information requested for interpretation. Frivolous RFIs shall be subject reimbursement from Contractor to City for fees charged by Architect, Architect's consultants and other design professionals engaged by the City. C. Subcontractor-Initiated and Supplier-Initiated RFIs: RFIs from subcontractors and material suppliers shall be submitted through, be reviewed by and be attached to an RFI prepared, signed and submitted by Contractor. RFIs submitted directly by subcontractors or material suppliers will be returned unanswered to the Contractor. 1. Contractor shall review all subcontractor-and supplier-initiated RFIs and take actions to resolve issues of coordination, sequencing and layout of the Work. 2. RFIs submitted to request clarification of issues related to means, methods, techniques and sequences of construction or for establishing trade jurisdictions and scopes of subcontracts will be returned without interpretation. Such issues are solely the Contractor's responsibility. 3. Contractor shall be responsible for delays resulting from the necessity to resubmit an RFI due to insufficient or incorrect information presented in the RFI. D. Requested Information: Contractor shall carefully study the Contract Documents to ensure that information sufficient for interpretation of requirements of the Contract Documents is not included. RFIs that request interpretation of requirements clearly indicated in the Contract Documents will be returned without interpretation. 1. In all cases in which RFIs are issued to request clarification of issues related to means, methods, techniques and sequences of construction, for example, pipe and duct routing, clearances, specific specific locations of Work shown diagrammatically, apparent interferences and similar items, the Contractor shall furnish all information required for the Architect or City’s Representative to analyze and/or understand the circumstances causing the RFI and prepare a clarification or direction as to how the Contractor shall proceed. 2. If information included with this type RFI by the Contractor is insufficient, the RFI will be returned unanswered. E. Unacceptable Uses for RFIs: RFIs shall not be used for the following purposes: 1. To request approval of submittals (use procedure specified in Section 01330 -Submittals Procedures). 2. To request approval of substitutions (refer to Section 01630 -Product Substitution Procedures). 3. To request changes that entail change in Contract Time and Contract Sum (comply with provisions of the Contract General Conditions, as discussed in detail during pre-construction meeting). 4. To request different methods of performing Work than those indicated in the HVAC REPLACEMENT PROJECT REQUESTS FOR INTERPRETATION (RFI) ROSEMEAD COMMUNITY RECREATION CENTER 01340-3 Contract Drawings and Specifications (comply with provisions of the Contract General Conditions). F. Disputed Requirements: In the event the Contractor believes that a clarification by the City’s Representative results in additional cost or time, Contractor shall not proceed with the Work indicated by the RFI until authorized to proceed by the City’s Representative and claims, if any, are resolved in accordance with provisions in the Contract General Conditions. G. RFI Log: Contractor shall prepare and maintain a log of RFIs, and at any time requested by the City’s Representative, the Contractor shall furnish copies of the log showing all outstanding RFIs. H. Review Time: Architect will return RFIs to Contractor and City’s Representative within 7 working days of receipt. RFIs received after 12:00 noon shall be considered received on the next regular working day for the purpose of establishing the start of of the 7 work day response period. PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION Not Applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-1 SECTION 01330 SUBMITTALS PROCEDURES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Administrative requirements for shop drawings, product data and samples submittals. B. Administrative requirements for submittals reporting results of tests and inspections, during field Work. C. Contractor's review of submittals. D. Architect's review of submittals. E. Product data submittals. F. Shop drawing submittals. G. Sample submittals. H. Reports of results of tests and inspections. 1.3 RELATED SECTIONS A. Section 01321 -Construction Progress Schedules: Submittals Schedule. B. Section 01450 -Quality Control: Test and inspection reports. C. Section 01770 -Contract Closeout Procedures: Submittals for occupancy, Acceptance and Final Payment. D. D. Section 01783 -Operation and Maintenance Data: Requirements for preparation and submission of operation and maintenance data. 1.4 DEFINITIONS A. Shop Drawings, Product Data and Samples: Instruments prepared and submitted by Contractor, for Contractor's benefit, to communicate to Architect the Contractor's understanding of the design intent, for review and comment by Architect on the conformance of the submitted information to the general intent of the design. Shop drawings, product data and samples are not Contract Documents. B. Shop Drawings: Drawings, diagrams, schedules and illustrations, with related notes, specially prepared for the Work of the Contract, to illustrate a portion of the Work. HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-2 C. Product Data: Standard published information ("catalog cuts") and specially prepared data for the Work of the Contract, including standard illustrations, schedules, brochures, diagrams, performance charts, instructions and other information to illustrate a portion of the Work. D. Samples: Physical examples that demonstrate the materials, finishes, features, workmanship and other characteristics of a portion of the Work. Accepted samples shall serve as quality basis for evaluating the Work. E. Other Submittals: Technical data, test reports, calculations, surveys, certifications, special warranties and guarantees, operation and maintenance data, extra stock and other submitted information and products shall also be not be considered to Contract Documents but shall be information from Contractor to Architect to illustrate a portion of the Work for confirmation of understanding of design intent. 1.5 ADMINISTRATIVE REQUIREMENTS A. Administrative Requirements for Submittals: Submittals shall be made in accordance with requirements specified herein and in Division 2 through 16 Sections of the Specifications. See also Article 5 of the Contract General Conditions for additional requirements especially those regarding requests for alternatives or equals and for substitutions. B. Contractor Coordination of Submittals: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Architect will return without action submittals requiring coordination with other submittals until related submittals are coordinated. C. Transmission of Submittals: Package each submittal appropriately for shipping and handling. Transmit all submittals from Contractor to Architect, unless otherwise directed, using a transmittal form. Submittals received from sources other than the Contractor will be returned without action. Include all information specified below for identification of submittal and for monitoring of review process. E. Timing of Submittals: Make submittals sufficiently in advance of construction activities to allow shipping, handling and review by the Architect and Architect's consultants. Allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for resubmittals. 1. See Contract General Conditions and Supplementary General Conditions for additional requirements. 2. If an intermediate submittal is necessary, process the same as the initial submittal. HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-3 3. No extension of Contract Time will be authorized because of failure to transmit submittals to the Architect sufficiently in advance of the Work to permit processing. D. Submittals Identification: 1. Provide a space approximately 4-inches by 5-inches on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. Include the following information on the label for processing and recording action taken: a. Project name & number b. Submission date c. Name and address of Architect d. Name and address of Contractor e. Name and address of subcontractor f. Name and address of supplier g. Name of manufacturer h. Number and title of appropriate Specification Section i. Drawing number and detail references, as appropriate. 2. Identify each element on submittal by reference to Drawing sheet number, detail, schedule, room number, assembly or equipment number, Specifications article and paragraph, and other pertinent information to clearly correlate submittal with Contract Drawings. On the submittal transmittal form or separate sheet record deviations from Contract Document requirements, including minor variations and limitations. Include Contractor's certification that information submitted complies with requirements of the Contract Document. 3. Identify each submittal by Specification Section number followed by a number indicating sequential submittal for that Section. Resubmittals shall use same number as original submittal, followed by a letter indicating sequential resubmittal. 09250-1 First submittal for Section 09250 -Gypsum Board. 09250-2 Second submittal for Section 09250 -Gypsum Board. 09250-2A Resubmittal of second submittal for Section 09250 -Gypsum Board. 09250-2B Second resubmittal of second submittal for Section 09250 -Gypsum Board. 4. Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that that prepared each submittal on the label or title block. E. Grouping of Submittals: Unless otherwise specifically permitted by the Architect, make all submittals in groups containing all associated items. The Architect may reject partial submittals as incomplete or hold them until related submittals are made. F. Unsolicited Submittals: Unsolicited submittals may be returned unreviewed. HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-4 G. Record Submittals: When record submittals are specified, submit three copies or sets only. Record submittals will not be reviewed but will be retained for historical and maintenance purposes. 1.6 SUBMITTALS SCHEDULE A. Submittals Schedule: As specified in Section 01321 Construction Progress Schedules. 1.7 CONTRACTOR'S REVIEW OF SUBMITTALS A. Contractor's Review of Submittals: Prior to submission to Architect for review, Contractor shall review each submittal for completeness and conformance to specified requirements. Contractor shall stamp each submittal with a review action stamp and sign each copy of submittal. Submittals without stamp and signature will be returned unreviewed. Contractor's submittal action stamp shall certify the following actions by Contractor: 1. Field measurements have been determined and verified. 2. Conformance with requirements of Contract Drawings and Specifications is confirmed. 3. Catalog numbers and similar data are correct. 4. Work being performed by various subcontractors and trades is coordinated. 5. Field construction criteria have been verified, including confirmation that information submitted has been coordinated with the work being performed by others for City and actual site conditions. 6. All deviations from requirements of Drawings and Specifications have been identified and noted. B. Changes in Work: Changes in the Work shall not be authorized by submittals review actions. No review action, implicit or explicit, shall be interpreted to authorized changes in the Work. Changes shall only be authorized by separate written direction, in accordance with the Contract General Conditions. 1.8 REVIEW OF SUBMITTALS BY CITY'S REPRESENTATIVE AND ARCHITECT A. Review of Submittals by Owner’s Representative and Architect: Submittals shall be a communication aid between Contractor and Architect by which interpretation of Contract Documents requirements may be confirmed in advance of construction. 1. Reviews by Owner’s Representative, Architect and Architect's consultants shall be only for general conformance with the design concept of the Project and general compliance with the information given in the Drawings and Specifications. 2. Except for submittals for record, information or similar purposes, where action and return is required or requested, the Architect will review each submittal, mark to indicate action taken, and return promptly. B. Review Action: Architect will stamp each submittal with a uniform, self-explanatory action stamp. Stamp will be appropriately marked, as follows, to indicate the action taken: HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-5 1. Final Unrestricted Release: Where submittals are marked "Approved," that part of the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance. 2. Final-But-Restricted Release: When submittals are marked "Approved as Noted," that part of the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance. 3. Returned for Re-submittal: When submittal is marked "Not Approved, Revise and Resubmit," do not proceed with that part of the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action mark. a. Do not permit submittals marked "Not Approved, Revise and Resubmit" to be used at the Project site, or elsewhere where Work is in progress. b. Note: Any work performed prior to receiving a fully approved submittal shall be done at the Contractor's risk and shall be subject to being replaced if Contract requirements are not met. C. Contract Requirements: 1. Review actions by Architect and Architect's consultants shall not relieve the Contractor from compliance with requirements of the Contract Drawings and Specifications. 2. No review action, implicit or explicit, shall be interpreted to authorize changes in the Work. Changes shall only be authorized by separate written Change Order or Field Instruction, in accordance with the Contract General Conditions. 1.9 PRODUCT DATA SUBMITTALS A. Product Data: Catalog cuts, photographs, illustrations, standard details, standard schedules, performance charts, material characteristics, color and pattern charts, test data, roughing-in diagrams and templates, standard wiring diagrams and performance curves and listings by Code authorities and nationally-recognized testing and inspection services. Where product data must be specially prepared because standard printed data is not suitable for use, submit according to requirements for shop drawings, specified below. B. Modifications to Standard Product Data: Modify manufacturer's standard catalog data to indicate precise conditions of the Project. 1. Provide space for review action stamps and, if required by authorities having jurisdiction, license seal of Architect and Architect's design consultant, if applicable. 2. Mark each copy to show applicable choices and options. Where printed product data includes information on several products, some of which are not required, mark copies to highlight applicable information. HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-6 3. Include the following information: Manufacturer's printed recommendations, Compliance with recognized trade association standards, Compliance with recognized testing agency standards, Application of testing agency labels and seals, Notation of dimensions verified by field measurement, Notation of coordination requirements. 4. Do not submit product data until compliance with requirements of the Contract Documents has been confirmed. 5. Proceed with installation only using reviewed copy of product data. Do not permit use of unmarked copies of product data in connection with construction. C. Copies: Submit 6 copies, minimum, of original catalog pages or xerographic copies only, with applicable data highlighted and cross-referenced to Drawings and Specifications requirements. Wet-process and thermal paper copies will not be acceptable. Distribution of product data submittals shall be: 1. Architect: One copy. 2. Architect's consultant: One copy. 3. City's Representative: One copy. 4. Project Inspector: One copy. 4. Contractor: Two copies. 1.10 SHOP DRAWINGS SUBMITTALS A. Shop Drawings: Drawings, diagrams, schedules and other graphic depictions to illustrate fabrication and installation of a portion of the Work. Shop Drawings shall include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. Include the following information: 1. Identification of products and materials included. 2. Compliance with referenced standards. 3. Notation of coordination requirements. 4. Dimensions. 5. Notation of dimensions established by field measurement. B. Coordination: Show all field dimensions and relationships to adjacent or critical features of Work. C. Preparation of Shop Drawings: Prepare and submit newly prepared information, drawn to accurate scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-7 basis of Shop Drawings. Standard information prepared without specific reference to the Project is not considered Shop Drawings. 1. Provide space for review action stamps and, if required by governing authorities having jurisdiction, license seal of Architect and Architect's design consultant, if applicable. 2. Prepare shop drawings on minimum sheet size of 17-inches by 22-inches, or smaller if a multiple of 8-1/2 inches by 11-inches. Maximum size shall be 30-inches by 42-inches. 3. Except as noted in product Specifications Sections, submit one correctable translucent reproducible print and six blue-or black-line prints of shop drawings. The reproducible and one print will be returned after review. 4. Do not use Shop Drawings without an appropriate final review stamp indicating action taken in connection with construction. D. Distribution of Reviewed Shop Drawings: Distribution of reviewed shop drawings will be by Architect. 1. Architect: One copy 2. Architect's consultant: One copy 3. City's Representative: One copy 4. Project Inspector: One copy 5. Contractor: Two copies 1.11 SAMPLES SUBMITTALS A. Samples: Full-size, fully-fabricated samples, cured and finished as specified and physically identical with the material or product proposed. Samples shall include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture and pattern. 1. Mount, display, or package Samples in the manner specified to facilitate review of qualities indicated. Prepare Samples to include the following: Generic description of the Sample. Sample source. Product name or name of manufacturer. Compliance with recognized standards. Availability and delivery time. 2. Submit Samples for review of kind, color, pattern, and texture, for a final check of these characteristics with other elements, and for a comparison of these characteristics between the final submittal and the actual component as delivered and installed. 3. Submit actual samples. Photographic or printed reproductions will not be accepted. HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-8 4. Field samples specified in individual Sections are special types of samples. Field samples shall be full-size examples erected on site to illustrate finishes, coatings, or finish materials and to establish the standard by which the Work will be evaluated. B. Preliminary or Selection Submittals: Where samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit full set of choices for the specified material or product. 1. Preliminary submittals will be reviewed and returned with the Architect's mark indicating selection and other action. C. Quantity: Except for samples illustrating assembly details, workmanship, fabrication techniques, connections, operation and similar characteristics, submit 3 sets. One sample will be returned marked with the action taken. 1. Maintain sets of samples, as returned, at the Project site, for quality comparisons throughout the course of construction. 2. Unless otherwise noted, full-size and complete samples will be returned and may be incorporated into field mock-ups. Samples may be incorporated into the Work (completed construction) only with written approval of the Architect. 3. Other samples shall be produced and mounted on cardstock in 8-1/2" by 11" format, three hole punched and suitable for inclusion in product sample binders. Contractor shall provide binders as directed. 4. Contractor shall prepare and distribute additional samples to subcontractors, manufacturers, fabricators, suppliers, installers, and others as necessary for performance of the Work. D. Color Samples: Architect will review and select colors for Project only after all colors are received, so that colors may be properly coordinated. 1.12 MANUFACTURER'S INSTRUCTIONS A. Manufacturer's Instructions: Submit manufacturer's instructions for preparation, mixing, assembly, handling, application and installation of products, as applicable and as specified in product Sections of the Specifications. 1. Include applicable ICBO ES Evaluation Reports. Evaluation Reports shall be current and shall be annotated for applicable products. 2. Include applicable Material Safety Data Sheets, for Project record only. 3. Include written recommendations, as applicable, from manufacturer for Project conditions. B. Copies: Submit six copies minimum. Distribution will be: 1. City's Representative: One copy. HVAC REPLACEMENT PROJECT SUBMITTALS PROCEDURES ROSEMEAD COMMUNITY RECREATION CENTER 01330-9 2. Architect: One copy. 3. Architect's consultant: One copy. 4. Project Inspector: One copy. 5. Contractor: As necessary, retained by Contractor. 6. Reviews by Architect and Owner’s Representative: Manufacturer's instructions shall be for information and will not be reviewed by Architect or City's Representative. 1.13 REPORTS OF RESULTS OF INSPECTIONS AND TESTS A. Reports of Results of Inspections and Tests: Submit technical data, test reports, calculations, surveys, and certifications based on field tests and inspections by independent inspection and testing agency and by authorities having jurisdiction. 1. Reports of results of inspections and tests shall not be considered Contract Documents. 2. Refer to Section 01450 -Quality Control for additional requirements. 1.14 OPERATION AND MAINTENANCE DATA SUBMITTALS A. Operation and Maintenance Data Submittals: Refer to requirements specified in Section 01783 -Operation and Maintenance Data. Include operation and maintenance data submittals in Submittals Schedule. Refer to Section 01321 -Construction Progress Schedules. PART 2 -PRODUCTS Not applicable to this Section. PART 3 -EXECUTION Not applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT PROJECT MEETINGS ROSEMEAD COMMUNITY RECREATION CENTER 01312-1 SECTION 01312 PROJECT MEETINGS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 REQUIREMENTS INCLUDED A. Pre-construction conference. B. Construction progress meetings. 1.3 RELATED REQUIREMENTS A. Section 01450 -Quality Control: General requirements for construction quality, to be reviewed at construction progress meetings. B. Section 01321 -Construction Progress Schedules: General requirements for construction progress schedules, to be reviewed at construction progress meetings. C. Section 01321 -Construction Progress Reports: General requirements for construction progress reports, to be reviewed at construction progress meetings. D. Section 01330 -Submittals Procedures: Status of submittals to be reviewed at construction progress meetings. E. Section 01770 -Contract Closeout Procedures: Contract closeout meeting. 1.4 PRE-CONSTRUCTION CONFERENCE A. Pre-Construction Conference: Owner’s Representative will administer a pre-construction conference immediately prior to Contractor mobilization onto the project site. 1. Representatives of the Contractor, Architect, and Architect's Consultants, and owner representive, as appropriate, will be attend. 2. Contractor and major subcontractors, as appropriate, shall attend. B. Schedule: Schedule pre-construction conference within 5 days of construction start date established in the Notice to Proceed. C. Location: Pre-construction conference will be held at a location as directed by the Owner’s Representative. D. Site Mobilization Meeting: City's Representative will administer site mobilization meeting for clarification of responsibilities of City, Architect and Contractor in use of site and for HVAC REPLACEMENT PROJECT PROJECT MEETINGS ROSEMEAD COMMUNITY RECREATION CENTER 01312-2 review of Contract administration. E. Schedule: Site mobilization meeting shall immediately prior to Contractor's move onto site, unless otherwise directed by City's Representative. F. Location: At Project site, unless otherwise directed. G. Agenda: Site mobilization meeting shall cover the following topics as a minimum. 1. Special Project Procedures: Site access restrictions, if any, and requirements to avoid disruption of operations at adjoining facilities. Present City's requirements for use of premises. 2. Designation of Key Personnel: Contractor shall designate key personnel and provide a name and address list which includes the following. a. Contractor: Project Manager and Superintendent. b. Major subcontractors: Principal/Project Manager and Superintendent. c. Major materials suppliers: Contact person. 3. Subcontractors List: Distribute and discuss list of subcontractors and suppliers. 4. Coordination: Review requirements for Contractor's coordination of Work. Review sequence and schedule for work being performed for City under separate contracts. Discuss coordination of construction to minimize impacts on continuing City operations. 5. Project Communication Procedures: Review requirements and administrative requirements for written and oral communications. 6. Construction Schedule: Distribute and discuss initial construction schedule and critical work sequencing of major elements of Work, including coordination of Owner-Furnished/Contractor-Installed (OFCI) products and work under separate contracts by serving utility agencies and companies and City. 7. Safety Program: Review requirements for Contractor to develop and implement safety program in compliance with Contract General Conditions. 8. Site Access by City's Representative and Architect: Review requirements and administrative procedures Contractor may wish to institute for identification and reporting purposes. 9. Permits and Fees: Review Contract requirements and review schedule and process for obtaining permits and paying fees. 10. Construction Facilities: Designate storage and staging areas, construction office areas and parking areas and review site access requirements. 11. Temporary Utilities: Requirements for establishing and paying for temporary water, power, lighting and other utility services during construction, including metering and allowances. Refer to Section 01510 -Temporary Utilities. 12. Construction Progress Schedules: Review requirements for preparation and updating of construction progress and submittals schedules. HVAC REPLACEMENT PROJECT PROJECT MEETINGS ROSEMEAD COMMUNITY RECREATION CENTER 01312-3 13. Payment Procedures: Review requirements for preparation and submission of applications for progress payments and for final payment. 14. Change Procedures: Review requirements and administrative procedures for Change Orders, Field Instructions and Contractor's Requests for Interpretation (RFI). 15. Submittals Administration: Review administrative procedures for shop drawings, product data and samples submittals and review of preliminary Submittals Schedule. 16. Materials and Equipment: Review substitution requirements; review schedule for major equipment purchases and deliveries; review materials and equipment to be provided by City (OFCI products). 17. Testing and Inspection: Review tests and inspections to be performed by the following. a. Independent testing and inspection agency. b. Manufacturers and installers. c. Serving utilities and public agencies. d. Authorities having jurisdiction. 18. Operation and Maintenance Data: Format and content of operation and maintenance manuals. Refer to Section 01783 -Operation and Maintenance Data. 19. Instruction of City's Personnel: Review requirements and scheduling of instruction of personnel 20. Starting and Adjusting Procedures: Review requirements of starting and adjusting operating components. 21. Project Record Documents: Review requirements and procedures for preparing, reviewing and submitting project record drawings and specifications. 22. Construction Cleaning: Review requirements for progress and final cleaning 23. Closeout Procedures, including procedures for filing of Notice of Completion, final payment and submittals. 1.5 CONSTRUCTION PROGRESS MEETINGS A. Construction Progress Meetings: Meetings will be held to review progress and quality of construction. The essence of the discussion of each meeting shall be entered into the written record (minutes) of the meeting. B. Schedule: Construction progress meetings shall be weekly throughout progress of the Work. Frequency shall be as determined necessary for progress of Work. C. Administration: Contractor shall make physical arrangements for meetings. Contractor will prepare agenda with copies for participants, preside at meetings, record minutes and distribute copies within two working days to City's Representative, Architect, participants and those affected by decisions made at meetings. Each discussion item at construction progress meetings shall be numerically identified and carried through subsequent meeting HVAC REPLACEMENT PROJECT PROJECT MEETINGS ROSEMEAD COMMUNITY RECREATION CENTER 01312-4 minutes until resolved. D. Attendance: Contractor's project manager and jobsite superintendent shall attend each meeting. Contractor's subcontractors and suppliers may attend as appropriate to subject under discussion. Owner’s Representative will attend each meeting. Architect and Architect's consultants, as appropriate to agenda topics for each meeting and as provided in City-Architect Agreement, will also attend. E. Suggested Agenda for Each Construction Progress Meeting: 1. Meeting Minutes: Review and correct, if necessary, minutes of previous meeting. a. Unless published minutes are challenged in writing prior to the next regularly scheduled progress meeting, they will be accepted as properly stating the activities and decisions of the meeting. b. Persons challenging published minutes shall reproduce and distribute copies of the challenge to all indicated recipients of the particular set of minutes. c. Challenge to minutes shall be settled as priority portions of "old business" at the next regularly scheduled meeting. 2. Progress of the Work: Since last meeting and proposed progress. a. Identify potential problems which might impede progress. b. Develop corrective measures and procedures, including but not necessarily limited to additional manloading to regain planned schedule. c. Review three-week "look ahead" construction schedule, including identification of conflicts and delays. 3. Ordering Status: Review status of long-lead time equipment and materials delivery affecting construction progress. 4. RFI Status: Review status of Requests for Interpretation (RFI) status. 5. Submittals Status: Review shop drawings, product data and samples submission and review status. 6. Contract Modifications: Pending Change Orders and Field Orders. Review status of proposed substitutions. 7. Old Business: Active discussion topics carried over from previous meetings. 8. New Business: New topics of discussion affecting construction progress and quality. 9. Quality Control: Review maintenance of quality standards and identification of non-conforming Work, including proposed remedial measures to be taken by Contractor. 10. Project Record Documents: Status of project record drawings and specifications. HVAC REPLACEMENT PROJECT PROJECT MEETINGS ROSEMEAD COMMUNITY RECREATION CENTER 01312-5 11. Environmental and Safety Issues. 12. Other items affecting progress and quality of the Work. F. Meeting Time and Location: As mutually agreed by Owner’s Representative and Contractor, at on-site location. G. Special Meetings: As necessary, the Owner’s Representative may convene special meetings to discuss specific construction issues in detail and to plan specific activities. 1.6 PRE-INSTALLATION CONFERENCES A. Pre-Installation Conferences: When specified in individual product specification Sections, convene a pre-installation conference prior to commencing Work specified in individual product Sections. 1. Require attendance by representatives of firms whose activities directly affect or are affected by Work specified in the Section. 2. Review conditions of installation, preparation and installation procedures and coordination with related Work and work under separate contracts. 1.7 CONTRACT COMPLETION MEETING A. Contract Closeout Meeting: As specified in Section 01770 -Contract Closeout Procedures. PART 2 PRODUCTS Not applicable to this Section. PART 3 EXECUTION Not applicable to this Section. END OF SECTION HVAC REPLACEMENT PROJECT CONSTRUCTION PROGRESS SCHEDULES ROSEMEAD COMMUNITY RECREATION CENTER 01321-1 SECTION 01321 CONSTRUCTION PROGRESS SCHEDULES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Contract General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.1 SECTION INCLUDES A. Requirements for Construction Schedule, for monitoring and reporting progress of construction. B. Requirements for Submittals Schedule, for monitoring and reporting status of submittals of product data, shop drawings, samples and reports of quality control activities. 1.3 RELATED SECTIONS A. Section 01100 -Summary of the Work: Summary of multiple prime contracts, for preparing a combined Contractor's Construction Schedule. B. Section 01330 -Submittals Procedures: General requirements for submittals to be included in Submittals Schedule. C. Section 01450 -Quality Control: Submission of schedule of tests and inspections. 1.4 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor activity is an activity that must be completed before a given activity can be started. B. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. C. Critical Path: The longest continuous chain of activities through the network schedule that establishes the minimum overall Project duration and contains no float. D. Event: The starting or ending point of an activity. E. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either City or Contractor, but is HVAC REPLACEMENT PROJECT CONSTRUCTION PROGRESS SCHEDULES ROSEMEAD COMMUNITY RECREATION CENTER 01321-2 a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the following activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. F. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. G. Major Area: A story of construction, a separate building, or a similar significant construction element. H. Milestone: A key or critical point in time for reference or measurement. 1.2 SUBMITTALS A. Submittals Schedule: Submit minimum of three copies of schedule. B. Contractor's Construction Schedule: Submit two printed copies of initial schedule large enough to show entire schedule for entire construction period. 1.3 Not Used 1.4 COORDINATION A. Schedules Coordination, General: Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. 1.5 REVIEWS BY OWNER’S REPRESENTATIVE A. Reviews by Owner’s Representative: Review by Owner’s Representative will be to ascertain the general status of construction and shall not be interpreted to establish or approve the means, methods, techniques and sequences of construction. 1.6 REVIEW BY CONTRACTOR A. Reviews by Contractor: All schedules shall be reviewed and approved by Contractor prior to submission for review by Owner’s Representative. B. Changes and Deviations: Identify all deviations from requirements of Contract Drawings and Contract Specifications. 1. Changes in the Work shall not be authorized by submittals review actions. 2. No review action, implicit or explicit, shall be interpreted to authorized changes in the Work. HVAC REPLACEMENT PROJECT CONSTRUCTION PROGRESS SCHEDULES ROSEMEAD COMMUNITY RECREATION CENTER 01321-3 3. Changes shall only be authorized by separate written Change Order or Construction Change Directive PART 2 PRODUCTS PART 3 EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. B. Distribution: Distribute copies of approved schedule to City's Representative and Architect, Project Inspector, Testing Laboratory and other parties identified by Contractor with a need-to-know schedule responsibility. 1. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT NO. (31002) “PART D” ASBESTOS & LEAD SURVEY REPORT Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 ASBESTOS & LEAD SURVEY REPORT Rosemead Community Recreational Center 3936 N. Muscatel Avenue Rosemead, CA 91770 PREPARED FOR: City of Rosemead – Department of Public Works 8838 E. Valley Blvd. Rosemead, California 91770 December 2011 PREPARED BY ESSEL TECHNOLOGY SERVICES, INC. 564 Market Street Suite 518 San Francisco, CA 94104 www.EsselTek.com Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 CONTENTS Survey Summary Section 1 Asbestos Survey Results Lead Based Paint Testing Results Introduction Section 2 Site Description Asbestos Survey Analysis Section 3 Methods & Results Lead Based Paint Survey Analysis Section 4 Methods & Results Discussion & Recommendation Section 5 Asbestos Containing Materials Lead Containing Materials Applicable Standards Section 6 Survey Limitations Section 7 Signature Section 8 PLATES: 1. Floor plan/Sample Location Drawing 2. Roofing Sample Location 3. Dimensions APPENDICES: A. Analytical Data with Chain of Custody B. Site Photographs Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 SECTION 1 SURVEY SUMMARY ACM Survey Results Table 1 contains all materials that were found to be positive and Table 2 contains all materials that were found to be negative for asbestos. The analytical results indicated that asbestos containing materials have been detected in the following materials: Sample ID Homogeneous Materials Description % Asbestos Results Sample location Estimated quantity MATERIAL CATEGORY 08 HVAC Seam Mastic, Black Roof, HVAC Area 4% CH Roof, Duct on South End-Top 09 HVAC Seam Mastic, Black Roof, HVAC Area 5% CH Roof, Duct on North End-Top 300 sq feet CAT II 10 Roof and Black mastic penetration Roof and Black mastic penetration 4% CH Roof skylightsouth east 350 sq feet CAT 1 13 Flashing Mastic, Gray/Black Roof: Flashing Mastic, Gray/Black 2% CH Lower Roof-West 14 Flashing Mastic, Gray/Black Roof: Flashing Mastic, Gray/Black 3% CH Upper Roof-N/West 15 Flashing Mastic, Black Roof: Flashing Mastic, Black 2% CH Lower Roof-North 350 sq feet CAT 1 16 Stucco, Gray/Brown Stucco, Gray/Brown 1% CH North Overhang-Center 17 Stucco, Gray/Brown Stucco, Gray/Brown <1% CH South West Overhang-Center 18 Stucco, Gray/Brown Stucco, Gray/Brown <1% CH Columns -North Center 19 Stucco, Gray/Brown Stucco, Gray/Brown <1% CH Columns -East 20 Stucco, Gray/Brown Stucco, Gray/Brown <1% CH Columns -South Center 2,000 sq feet N/A 49A 12"x12" VFT, Tan 12"x12" VFT, Tan 4% CH Custodian Closet-East 49B 12"x12" FTM, Tan 12"x12" FTM, Tan 8% CH Custodian Closet-East 50B FTM, Black/Yellow FTM, Black/Yellow 3% CH Custodian Closet-West 51A 12"x12" VFT-Layer 1, Tan 12"x12" VFT-Layer 1, Tan 3% CH Custodian Closet-North 51B FTM, Black/Yellow FTM, Black/Yellow 5% CH Custodian Closet-North 50 sq feet CAT II 57D Floor Tile-Layer 3, Tan Floor Tile-Layer 3, Tan 3% CH Kitchen Hallway-Outside Storage-North 150 sq fee CAT II 57E FTM to 57D, Black FTM to 57D, Black 8% CH Kitchen Hallway-Outside Storage-North 150 sq fee CAT II FTM – floor tile mastic; VFT – vinyl vinyl floor tile; Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 TABLE 2: NON-ASBESTOS CONTAINING MATERIALS Sample ID Homogeneous Materials Description % Asbestos Sample location 01 Rolled Roofing Core -Shingle Rolled Roofing Core -Shingle ND North east lower roof ! 02 Rolled Roofing Core -Shingle Rolled Roofing Core -Shingle ND Lower roof center 03 Rolled Roofing Core -Shingle Rolled Roofing Core -Shingle ND Upper roof center-N/W corner 04 Parapet Roof Core, White/Black Parapet Roof Core, White/Black ND Lower Roof-N/East 05 Parapet Roof Core, White/Black Parapet Roof Core, White/Black ND Lower Roof-West 06 Parapet Roof Core, White/Black Parapet Roof Core, White/Black ND Lower Roof-West 07 HVAC Seam Mastic, Gray HVAC Seam Mastic, Gray ND Roof, Duct on West End-Center 11 Roof Mastic, Black Roof Mastic, Black ND East Side of Roof at Pipe Penetration 12 Penetration Mastic, Black Penetration Mastic, Black ND Lower Roof West-Patched Area 21 2'x2' Fissure Ceiling Tile, White/Beige 2'x2' Fissure Ceiling Tile, White/Beige ND Interior, Rm #3-RR Hallway-N/W 22 2'x2' Fissure Ceiling Tile, White/Beige 2'x2' Fissure Ceiling Tile, White/Beige ND Interior, Rm #3-RR Hallway-Center 23 2'x2' Fissure Ceiling Tile, White/Beige 2'x2' Fissure Ceiling Tile, White/Beige ND Room #3 Restroom Hallway-East 24 2'x4' Fissure Ceiling Tile, Beige/White 2'x4' Fissure Ceiling Tile, Beige/White ND Room #7-South East 25 2'x4' Fissure Ceiling Tile, Beige/White 2'x4' Fissure Ceiling Tile, Beige/White ND Room #1-West 26 2'x4' Fissure Ceiling Tile, Beige/White 2'x4' Fissure Ceiling Tile, Beige/White ND Room #6-North 27 2'x4' Fissure Ceiling Tile, Beige/White 2'x4' Fissure Ceiling Tile, Beige/White ND Lounge-East 28 2'x4' Fissure Ceiling Tile, Beige/White 2'x4' Fissure Ceiling Tile, Beige/White ND Room #8-North 29 Drywall Ceilings w/Joint Compound Drywall Ceilings w/Joint Compound ND White Room #3 Soffit-East 30 Drywall Ceilings w/Joint Compound, White Drywall Ceilings w/Joint Compound, White ND Room #3 Storage-North 31 Drywall Ceilings w/Joint Compound Drywall Ceilings w/Joint Compound ND White Kitchen Storage-North East 32 Drywall Wall, White/Brown, Room #2 Drywall Wall, White/Brown, Room #2 ND South West 33 Drywall Wall, White/Brown Drywall Wall, White/Brown ND Lounge-South 34 Drywall Wall, White/Brown Drywall Wall, White/Brown ND Room #6-North East Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 35 Drywall Wall, White/Brown Drywall Wall, White/Brown ND Room #7-South 36 Drywall Wall, White/Brown Drywall Wall, White/Brown ND Room #8-North 37A 12"x12" VFT, Brown 12"x12" VFT, Brown ND Room #8-North 37B FTM, Yellow FTM, Yellow ND Room #8-North 38A 12"x12" VFT, Brown 12"x12" VFT, Brown ND Room #2-S/E Corner 38B FTM, Lt. Gray FTM, Lt. Gray ND Room #2-S/E Corner 39A 12"x12" VFT, Brown 12"x12" VFT, Brown ND Room #3-S/E Corner 39B FTM, Lt. Gray FTM, Lt. Gray ND Room #3-S/E Corner 40A 12"x12" VFT, Beige 12"x12" VFT, Beige ND Room #7-Storage-South Center 40B FTM, Yellow FTM, Yellow ND Room #7-Storage-South Center 41A 12"x12" VFT, Beige 12"x12" VFT, Beige ND Room #7-Classroom Area-North 41B FTM, Yellow FTM, Yellow ND Room #7-Classroom Area-North 42A 12"x12" VFT, Beige 12"x12" VFT, Beige ND Room #8-South Center 42B FTM, White FTM, White ND Room #8-South Center 43 Carpet Glue, Yellow Carpet Glue, Yellow ND Lounge-South East 44 Carpet Glue, Yellow Carpet Glue, Yellow ND Lounge-South West 45 Carpet Glue, Yellow Carpet Glue, Yellow ND Main Office-South East 46A 16"x16" VFT, CA Gold 16"x16" VFT, CA Gold ND Reception Area-North 46B FTM, White FTM, White ND Reception Area-North 47A 16"x16" VFT, CA Gold 16"x16" VFT, CA Gold ND Kitchen Hallway-At Entry From Main Lobby-West 47B FTM, White/Yellow FTM, White/Yellow ND Kitchen Hallway-At Entry From Main Lobby-West 48A 16"x16" VFT, CA Gold 16"x16" VFT, CA Gold ND North Hallway-Under Payphone Area 48B FTM, Yellow/White FTM, Yellow/White ND North Hallway-Under Payphone Area 49A 12"x12" VFT, Tan 12"x12" VFT, Tan ND Custodian Closet-East 50A 12"x12" VFT, Beige 12"x12" VFT, Beige ND Custodian Closet-West Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 51C 12"x12" Tile-Layer 2, Beige 12"x12" Tile-Layer 2, Beige ND Custodian Closet-North 51D FTM, Black/Yellow FTM, Black/Yellow ND Custodian Closet-North 52A 4" Basecove, Gray 4" Basecove, Gray ND Room #7-South West 52B Glue, Brown/White Glue, Brown/White ND Room #7-South West 53A 6" Basecove, Brown 6" Basecove, Brown ND Room #8-North West 53B Glue, White Glue, White ND Room #8-North West 54A 4" Basecove, Brown 4" Basecove, Brown ND Room #3-East 54B Glue, White Glue, White ND Room #3-East 55A 4" Basecove, Black 4" Basecove, Black ND Room #3 Storage Room-North 55B Glue, White Glue, White ND Room #3 Storage Room-North 56A 4" Basecove, Dark Brown 4" Basecove, Dark Brown ND Custodian Closet-East 56B Glue, Yellow Glue, Yellow ND Custodian Closet-East 5A7 Sheet Flooring-Layer 1, Red/White Sheet Flooring-Layer 1, Red/White ND Kitchen Hallway-Outside Storage-57B Sheet Flooring-Layer 2, White Sheet Flooring-Layer 2, White ND Kitchen Hallway-Outside Storage-57C Glue to #57B, Yellow Glue to #57B, Yellow ND Kitchen Hallway-Outside Storage-North ND =Not Detected NC = Not Calculated as not ACM CH = Chrysotile Lead Based Paint Testing Results Sample ID Location Lead (mg/kg) Description 01 Ext. Roof metal flashing N 240 Ceramic tile 02 Ext. on wood facade N 100 Purple ceramic tile 03 Ext. north wall 14 Blue paint -wood 04 Ext. North Center 17 Yellow paint/wood 05 Int. Room 6, NE wall ND Yellow paint/metal 06 Kitchen Storage-N. wall 190 Blue red metal window 07 Rm. 7, Kids RR metal door F ND Grey paint /drywall Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 08 Rm. 7, kids RR wood door 16 Lt. brown paint /drywall 09 Rm 8, S. Door/wood 16 Yellow paint -drywall 10 Rm. 7, East on door frame 10 Blue paint/metal 11 Rm. 3, RR hallway-Main Entry ND Yellow paint /drywall 12 Rm. 6, chair rest b. /wood ND Yellow paint /metal 13 Men's rest room 100 Wall -concrete The paint inspection involved a visual inspection and the use of knives, chisels, scrappers, hand tools to collect paint chip to be analyzed by a credited laboratory. Most of the painted in the building was found to be in good to intact condition. Detectable levels of lead were found in the ceramic tiles located in the restrooms as well as the ceramic decorative tile located in the front of the structure. Even though the levels are lower, OSHA regulates lead at any detectable level. Dust mitigation procedure is required throughout the renovation of painted elements to comply with the CAL-OSHA regulation under 8CCR 1532.1. All paints shall be treated as having a lead content greater than 600 PPM requiring dust control procedures in compliance with 8CCR 1532.1. All construction projects should ensure they are compliant with the EPA Repair and Renovation Rules. SECTION 2 INTRODUCTION Essel Technology Services, Inc. (Essel) was retained by the City of Rosemead – Department of Public Works -(Client) to conduct an asbestos and lead survey of asbestos-containing materials/asbestos-containing construction materials (ACMs /ACCMs) and lead based paints. The survey was conducted for a period of 3 days by Essel representative, Jose Ortiz-a California Site Surveillance Technician (CSST #04-3609) under the direct supervision of Mr. Lahiri-CAC Certified Asbestos Consultant (CAC #10-3698). Site Description The site is a one story building that consists of cinder block stucco on support columns on the overhang. There is one roof on this property. The main roof stands over the main portion of the building and consists of rolled roofing over paper. The substrate of this roof is wood and exterior is stucco and columns on overhead of building are tan color. The exterior of the property consists of cinder block. There is brown color trim located in the front of the building. The building itself consists of wood frame construction with a concrete slab foundation. This concrete block is the substrate on the ground floor of the building. The interior of the building consists of eight main rooms. Rooms include #1 through 8, lobby, reception area, janitor closet, men plus Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 women restrooms and two offices. There are boys and girls restroom in the preschool (room #7). The subject site is currently used as a community center. Throughout the building there is 12”x12” tile with adhesive. The ceilings throughout all rooms were observed to be suspended fissure tile. Sizes of ceiling tile are 2'x4' and 2'x2'. Hallway in kitchen has multilayer anti skid floor. Kitchen cooking area is clay tile. The clay tile is 5”x5”. Main lobby floor tile is 16”x16” California Gold Color. The rooms have 12”x12” brown and beige (off white) colored tile, consistent in every room. Walls throughout are finished drywall. Vinyl Base cove with adhesive throughout was observed, either 4” or 6”. There are four different colors; black, brown, grey and dark brown. The subject property was occupied during the time of survey hence minimally destructive sampling procedures were used. Note: Essel was unable to sample for TSI in pipe chases in between wall cavities or ceiling plenums. Sampling for these materials involves the demolition of areas within the walls, which was not included in the scope. This survey involved nondestructive sampling techniques. Section 3.0 ASBESTOS SURVEY ANALYSIS METHODS Field Methodologies -Asbestos Essel initially conducted a thorough walkthrough of the areas to identify the suspect asbestos containing materials. Once different types of homogeneous areas (HA) were identified, Essel was prepared to collect the bulk samples. Homogeneous areas consist of groupings of those materials that have uniform appearances, textures, and installation dates. Each HA and representative building component was then sampled, located, approximately quantified, and photographed. As the samples were collected, the locations of the HA’s and samples were marked on drawings that were provided by the on-site manager at Rosemead Community Center. Inspection, sampling and assessment procedures were performed in general accordance with the guidelines published by the EPA in 40 CFR Part 763, Subpart E, October 30, 1987. EPA guidelines were used to determine the sampling protocol. Three samples were collected for each homogenous material, and at least one sample was collected from miscellaneous materials and at least five samples were collected from texturing and plaster, three samples were collected from drywall and joint compound. The homogeneous materials sampling locations were chosen to be representative of the homogeneous material. Asbestos sampling was performed in a fashion designed to minimize exposure to the surveyor or building occupants to air borne asbestos fibers. Samples were typically removed from the substrate utilizing a knife or hollow drill bit bored through a wet sponge, the sample materials were then placed into an air tight plastic bag. The bag’s exterior was Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 decontaminated with a wet cloth, and a unique sample ID written on the bag. The bag was then stored in a one gallon size plastic bag. Asbestos Laboratory Analysis Results A total of (57) bulk asbestos samples and (13) lead samples were collected from suspected ACMs. The suspected ACMs were observed in fair to good condition at the time of survey. All bulk samples were analyzed for fibrous asbestos using Polarized Light Microscopy (PLM) with dispersion staining as described by the interim method of determination of asbestos in bulk insulation, Federal Register, Volume 47, No. 103, May 27, 982 specified by EPA 600/R-93116. SECTION 4.0 LEAD BASED PAINT Lead Paint Survey Analysis Methods Essel sampling technician, Mr. Harri Rodriguez, under the direct supervision of Mr. Nik Lahiri (California Department of Public Health Certified Lead Inspector/Assessor 19330), conducted a visual assessment of paint on building components at the site. site. Lead Based paint testing results The majority of the paints inside the building were noted to be in intact condition. Paints shall be treated as having a lead content greater than 600 PPM requiring dust control procedures in compliance with 8CCR 1532.1 SECTION 5.0 DISCUSSION AND RECOMMENDATIONS Essel recommends the Client develop specifications for the removal of ACM prior to renovation activities. Planning functions for any proposed renovation or demolition project should take into account the following considerations: Recommendations Asbestos Containing Materials (ACM) which contain less than 10% has been detected in the property. However if any materials are detected which were not sampled initially and discovered at the time of renovation Essel recommends testing or assume as ACM and take action accordingly. Major considerations with respect to these activities are given below: 1. In accordance with the EPA’s NESHAPs 40 CFR Part 61, Subpart M, and Air Quality Management District all Regulated Asbestos-Containing Materials (RACM), Category I/Class I Non-Friable and Category II/Class II Non-Friable ACMs that may become Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 friable, must be removed prior to demolition and /or renovation activities. In addition to asbestos regulations that control the release of asbestos to the ambient environment, state worker protection laws are applicable. Federal and State OSHA regulations outline specific work practices for handling ACMs/ACCMs. 2. The Client should provide notifications to employees, contractors and sub-contractors entering the subject site of the results of this survey, including the presence, locations and quantity of the of the hazardous building materials potentially described in this report. 3. Notify the South Coast Air Quality Management District with the required 10-day notifications and full payment of associated fees for every demolition project, even when no ACM is present. For reference, separate notification is required for each pre-renovations/demolition asbestos removal where the amount of friable is greater than 100 square /260 linear feet. 4. Prior to building demolition/renovation the building owner or representative should obtain appropriate building renovation or demolition permits as required, from the proper building departments. 5. Contractors that encounter SACM (Suspected Asbestos Containing Materials) that was concealed during our survey must stop work and collect samples of the material for analysis to determine asbestos content. 6. Contractors should use OSHA lead safe work practices during demolition/renovation. 7. To obtain actual cost data, a specification (requiring bidders to assess work condition and to measure quantities to their own satisfaction) for the work should be distributed to licensed, qualified and reputable contractors , a job walk should be conducted , and fixed cost bid contracts should be obtained. 8. To obtain actual cost data, a specification ( requiring bidders to assess work condition and to measure quantities to their own satisfaction) for the work should be distributed to licensed, qualified and and reputable contractors , a job walk should be conducted , and fixed cost bid contracts should be obtained. Lead Containing Materials 1. Results of the Lead based paint survey should be provided to the contractors and subcontractors performing the work at the site that may disturb painted building components. Contractors disturbing components must do so in compliance with applicable regulations of California department of Occupational safety and Health. 2. Currently California regulations require that lead painted components produce a Total Threshold Limit Concentration (TTLC) of less than 350mg/kg and a Soluble Threshold Limit Concentration (STLC) of less than 5.0mg/L to be considered a non hazardous waste. The results of that testing will have a significant impact on disposal costs. Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 3. The lead painted components should not be sawed, burned, ground into mulch or reused and should be disposed in a properly licensed landfill. Loose paint chips should be removed by HEPA vacuum prior to demolition and will need to be disposed of as hazardous waste. 4. To obtain actual cost data, a specification ( requiring bidders to assess work condition and to measure quantities to their own satisfaction) for the work should be distributed to licensed, qualified and reputable contractors , a job walk should be conducted , and fixed cost bid contracts should be obtained. Additional $2000 may be added for the presence of ceramic tile and lead paint to the contractor’s cost of the demolition (including waste characterization, but excluding waste disposal if found to be RCRA waste). SECTION 6.0 APPLICABLE STANDARDS Definition of Asbestos-Containing Materials The EPA's Asbestos NESHAPs and the Air Quality Management District (AQMD), AQMD), the local air pollution control district, define an asbestos-containing material as any material that contains a concentration of asbestos of greater than one percent (>1.0%) by area as determined by Polarized Light Microscopy (PLM) [Federal Register, Volume 59, No. 146, August 1, 1994, P. 38970-38971]. NESHAPs and AQMD further segregate asbestos-containing materials into Regulated Asbestos-Containing Materials (RACM), Category I Non-Friable Materials, and Category II Non-Friable Materials, which are defined as follows: Regulated Asbestos-Containing Materials (RACM)/Asbestos-Containing Materials (ACM): Includes all friable asbestos materials, Category I/Class I Nonfriable ACM that have become friable or will become friable, and Category II/Class II Nonfriable ACM that have a high probability of being crumbled, pulverized, or reduced to powder by the forces expected to act on the materials in the course of renovation or demolition. Category I Nonfriable ACM/Class I Nonfriable ACM: Includes asbestos-containing packings, gaskets, resilient floor covering, and asphalt roofing products that when dry can be crumbled, pulverized, or reduced to powder by hand pressure. Category II Nonfriable ACM/Class II Nonfriable ACM: Includes all non-friable materials, excluding Category I/Class I Nonfriable ACM that when dry cannot be crumbled, pulverized, or reduced to powder by hand pressure. Definition of Asbestos-Containing Construction Materials The California Department of Occupational Safety and Health (Cal/OSHA) further defines an asbestos-containing construction material (ACCM) as a material that contains greater than one-tenth of one percent (>0.1%) asbestos. Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 Prior to demolition of a building, most of the air quality districts in California require abatement of friable ACM as well as non friable ACM that may become friable during demolition. Federal occupational Safety and Health Administration (OSHA) regulations, locally enforced by CAL/OSHA, defines ACM as substances that contain greater than 1% asbestos. CAL/OSHA also mandates special training, medical exams, personal protective equipments and record keeping for employees working with ACM. If materials contain less than 1% asbestos but more than 0.1% asbestos, the material may be disposed of as non-ACM, but CAL/OSHA requirements still have to be followed regarding workers protection and Contractor licensing. The trace materials are currently regulated in California and require the following: • Removal using wet methods • Prohibition of removal using abrasive saw or methods which would aerosolize the materials • Prompt cleanup of the the impacted zone, using HEPA-filtered vacuums, as applicable • Employer registration by CAL/OSHA for removal quantities exceeding 100 sq ft per year • CAL/OSHA carcinogen Registration by the Demolition or abatement contractor impacting such materials Lead Based Paints Since elemental lead is a suspect carcinogen and known teratogen and a neurotoxic in high doses, lead containing materials need to be identified prior to the onset of demolition activities using combinations of engineering controls and personal protective equipment, lead containing materials can be remediated safely. Several sources of applicable standards are listed below: 1. Lead exposures in the work place are regulated by CAL OSHA, which has certain regulatory requirements for identifying and controlling potential lead exposures. Currently applicable regulations for the construction industry have been adopted by CAL/OSHA (8CCR1532.1) from the Federal OSHA regulations. The current OSHA 8 hour permissible exposure level for lead is 50mG/M3. M3. 2. Current EPA and CAL EPA regulations do not require LBP to be removed prior to demolition unless loose and peeling. Provided that the paints are securely adhered to substrates (non flaking or non peeling), disposal of intact demolition debris can generally be handled in California as non hazardous and non RCRA waste. In California loose and peeling LBP or other wastes require characterization and testing for leachability. Disposal requirements are as follows: a. If the total lead content is <50PPM it is considered non RCRA, non hazardous waste since it is impossible to exceed the Waste Extraction Test (WET) test limit of 5mg/l using the 10 to 1 ratio. b. If the total lead content is <350 ppm and the WET test is <5mg/l then the waste has low leachability and is classified as non-RCRA non-hazardous waste. Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 c. If the total lead content is >350ppm and the Toxicity Characteristic Leaching Procedure (TCLP) is <5 mg/l then it has low leachability and is classified as Class I non-RCRA California hazardous waste, stabilization not required. d. If the total lead content is >350ppm and the TCLP test results are >5mg/l, then it is classified as Class I RCRA hazardous waste, stabilization required. 3. Major definitions of LBP or lead -coated surfaces are listed below: a. HUD defines LBP as paint that contains either > 0.5% by weight of lead , or > 1.0 mg/cm2 b. Consumer Product safety Commission (CPSC) prohibits the manufacturing of paint that contains more than 600ppm (0.06%) of lead c. This report uses the HUD’s definitions for the purpose of identifications, but compliance to Cal/OSHA’s Construction Lead Standard is required for all paints with any measurable lead content. d. The California Department Public Health (CDPH) requires the use of Certified Lead workers and supervisors for lead abatement projects at public buildings with a greater than 20 years expected life or whenever work is completed specifically to abate lead-based paint as defined by HUD. The CDPH certifications requirements do not apply to industrial sites, however, dust controls and personnel protection are still required under 17CCR, section 35001 through 36100. SECTION 7.0 SURVEY LIMITATIONS Essel prepared the report in accordance with generally accepted standards of care that exists in California at this time. This asbestos and lead survey report has been prepared by Essel Technology Services, Inc. exclusively for our Client and their Authorized Representatives. The information contained herein pertains only to accessible materials identified at the referenced property at the time of the survey performed in accordance with a mutually agreed upon scope of work. The findings and recommendations presented are based upon observations of present conditions, and may not necessarily indicate future conditions. The report may be used by the client only for the purpose stated , within a reasonable time from the time of its issuance , but in no event later than one (1) year from the date of the report. The survey and bulk sampling was conducted in representative locations in the building that is accessible at the time of inspection. Essel offers various levels of investigations and engineering services to suit the varying needs of different clients. It should be recognized that definition and evaluation of geologic and environmental conditions are difficult and inexact science. Judgments leading to conclusions and recommendations are generally made with incomplete knowledge of environmental conditions present. Since detailed investigations and analysis involves greater expense, our client participate in determining levels of service that provide adequate information for or their purpose at acceptable levels of risk. Acceptance of this report will indicate that the client has reviewed the document and determined that it does not need or want a greater level of service than provided. Limited intrusive or destructive sampling (lifting carpeting, etc.) was conducted as part of the scope of services performed. Additional suspect materials and/or debris may be present in above-ceiling areas, within wall cavities, and/or beneath floor coverings, or in the crawl spaces which were not accessible at the time of inspection, but may become accessible during the course of renovation/demolition activities. Care should be exercised when accessing these areas. Any suspect materials encountered during the course of renovation or Rosemead Community Recreation Center 3936 N. Muscatel Ave. Rosemead, CA 91770 demolition activities that were not previously sampled should be presumed to be ACMs/ACCMs or leadcontaining or other hazardous materials until sampled and proven otherwise. The areas that were accessible should be representative of the types, quantities, and conditions of the materials present at the site. Regulations and professional standards applicable to Essel services are continually evolving. Techniques are, by necessity, often new and relatively untried. Different professionals may reasonably adopt different approaches to similar problems. As such our services are intended to provide the client with a source of professional advice, opinions and recommendations. Our professional opinion and recommendations are based on our limited number of field observation and tests, collected and performed in accordance with the generally accepted engineering practice that exists at that time. Essel Technology Services, Inc. implies no warranty or guarantee expressed or implied, is intended or made. Essel has provided the best effort to assess all the materials. However there is always a possibility some thing may come up in future. Essel will be happy to discuss if any issues arises. SECTION 8.0 SIGNATURES Report Prepared & Reviewed by: Nik Lahiri Nik Lahiri California Certified Asbestos Consultant 10-4698 California DHS Lead-Related Inspector/Assessor 11 Asbestos Sample Lead Sample 11 Asbestos Sample Lead Sample !"#$%$&'()"%%*+,-.(!$/0$&-,"+()$+-$0(( (1121(34(5&66$.(768'4(( !"#$%$&'9():(( (!"#$%&'()'*+,&%"-%'."&/'-0'123#4'5"63&%72-89' !"#$%&':)'!%-6,'*6,%;'*+,'<,$88-'=.&%>?6#' '!"#$%&'@)''A"6'7%-/6'8-.&'7?B& '?63'C?B,"8' !"#$%&'D)''E+E'5&%?C"8'!2--%'F"2&'''''' '!"#$%&'G)''H--0'C&C7%?6&'?63'%--0'I?%?I",' '''''''''''''''''' !"#$%&'A)'HCAJ8-60'%--CJ7%-/6'?63'-00'/>",&'02--%',"2&J':+D'0"BB$%&3' B$BI&63&3'8&"2"6#' !"#$%$&'()"%%*+,-.(!$/0$&-,"+()$+-$0(( (1121(34(5&66$.(768'4(( !"#$%$&'9():(( !"#$%&'!()!*+,*+!-"./!0&123!435!6437188!29#6':! ("#$%&'!;)!*<,*<-"./=>!$1?5!69&1%$91%6!@'A'B6#13!>&'4! ;,<*0$(=>(:+"-?$0( 5,$@("A(3B-C3B-(#-*//"("8$0?&+<(&+'( /"6*%+( ;,<*0$(DE>(70"@+(:+-,(FG,'(A6""0,+<C%*6-,6&.$0( !"#$%$&'()"%%*+,-.(!$/0$&-,"+()$+-$0(( (1121(34(5&66$.(768'4(( !"#$%$&'9():(( ;,<*0$(==>(?&66@&.(&+-,(#A,'(B*6-,CD&.$0#( ;,<*0$(=E>(F0$.(%&#-,/("+(?5:)('*/-,+<( ;,<*0$(=2>(?5:)('*/-(%&#-,/("+(0""G( !"#$%&'()*'+$,-./"01'23.,&-4(56(5'7!8'01/'!89' !"#$%&'(:*'+$,-./"01'23.,&-4(56(5'.;;'<="-&'7!84)"1'3"#=-'>%.<1'>0,&' 2.?&'01/'@0,-"2' ;,<*0$(=H>(7".#I<,06#(/$0&%,/(-,6$(1J1(<0&.(/"6"0CKJK(@&66#( /$0&%,/(-,6$( !"#$%$&'()"%%*+,-.(!$/0$&-,"+()$+-$0(( (1121(34(5&66$.(768'4(( !"#$%$&'9():(( !"#$%&'()*'(+,(+'-%./0'1!2'304'5367"89(+,(+'-&"#&'1!2'304'5367"89' :"66$%&4';2' !"#$%&'(<*'=>?@"#A769'B&0&7%37".0'C367"8' !"#$%&'(D*'E..:'5&73@'!@36A"0#9'7&67&4':.%'@&34' !"#$%&'+F*'E..:'G&0&7%37".0'5367"8' ( CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER HVAC REPLACEMENT PROJECT PROJECT NO. (31002) “PART E” ASBESTOS & LEAD SURVEY TECHNICAL SPECIFICATIONS ASBESTOS AND LEAD HAZARDOUS CONSTRUCTION MATERIAL ABATEMENT SPECIFICIATION ROSEMEAD COMMUNITY RECREATION CENTER 3936 N. Muscatel Avenue Rosemead, CA 91770 PREPARED FOR: City of Rosemead – Department of Public Works 8838 E. Valley Blvd. Rosemead, California 91770 January 2012 City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com TABLE OF CONTENTS PART 1-GENERAL 1.1 Description of Work Page 4 1.2 Administrative and Supervisory Personnel Page 4 1.3 Special Reports Page 5 1.4 Glossary and Abbreviations and Acronyms Page 6 1.5 Industry Standards Page 9 1.6 Codes and Regulations Page 9 1.7 EPA Guidance Documents Page 11 1.8 Notices Page 11 1.9 State and Local Agencies Page 11 1.10 Permits Page 11 1.11 Licenses Page 11 1.12 Submittal Page 11 PART 2 -MATERIALS AND EQUIPMENT Page 12 2.1 Materials Page 12 2.2 Equipment Page 13 PART 3 -EXECUTION 3.1 Pre-work Submittal Page 13 3.2 Close-out Submittal Page 14 3.3 Testing and Air Monitoring Page 14 3.4 Personal Protection Requirements Page 14 3.5 Work Area Preparation Page 18 3.6 Fire Protection Page 18 3.7 Friable Asbestos Material Removal Procedures Page 18 3.8 Non-Friable Asbestos Material Removal Procedures Page 18 3.9 Protective Clothing Page 18 3.10 Asbestos Work Area Decontamination Enclosure System Page 20 3.11 Locations and Activation of Negative Air Pressure Page 21 3.12 Post Removal Encapsulation of Affected Areas Page 23 3.13 Disposal Page 23 City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com PART 1 -GENERAL 1.1 DESCRIPTION OF WORK A. SCOPE (Hazardous Material Abatement): The scope of work for the contractor is to remove the HVAC system and perform roof patching on top of the Rosemead Community Recreation Center (RCRC). The contractor performing the removal of the HVAC system must be aware of the asbestos containing HVAC seam mastic. This mastic should be removed from the HVAC system prior to removal of the HVAC system. This work should be performed using manual methods and abide by all applicable regulations mentioned in the specifications. This also covers all work related to the patching of various areas within the roof of the RCRC. Any workers coming into contact with asbestos containing materials should have proper training and ensure compliance with the Cal-OSHA Asbestos standard. Alternate Scope: In the event the City of Rosemead chooses to go with the alternate scope of complete roof replacement, the contractor needs to ensure proper abatement of asbestos containing materials in the roofing. The abatement of the asbestos containing materials needs to abide by regulations referenced in the abatement specifications. B. Provide all trained or certified labor, materials, and equipment to remove and dispose of all of the hazardous construction materials and equipment related to Phase 1 of the project from identified areas in accordance with all applicable State, Federal, and Local Regulations (all quantities are approximate). Sample ID Homogeneous Materials Description % Asbestos Results Sample location Estimated quantity MATERIAL CATEGORY MATERIALS EXPECTED TO BE AFFECTED BY PHASE 1 08 HVAC Seam Mastic, Black Roof, HVAC Area 4% CH Roof, Duct on South End-Top 09 HVAC Seam Mastic, Black Roof, HVAC Area 5% CH Roof, Duct on North End-Top 300 sq feet CAT II 10 Roof and Black mastic penetration Roof and Black mastic penetration 4% CH Roof skylightsouth east 350 sq feet CAT 1 13 Flashing Mastic, Gray/Black Roof: Flashing Mastic, Gray/Black 2% CH Lower Roof-West 14 Flashing Mastic, Gray/Black Roof: Flashing Mastic, Gray/Black 3% CH Upper Roof-N/West 15 Flashing Mastic, Black Roof: Flashing Mastic, Black 2% CH Lower Roof-North 350 sq feet CAT 1 MATERIALS EXPECTED TO BE AFFECTED BY PHASE 2 16 Stucco, Gray/Brown Stucco, Gray/Brown 1% CH North Overhang-Center 17 Stucco, Gray/Brown Stucco, Gray/Brown <1% CH South West Overhang-Center 18 Stucco, Stucco, Gray/Brown <1% CH Columns -North 2,000 sq feet N/A City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com Gray/Brown Center 19 Stucco, Gray/Brown Stucco, Gray/Brown <1% CH Columns -East 20 Stucco, Gray/Brown Stucco, Gray/Brown <1% CH Columns -South Center 49A 12"x12" VFT, Tan 12"x12" VFT, Tan 4% CH Custodian Closet-East 49B 12"x12" FTM, Tan 12"x12" FTM, Tan 8% CH Custodian Closet-East 50B FTM, Black/Yellow FTM, Black/Yellow 3% CH Custodian Closet-West 51A 12"x12" VFT-Layer 1, Tan 12"x12" VFT-Layer 1, Tan 3% CH Custodian Closet-North 51B FTM, Black/Yellow FTM, Black/Yellow 5% CH Custodian Closet-North 50 sq feet CAT II 57D Floor Tile-Layer 3, Tan Floor Tile-Layer 3, Tan 3% CH Kitchen Hallway-Outside Storage-North 150 sq fee CAT II 57E FTM to 57D, Black FTM to 57D, Black 8% CH Kitchen Hallway-Outside Storage-North 150 sq fee CAT II C. PROJECT SCHEDULE: The following is the project schedule. 1. To be determined C. BID FORM: Submit bid in the following form: 1. Refer to bid package provided by City of Rosemead D. VERIFICATION OF QUANTITIES AND SITE CONDITIONS: Contractor shall inspect, to their satisfaction, actual quantities of materials to be removed and existing site conditions affecting work. The Owner and Hazardous Materials Consultant are not responsible for the accuracy of the quantities presented. E. HAZARDOUS MATERIALS WITHIN PROPOSED WORK AREAS: The following is a list of materials within the proposed work areas that contain materials known to be hazardous: 1. Materials specified for removal. 2. All painted surfaces are presumed to contain detectable concentrations of lead; compliance to OSHA lead standard will City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com be required as well as the EPA RRP rule, if applicable to this project. 3. Stucco material will be point counted and results will be provided to the City of Rosemead at the future date 1.2 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. PROJECT SUPERINTENDENT: The Contractor shall designate a full-time Project Superintendent who meets the requirements of a "competent person" as defined by 8 CCR § 1529 (Asbestos). This person shall have completed an EPA-approved asbestos contractor/supervisor certification course and have a minimum of one year on-the-job training. Prior to commencing work, the Contractor shall submit the name of the Project Superintendent to the Hazardous Materials Demolition Consultant. The Project Superintendent shall remain until the project is complete and cannot be removed without the written consent of the Owner. The Contractor must meet the qualifications of the Project Superintendent as stated above and in the absence of the Project Superintendent, perform all required duties: 1. Coordination: Coordinate the work of all subcontractors and material supplies. 2. Supervision: Supervise the activities of every phase of the asbestos and lead abatement work taking place on the project in conjunction with the Owner’s On-Site Representative. 3. Communication: Establish lines of authority and communication at the job site. Maintain direct contact with workers within the contained work areas through electronic means. 4. Permits: obtain all necessary permits as required for this bid package scope of work. 5. Location: The project superintendent shall be present on the job at all times when work is being performed. 6. Regulations: Responsible for compliance with all applicable federal, state, and local regulations with regard to asbestos and lead containing materials. 7. Consultation: Consult with the Hazardous Materials Demolition City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com Consultant to obtain interpretations. 8. Assistance: Assist in resolution of any questions. 9. Transmission: Transmit written interpretations to concerned parties. 10. Notices: Provide necessary notices to appropriate agencies. 11. Manifests: Responsible for proper waste packaging and storage as well as completion of waste shipment record. 1.3 SPECIAL REPORTS A. GENERAL: Except as otherwise indicated, submit special reports directly to Owner within one day of occurrence requiring special report, with copy to the Owner’s On-Site Representative and others affected by occurrence. B. REPORTING UNUSUAL EVENTS: When an event of unusual and significant nature occurs at site (examples: failure of negative pressure system, rupture of temporary enclosures), prepare and submit a special written report listing chain of events, persons participating, response by Contractor's personnel, personnel, evaluation of results or effects, and similar pertinent information at the next scheduled meeting but no later than one calendar day from the time of occurrence. When such events are known or predictable in advance (such as scheduled power outages), advise Owner in advance at earliest possible date. 1. Releases of more than one pound of friable asbestos and lead containing materials into the environment must be reported to the National Response Center, 1-800-424-8802. C. SIGN REQUIREMENTS: Project identification signs or contractor or supplier informational signs in excess of that required by law shall be subject to approval by the Owner. 1. Erect required warning signs as required within 8 CCR 1529 Asbestos in Construction. Warning signs shall be located at every possible entry to the regulated area. 2. Provide any other warning signs as required under California Health and Safety Code Section 25916. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com 3. Allow no other signs to be displayed. Remove all signs upon completion of construction. D. LABEL REQUIREMENTS: Provide labels affixed to all asbestos waste containers: 1. Warning labels as required by OSHA 8 CCR 1529 will be required on all containers used to transport contaminated material to the landfill. 2. Informational labels as required by NESHAP regulation 40 CCR 61, Subpart M with the name of waste generator and the location at which the waste was generated. If handwritten, use, at a minimum, indelible ink to legibly record the required information. E. TRANSPORT SIGN REQUIREMENTS: Provide signs during waste transport and disposal as required by the U.S. Department of Transportation. 1. As required by NESHAP, 40 CFR 61, Subpart M, mark vehicles used to transport asbestos-containing waste material during the loading and unloading of the waste so that the signs are are visible. 1.4 GLOSSARY AND ABBREVIATIONS/ACRONYMS A. DEFINITIONS 1. Abatement: Procedures to control fiber release from ACM. Includes removal, encapsulation, enclosure, repair, demolition and renovation activities. 2. Abatement Activities: All activities from the initiation of work area preparation through certification by the Asbestos Project Manager that the area is clean, based on visual inspection. 3. Abatement Area: An area where asbestos removal or other abatement procedures are being performed; an abatement area is considered a contaminated area between the time preparation begins to the time the area meets the air clearance standards. 4. Air Monitoring: The process of measuring the asbestos fiber content of a specific volume of air collected during a stated period of time. The procedure utilized for this project follows the NIOSH Standard Analytical Method for Asbestos in Air, Method 7400. In situations where the APM feels it is warranted, electron microscopy will be City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com utilized for lower detect ability and specific fiber identification. 5. Ambient Air Monitoring: Measurement or determination of airborne asbestos fiber concentrations outside the abatement area, but in the general vicinity of the worksite. 6. Amended Water: Water to which a surfactant has been added. 7. Asbestos: To include chrysotile, amosite, crocidolite, fibrous tremolite, fibrous anthophyllite, and actinolite. 8. Asbestos-Containing Material(s) ACM: Any insulation, fire-proofing, plaster, ceiling or wall tiles, and other building materials containing, or contaminated with, more than 1/10 or 1 percent asbestos. 9. Asbestos-Containing Waste Material: Asbestos-containing material or asbestos-contaminated objects requiring disposal. 10. Asbestos-Contaminated Objects: Any objects that have more than 1/10 of 1 percent asbestos on external or internal surfaces. 11. Asbestos Project Monitor (APM): A consulting firm to be retained by the Owner which shall act as agent for the Owner as final authority concerning all technical matters of asbestos abatement requirements or the Owner itself. 12. Authorized Visitor: A person approved by the APM, representatives of the Owner, or representatives of any regulatory or other agency having jurisdiction over the project. 13. Baseline Monitoring: A measurement or determination of airborne asbestos fiber concentrations for the work area prior to the start of abatement activities. 14. Clean or Decontaminate: To make a surface free of all visible and/or optically detectable fibers by thoroughly HEPA-vacuuming and/or wet wiping with sponges or mops. 15. Clean Room: An uncontaminated area or room that is a part of the worker decontamination enclosure system with provisions for storage of workers' street clothes and clean protective equipment. 16. Contractor: The individual and/or legal entity and its sub-contractor City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com and employees of the contractor and subcontractor that were awarded the contract to perform the abatement work. 17. Curtained Doorway: A portal that allows ingress or egress from one room to another while permitting minimal air movement between the two rooms. It is typically constructed by placing two overlapping sheets of plastic over an existing or temporarily framed doorway, securing the vertical edge of one sheet along one vertical side of the doorway and securing the vertical edge of the other sheet along the opposite vertical side of the doorway. 18. Disturb: To alter, change, or stir ACM during activities such as, but not limited to, removal, encapsulation, enclosure, or repair. 19. Encapsulant (Sealant): Liquid material that can be applied to other solid material to reduce the possible release of fibers from the solid material, either by creating a membrane over the surface (bridging encapsulant) or by penetrating into the solid material and binding its components together (penetrating encapsulant). 20. Encapsulation: A procedure to coat or saturate material with an encapsulant to control the possible release of fibers into the ambient air. 21. Equipment Room: A room that is part of the worker decontamination enclosure system with provisions for storage of contaminated clothing and equipment. 22. Fixed Items: Walls, ceilings, floors, equipment, furniture or other objects that cannot be removed from the abatement area. 23. HEPA Filter: A high-efficiency particulate air filter capable of trapping and retaining 99.97% of particles greater than 0.3 micron in size. 24. HEPA-Filtered Vacuum: A vacuum cleaner designed for and equipped with a HEPA filter. 25. Log: An official record of all activities that occurred during the project. It shall identify the APM, Contractor, and workers and shall contain other pertinent information as required by law or requested by the APM. 26. 26. Movable Object: A piece of equipment or furniture in the work area City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com that can be removed from the work area. 27. Pressure Differential System: A portable exhaust system equipped with HEPA filtration. The system must be capable of maintaining a minimum pressure differential of minus 0.02 inch of water gauge in a work area relative to adjacent areas and make one complete air change every 15 minutes in the work area. 28. Outside Air: The air outside buildings and structures. 29. Removal: The stripping of any ACM from surfaces of components of a facility. 30. Replacement Material: Any material that does not contain asbestos and that is used to replace ACM. 31. Shower Room: A room between the clean room and the equipment room in the worker decontamination enclosure having hot and cold or warm running water controllable at the tap and suitably arranged for complete showering during decontamination. 32. Surface Barriers or Protective Coverings: The placement of sheet plastic on the walls, floors, and other fixed objects within the abatement area to prevent contamination from subsequent work. 33. Surfactant: A chemical agent added to water to improve penetration into ACM and thereby reduce the generation of airborne asbestos fibers. 34. Water Filtration System: A local water-filtering system capable of trapping and retaining 99.9% of asbestos fibers greater than 3 microns in size. 35. Wet Cleaning: The process of eliminating asbestos contamination from building surfaces and objects by using cloths, mops, or other cleaning tools that have been dampened with water and afterwards disposing of the cleaning tools as asbestos contaminated waste. 36. Work Area: A location in which ACM has been designated for abatement by this contract. 37. Worker Decontamination Enclosure System: A decontamination system consisting of a clean room, a shower room, and an City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com equipment room separated from each other and from the work area by curtained doorways. It is used for all worker exits from the work area and for equipment and materials leaving the area. B. ABBREVIATION AND ACRONYMS: 1. ACM Asbestos-Containing Material(s) 2. ANSI American National Standards Institute 3. APM Asbestos Project Monitor 4. ASTM American Society for Testing and Materials 5. Cal-OSHA California Division of Occupational Safety and Health 6. CFM Cubic feet per minute 7. CFR Code of Federal Regulations 8. EPA U.S. Environmental Protection Agency 9. FPM Feet per minute 10. GA Gauge 11. HEPA High-efficiency particulate air 12. HVAC Heating, ventilating, and air-conditioning 13. MSDS Material Safety Data Sheet 14. NESHAPS National Emission Standards for Hazardous Air Pollutants 15. NIOSH National Institute for Occupational Safety and Health 16. OSHA U.S. Occupational Safety and Health Administration 17. PCM Phase contrast microscopy 18. PSI Pounds per square inch City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com 19. RPM Revolutions per minute 20. UBC Uniform Building Code 21. UL Underwriters' Laboratories, Inc. 1.5 INDUSTRY STANDARDS A. GENERAL APPLICABILITY OF STANDARDS: Except to the extent that more explicit or more stringent requirements are written directly into the contract documents, applicable standards of the construction industry have the same force and effect (and are made a part of contract documents by reference) as if copied directly into contract documents, or as if published copies were bound herewith. B. PUBLICATION DATES: Except as otherwise indicated, where compliance with an industry standard is required, comply with standard in effect as of date of contract documents. C. COPIES OF STANDARDS: The contract documents require that each entity performing work be experienced in that part of the work being performed. Each entity is also required to be familiar with recognized industry standards applicable to that part of the work. Copies of applicable standards are not bound with the contract documents. 1.6 CODES AND REGULATIONS A. GENERAL APPLICABILITY OF CODES, REGULATIONS, AND STANDARDS: Except to the extent that more explicit or more stringent requirements are written directly into the contract documents, all applicable codes, regulations, and standards have the same force and effect (and are made a part of the contract documents by reference) as if copied directly into the contract documents, or as if published copies are bound herewith. B. FEDERAL REGULATIONS: Those which govern asbestos abatement work or hauling and disposal of asbestos waste materials include but are not limited to the following: U.S. Department of Labor, Occupational Safety and Health Administration, (OSHA), including but not limited to: Asbestos Regulations City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com Title 29, Part 1910, Section 1001 of the Code of Federal Regulations Respiratory Protection Title 29, Part 1910, Section 134 of the Code of Federal Regulations Construction Industry Title 29, Part 1926, Section 1101 of the Code of Federal Regulations Access to Employee Exposure & Medical Records Title 29, Part 1910, Section 20 of the Code of Federal Regulations Hazard Communication Title 29, Part 1910, Section 1200 of the Code of Federal Regulations Specifications for Accident Prevention Signs and Tags Title 29, Part 1910, Section 145 of the Code of Federal Regulations U.S. Environmental Protection Agency (EPA) including but not limited to: Worker Protection Rule 40 CFR Part 763, Subpart G CPTS 62044, FLR 2843-9 Federal Register, Vol. 50, No. 134,7/12/85 P28530-28540 Regulation for Asbestos Title 40, Part 61, Subpart A of the Code of Federal Regulations National Emission Standard for Asbestos Title 40, Part 61, Subpart M of the Code of Federal Regulations including NESHAP Revision; Final Rule, Federal Register; Tuesday, November 20, 1990. Asbestos Hazard Emergency Response Act (AHERA) Regulations 40 CFR 763 Subpart E U.S. Department of Transportation (DOT) including but not limited to: Hazardous Substances: Final Rule Regulation 49 CFR, Parts 171 and 172 C. STATE AND LOCAL REGULATIONS: Abide by all state and local regulations which govern asbestos abatement work or hauling and City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com disposal of asbestos waste materials. Regulations include, but are not limited to: California Department of Industrial Relations, Division of Occupational Safety and Health (Cal/OSHA) Title 8, Section 1529 Title 8, Sections 5144, 1531 Title 8, Section 5194 Title 8, Sections 341.2 -341.14 Title 8, Section 5208 Title 8, Section 1532.1 Title 8, Section 5216 California Assembly Bills California Business and Professional Code Section 7058.5, Certification of Contractors performing asbestos related work. California Labor Codes Sections 6501.5-6511 Sections 9021.5 and 9030 California Health and Safety Codes Section 25100 Sections 25249.5 -25249.13 (Proposition 65) California Code of Regulations Title 22, Waste Disposal State of California Health and Welfare Agency Safe Drinking Water and Toxic Enforcement Act of 1986 Bay Area Air Quality Management District (BAAQMD) Regulation 11, Rule 2 D. STANDARDS: Those which govern asbestos abatement work or hauling and disposal of asbestos waste materials include but are not limited to the following: American National Standards Institute (ANSI) City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com Fundamentals Governing the Design and Operation of Local Exhaust Systems Publication Z9.2-79 Practices for Respiratory Protection Publication Z88.2-80 1.7 EPA GUIDANCE DOCUMENTS: Those that discuss asbestos abatement work or hauling and disposal of asbestos waste materials are listed below only for the Contractor's information. These documents do not describe the work and are not a part of the work of this contract. Guidance for Controlling Asbestos-Containing Materials in Buildings (Purple Book) EPA 560/5-85-024. Asbestos Waste Management Guidance EPA 530-SW-85-007. 1.8 NOTICES A. BAAQMD NOTIFICATION: Complete the notification on the required forms in compliance with BAAQMD Regulation 11, Rule 2. B. DOSH NOTIFICATION: Temporary Worksite Notification. 1.9 PERMITS A. PERMITS: Obtain all building and special permits required for asbestos and lead related Work. 1.10 LICENSES A. LICENSES: Maintain current licenses as required by applicable state or local jurisdictions for the removal, transporting, disposal, or other regulated activity relative to the work of this contract. 1.11 SUBMITTAL A. HAZARDOUS MATERIALS DEMOLITION CONSULTANT: Send copies of all submittal to to the attention of Nik Lahiri, Essel Technology, Inc., 4408 Market Street, #C, Oakland, California 94608. Are you still in Oakland CA? Is that really where we want the submittals to go? City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com PART 2 – MATERIALS & EQUIPMENT 2.1 MATERIALS: Provide the following materials as necessary to complete project. A. GENERAL: All materials provided must be fire retardant, fire-treated, and non-combustible. B. PLASTIC SHEETING: A minimum 6-mil for floor and 4-mil for walls, in sizes to minimize the frequency of joints. Use flame retardant polyethylene throughout. C. TAPE: Capable of sealing joints of adjacent sheets of polyethylene and for attachment of polyethylene sheets to finished or unfinished surfaces of dissimilar materials and capable of adhering under both dry and wet conditions, including use of amended water, duct tape, poly prep tapes or approved equal. D. ADHESIVES: Capable of sealing joints of adjacent sheets of polyethylene and for attachment of polyethylene sheet to finished or unfinished surfaces of dissimilar materials and capable of adhering under both dry and wet conditions, including use of amended water. E. CAULKS: As specified or approved. F. SURFACTANT: Shall consist of 50% polyoxyethylene ether and 50% of polyoxyethylene ester, or equivalent, and shall be mixed with water to provide a concentration of one ounce of surfactant to 5 gallons of water. Prior to bidding, the Contractor shall be responsible for verifying that this surfactant is compatible with the materials to be removed and their substrates. If found to be incompatible, the Contractor shall supply suitable wetting agents at no extra cost to the Owner. G. IMPERMEABLE CONTAINERS: Suitable to receive and retain any asbestoscontaining or contaminated materials until disposal at an approved site. The containers shall be labeled in accordance with Title 8 CCR 1529. Containers must be both air and watertight and must be resistant to damage and rupture. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com H. DOT APPROVED DRUMS: Provide 55-gallon, DOT approved, metal drums for storage and transportation of lead containing waste. I. WARNING LABELS AND SIGNS: As required by Title 22 and Title 8, CCR 1529. J. ENCAPSULANT: Encapsulant shall be a penetrating type, except for encapsulant used on exposed pipe insulation ends to remain which shall be a bridging type, as approved by the Hazardous Materials Demolition Consultant and in conformance with the following characteristics. K. SOLVENTS: Solvents shall not be hydrocarbon based. Solvents shall not be a high flammability hazard. They shall have a high flash point. Prior to actual application the contractor shall be responsible for verifying that this solvent is compatible with the material to be removed. MSDS shall be submitted to the Hazardous Materials Demolition Consultant for approval before use. L. LIGHTING: Battery operated containment lighting must be provided inside any containment that depends on artificial lighting for safe working conditions. M. OTHER MATERIALS: Provide all other materials, such as, but not limited to lumber, plywood, nails, and hardware, which may be required to properly prepare and complete this project. 2.2 EQUIPMENT: Provide suitable tools for demolition/abatement of identified hazardous building components. A. WATER SPRAYER: Airless or a low pressure sprayer for amended water application as applicable. B. AIR-PURIFYING EQUIPMENT: High Efficiency Particulate Air Filtration Systems (HEPA) shall comply with ANSI Z9.2-79. No air movement system or air equipment should discharge asbestos fibers outside the work area. Thus, the negative air unit shall be equipped with a three filter bank with the last being the HEPA filter capable of removing 99.97% of fibers > 0.3 u (microns). C. PAINT/ENCAPSULANT SPRAYER: Airless. D. VACUUMS: HEPA filtered, clean, empty, and in good working condition. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com E. GROUND FAULT PROTECTION: Equip all circuits for any purpose entering work area with ground fault circuit interrupters (GFCI). Locate GFCI's exterior to work area so that all circuits are protected prior to entry to work area. Provide circuit breaker type ground fault circuit interrupters (GFCI) equipped with test button and reset switch for all circuits to be used for any purpose in work area, decontamination units, exterior, or as otherwise required by national electrical code, OSHA or other authority. Locate in panel exterior to work area. F. OTHER TOOLS AND EQUIPMENT: Provide any other tools and equipment necessary to complete Scope of Work. PART 3 -EXECUTION 3.1 PREWORK SUBMITTAL A. WASTE PACKAGING, LOAD-OUT, STORAGE AND DISPOSAL PROCEDURES: Submit a detailed plan identifying procedures, materials, and equipment that will be utilized during the packaging, load-out, storage, and disposal of all waste generated by Contractor. B. NOTICES: Submit copies of EPA and OSHA Notifications with proof of timely transmittal to agency requiring the notice. C. MATERIAL SAFETY DATA SHEETS: Submit Material Safety Data Sheets, or equivalent, in accordance with the OSHA Hazard Communication Standard (Title 8 CCR 5194) for each surfactant, encapsulating material and solvent proposed for use on the work. Include a separate attachment for each sheet indicating the specific worker protective equipment proposed for use with the material indicated as well as personal exposure monitoring proposed and any other product requiring MSDS. D. PERMITS: Submit copies of current valid permits required by state and local regulations, including arrangements for storage, transportation, and disposal of contaminated material. Dumpsite must conform to EPA regulation 40 CFR 61. E. LICENSES: Submit copies of State Contractors License to perform asbestos related work and registration with DOSH. F. WORKER TRAINING: Submit evidence that each employee has received City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com proper training in accordance with Title 8 CCR 1529 and 1532.1, 40 CFR 763, and 17 CCR, Section 35040. G. NOTICES TO SUPPLIERS: Copies of notices sent to suppliers of rental equipment and vehicles informing them of the nature of the use of their equipment. H. MATERIALS LIST: A complete materials list of all items proposed to be furnished and used under this contract. I. SITE SPECIFIC INJURY ILLNESS AND PREVENTION PROGRAM (IIPP): Submit a site specific IIPP in accordance with Title 8 CCR 1509. J. RESPIRATORY PROTECTION PROGRAM: Submit company specific respiratory protection plan in accordance with ANSI Z88.2, Title 8 CCR 1531, 1529, and 1532.1. Include evidence of each employee’s respirator fit-test record performed within the last six months. K. MEDICAL SURVEILLANCE PROGRAM: Submit company medical surveillance program in accordance with Title 8 CCR 1529 and 1532.1. Include Include evidence of each employee’s current comprehensive asbestos and lead-specific medical examination including most recent blood lead level. 3.2 CLOSEOUT SUBMITTALS A. PREREQUISITES TO SUBSTANTIAL COMPLETION: The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed in accordance with the contract documents, as modified by any change orders agreed to by the parties, so that the Owner can occupy the project or specified area of the project for the use for which it was intended. Complete the following before requesting the Hazardous Materials Demolition Consultant's inspection for certification of substantial completion for the work. List known exceptions in the request. 1. Submit a request for inspection. The request shall include a summary of items remaining to be completed based on the Contractor's inspection of the project. B. PREREQUISITES TO FINAL ACCEPTANCE; Complete the following record documents before requesting the the Hazardous Materials Demolition City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com Consultant's certification of final acceptance. Submit all record documents in a loose-leaf binder with identifying tabs. List known exceptions, if any, in request. 1. Submit a copy of the Hazardous Materials Demolition Consultant's punch-list of itemized work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance and has been endorsed and dated by the Hazardous Materials Demolition Consultant. 2. Submit copies of waste disposal/treatment manifests. 3. Submit OSHA compliance air monitoring records conducted during the work. The Owner shall be copied on all Contractor personnel and area air monitoring. 4. Submit copies of the daily progress log. 5. Submit copies of visitors' log. 3.3 TESTING/AIR MONITORING A. Throughout the entire preparation, removal and cleaning operations, air monitoring shall be conducted by the Hazardous Materials Consultant to monitor Contractor's compliance with these specifications, with EPA and OSHA regulations, and any applicable state and local regulations. B. The Contractor shall, at own expense, monitor employees as required by Title 8 CCR 1529 and 1532.1. The Owner shall be copied on all Contractor personnel and area air monitoring. C. The Contractor shall be responsible for all costs of any additional sampling and analysis necessitated by failure to pass clearance sampling. D. Monitoring Prior to Actual Removal: The Hazardous Materials Consultant will conduct area monitoring and establish the baseline ambient fiber and lead particle concentrations one day prior to the masking and sealing operations for each removal site. E. Monitoring During Removal: The Hazardous Materials Consultant will conduct quality control and work area monitoring during exposure to airborne concentrations of asbestos and lead. If monitoring outside the City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com controlled area shows airborne concentrations exceed the pre-work baseline reference, the Contractor shall stop all work, correct the condition(s) causing the increase and notify the Owner immediately. F. Certification of Visual Inspection: A Certification of Visual Inspection shall be completed by the Contractor following completion of removal work, cleanup and visual inspection of the work area. A Certification of Visual Inspection shall be provided to the Hazardous Materials Consultant. Following inspection, contractor will encapsulate substrate from which ACM was removed per specifications. G. Asbestos Final Air Clearance Sampling (PCM): Three (3) PCM clearance samples will be collected by the Hazardous Materials Demolition Consultant after visual inspection of work area reveals no suspect asbestos containing debris. H. Work area will be cleaned until three (3) samples samples collected in accordance with NIOSH Method 7400 (A), Issue #2 dated 8/15/94 report airborne fiber concentrations below the EPA recommended threshold level of 0.01 f/cc. 3.4 PERSONNEL PROTECTION REQUIREMENTS A. Prior to commencement of work, the worker shall be instructed and shall be knowledgeable on the hazards of asbestos and lead exposure, use and fitting of respirators, protective clothing, decontamination procedures, and all aspects of asbestos and lead work procedures; workers shall have medical examinations. B. The Contractor acknowledges that he/she alone is responsible for enforcing personnel protection requirements and that these specifications provide only a minimum acceptable standard for each phase of operation. C. Provide workers with personally issued and marked respiratory equipment approved by NIOSH and accepted by OSHA. D. WHEN NOT IN VIOLATION OF NIOSH AND OSHA REQUIREMENTS, THE CONTRACTOR SHALL PROVIDE, AS A MINIMUM, THE FOLLOWING RESPIRATOR PROTECTION FOR EACH PHASE OF OPERATION: OPERATION: 1. Pre-cleaning/Wet Wiping of Area: MSHA/NIOSH half-face dual cartridge respirators equipped with HEPA cartridges. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com 2. Plastic Installation: MSHA/NIOSH half-face dual cartridge respirators equipped with HEPA cartridges. 3. Non-Friable Asbestos Removal: MSHA/NIOSH half-face dual cartridge respirators equipped with HEPA cartridges. 4. Friable Asbestos Removal: MSHA/NIOSH full-face powered air purifying respirators equipped with HEPA cartridges. 5. Plastic Removal: MSHA/NIOSH half-face dual cartridge respirators equipped with HEPA cartridges. 6. Loading Waste Material on Truck (outside work area): MSHA/NIOSH half-face dual cartridge respirators equipped with HEPA cartridges. 7. Unloading Bags at Landfill: MSHA/NIOSH half-face dual cartridge respirators 8. Contractor must take necessary actions during the course of work to maintain all personal employee exposures below OSHA permissible exposure limits (PEL). The Hazardous Materials 9. Demolition Consultant reserves the right to require the use of respiratory equipment with higher protection factors for any or all phases of the work. F. No visitors shall be allowed in the work areas, except as authorized by the Hazardous Materials Demolition Consultant. Authorized Visitors include, but are not limited to, Regulatory Inspectors. G. Provide workers with sufficient sets of disposable protective full-body clothing. Such clothing shall consist of full-body coveralls, footwear, and headgear, one-piece coveralls or equal. Provide eye protection and hard hats as required by applicable safety regulations. Reusable type protective clothing and footwear intended for reuse shall be left in the Worker Change Room until the end of the work at which time such items shall be disposed of as asbestos waste. H. Certificate of Workers Acknowledgment: Following this section is a Certificate of Worker Training. After each worker has been included in the Contractor's Respiratory Protection Program, completed the training program and medical examination, secure a fully executed copy of this City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com form. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com CERTIFICATE OF WORKERS ACKNOWLEDGMENT PROJECT NAME___________________________________________DATE________________________ PROJECT ADDRESS_____________________________________________________________________ CONTRACTORS NAME______________________ ____________________________________________ WORKING WITH ASBESTOS AND LEAD CAN BE DANGEROUS. INHALING ASBESTOS FIBERS HAS BEEN LINKED TO VARIOUS TYPES OF CANCER. IF YOU SMOKE AND INHALE ASBESTOS FIBERS THE CHANCE THAT YOU WILL DEVELOP LUNG CANCER IS GREATER THAN THAT OF THE NON-SMOKING PUBLIC. Your Employer's contract with the Owner for the above referenced project requires that: You be supplied with the proper respirator and be trained in its use. You be trained in safe work practices and in the use of the equipment found on the job. You received a medical examination. These things are to be done at no cost to you. Respiratory Protection: You must have been trained in the proper use of respirators, and informed of the type of respirator to be used on the above referenced project. Training Course: You must have been trained in the dangers inherent in handling asbestos and lead and exposure to asbestos dust or lead particles and the proper work procedures and personal and area protective measures. The topics covered in the course must have included the following: Physical characteristics of asbestos and lead Health hazards associated with asbestos and lead Respiratory protection Use of Protective equipment Pressure Differential Systems Work practices including hands-on or non-job training Personal decontamination procedures Air monitoring, personal and area Medical Examination: You must have had a medical examination within the past twelve months at no cost to you. This examination must have included City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com health history, pulmonary function tests, blood lead levels, and chest x-ray. By signing this document you are acknowledging only that the Owner of the building you are about to work in has advised you of your rights to training and protection relative to your employer, the Contractor. Signature: ________________________________ Social Security Number: ________________________________ Printed Name: ______________________________ __ Witness: _________________________________ City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com 3.5 WORK AREA PREPARATION A. The Contractor shall isolate electric power to asbestos work areas. A qualified individual shall perform electric work. Existing electrical service to the building may be used for temporary electrical power during abatement work in accordance with Hazardous Materials Demolition Consultant's instruction. Electric power must remain for other areas of the structure occupied by the Owner. B. The Contractor shall shut down or isolate heating, cooling, and ventilation air systems to the work areas. C. Designated area shall be closed to all activity before the commencement of any work activities and shall not be available for occupancy until final clearance results are submitted and approved by the Hazardous Materials Demolition Consultant. D. Alterations to existing fire alarm safety systems must receive prior approval from Owner. Twenty-four hour fire watch may be required. E. No smoking shall be permitted within seventy-five feet of any containment boundary or inside the building. 3.6 FIRE PROTECTION A. The Contractor shall comply with all local fire safety regulations, rules, and standards. B. The Contractor is to ensure that required exits from the work site are not impaired. C. The Contractor shall be required to meet any and all recommendations for job site safety as may be required by the Owner and/or Fire Safety Representative. D. The Contractor shall maintain adequate fire extinguishers (Class ABC) ready for immediate use, distributed throughout the work area under abatement and in and about flammable temporary structures for the duration of the project. A minimum of four (4) such approved fire extinguishers must be available inside each work area, and others added at the rate of one (1) for every additional 1,000 square feet of work (or at a rate determined by Fire Safety Representative), in the area of the decontamination chamber, and adjacent to the work site. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com 3.7 FRIABLE ASBESTOS MATERIAL REMOVAL PROCEDURES Friable asbestos work includes activities involving the removal of asbestos containing thermal system insulation, surfacing materials, and non-friable construction materials that become friable because of removal procedures. This includes asbestos cement products and vinyl floor tile. A. Doors, windows, and HVAC vents entering work area shall be closed and sealed with a minimum of two (2) layers of 6 mil polyethylene sheeting and tape. Contractor shall post proper caution signs at entrance to controlled area and access of unauthorized personnel shall be restricted. Protect/seal floor surfaces with two (2) layers of 6 mil polyethylene sheeting. Overlap wall/floor sheeting approximately 12 inches. Do not position seam at wall floor joint. Protect wall surfaces (not specified for removal) with two (2) layers of 4 mil polyethylene sheeting. Cover all remaining non-removable items with at least one layer of 6 mil polyethylene taped securely. B. Install observation windows for each area consisting of Plexiglas panels. Panels should be placed in locations that provide maximum viewing of the work area. C. HEPA filtered exhaust units shall be established in accordance with these specifications. Establish decontamination unit at entrance to work area as specified. D. Install and continuously monitor and record the pressure differential between the work area and the building outside of the work area with a monitoring device incorporating a circular (preferred) continuous recorder (e.g., strip chart). Monitoring device shall be equipped with a warning buzzer which will sound if pressure differential drops below -0.02" of water. E. Contact specified Hazardous Construction Materials Demolition Consultant to visually inspect and approve of work area preparation. F. Wet asbestos materials prior to and during removal activities. Use hand tools only, power tools are not permitted. Do not over-saturate the material causing water run-off. G. Perform removal in such manner as to eliminate hazards to persons and property; to minimize interference with the use of adjacent areas, utilities City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com and structures, or interruption of the use of such utilities; and to provide free passage to and from such adjacent areas of structures. H. Promptly place asbestos materials in polyethylene disposal bags. Waste shall be moist with no free water. “Gooseneck” seal disposal bags with sufficient duct tape. I. Detail clean abated surfaces. J. Remove from containment all debris and waste prior to completion of each shift. K. Contact the Hazardous Construction Materials Demolition Consultant when Supervisor has completed a visual inspection in accordance with ASTM E1368-90. 3.8 NON-FRIABLE ASBESTOS MATERIAL REMOVAL PROCEDURES Non-friable asbestos work includes activities involving the removal of asbestos containing cement products, vinyl floor tile, and mastics. A. Doors, windows, and HVAC vents entering the work area, as well as nonremovable items shall be secured with 6 mil. Polyethylene sheeting. B. Secure a four-foot “splash” guard, one layer of polyethylene sheeting, to wall surfaces. C. Contact specified Hazardous Construction Materials Consultant to visually inspect and approve of work area preparation. D. Wet asbestos materials prior to and during removal activities. Use hand tools only, power tools are not permitted. Do not over-saturate the material causing water run-off. E. Perform removal in such manner as to eliminate hazards to persons and property; to minimize interference with the use of adjacent areas, utilities and structures, or interruption of the use of such utilities; and to provide free passage to and from such adjacent areas of structures. F. Promptly place asbestos materials in polyethylene disposal bags. Waste shall be moist with no free water. “Gooseneck” seal disposal bags with sufficient duct tape. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com G. Detail clean abated surfaces. H. Remove from containment all debris and waste prior to completion of each shift. I. Contact the Hazardous Construction Materials Demolition Consultant when Supervisor has completed a visual inspection in accordance with ASTM E1368-90. J. When performing abatement on roofing materials, use 6 mil poly sheeting on the perimeter of the building to catch any fallen debris. The poly sheeting should cover up any vegetation and extend the minimum required length. If no minimum required length is required in the area where work is taking place, then the sheeting should extend out a minimum of 5 feet from the drip line of the roof. K. Ensure work procedures are complying with regulations pertaining to asbestos removal, worker safety and air quality management district. 3.9 PROTECTIVE CLOTHING A. Provide to all asbestos abatement workers, consultants, project coordinators, inspectors and Owner’s authorized visitors protective disposable clothing consisting of full body coveralls, head covers, gloves, and boot-type covers or reusable footwear. B. Provide eye protection, hard hats and safety tools as required by job conditions and Cal-OSHA safety rules and regulations. C. All discarded disposable protective clothing shall be properly bagged, and disposed of as asbestos contaminated waste. D. After area has dried, HEPA-vacuum all floors affected by this work. E. Remove from containment all debris and waste prior to completion of each shift. F. Workers shall wear full protective clothing and minimum respiratory protection as identified Section 3.4, D, 4. 3.10 ASBESTOS WORK AREA DECONTAMINATION ENCLOSURE SYSTEMS A. GENERAL: The Contractor shall use portable decontamination units City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com acceptable to EPA and OSHA, connected to the work area with framed-in or accordion tunnels, if necessary, and line the tunnels with plastic, sealed with tape at all joints in the plastic, or shall construct decontamination units on-site. Provide one type ABC fire extinguisher directly inside and outside each decontamination unit. B. ACCESS: In all cases, access between contaminated rooms or areas shall be through an air lock. In all cases, access between any two rooms within the decontamination enclosure systems shall be through an air lock. C. DECONTAMINATION ENCLOSURE SYSTEM (THREE STAGE): Construct a worker decontamination enclosure system contiguous to the work area consisting of three totally enclosed chambers as follows: 1. An equipment room with two curtained doorways, one to the work area and one to the shower room, via an air lock. 2. A shower room with two curtained doorways, one to the equipment room and one to the clean room, via air locks. The shower room shall contain at least one shower with hot and cold or warm water with individual shut-off valves inside the showers. Careful attention shall be paid to the shower enclosure to insure against leakage of any kind. Ensure a supply of soap at all times in the shower room. Drainage from showers shall be disposed of as contaminated water or filtered as specified below. 3. Waste water containing asbestos and lead, including drainage from decontamination showers, shall be either disposed of as contaminated waste or filtered in accordance with the following requirements prior to introduction into the sanitary sewer system. a. Filter water using four in-line filter cartridges with 2" inlets and outlets. The outlet of each filter cartridge shall be connected in series to the inlet of the next cartridge. The first cartridge shall contain l00-micron pre-filters, the second and third cartridges shall contain 25-micron filters, and the final cartridge shall contain 5-micron filters. b. Spare filters of all three sizes shall be maintained at the site at all times to replace pre-filters during cleaning. c. When the pre-filters become clogged, replace with spares, City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com dispose of accumulated debris as contaminated waste, and wash out the pre-filters in the shower, allowing the drainage from the cleaning operation to go through the filtration system. d. When the final filters become clogged, remove the filters, replace with new, and dispose of the clogged filters as contaminated waste. e. Provide a holding tank for contaminated waste water as required to prevent backup of water into shower when the amount of water generated exceeds the flow rate of the filters. 4. Provide a clean room with one curtained doorway into the shower (via an air lock) and one entrance or exit to non-contaminated areas of the building. The clean room shall have sufficient space for storage of the workers' street clothes, towels, and other non-contaminated items. D. DECONTAMINATION PROCEDURES (THREE STAGE DECONTAMINATION) 1. All workers and authorized personnel, in order to enter the work area, shall: a. Remove all clothing, unless it is to remain in the equipment room for eventual disposal. b. Don protective clothes (coveralls, gloves, boots, etc.). c. Don the appropriate respiratory protection, following all training procedures and manufacturer's instructions. Coverall hood shall be worn over respirator straps. 2. All workers and authorized personnel, in order to leave the work area, shall: a. Remove gross (visible) contamination from themselves and their equipment. b. Enter the equipment room and, keeping respirator in place, remove all protective clothing, including gloves and boots. Place contaminated clothing in the bag(s) provided. Store gloves and/or boots in their respective areas. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com c. Still wearing the respirator, proceed naked to the first air lock. Once inside, ensure all curtained doorways behind are properly closed. d. With respirator still in place, move into the shower room and rinse off thoroughly. If wearing dual cartridge respirators, make sure the cartridges are completely soaked before removing the respirator and disposing of cartridges in the container provided. e. Pass respirators into the second air lock (between shower and the clean room). f. Complete showering, thoroughly soaping, and shampooing. g. Proceed to the clean room, dry off, dress, and return respirator to the storage area. 3. No smoking, eating, or drinking shall be allowed inside decontamination enclosures. E. DECONTAMINATION ENCLOSURE SYSTEM (THREE STAGE): Provide, at a minimum, a two-stage decontamination system attached to each work area in which asbestos-containing vinyl floor tile and mastic are to be removed. The two-stage decontamination system shall consist of, at a minimum, a 6-mil polyethylene dropcloth of sufficient size for workers to remove contaminated clothing and equipment and to decontaminate personnel, equipment, and waste bags. A wash bucket with potable water shall be placed on the drop cloth as well as a waste container for discarded coveralls, towels, and spent respirator cartridges. 3.11 LOCATION AND ACTIVATION OF NEGATIVE AIR PRESSURE A. Maintain negative pressure system in the work areas during all asbestos and lead abatement work for which gross abatement techniques are specified or required. B. Comply with Paragraph J.2 of the EPA document, Guidance for Controlling Friable Asbestos-Containing Materials in Buildings, June 1985. C. Provide a sufficient quantity of negative pressure fan units to maintain -0.02" of water in each work area as well as a sufficient number of reserve units to accommodate maintenance or repair activities. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com D. Provide sufficient number of exhaust units in each work area to provide one air change every 15 minutes in all locations of the work areas. E. Provide minimum number of auxiliary make-up air openings to maintain negative pressure. A negative pressure in excess of -0.02 inches of water differential shall be maintained. A continuous read-out manometer shall be provided to record pressure differential between inside and outside containment. F. Suspend electrical cords off the floor and out of workers' way to protect the cords from damage from traffic, sharp objects, and pinching. Do not fasten cords with staples, and do not hang cords from nails or suspend with wire. G. Locate units so that make-up air enters the work area primarily through the decontamination facility and traverses the work area as much as possible. Use Section J.3 of the EPA document, Guidance for Controlling Friable Asbestos-Containing Materials in Buildings, "Purple Book," June 1985. H. Vent all exhaust units to the outside of the building, at least 10 feet from ground level. Provide flexible wire reinforced duct as necessary to provide exterior venting and proper location of exhaust units. Ducts shall be completely sealed, in good repair, and protected from possible damage within the work area. I. After the work area has been prepared, the decontamination facility set up, and the exhaust units installed, start the units (one at a time if more than one is provided). Visually check the direction of air movement through the openings in the barriers, and verify movement of air in all locations of the work areas by use of ventilation smoke tubes. Adjust the location of exhaust units, or provide additional exhaust units for the work area if the test indicates inadequate or improper air movement. J. After removal has begun, maintain operation of exhaust units continuously to maintain a constant negative pressure until decontamination of the work area is complete. Do not turn units off at the end of the work shift or when removal operations temporarily stop. K. Change filters in exhaust units in accordance with manufacturer's recommendations and Paragraph J.3.2.2. 1 of the EPA document, Guidance for Controlling Friable Asbestos-Containing Materials in Buildings, "Purple Book," June 1985, or when there is obvious loss of City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com negative pressure. Each machine shall be equipped with an internal pressure differential gauge. If pressure differential at any time is less than the initial daily reading, machine shall be checked for leakage from HEPA filter or filter shall be replaced. Maintain a sufficient number of reserve negative pressure fan units to accommodate maintenance or repair activities. L. When a final inspection and the results of the final air monitoring and wipe tests indicates an acceptable level of airborne fibers and settled lead dust, remove and dispose of pre-filters and shut off the exhaust units. If the exhaust units are to be used in another work area, leave the final filter in place and seal all intake openings to the unit to prevent contamination due to asbestos fibers and lead particles collected on the final filter. If the exhaust units are not to be used in other work areas, remove the final filter and dispose of as asbestos/lead contaminated waste. M. If dismantling operations result in visible dust on surfaces, replace filters, restart exhaust units, clean surfaces and perform additional area air monitoring (at Contractor’s expense) until the level of airborne fibers is acceptable as specified. N. Dispose of all filters as lead/asbestos-contaminated waste material as specified. O. Maintain records on each HEPA-filtered machine including: exhaust sampling data, working hours since last filter change, pressure gauge readings, date and time of each filter replacement, date and time of each machine addition/deletion on project. 3.12 POST REMOVAL ENCAPSULATION OF AFFECTED AREAS A. An approved encapsulant shall be applied, using airless spraying equipment, to all areas of the project where asbestos-containing materials have been removed. C. Encapsulated areas shall be controlled, so that excess material does not stain wall surfaces. All the excess encapsulant, tape adhesive marks, marks, etc., shall be wiped off the visible surfaces. 3.13 DISPOSAL REQUIREMENTS City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com A. Disposal of asbestos-containing waste must occur at an appropriate landfill as mutually agreed upon by the Owner and the Contractor. B. It is the responsibility of the Contractor to determine current waste handling, transportation, and disposal regulations for the work site and for each waste disposal landfill. The Contractor must comply fully with these regulations and all appropriate EPA and other Federal, State, and local regulations. C. The Contractor shall document actual disposal of the waste at the designated landfill by completing a waste manifest, and by ensuring its proper completion by the Owner’s Consultant, waste transporter, and waste disposal site operator. D. Dispose of all friable materials deemed to contain or be contaminated with asbestos including, but not limited to, spray-applied/troweled-on fireproofing, non-intact wall systems {>0.1% (California only) and <1%} asbestos joint compound materials, vinyl sheet flooring, vinyl floor tile, flooring mastics and cleaning rags as Class I asbestos waste (hazardous). E. Dispose of all non-friable materials deemed to contain or be contaminated with asbestos, including vinyl floor tile and mastic materials, as Class II non-hazardous asbestos waste (regulated). F. Dispose of all >0.1% a.k.a., trace asbestos-containing materials in accordance with all appropriate EPA and other Federal, State, and local regulations (California only). Lead Based Paints Lead Containing Materials 1. Results of the Lead based paint survey should be provided to the contractors and subcontractors performing the work at the site that may disturb painted building components. Contractors disturbing components must do so in compliance with applicable regulations of California department of Occupational safety and Health. City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com 2. Currently California regulations require that lead painted components produce a Total Threshold Limit Concentration (TTLC) of less than 350mg/kg and a Soluble Threshold Limit Concentration (STLC) of less than 5.0mg/L to be considered a non hazardous waste. The results of that testing will have a significant impact on disposal costs. 3. The lead painted components should not be sawed, burned, ground into mulch or reused and should be disposed in a properly licensed landfill. Loose paint chips should be removed by HEPA vacuum prior to demolition and will need to be disposed of as hazardous waste. 4. To obtain actual cost data, a specification ( requiring bidders to assess work condition and to measure quantities to their own satisfaction) for the work should be distributed to licensed, qualified and reputable contractors , a job walk should be conducted , and fixed cost bid contracts should be obtained. 5. Lead safe work practices will be used on this project. Since elemental lead is a suspect carcinogen and known teratogen and a neurotoxic in high doses, lead containing materials need to be identified prior to the onset of demolition activities using combinations of engineering controls and personal protective equipment, lead containing materials can be remediated safely. Several sources of applicable standards are listed below: 1. Lead exposures in the work place are regulated by CAL OSHA, which has certain regulatory requirements for identifying and controlling potential lead exposures. Currently applicable regulations for the construction industry have been adopted by CAL/OSHA (8CCR1532.1) from the Federal OSHA regulations. The current OSHA 8 hour permissible exposure level for lead is 50mG/M3. 2. Current EPA and CAL EPA regulations do not require LBP to be removed prior to demolition unless loose and peeling. Provided that the paints are securely adhered to substrates (non flaking or non peeling), disposal of intact demolition debris can generally be handled in California as non hazardous and non RCRA waste. In California loose and peeling LBP or other wastes require characterization and testing for leachability. Disposal requirements are as follows: City of Rosemead Rosemead Community Recreation Center Asbestos Abatement Specifications Essel Technology Services, Inc. www.EsselTek.com a. If the total lead content is <50PPM it is considered non RCRA, non hazardous waste since it is impossible to exceed the Waste Extraction Test (WET) test limit of 5mg/l using the 10 to 1 ratio. b. If the total lead content is <350 ppm and the WET test is <5mg/l then the waste has low leachability and is classified as non-RCRA nonhazardous waste. c. If the total lead content is >350ppm and the Toxicity Characteristic Leaching Procedure (TCLP) is <5 mg/l then it has low leachability and is classified as Class I non-RCRA California hazardous waste, stabilization not required. d. If the total lead content is >350ppm and the TCLP test results are >5mg/l, then it is classified as Class I RCRA hazardous waste, stabilization required. 3. Major definitions of LBP or lead -coated surfaces are listed below: a. HUD defines LBP as paint that contains either > 0.5% by weight of lead , , or > 1 mg/cm2 b. Consumer Product safety Commission (CPSC) prohibits the manufacturing of paint that contains more than 600ppm (0.06%) of lead c. This report uses the HUD’s definitions for the purpose of identifications, but compliance to Cal/OSHA’s Construction Lead Standard is required for all paints with any measurable lead content. d. The California Department Health Services (DHS) requires the use of Certified Lead workers and supervisors for lead abatement projects at public buildings with a greater than 20 years expected life or whenever work is completed specifically to abate lead-based paint as defined by HUD. The DHS certifications requirements do not apply to industrial sites, however, dust controls and personnel protection are still required under 17CCR, section 35001 through 36100.