Loading...
NIB - 2022-26 - Rosemead Park Restroom Renovation Bid PacketCITY OF ROSEMEAD CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 FISCAL YEAR 2022-2023 A COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROJECT* IN THE CITY OF ROSEMEAD PUBLIC WORKS DEPARTMENT, ENGINEERING DIVISION 8838 E. VALLEY BOULEVARD ROSEMEAD, CA 91770 TELEPHONE: (626) 569-2150 FAX: (626) 307-9218 BIDS DUE: THURSDAY, OCTOBER 13, 2022 AT 10:30 AM *THIS PROJECT IS FUNDED BY THE U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT. CITY OF ROSEMEAD ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT NO. 39009 TABLE OF CONTENTS BIDDING DOCUMENTS 1. Notice Inviting Bids ……………………………………………………NIB-1 - NIB- 4 2. Instructions to Bidders………………………………………… …........ITB-1 – ITB-10 3. Contract Bid Forms…………………………………………… ……..CBF-1 – CBF-16 CONTRACT AGREEMENT 1. Contract Agreement and Insurance Requirements 2. Performance Bond 3. Payment Bond CONTRACT APPENDIX Part "A" General Provisions……………………………………….GP-1 - GP-34 Part "B" Supplemental General Conditions……………….……….GC-1 GC-10 Part "C" Technical Provisions……………………………..………TP-1 – TP-11 Part "D" Appendix Appendix A - Project Plans City of Rosemead, California Rosemead Park Restroom Renovation Project No. 39003 NIB - 1 CITY OF ROSEMEAD NOTICE INVITING BIDS NIB No. 2022-26 NOTICE IS HEREBY GIVEN that the CITY OF ROSEMEAD, California, will receive electronic bids through PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home OR sealed bids at the City Clerk’s office, City Hall, 8838 Valley Blvd, Rosemead, CA 91770 up to 10:30 o’clock a.m. on Thursday, the 13th day of October, 2022. Electronic and hardcopy bids will be publicly posted on PlanetBids and City’s website. ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 Bidders shall attend a mandatory pre-bid meeting to acquaint Bidders with the contract requirements and site conditions that may affect the work. The mandatory pre-bid meeting will be held on Tuesday, October 4th, 2022 at 10:00 A.M. in the Rosemead Community Recreation Center – Room 4 at 3936 Muscatel Avenue. The City will only consider Bids submitted by those Bidders who attend the Mandatory Pre-Bid Meeting. All other bids will be considered non-responsive and subject to rejection. The project consists of the renovation of the existing men’s and women’s restroom building located at 4343 Encinita Avenue, Rosemead, CA 91770. The work generally includes demolition and reconstruction of the existing men’s and women’s restrooms which consists of new fixtures, plumbing, framing, and lighting modifications as indicated in the appendix and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. The engineer’s estimate for this project is $200,000. The successful bidder shall have FORTY (40) working days to complete the work. Liquidated damages shall be $500.00 per working day. Copies of the Bidding and Contract Documents, Plans and Specifications can be obtained from the City’s PlanetBid portal. Contractors can register as a vendor and download the documents by visiting the PlanetBid Portal (https://pbsystem.planetbids.com/portal/54150/portal-home). Hard copy of the bid package will not be mailed. SB 854 Requirements: This project is subject to the requirements of SB 854. No prime contractor or subcontractor may be listed on a bid proposal for a public works project unless registered and qualified with the Department of Industrial Relations pursuant to Labor Code section 1725.5. No prime contractor or subcontractor may be awarded a contract for public work on a public works project unless registered and qualified with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The bid proposal must include a print out from the DIR registration website showing that the prime contractor and each subcontractor is currently registered and qualified. No bid proposals will be accepted nor any contract entered into with a prime contractor without proof of registration as required City of Rosemead, California Rosemead Park Restroom Renovation Project No. 39003 NIB - 2 above. [Unless within the limited exceptions from this requirement for bid proposals only under Labor Code Section 1771.1(a)] 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. FEDERAL CONTRACT PROVISIONS FOR COMMUNITY DEVELOPMENT BLOCK GRANT Davis-Bacon Act and Copeland Anti-Kickback" Act.: This contract will befunded in whole or in part with federal housing and community development funds. The Federal Labor Standards Provisions, including prevailing wage requirements of the Davis- Bacon and Related Acts will be enforced. To the extent this Contract is for construction services in excess of $2,000, the CONTRACTOR agrees at all times during the term of this Contract to comply with and abide by: (i) the terms of the Davis-Bacon Act(codified at 40 U.S.C. § 3141 et seq., as supplemented by regulations at 29 CFR Part 5), and that such terms and regulations are a part of this Contract and incorporated herein by this reference; and (ii) the terms of the Copeland "Anti-Kick Back" Act ( codified at 40 U.S.C. § 3145 et seq., as supplemented by 29 CFR 3), and that such terms and regulations are a part of this Contract and incorporated herein by this reference. This project is a public work in the State of California, funded in whole or in part with public funds. Therefore, the higher of the two applicable prevailing wage rates, federal or state, will be enforced. The Contractor’s duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and to employ apprentices, including forfeitures and debarment. The State Wage Decision is on file at the City Clerk’s office, and is also available online at http://www.dir.ca.gov/dlsr/. Apprenticeship Program: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative code, Section 200 et seq. to ensure compliance and complete understanding of the law regarding apprentices. Section 3 Statement: To the extent this Project is funded in excess of $200,000, Section 3 regulations are required. Found under 24 CFR Part 75, the purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD financial assistance are, to the greatest extent feasible, directed to low- and very low-income persons, particularly those who are recipients of government assistance for housing. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, to the extent this Contract meets the definition of a "federally assisted construction contract" as set forth in 41 CFR Part 60-1.3, the CONTRACTOR agrees at all times during the term of this Contract to comply with and abide by the following: (i) that the equal opportunity clause ("Equal Opportunity Clause") is part of this Contract and incorporated City of Rosemead, California Rosemead Park Restroom Renovation Project No. 39003 NIB - 3 herein by this reference in 41 CFR 60-1.4(b) in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and (ii) the regulations implementing the Equal Opportunity Clause at 41 CFR Part 60 and that such implementing regulations are a part of this Contract and incorporated herein by this reference.). Debarment and Suspension Certification: The Contractor certifies that neither Contractor nor any of Contractor's agents, sub-contractors or employees who may perform services under this contract are debarred, suspended or excluded from participation in any federal assistance programs in accordance with Executive Orders 12549 and 12689 and its implementing guidelines. The Contractor agrees to immediately notify the Federal awarding agency if the Contractor or any of the Contractor's agents, sub-contractors or employees who may perform services under this contract become debarred, suspended or excluded from participation in federal assistance programs or federal contract transactions. Contract Work Hours and Safety Standards Act: To the extent this Contract is in excess of $100,000 and involves the employment of mechanics or laborers, the Contractor agrees at all times during the term of this Contract to comply with and abide by the terms of the Contract Work Hours and Safety Standards Act, codified at 40 U.S.C. 3701 et seq., as supplemented by regulations at 29 CFR Part 5, and that such terms and regulations are a part of this Contract and incorporated herein by this reference. Byrd Anti-Lobbying Amendment Certification: To the extent this Contract is in excess of $100,000, the CONTRACTOR certifies that neither the CONTRACTOR nor any of the CONTRACTOR's agents, sub-contractors or employees who may perform services under this Agreement have not used and will not use any Federally appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. The CONTRACTOR agrees to immediately notify the Federal awarding agency if the CONTRACTOR or any of the CONTRACTOR's agents, sub-contractors or employees who may perform services under this Agreement influence or attempt to influence any officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Conflict of Interest: In the procurement of supplies, equipment, construction, and services by sub-recipients, the conflict of interest provisions in 2 CFR 200.112 and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the subrecipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. The Contractor represents, warrants and agrees that to the best of its knowledge, it does not presently have, nor will it acquire during the term of this Agreement, any interest direct or indirect, by contract, employment or otherwise, or as a partner, joint venture or shareholder (other than as a shareholder holding a one percent (1%) or less interest in publicly traded companies) or affiliate with any business or business entity that has entered into any contract, subcontract or arrangement with the City. Upon City of Rosemead, California Rosemead Park Restroom Renovation Project No. 39003 NIB - 4 execution of this Agreement and during its term, as appropriate, the Contractor shall disclose in writing to the City any other contract or employment during the term of this Agreement by any other persons, business or corporation in which employment will or may likely develop a conflict of interest between the City’s interest and the interests of the third parties. The CITY OF ROSEMEAD will affirmatively ensure 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. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Compliance with the prevailing rates of wage and apprenticeship employment standards established by the State Director of Industrial Relations will be required. 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 “B” 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 Contract Agreement is proposed for November 8th, 2022. This project is funded in part by the U.S. Department of Housing and Urban Development (“HUD”). Consistent with federal regulations found in 24 CFR 135, participation on this contract is applicable to “Section 3” requirements pursuant to 24 CFR 135.3(d). Bidders shall refer to the Instructions to Bidders for additional information regarding “Section 3” requirements. Dated this September 20, 2022 ________________________________ Ericka Hernandez City Clerk Publish: September 22th & 29th, 2022. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 CITY OF ROSEMEAD ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 INSTRUCTION TO BIDDERS City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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 City’s PlanetBid portal. Contractors can register as a vendor and download the documents by visiting the PlanetBid Portal (https://pbsystem.planetbids.com/portal/54150/portal-home). Hard copy of the bid package will not be mailed. 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 email 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/email 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 e. Contract Appendix Part “A" - General Conditions Part "B" - Supplementary General Conditions City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 2 Part "C" - Technical Provisions Part "D" - Appendix f. Any Addenda Issued by the Owner 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 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 email, 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. Since the time for the alternate City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 3 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 venture or partner appointing and designating one of the joint ventures or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venture or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venture or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venture 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 venture 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 4 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. 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 PARK RESTROOM RENOVATION 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 5 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 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 twentyfour (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 AND REGISTRATION 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. Pursuant to Section 1725.5 of the Labor Code, all bidders must be registered with the Department of Industrial Relations to be qualified to bid on this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted and be registered with the Department of Industrial Relations. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 6 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. 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 7 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 Manager, or other designated Owner staff member, shall review the basis of the protest and all relevant information. The Project Manager 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 Manager to the City Engineer then the appeal at the City Council. That way, the Council can deny the protest and approve the project at the same hearing. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 8 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 9 (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. (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. (4) Contractor License Number. For listed Subcontractors, list the contractor license number issued to the Subcontractor by the California Contractors State License Board. (5) Registration with Department of Industrial Relations. For listed Subcontractors, include evidence of registration with the Department of Industrial Relations as required by Section 1725.5 of the Labor Code. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 ITB - 10 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 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 BIDDER: ________________________ CBF - 1 CITY OF ROSEMEAD ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 CONTRACT BID FORMS SECTION 1 - BID SCHEDULE BIDDER: ________________________ CBF - 2 BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE ITEM COST 1 Clearing and Grubbing including all removals, relocations, per plans and specifications. 1 LS $___________ $__________________ 2 Diversion of Recyclable Waste Materials 1 LS $___________ $__________________ 3 Site Work: Demolition- Removal and disposal of Interior fixtures, walls, plumbing, pavement, tile, incidentals per plans and specifications 1 LS $___________ $__________________ 4 Concrete Foundation/ Slab: Construct new slab and level floors as necessary 1 LS $___________ $__________________ 5 Masonry: Furnish and install masonry header at new opening and masonry wall at existing window openings per plans 1 LS $___________ $__________________ 6 Metals: Provide and install all miscellaneous metal and metal fabrications in place to CMU wall to attach restroom fixtures to CMU wall, as indicated on the Contract Drawings 1 LS $___________ $__________________ 7 Woods & Plastics: Rough Carpentry 1 LS $___________ $__________________ 8 Woods & Plastics: Interior Finish Carpentry 1 LS $___________ $__________________ 9 Woods & Plastics: Other Woods & Plastics 1 LS $___________ $__________________ 10 Doors & Windows: Metal Doors 1 LS $___________ $__________________ 11 Doors & Windows: Finish Hardware 1 LS $___________ $__________________ 12 Finishes: Metal Framing And Furring 1 LS $___________ $__________________ 13 Finishes: Lath And Portland Cement Plaster 1 LS $___________ $__________________ 14 Finishes: Gypsum Board 1 LS $___________ $__________________ 15 Finishes: Ceramic Tile 1 LS $___________ $__________________ BIDDER: ________________________ CBF - 3 NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE ITEM COST 16 Finishes: Anti-Graffiti Coating 1 LS $___________ $__________________ 17 Finishes: Painting 1 LS $___________ $__________________ 18 Finishes: Other Finishes, Polished Sealed /concrete at restroom per finished schedule 1 LS $___________ $__________________ 19 Specialties: Toilet Partitions 1 LS $___________ $__________________ 20 Specialties: Signage 1 LS $___________ $__________________ 21 Specialties: Toilet And Bath Accessories 1 LS $___________ $__________________ 22 Specialties: Other Specialties, (Hand Drier, Baby Changing stations, etc and per specifications 1 LS $___________ $__________________ 23 Mechanical: Plumbing 1 LS $___________ $__________________ 24 Electrical: Rough Electrical 1 LS $___________ $__________________ 25 Electrical: Finish Electrical 1 LS $___________ $__________________ 26 Electrical: Lighting Fixtures 1 LS $___________ $__________________ TOTAL BASE BID AMOUNT IN NUMBERS $__________________ TOTAL BASE BID AMOUNT IN WORDS: _______________________________________ ______________________________________________________________________________ The scope of work of this Lump Sum Bid Schedule includes all work identified in the Construction Plans titled: ROSEMEAD PARK RESTROOM RENOVATION The scope of work of this Lump Sum Bid Schedule also includes all work required by the Technical Provisions included in this Bid Package for the Rosemead Park Restroom Renovation Project, Project No. 39003 BIDDER: ________________________ CBF - 4 Note: All work identified on the Construction Drawings, and required by the Special Provisions, shall be furnished, complete in place, including all associated trades, furnishing all fixtures and furnishings, and completing all associated work necessary to deliver the improvements in complete working order. In submitting this Lump Sum Bid, the Bidder acknowledges that there will be no separate or additional payment made for completing the work required hereunder this Bid Schedule. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of __________________ Dollars ($__________________) 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 the 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) per calendar day if project is not completed within the working days specified on the Notice Inviting Bids. The Contract Time will begin to run ten (10) Working BIDDER: ________________________ CBF - 5 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. _______________________ 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 - 6 PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has ___ , has not ___ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space. BIDDER: ________________________ CBF - 7 PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BIDDER: ________________________ CBF - 8 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): ___________________________________________ Department Industrial Relations Registered No. ____________________________________________ 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 - 9 SECTION 2 BID DATA FORMS BIDDER: ________________________ CBF - 10 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 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 PARK RESTROOM RENOVATION 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 - 11 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-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 approval. BIDDER: ________________________ CBF - 12 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:______________________________________________ License No.: ___________________________________________ Department of Industrial Relation Registration No.______________ Name and Location Description of Work of Subcontractor to be Subcontracted Name:_______________________________________ Address:______________________________________ License No.: ___________________________________________ Department of Industrial Relation Registration No.______________ Name and Location Description of Work of Subcontractor to be Subcontracted Name:_______________________________________ Address:______________________________________ License No.: ___________________________________________ Department of Industrial Relation Registration No.______________ Name and Location Description of Work of Subcontractor to be Subcontracted Name:_______________________________________ Address:______________________________________ License No.: ___________________________________________ Department of Industrial Relation Registration No.______________ Name and Location Description of Work of Subcontractor to be Subcontracted Name:_______________________________________ Address:______________________________________ License No.: ___________________________________________ Department of Industrial Relation Registration No.______________ BIDDER: ________________________ CBF - 13 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 BIDDER: ________________________ CBF - 14 4. ______________________________________________________________________________ Name and Address of Owner ______________________________________________________________________________ Name and telephone number of person familiar with project ______________________________________________________________________________ Contract amount Type of Work Date Completed BIDDER: ________________________ CBF - 15 SECTION 3 NON-COLLUSION AFFIDAVIT BIDDER: ________________________ CBF - 16 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: ______________ CONSTRUCTION CONTRACT ROSEMEAD PARK RESTROOM RENOVATION PROJECT (COMPANY NAME) 1. PARTIES AND DATE This Contract is made and entered into this ______ day of ______________, 20____ (Effective Date) 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 COMPANY NAME with its principal place of business at COMPANY ADDRESS (hereinafter referred to as “Contractor”). City and Contractor are sometimes individually referred to as “Party” and collectively as “Parties” in this Contract. 2. RECITALS 2.1 Contractor Contractor desires to perform and assume responsibility for the ROSEMEAD PARK RESTROOM RENOVATION PROJECT by the City on the terms and conditions set forth in this Contract. Contractor represents that it is experienced in providing such work 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 described herein as Project (“Project”) as set forth in this Contract. 3. TERMS 3.1 Scope of Services and Term 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional construction services necessary for the Project (“Services”). The Services are more particularly described in Exhibit “A” attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Contract, the exhibits attached Company Name Page 2 of 11 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 Contract shall be from Effective Date shown above to Month, Date and Year unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Contract if necessary to complete the Services. 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 Contract. 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 Contract. Any additional personnel performing the Services under this Contract 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 Contract 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 Contract, and within the schedules timeline. 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 the City Manager, Ben Kim, or his designee, to act as its representative for the performance of this Contract (“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 Project Manager, or his designee, to act as its representative for the performance of this Contract (“Contractor’s Representative”). Contractor’s Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Contract. 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 Company Name Page 3 of 11 procedures and for the satisfactory coordination of all portions of the Services under this Contract. 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 other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Contract 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 if applicable, and that such licenses and approvals shall be maintained throughout the term of this Contract. As provided for in the indemnification provisions of this Contract, 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 aind federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA, AQMD 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 Contract, 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: Contractor shall maintain, prior to the beginning of and for the duration of this Contract, insurance coverage as specified in Exhibit B attached to and part of this Contract. 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 Company Name Page 4 of 11 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 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 Contract. 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: If specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Performance Bond in the amount of the total, not-to-exceed compensation indicated in this Contract, 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. If required by law or otherwise specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Payment Bond in the amount of the total, not-to-exceed compensation indicated in this Contract, 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 further payments shall be deemed due or will be made under this Contract until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total Company Name Page 5 of 11 compensation 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 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 Contract (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 Contract 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. The total compensation shall not exceed Dollar Amount in Word Format Dollars (Numerical) 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 Contract. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement that 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 after receiving such statement, review the statement and pay all approved charges. The payments will be subject to a 5% retention amount, which would be released and paid after all work under the Contract has been satisfactorily completed, and 35 days after a Notice of Completion is filed with the County of Los Angeles. 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 Contract, City may request that Contractor perform Extra Work. As used herein, “Extra Work” means any work that 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 Contract. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City’s Representative. 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 Contract. All Company Name Page 6 of 11 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 Contract. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Contract for a period of three (3) years from the date of final payment under this Contract. 3.5 General Provisions. 3.5.1 Termination of Contract. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Contract 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 that have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Contract except for cause. 3.5.1.2 Effect of Termination. If this Contract 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 Contract. Contractor shall be 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 Contract 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 Contract 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: Company Name Address City, State, Zip Code Attn: Project Manager’s Name Tel: (000) 000-0000 CITY: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Ben Kim, City Manager Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the Company Name Page 7 of 11 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 Contract. 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 Contract, 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 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 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, 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 Contract. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations and understandings. This Contract may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Contract 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 Contract. 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 Contract shall be binding on the successors and assigns of the parties. Company Name Page 8 of 11 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Contract or any interest herein without the prior written consent of the City. Any 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 Contract, the language of this Contract 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 workdays. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Contract. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Contract. 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 Contract. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Contract 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, estoppels, 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 Contract 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 Contract. 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 Contract. For breach or violation of this warranty, City shall have the right to rescind this Contract without liability. For the term of this Contract, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Contract, 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, Company Name Page 9 of 11 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 that 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 Contract. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Contract. Each Party warrants that the individuals who have signed this Contract have the legal power, right, and authority to make this Contract and bind each respective Party. 3.5.21 Counterparts. This Contract 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 Contract, 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 Contract. [SIGNATURES ON NEXT PAGE] Company Name Page 10 of 11 CITY OF ROSEMEAD COMPANY NAME ________________________ _______ By:____________________ ________ Ben Kim, City Manager Date Signature Date Name: Print Attest: Title: ________________________ _______ Ericka Hernandez, City Clerk Date [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Approved as to Form: By: _ ________________________ _______ Rachel Richman, City Clerk Date Name:___________________________ Title: Company Name EXHIBIT A SCOPE OF CONTRACT SERVICES SEE ATTACHED BID SCHEDULE/PROPOSAL Company Name EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor 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 Contract and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage, and a $2,000,000 completed operations aggregate. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. Workers’ compensation insurance. Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000) for Contractor ’s employees in accordance with the laws of the State of California, Section 3700 of the Labor Code In addition, Contractor shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor’s employees. Excess or Umbrella Liability Insurance. (Over Primary) Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer’s liability. Such policy or policies shall include the following terms and conditions: Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer’s liability. Such policy or policies shall include Company Name the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall “follow form” to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Builder’s risk insurance. Upon commencement of construction and with approval of Agency, Contractor shall obtain and maintain builder’s risk insurance for the entire duration of the Project until only the Agency has an insurable interest. The Builder’s Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and Agency, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to Agency. The policy shall contain a provision that all proceeds from the builder’s risk policy shall be made payable to the Agency. The Agency will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub-limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub-limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to Agency to ensure adequacy of terms and sublimits and shall be submitted to the Agency prior to commencement of construction. 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 Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party General liability policies shall provide or be endorsed to provide that Agency and its officers, Company Name officials, employees, agents, and volunteers shall be additional insurer under such policies using standard ISO endorsement No. CG 2010. . Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Contract shall prohibit Contractor, or Contractor’s employees, or agents, from waiving the right of subrogation prior to a loss. Contractor 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 Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverage 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. Contractor 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. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverage required and an additional insured endorsement to Contractor’s general liability policy, shall be delivered to City at or prior to the execution of this Contract. 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 Contract and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor 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. Company Name 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor 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. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor 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. Contractor agrees that upon request, all Contracts with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor 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 Contract to self-insure its obligations to City. If Contractor’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 Contractor, which may include reduction or elimination of the deductible or self-insured 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 Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Contract 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 Contract. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor 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. Contractor 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 Contract. This obligation applies whether or not the Contract is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered Company Name shall be submitted prior to expiration. A coverage binder or letter from Contractor’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 coverage. 17. The provisions of any workers’ compensation or similar act will not limit the obligations of Contractor under this Contract. Contractor 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 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 all-inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this Contract 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 Contract to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor 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 Contractor for the cost of additional insurance coverage required by this Contract. 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. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Contract. 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 PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 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 PARK RESTROOM RENOVATION 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. 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 PERFORMANCE BOND - 2 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 PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 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 PARK RESTROOM RENOVATION 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 Employment Development PAYMENT BOND - 2 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 PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 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”), 2021 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, 2018 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”), 2021 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 consists of the renovation of the existing men's and women's restroom building located at 7933 Emerson Place Rosemead, CA 91770 and consists of new fixtures, plumbing, framing, and lighting modifications as indicated in the appendix and other related work as described in the plans and specifications. 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 Contractor until the Contractor provides the aforementioned Subcontractor bonds to the Contractor.” GENERAL PROVISIONS - 5 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 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: “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 GENERAL PROVISIONS - 6 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.” 2-9 SURVEYING. 2-9.2 Survey Service. Section 2-9.2 of the Standard Specifications shall be amended to include the following: GENERAL PROVISIONS - 7 “All survey monuments, centerline ties and survey reference points will be tied out in advance by the City Land 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 Land 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 Land 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 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: GENERAL PROVISIONS - 8 “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.” 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.” GENERAL PROVISIONS - 9 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 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 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.” GENERAL PROVISIONS - 11 “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.” “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 GENERAL PROVISIONS - 12 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, 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.” 3-6 EXISTING CONDITIONS. Section 3-6 shall be added to the Standard Specifications as follows: GENERAL PROVISIONS - 13 “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 substitute. The Contractor shall have the material GENERAL PROVISIONS - 16 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, labor unrest or labor shortages of any kind); (4) when the Contractor fails or refuses to begin delivery of any GENERAL PROVISIONS - 20 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 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 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 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 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 GENERAL PROVISIONS - 21 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.” “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 GENERAL PROVISIONS - 22 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 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.” 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 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 - 23 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7-2 LABOR. 7-2.2 Laws. “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.” “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.” GENERAL PROVISIONS - 24 “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 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 GENERAL PROVISIONS - 25 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 – 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. 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.Construction Materials Control Construction-related 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 - 26 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 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 GENERAL PROVISIONS - 27 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: 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 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 GENERAL PROVISIONS - 28 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 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 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 GENERAL PROVISIONS - 29 (For any significant volume of material that entered the storm drain or receiving water) 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 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 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 GENERAL PROVISIONS - 30 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. 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 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: GENERAL PROVISIONS - 31 “As required by Public Contract Code Section 7104, if this Contract involves digging 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, GENERAL PROVISIONS - 32 rules and regulations. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the 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 - 33 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 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 Sections 7107 and 7201.” 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 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 - 34 “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 5 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 CITY OF ROSEMEAD ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 PART "B" SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTARY GCs-1 ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 SUPPLEMENTARY GENERAL CONDITIONS 10-1 GENERAL 10-1.1 Description of Work The project consists of the renovation of the existing men’s and women’s restroom building located at 4343 Encinita Ave Rosemead, CA 91770. The work generally includes demolition and reconstruction of the existing men’s and women’s restrooms which consists of new fixtures, plumbing, framing, and lighting modifications as indicated in the appendix 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 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 Twenty-Five (35) working days including material procurement. 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. Working hours on this project shall be limited to 7:00 a.m. to 5:00 p.m., Monday through Friday with no work on Saturdays, Sundays, Holidays. Except when authorized by the Director of Public Works or City Engineer. d. 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 $120 per hour for inspection in excess of the foregoing, including legal holidays, City Hall closed Fridays, and weekends. e. 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. f. Contractor shall notify all property owners within the project limits of all activities; written notification shall be delivered to properties at least forty-eight (48) hours in advance of any activity. g. The contractor and all subcontractors shall attend a pre-construction meeting at the time, date, and place determined by the City. h. The contractor and all subcontractors shall obtain a Rosemead Business License prior to the start of work. 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. SUPPLEMENTARY GCs-3 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. 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 811 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. SUPPLEMENTARY GCs-4 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. After award of the contract, the contractor shall submit to the Engineer his proposed schedules for lane closing and his methods of traffic control to comply with the requirements specified herein below. This submittal shall be made sufficiently in advance of any rerouting or diversion of traffic by the contractor to allow for a review of the contractor's proposed traffic control. Any shifting of traffic from one lane to another which is necessary in order to maintain the required number of lanes, shall be directed in such a manner that traffic may move smoothly across the work without any sudden changes from one lane to another. Toward this end the minimum taper allowed for detouring the traffic from one lane to another shall be 20:1. The contractor shall provide, throughout the period of construction, all signs which may be deemed necessary for the safe and orderly conduct of vehicular traffic as directed by the Engineer. All barricades used as warning and guiding devices shall bear the name of the contractor in legible letters. Flashing arrow board(s) shall be required throughout the construction period. SUPPLEMENTARY GCs-5 Traffic lanes shall have a minimum width of twelve (12) feet and minimum clearance of two (2) feet from curbs, poles and similar obstructions, and two (2) feet from any excavation, unless otherwise specified. One lane each direction shall be maintained at all times. Transitions of differential road surfaces shall be maintained according to SSPWC sect. Spillage resulting from hauling operations along any public traveled way shall be removed immediately by the contractor. Traffic shall not be allowed on the street until the initial sweeping is complete. Contractor shall provide access to the existing driveways at all times. Contractor will close only one driveway at any time to properties having more than one driveway. 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. 5 % retention will be paid 35 days after Notice of Completion was recorded. 10-11 SURVEY MONUMENTS See Section 2-9 Surveying of the General Provisions Page – 7. 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 SUPPLEMENTARY GCs-6 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 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 this section shall be secured by a surety bond which shall be delivered by the Contractor to the Owner before the notice of completion shall be filed by the Public Works 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. 10-15 SITE MAINTENANCE 1.01 General. The Contractor shall maintain the construction site in a neat and orderly condition, free from trash and waste construction materials at all times. Unattended construction materials, equipment, and trash shall be left in a manner to not constitute a fire hazard nor become a nuisance or danger due to rain, wind, or other forces of nature. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the work. These accommodations shall be maintained in a neat and sanitary SUPPLEMENTARY GCs-7 condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. The Contractor shall provide proper barricades with flashing lights properly working and temporary fencing to insure a safe construction site. The Contractor shall maintain the work site in a manner that assures adequate access to workers and other authorized personnel. The Contractor shall provide proper traffic control in all construction areas. 1.02 Dust Control. The Contractor shall exercise all reasonable and necessary means to abate undue dust. Application of water for dust control shall be under the control of the Engineer and shall be applied in the amounts and at locations designated by the Engineer or other City Representatives. 1.03 Control of Water. The Contractor shall work in a manner that does not prevent storm or other water from flowing uninterrupted along the existing street drainage courses. Diversion of water for short reaches to protect construction may be permitted if public or private properties are not threatened with damage. Should such diversions be necessary, the Contractor shall obtain written permission from the applicable public agency or property owner before the Engineer will permit any diversion of water outside rights-of-way or normal drainage courses. 1.04 Protection of Existing Improvements. Construction operations shall be conducted in a manner that assures all permanent facilities and improvements, as well as temporary improvements which remain during the life of this contract, are not subject to vertical settlement or horizontal movement. The Contractor shall work around all existing utility facilities. During construction the Contractor shall cooperate with the owners of any utility that has manholes, vaults, valve covers or any other facilities within the construction area. These facilities shall be completely protected by the Contractor. The Contractor shall exercise care to prevent asphalt material from being deposited on concrete surfaces. Unless otherwise specified, all costs for protection of existing improvements shall be absorbed in the various items of work and no separate payment shall be made for them. 1.05 Restoration of Existing Improvements. All existing improvements removed or damaged during construction shall be reconstructed in accordance with the applicable provisions of the Standard Specifications for Public Works Construction, 2021 Edition, (hereinafter referred to as the Standard Specifications). The Contractor shall replace or restore existing improvements to their original condition to the satisfaction of the Engineer at no expense to the City. 1.06 Disposal of Removed, Cleared, and Waste Material. All removed, cleared, and waste material shall become the property of the Contractor and shall be disposed of by the Contractor outside the limits of work in accordance with the applicable ordinances and regulations of governmental agencies having jurisdiction. SUPPLEMENTARY GCs-8 1.07 Final Clean Up. After completion of all other work required under the contract, the Contractor shall, at no expense to the City, clean up the work site including any and all properties used by the Contractor during construction to the satisfaction of the Engineer. The Contractor shall remove and dispose of all excess materials. The Contractor shall repair, replace, or restore, to the satisfaction of the Engineer, all property of any type or nature which has been moved, damaged or altered in any way by the Contractor’s operations. The Contractor shall return all roadway and adjoining surfaces to their original condition and appearance. The Contractor shall provide all necessary means to avoid tracking asphalt oil on existing asphalt pavement or concrete pavement during paving operations. The Contractor shall slurry (quick set emulsion aggregate slurry, Type II (cationic) with 2-1/2% latex additive) all asphalt pavement area where asphalt oil was accidentally tracked. If tracking is left on the concrete pavement, Contractor shall sand blast the affected area to its original condition and to the satisfaction of the Engineer or City Representatives at no additional cost. Any and all of these requirements shall be at the Contractor’s expense. 1.08 Payment. No separate payment will be made for Site Maintenance. All costs for furnishing all labor, materials, tools, dump fees, and incidentals and doing all the work involved, as specified herein and as directed by the Engineer, shall be included in the prices bid for the various contract items of work. 10-16 CLEARING AND GRUBBING 2.01 General. Clearing and Grubbing shall conform to Section 300-1, “Clearing and Grubbing” of the Standard Specifications. In addition, the following items of work are included under Clearing and Grubbing, unless otherwise covered by specific bid items: A. Maintaining dust control at all times by watering and sweeping. B. Providing traffic control and maintaining access, security and safety including all signs, barricades, flashers, covers, plates and chain link fencing as specified elsewhere in these specifications. C. Protecting in place of existing water mains, sewers, gas lines, water meters, valve covers, walls, fences, curbs, fire hydrant, telephone and power poles, and other existing structures. D. Removing, storing, and replacing removable and portable items and their safe handling and keeping. E. Providing temporary pumps, conduits, and any other necessary means to convey waste waters in order to bypass the construction as needed and as approved by the Engineer. F. Saw cutting Portland cement concrete and asphalt concrete pavement for construction of smooth and straight joins. SUPPLEMENTARY GCs-9 G. Providing shoring, sheeting, bracing, etc. for excavations. H. Removing, relocating and replacing all sprinkler lines, heads, valves, and other landscaping items interfering with the construction of improvements. I. Removing and disposing of all existing improvements interfering with the construction of new improvements and/or as required elsewhere in these specifications and not included in other bid items. J. Restoring landscaping or any other miscellaneous improvements damaged during construction. K. Removing, replacing, backfilling, and compacting miscellaneous earthwork resulting from removing existing improvements that are not replaced and where excavations were made for concrete forming. L. Backfilling areas with clean topsoil; grading to join elevation of newly constructed curb, sidewalk, and driveway approach; and seeding, watering, and caring for rye grass or approved equal by the Engineer until the grass is established. M. Providing all necessary means to prevent tracking of asphalt oil on existing or new asphalt pavement including a water truck during the paving operation and for restoring areas where asphalt oil was spilled. N. Coordinating the construction with all utility companies. O. Obtaining permit from the appropriate water company for connection to fresh water source and delivering water to the point of use and assuming payment of all fees and payment for water used. 2.02 Payment. Payment for Clearing and Grubbing shall be included in the lump sum price under Bid Item No. 1. Payment of the lump sum price bid shall include full compensation for furnishing all labor, materials, tools, and equipment, and doing all work involved in Clearing and Grubbing as specified above and as directed by the Engineer. 10-17 CONTRACTOR’S RESPONSIBILITIES BEFORE COMMENCEMENT OF THE PROJECT 3.01 General. Due to the nature of this project involving some inconveniences, the Contractor shall respond to all complaints associated with the project that include any alleged damage to private property and/or vehicles, within 24 hours of notification. Failure to comply with this provision will result in an additional penalty of $50.00 per occurrence. The City reserves the right, after 24 hours of notification, to respond to the complaint and repair the alleged damage. The Contractor shall reimburse the City for all costs involved in addressing the complaint, including any administrative costs incurred by the City. SUPPLEMENTARY GCs-10 3.02 Notification of Affected Owners or Businesses. The Contractor shall distribute notices informing those affected that construction will be performed in proximity to their property. The notice shall be distributed not less than 48 hours before commencement of work. The Contractor shall provide a sample notification to the Engineer for approval. 3.03 “NO PARKING” Signs. The Contractor shall post temporary “NO PARKING” signs at no cost to the City. The “NO PARKING” signs will be in place not less than 48 hours prior to performing the work. 3.04 Payment. No separate payment will be made for Contractor’s Responsibilities Before Commencement of the Project. All costs for furnishing all labor, materials, tools, and incidentals and doing all the work involved, as specified herein and as directed by the Engineer, shall be included in the prices bid for the various contract items of work. CITY OF ROSEMEAD ROSEMEAD PARK RESTROOM RENOVATION PROJECT PROJECT No. 39003 PART "C" TECHNICAL PROVISIONS City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 01100 SUMMARY OF THE WORK 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 WORK INCLUDED IN THE CONTRACT A. Work Included in the Contract: All construction and services required for the Restroom work including the following: 1. Existing Restroom Renovation. 2. Site Work. 3. Additional general information concerning the Project is provided on the Architectural Drawings. 1.3 PERMITS, LICENSES AND FEES A. Licenses: Contractor shall obtain and pay all licenses associated with construction activities, such as business licenses, contractors' licenses and vehicle and equipment licenses. All costs for licenses shall be included in the Contract Sum. 1.4 WORK BY OTHERS A. The CONTRACTOR's attention is directed to the fact that other contractors may conduct work at the site during the performance of the work under this or another contract. The CONTRACTOR shall conduct its operations so as to cause a minimum of interference with the work of such other contractors, and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference With Work On Utilities: The CONTRACTOR shall cooperate fully with all utility forces of the CITY or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the work, and shall schedule the work so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.5 CONTRACTOR USE OF PROJECT SITE A. The CONTRACTOR's use of the project site shall be limited to its construction operations, including, but not limited to, on-site storage of materials, on-site fabrication facilities, and field offices. CONTRACTOR will only be allowed to use designated portions of the surrounding parking lot and facilities for construction operations or vehicle parking. 1.6 CITY USE OF THE PROJECT SITE A. The CITY may utilize all or part of the site and existing facilities during the entire period of construction to conduct normal operations. The CONTRACTOR shall cooperate and coordinate with the CITY REPRESENTATIVE to facilitate the CITY’s operations and to minimize interference with the CONTRACTOR’s operations at the same time. In any event, the CITY shall be allowed access to the project site during the period of construction. 1.7 PERFORMANCE SPECIFICATION AND CONTRACTOR DESIGNED WORK A. Work under this Contract may be specified by a combination of descriptive, performance, reference standard and proprietary specifications. In the event of conflict between any of the various specification methods used to specify a single City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 item the order of precedence shall be the order in which the methods are listed in the preceding sentence. The terms used to describe types of Specifications are taken from the Construction Specification Institute Handbook of Practice. TECHNICAL PROVISIONS - 61 PART 2 PRODUCTS Not Applicable to this Section. PART 3 -EXECUTION Not Applicable to this Section. END OF SECTION City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 62 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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 TECHNICAL PROVISIONS - 63 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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. TECHNICAL PROVISIONS - 64 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 10. Project Record Documents: Status of project record drawings and specifications. 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 CONTRACT COMPLETION MEETING TECHNICAL PROVISIONS - 65 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 66 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. 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 a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 67 1 Free float is the amount of time an activity can be delayed without adversely affecting the early start of the following activity. 2 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. 3 Changes shall only be authorized by separate written Change Order or Construction Change Directive PART 2 PRODUCTS PART 3 EXECUTION City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 68 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, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 69 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. 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 70 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 71 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. 1 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. 2 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. 4. Place a permanent label or title block on each submittal for identification. Indicate the name of the entity 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 un-reviewed. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 72 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: 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 73 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 74 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 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 30inches 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 75 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 76 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 77 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 78 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 79 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 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 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 80 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 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 81 SECTION 01045 CUTTING AND PATCHING PART 1 GENERAL 1.1 DESCRIPTION OF REQUIREMENTS A. Definition: "Cutting and patching" includes cutting into existing construction to provide for the installation or performance of other work and subsequent fitting and patching required to restore surfaces to their original condition. 1 Cutting and patching is performed for coordination of the work, to uncover work for access or inspection, to obtain samples for testing, to permit alterations to be performed or for other similar purposes. 2 Cutting and patching performed during the manufacture of products, or during the initial fabrication, erection or installation processes is not considered to be "cutting and patching" under this definition. Drilling of holes to install fasteners and similar operations are also not considered to be "cutting and patching". B. Refer to other sections of these specifications for specific cutting and patching requirements and limitations applicable to individual units of work. 1. Unless otherwise specified requirements of this section apply to mechanical and electrical work. Refer to Division-15 and Division-16 sections for additional requirements and limitations on cutting and patching of mechanical and electrical work. 1.2 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural work in a manner that would result in a reduction of load-carrying capacity or of load-deflection ratio. Prior to such work, obtain approval of project's structural engineer. B. Safety: Do not cut-and-patch operational elements and safety-related components in a manner resulting in reduction of capacities to perform in manner intended or resulting in decreased operational life, increased maintenance, or decreased safety. C. Before cutting and patching the following categories of work, obtain the Architect's approval to proceed. 1 Miscellaneous structural metals, including lintels, equipment supports, stair systems and similar categories of work. 2 Primary framing. 3 Bearing walls. 4 Piping, ductwork, vessels and equipment. 5 Primary operational systems and equipment. 6 Water/moisture barriers, membranes and flashings. 7 Noise and vibration control elements and systems. 8 Communication, and electrical wiring systems. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 82 D. Visual Requirements: Do not cut and patch work exposed on the building's exterior or in its occupied spaces, in a manner that would, in the Architect's opinion, result in lessening the building's aesthetic qualities. Do not cut and patch work in a manner that would result in substantial visual evidence of cut and patch work. Remove and replace work judged by the Architect to be cut and patched in a visually unsatisfactory manner. 1.3 SUBMITTALS A. Procedural Proposal for Cutting and Patching: Where prior approval of cutting and patching is required, submit proposed procedures for this work well in advance of the time work will be performed and request approval to proceed. Include the following information, as applicable, in the submittal: 1 Describe nature of the work and how it is to be performed, indicating why cutting and patching cannot be avoided. Describe anticipated results of the work in terms of changes to existing work, including structural, operational and visual changes as well as other significant elements. 2 List products to be used and firms including their qualifications, that will perform work. 3 Give dates when work is expected to be performed. 4 List utilities that will be disturbed or otherwise be affected by work, including those that will be relocated and those that will be out-of-service temporarily. Indicate how long utility service will be disrupted. PART 2 PRODUCTS 2.1 MATERIALS A. General: Except as otherwise indicated, or as directed by the Architect, use materials for cutting and patching that are identical to existing materials. If identical materials are not available, or cannot be used, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. B. Use materials for cutting and patching that will result in equal-or-better performance characteristics. 1. The use of a trade name and suppliers name and address is to indicate a possible source of the product. Products of the same type from other sources shall not be excluded provided they possess like physical and functional characteristics. PART 3 EXECUTION 3.1 INSPECTION A. Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 83 1. Before proceeding, meet at the Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 3.2 PREPARATION A. Temporary support: Provide adequate temporary support of Work to be cut. B. Protection: Protect existing improvements and Work during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of existing improvements or Work that might be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Where the Work requires sandblasting of existing surfaces in order to receive new materials secured by cementitious, adhesive or chemical bond, completely remove existing finishes, stains, oil, grease, bitumen, mastic and adhesives or other substances deleterious to the new bonding and or fastening of new Work. Utilize wet sand blasting for interior surfaces and for exterior surfaces where necessary to prevent objectionable production of dust. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Carefully remove existing Work to be salvaged and or reinstalled. Protect and store for reuse into the Work. Verify compatibility and suitability of existing substrates before starting the Work. B. Cutting: Cut existing construction using methods least likely to damage elements retained or adjoining Work. Where possible, review proposed procedures with the original installer; comply with the original installer’s recommendations. 1. In general, where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. 3. Cut through concrete and masonry using a cutting machine, such as a carborundum saw or a diamond-core drill. Saw cut reinforcing bars and paint ends with bituminous paint except where bonded into new concrete or masonry. 4. Comply with requirements of applicable Division 2 Sections where cutting and patching requires excavating, backfill and re-compaction. 5. Woodwork: Cut and or remove to a panel or joint line. 6. Sheet Metal: Remove back to joint, lap or connection. Secure loose or unfastened ends or edges and make watertight. 7. Glass: Remove cracked, broken or damaged glass and clean rebates and stops of setting materials. 8. Plaster: Cut back to sound plaster on straight lines, and back bevel edges of remaining plaster. Trim existing lath and prepare for new lath. 9. Gypsum Wallboard: Cut back on straight lines to undamaged surfaces with at least two opposite cut edges centered on supports. 10. Acoustical ceilings: Remove hanger wires and related appurtenances where ceilings are not scheduled to be installed. 11. Tile: Cut back to sound tile and backing on joint lines. 12. Flooring: Completely remove flooring and clean backing of prior adhesive. Carefully remove wood flooring for patching and repairing of existing wood flooring scheduled to remain. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 84 C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. Verify conditions of existing substrates prior to executing new Work. 2. Restore exposed finishes of patched areas and extend finish restoration into retaining adjoining construction in a manner that will eliminate all evidence of patching and refinishing. 3. Concrete: Maintain the cut edges in a moist condition for twenty four (24) hours prior to the placement of new concrete. In lieu of this an epoxy adhesive may be provided. Finish placed concrete to match existing unless noted otherwise. Concrete shall have a compressive strength 3,000 psi where used to repair and or match existing Work, unless noted otherwise. 4. Metal Fabrications: Items to remain exposed shall have their edges cut and ground smooth and rounded. 5. Sheet Metal: Replace removed and or damaged sheet metal items as required for new Work. 6. Glass: Install matching glass and re-seal exterior window assemblies. 7. Lath and Plaster: Install new lath materials to match existing and fasten to supports at 6”centers. Provide a 6” lap where new lath to adjoins existing lath. Fasten new lath as required for new Work. Restore paper backings as required. Apply a bonding agent on cut edges of existing plaster. Apply three coat plaster of type, thickness, finish, texture and color to match existing. 8. Gypsum Wallboard: Fasten cut edges of wallboard. Install patches with at least two opposite edges centered on supports and secure at 6” centers. Tape and finish joints and fastener heads. Patching shall be non-apparent when painted and or finished. 9. Acoustical Ceilings: Comply with the requirements for new Work specified in related sections of the Contract Documents. 10. Resilient Flooring: Completely remove flooring and prepare substrate for new material. 11. Painting: Prepare areas to be patched, patch and paint as specified under related sections of the Contract Documents. 3.4 CLEANING A. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar items. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. --End of Section – City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS 85 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 86 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 87 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 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 88 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 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 89 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 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. 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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. TECHNICAL PROVISIONS - 90 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. PART 2 PRODUCTS Not Applicable to this Section. PART 3 -EXECUTION Not Applicable to this Section. END OF SECTION City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 91 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. e. Police, Fire Department and Rescue Squad rules. f. Environmental protection regulations. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 92 1 Standards: 2 NFPA Document 241 -Building Construction and Demolition Activities. 3 ANSI A10 Series -Safety Requirements for Construction and Demolition. 4 NECA Electrical Design Library -Temporary Electrical Facilities. 5 Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services", prepared jointly by AGC and ASC, for industry recommendations. 6 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 93 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). 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 A. Temporary Power and Lighting, General: Comply with NECA Electrical Design Library Temporary Electrical Facilities. TECHNICAL PROVISIONS - 94 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 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 jurisdiction. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 95 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 96 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. 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. 3. 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 97 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 98 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 fire-protection 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 99 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 100 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. PART 3 EXECUTION Not applicable to this Section. END OF SECTION City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 101 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. 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: • Contents. • Type of grade of materials. • Layout, size, trim, framing, supports and coatings. • Size and style of lettering. • Samples of colors City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 102 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. 2.2 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. City’s Representative may review such signs. If so, review will be for sign construction, and graphic designs only. Adequacy of signage for safety and conformance to 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. Sign Face Finish: Gloss enamel. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 103 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. 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 104 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 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 3. Equipment: A product with operating parts, whether motorized or manually operated, that requires connections such as wiring or piping. TECHNICAL PROVISIONS - 105 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. 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 Evaluation, Inc. Report (NER). 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 power-operated equipment. Nameplates shall contain identifying information and 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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. E. Products Specified by Identification of Manufacturer and Product Name or Number: TECHNICAL PROVISIONS - 106 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 required submittals. 1. "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." 2. 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." The requirements specified herein in the Article titled "'OR EQUAL' PRODUCTS" shall apply to products provided under the "or equal" provision. 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. 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. 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. The determination of equivalence will be made by the Architect and such determination shall be final. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 H. Visual Matching: Where Specifications require matching a sample, the decision by the 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 TECHNICAL PROVISIONS - 107 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: a. "Or equal" product failed to perform adequately. b. "Or equal" product required changes in on other elements of the Work. 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 Substitution Procedures. 1.7 SYSTEM COMPLETENESS A. System Completeness: Comply with Contract General Conditions. 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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 the element as though fully and correctly described, and a no-cost Change Order shall be executed. 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. TECHNICAL PROVISIONS - 108 C. Delivery: 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. 一 Periodically inspect to ensure products are undamaged, and are maintained under required conditions. 一 Products damaged by improper storage or protection shall be removed and replaced with new products at no change in Contract Sum or Contract Time. 一 Store sensitive products in weathertight enclosures. 一 B. Inspection Provisions: Arrange storage to provide access for inspection and measurement of quantity or counting of units. 一 C. Structural Considerations: Store heavy materials away from the structure in a manner that will not endanger supporting construction. 一 D. Weather-Resistant Storage: 一 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. 一 Maintain storage within temperature and humidity ranges required by manufacturer's instructions. 一 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. 一 Store loose granular materials on solid surfaces in a well-drained area. Prevent mixing with foreign matter. 一 E. Protection of Completed Work: City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 一 Provide barriers, substantial coverings and notices to protect installed Work from traffic and subsequent construction operations. 一 Remove protective measures when no longer required and prior to Contract Completion review of the Work. 一 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 109 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. 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 110 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. PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION Not Applicable to this Section. END OF SECTION City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 111 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, mock-ups, 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 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 112 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, Roof4 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 action-completion 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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 TECHNICAL PROVISIONS - 113 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. 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. PART 2 PRODUCTS Not Applicable to this Section. PART 3 EXECUTION Not Applicable to this Section. END OF SECTION City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 114 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 1.5 WARRANTIES AND GUARANTIES A. Warranties and Guaranties, General: Provide all warranties and guaranties with City named as TECHNICAL PROVISIONS - 115 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 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 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 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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. TECHNICAL PROVISIONS - 116 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. 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 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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 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. TECHNICAL PROVISIONS - 117 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 118 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. b. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent ground improvements. 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. 1. Note related Change Order numbers where applicable. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 2. 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. 3. Store Record Documents separate from documents used for construction. C. Record Specifications: Record changes made by Addenda and Change Orders. In PART 2 -PRODUCTS TECHNICAL PROVISIONS - 119 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 02050 DEMOLITION PART 1 GENERAL 1.1 SUMMARY A. Carefully demolish all existing structures, sitework and improvements indicated or noted on the Contract Drawings to be demolished and remove them from the premises and as needed to Alternate B. At existing Restroom building, scope includes removal of all existing restroom fixtures and includes other related demolition necessary for the installation of new lights and plumbing system and interior office and storage facility as shown on the plans complete to accommodate new construction. C. C. 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. 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 D. Repair of Damage: TECHNICAL PROVISIONS - 121 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 01330. 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. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION 3.1 SITE CONDITIONS AND PREPARATION 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. C. General Contractor/Owner obtain all required permits and approvals and obey all restriction, deadlines, and notification requirements of governing agencies. D. Notify owners of adjacent properties of impending work. Subcontractor to notify underground dig alert and have them Identify and clearly mark underground utility lines, pipe, cable, and conduits. Once completed, subcontractor to be responsible for proceeding with all due caution per state requirements and shall be responsible for any damage to these structures they cause due to their own negligence. E. Check site survey for errors, notify the Owner if errors are found, and make necessary corrections. F. Contractor shall coordinate the required soil investigations and tests and maintain marks at soil. G. Identify a waste area for placing removed materials. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 3.2 PROTECTION A. Provide sturdy barriers and covers as necessary for safety and to protect work. B. Provide security lighting, fencing, and warning signs. TECHNICAL PROVISIONS - 122 C. Protect bench marks, survey control points, and existing structures from damage or displacement. D. Protection of Persons and Property: 1. Provide barricades, warning signs at open depressions and holes on adjacent property and public accesses. 2. Provide operating warning lights during hours from dusk to dawn each day or as otherwise required. 3. Protect existing remaining structures, utilities, sidewalks, pavements other facilities from damage as caused by settlement, undermining, washout or other hazards created by site-clearing operations of this Section. E. Use means necessary to prevent dust from becoming a nuisance to the public, to neighbors and to others performing work on or near the job-site. F. Maintain access to the job-site at all times. 3.3 DEMOLITION AND CLEARING 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. Clear areas required for access to site and execution of Work. C. Remove all rubbish and debris existing and resulting from work operations of this Section as soon as possible, do not allow to pile up. Do not burn rubbish and debris on the job-site. D. Where active utility lines need to be capped or plugged, perform such work in accordance with requirements of the Utility Company. E. Remove asphalt, debris, rock, and extracted plant life from site. F. Excavate, cap and remove associated plumbing piping. G. Prior to demolition work, the Contractor shall notify the Owner’s Representative to identify the existing items for salvage purposes. The materials identified for salvage shall be returned to the Owner in a timely manner agreed upon by the Owner Representative. H. If hazardous materials are discovered during removal operations, stop work and notify Architect and Owner; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. I. 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 Comply with applicable requirements of agencies having jurisdiction. Refer to Section 01505, PROJECT WASTE MANAGEMENT 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 TECHNICAL PROVISIONS - 123 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 --END OF SECTION - TECHNICAL PROVISIONS - 124 SECTION 02110 SITE CLEARING PART 1 GENERAL 1.1 SUMMARY A. Perform all site clearing on the job-site noted on or indicated on the Contract Drawings and in these Specifications. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 B. Related Sections: 1 Documents affecting work of this Section included, but are not necessarily limited to the GENERAL CONDITIONS, and Sections in DIVISION 1 -GENERAL REQUIREMENTS of these Specifications. 2 Demolition in Section 02050. 3 Grading in Section 02210. 4 Landscape Irrigation in Section 02810. 5 Landscaping in Section 02900. 1.2 QUALITY ASSURANCE A. Labor: Use adequate numbers of skilled laborers thoroughly trained in site-clearing operations and experienced in the necessary crafts and completely familiar with the specified requirements and methods needed for the proper performance of the work of this Section. B. Codes and Regulations: Perform all work of this Section in strict accordance with applicable Government Codes and Regulations especially meeting all safety standards and requirements of CAL/OSHA, County and City of Los Angeles. Provide additional measures, added materials as may be needed as directed by the City authorized representative, or the Architect at no added cost to the City. C. Miscellaneous Requirements: 一 Erection and maintenance of protections 一 Dust Control 一 3. Cleaning and Removal of Rubbish PART 2 PRODUCTS 2.1 MATERIALS A. Provide materials not specifically described but required for completion of the work as selected by the Contractor subject to the approval of the City authorized representative or the Architect. PART 3 EXECUTION 3.1 SITE CONDITIONS A. Examine the job-site and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper site-clearing operations, as directed by the City or the Architect. Do not proceed until such detrimental conditions have been corrected. TECHNICAL PROVISIONS – 125 3.2 PROTECTION A. Protect Existing Structures and Site Improvements: (Indicated to remain) from damage by approved methods and/or as authorized by the City. Removal of all protections shall be when work of this Section is completed or when so authorized by the City or the Architect. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 B. Protect Existing Utilities indicated or made known to remain traversing the job-site and serving existing adjacent facilities. C. Protect Existing Trees and Shrubs indicated to remain by providing temporary surrounding fencing and temporarily irrigate if necessary so located a sufficient distance away so that trees and shrubs will not be damaged by site-clearing operations. D. Protection of Persons and Property (existing structures and site improvements) 1 Provide barricades, canopies and warning signs at open depressions and holes on adjacent property and public accesses. 2 Provide operating warning lights during hours from dusk to dawn each day or as otherwise required to provide suitable protection. 3 Protect existing remaining structures, utilities, sidewalks, pavements other facilities from damage as caused by settlement, undermining, washout or other hazards created by site-clearing operations of this Section. E. Use means necessary to prevent dust from becoming a nuisance to the public, to neighbors and to others performing work on or near the job-site. F. Maintain access to the job-site at all times. 3.3 SITE CLEARING A. Prior to starting job-site clearing operations carefully study the Contract Drawings and these Specifications. B. In the company of the City authorized representative or the Architect, prior to starting site clearing operations, visit the job-site and verify the extent of work to be done under this Contract. C. Site Clearing Operations: 1. Where indicated on the drawings, or as directed by the City remove all vegetable growth, including trees and shrubs on the job-site within property lines. 1 Clean out all roots 1-inch and larger to a depth of a least 2 feet below finish grade or existing ground surface or new graded surface whichever is lower or to a depth where settlement will not occur as caused by decomposition of roots. 2 Treat roots remaining in the soil with a weed killer approved and as directed by the City authorized representative or the Architect. 3 Remove all rubbish and debris existing and resulting from work operations of this Section as soon as possible, do not allow to pile up, and continue to remove trash and debris within the construction perimeter fence until project is completed and perimeter fence is removed. Do not burn rubbish and debris on the job-site. 4 Where active utility lines need to be capped or plugged, perform such work in accordance with requirements of the Utility Company or agency having jurisdiction and conform to provisions specified hereinbefore. 5 When working near or below utility lines, inform the utility company and perform work in accordance with their requirements. 3.4 CLEAN-UP A. Contractor shall comply with the provisions of DIVISION 1 of these Specifications. 3.5 STORAGE OF MATERIALS AT THE JOB-SITE TECHNICAL PROVISIONS - 126 A. Storage of debris and other materials generated out of site clearing operations will not permitted beyond brief accumulation awaiting pick-up by removal trucks. B. Delays in the removal of site-clearing materials from the job-site shall be subject to the approval of the City or the Architect. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 C. Do not store materials or equipment below utility lines. END OF SECTION TECHNICAL PROVISIONS - 127 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 02230 BASE COURSE PART 1 GENERAL 1.1 DESCRIPTION A. The work includes constructing base course beneath all new pavement. 1.2 STANDARD SPECIFICATIONS A. All work to be performed and materials to be used shall be in accordance with the Standard Specifications for Public Works Construction, latest edition and supplements. B. The Contractor shall have one copy of the Standard Specifications at the job site. C. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. PART 2 PRODUCTS 2.1 BASE COURSE A. Base course shall conform to the requirements for crushed aggregate base as specified in Section 200- 2.2 of the Standard Specifications. PART 3 EXECUTION 3.1 INSTALLATION A. Base course shall be placed and compacted in conformance with Section 301-2 of the Standard Specifications. --End of Section – City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 128 SECTION 02300 EARTHWORK PART 1 GENERAL 1.1 SUMMARY A. Perform all work necessary to complete all site clearing, excavating, filling, and grading, including preparation of sub-grade for structural foundations, retaining wall foundations and structural slab-on-grade pavement as indicated on Drawings or inferable there from and/or as specified, complete, in accordance with requirements of Contract Documents. B. Provide trenches, excavations, and backfill as required for new utilities, foundations, below-slab fill. C. Fill materials shall be sampled and tested as directed by the soils engineer. Fill materials shall comply with the soils report recommendations and shall be clean, washed and compacted per soils report. All fill to be approved by the soils engineer. During placement, all imported materials to be approved by soils engineer. D. Standard Specifications: 1 All work to be performed and materials to be used shall be in accordance with the Standard Specifications for Public Works Construction, latest edition and supplements. 2 The Contractor shall have one copy of the Standard Specifications at the job site. 3 The Standard Specifications apply only to performance and materials and how they are to be incorporated into the Work. The legal/contractual relationship sections and the measurement and payment sections do not apply to this document. 1.2 QUALITY ASSURANCE A. Regulatory Requirements. 1 Excavation Work: Perform in compliance with applicable requirements of laws, codes, ordinances and regulations of Federal, State, County and Municipal authorities having jurisdiction over work. 2 Shoring and Bracing: Comply with requirements of County and Municipal Codes having jurisdiction over work. Secure approval by authorities administering this code before proceeding with work. 3 When such laws, codes or ordinances contain more stringent requirements than Contract Documents, the more stringent requirements govern. B. Testing Laboratory Soil Report: The Geotechnical reports are to be submitted directly to Architect by Soils Testing Laboratory, with copy to Contractor and other upon request. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 129 1.3 REFERENCES A. Except as modified by governing codes and by Contract Documents, comply with applicable provisions and recommendations of the following: 1 ANSI A10.2 "Safety Code for Building Construction". 2 AASHTO “American Association of State Highway and Transportation Officials”. 3 Part 1926, subpart P, "Excavation, Trenching and Shoring", CONSTRUCTION SAFETY AND HEALTH REGULATIONS (OSHA), including Sections relative to protection of public; sheet piling, shoring and bracing; trenches and excavating equipment. 4 Cal/OSHA 5 “Standard Specifications for Public Works Construction”, latest edition. 6 Project Geotechnical Report: Preliminary Geotechnical Engineering Investigation 7 1485 Virginia Road (Lacy Park), San Marino 1.4 PROJECT CONDITIONS A. Examine site, Drawings, records of existing utilities and construction, record of test borings, and subsurface exploration report available from Owner. Records of test borings are for information only and are not guaranteed to represent all conditions that will be encountered. B. Existing Utilities: 1 Maintain existing utilities that are to remain in service. Before excavating over or adjacent to existing utilities, notify utility Owner to ensure protective work will be coordinated and performed in accordance with utility Owner's requirements. If existing service lines, utilities and utility structures, which are to remain in service, are uncovered or encountered during these operations, safeguard and protect from damage. 2 Within limits of excavation, remove existing piping, subsoil drainage systems, conduit, manholes and relocated items, which are to be abandoned. Plug open ends of utilities to remain with concrete. 3 Re-route existing subsoil drains which obstruct work around new construction, or incorporate them into new drainage systems. 4 Consult Architect immediately for directions, should uncharted or incorrectly charted piping or other utilities be encountered during excavation. Cooperate with Owner and public and private utility companies in keeping their respective services, utilities and facilities in operation. If damaged, repair utilities to satisfaction of Architect and utility Owner concerned. C. Existing Facilities: Protect and maintain in satisfactory manner, existing pavements, curbs, gutters, structures, conduits, fences, walls and other facilities to remain above and below grade. Restore facilities damaged by construction operations. D. Pumping and Draining: Excavate areas in such manner as to afford adequate drainage. Control grading in vicinity of excavated areas so ground surface will slope to prevent water running into excavated areas. Until work is completed, remove water from areas of construction that may interfere with proper performance of work or that may result in damage to the soil sub-grade and provide sumps, pumps, well points, electric power and attendance required for this purpose on a 24 hour basis if necessary. Protect construction from water during construction, including prevention of erosion of completed work during construction and until permanent drainage and erosion controls are operational. Repair adjoining properties, facilities and streets damaged due to improper protection. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 130 PART 2 PRODUCTS 2.1 MATERIALS A. General Fill: The excavated soils may be reused to backfill the remedial excavations provided they are processed to remove any deleterious materials and debris, and are properly moisture conditioned and re- compacted. B. Import Soils: Free of organic matter and deleterious substances. PART 3 EXECUTION 3.1 PREPARATION A. Reference Points: Provide and maintain throughout construction, benchmarks and other reference points on and off site. B. Obtain and comply with all applicable regulations regarding grading and excavation. C. Identify, mark, and protect from damage all existing underground pipes, conduits, and cable. D. Provide amply engineered shoring and bracing as required by site conditions. E. Provide temporary drains and/or pumps to remove ground water. F. Prepare a survey record drawings to record all new site conditions. G. Fill above depressed areas to sub-grade with acceptable materials as specified. 3.2 GRADING AND EXCAVATION A. Grade and excavate to lines, grades, and elevations as shown in the Drawings. B. Protect buried water, sewer, steam, or gas lines. C. Remove and store reusable topsoil as directed by the Architect. D. Excavate for utilities, footings, and all other work shown in the Drawings and specified herein. E. Immediately investigate and report to soils engineer and the Architect any unexpected subsurface conditions that appear during excavation. F. Keep foundation and footing trenches uniform in slope, width, and direction as per Drawings. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 131 G. Large boulders and rock to be removed shall be removed at no additional cost to the Owner. H. Control excavation dust so that no dust blows onto neighboring public or private property. I. Do frequent and thorough cleanups and remove potentially harmful substances strictly according to governing regulations. 3.3 FILLING A. Materials for fills shall consist of acceptable material obtained from required excavation on site, or from borrow sources. Materials shall be reviewed by Soils Testing Laboratory and may be reviewed by Architect. B. Utilization of Excavated Materials: Suitable excavated material may be used in formation of fills and for backfilling. Separate unsuitable material from material that is suitable for fill. Separate material suitable for fill under slabs and paving and for backfill from material that is only suitable for general grading. C. Fill under Building Slabs and Structural Members and Retaining Wall Foundations: Place fill materials in horizontal loose layers; spread, mix and place in such manner as to produce uniform thickness of material. Start placement in deepest area and progress approximately parallel to finished grade. Layers shall not exceed 6 inches in thickness prior to compaction. 1 Do not place fill material on areas where free water is standing, or on surfaces that have not been approved by Soils Testing Laboratory. 2 All fill pads shall be designed such that the differential thickness of compacted fill beneath any given structure is less than 5-feet across the maximum width of the structure. D. Compaction: Compact each layer of fill with acceptable equipment to achieve the following minimum percentages of maximum dry density at the moisture content specified in these Specifications. Compact all fill to at least 90%. Compaction or consolidations by soaking or jetting with water are not acceptable alternative methods to utilization of mechanical equipment. Compaction must be verified by testing. F. Moisture Control for Fill and Sub-grade 1 Maintain moisture content by wetting or drying manipulation. Suspend compacting operations when satisfactory results cannot be obtained because of rain or other unsatisfactory conditions. 2 Sprinkle with water fill and sub-grade material which does not contain sufficient moisture to be compacted in accordance with requirements of Specifications. 3 Dry fill and sub-grade material containing excess moisture prior to or during compaction to moisture content not greater than two percentage points (2%) above optimum. Reduce moisture content of material which displays pronounced elasticity or deformation under action of loaded rubber tired conveyances to optimum if necessary to secure stability. For sub-grade material, these requirements for maximum moisture apply at time of compaction of sub- grade. 4 In lieu of drying by manipulation-hydrated lime, monohydrated lime or similar beneficial ingredients may be used to reduce moisture content, reduce plasticity index or improve workability. Apply such ingredients in manner and quantity recommended by manufacturer or as required by Soils Testing Laboratory. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 132 3.4 QUALITY CONTROL A. General Requirements 1 Owner will employ, at his expense, Soils Testing Laboratory, to perform tests and submit reports specified in this Section. 2 The Soils Testing Laboratory will conduct and interpret tests; state in reports whether test results indicate conformance with Contract Document requirements, and note deviations. B. Tests: Soils Testing Laboratory will perform tests herein specified and additional tests required, and submit test reports to Architect including the following: 1.Optimum Moisture-Maximum Density Curve shall be supplied by the Soils Testing Laboratory. Determine maximum densities by ASTM D1557. 2. Should borrow material be required, each type shall receive mechanical analysis, plasticity index determination, moisture-density curve determination and expansion index analysis by Soils Testing Laboratory as required. C. Before backfilling, the soils engineer must approve work completed below finish grade. D Underground utilities that will be concealed must be inspected, tested, and approved by governing agencies, utility suppliers, all trenches to be compacted per soils report requirements. E. Remove all formwork, trash, and debris. F. Cooperate with Soils Testing Laboratory in performance of required tests. G. If, in Architect's opinion, based on Soils Testing Laboratory's reports, fill that has been placed is found to be below specified density, Architect will require additional compaction and testing at Contractor's expense. 3.5 BACKFILL AND COMPACTION A. Perform backfill and compaction in a systematic pattern per soils report recommendations, to assure complete and consistent work, with observation as required by the soils report. B. Place termite and other soil poisons as directed by the Architect along with backfill. C. Use stabilized fill material of an approved type and from an approved source. Do not allow any debris to be mixed with fill. D. Protect foundation and retaining walls during backfilling/ 3.6 DISPOSAL OF EXCAVATED MATERIALS A. Dispose of the following material off Owner's property: 1. Unsuitable excavated materials. 2. Excess excavated material. 3. Stripped topsoil which is not being stockpiled for future work, unless disposition on site is directed by Owner. B. Do not burn material resulting from clearing and grubbing operations on site. Remove from Owner's property. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 --End of Section-- TECHNICAL PROVISIONS - 133 SECTION 02510 WATER DISTRIBUTION PART 1 GENERAL 1.1 DESCRIPTION A. Work Included: All piping including Domestic Water Systems, Fire Water Systems, and Water Systems. 1.2 QUALITY ASSURANCE A. Comply with the following standards as applicable: 1. Standard Specifications for Public Works Construction -Current Edition (SSPWC). 2. California Plumbing Code -Current Edition. 3. American Society for Testing Materials. 4. Underwriters Laboratories 5. National Fire Protection Association. 1.3 SUBMITTALS A. Comply with the provisions of Section 01330. B. Submit manufacturer's certified statement that the pipe has been manufactured and tested in accordance with the applicable requirements of the California Plumbing Code and Standard Specifications for Public Works Construction. PART 2 PRODUCTS 2.1 PIPING SYSTEMS A. Piping materials shall be as indicated on the drawings and conform to SSPWC. No galvanized steel pipes shall be used. 2.2 FIRE HYDRANTS A. Fire hydrants shall be the type conforming to the local Fire Department requirements, and the specifications of AWWA, and UL. B. The size of the inlet, valve opening, and hose connections shall be in accordance with the standard specifications of the local Fire Department. Valve" design, and shall have 6inch C. Pumper connection and hose connections shall be individually valved with independent nozzle gate valves. Inlet shall have mechanical-joint or push-on joint end, except where City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 134 flanged end is required by the local Fire Department. Size and shape of operating nut, cap nuts, and threads on hose and pumper connections shall be as required by the local Fire Department. Provide traffic type hydrant where required by the local Fire Department. PART 3 EXECUTION 3.1 INSPECTION A. Examine the areas and conditions under which work of this section will be performed. Correct conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Provide all materials and equipment to be worked into a complete, convenient, and economical system or systems, and furnish and install all materials and accessories which are necessary to accomplish this result. B. Pipe Installation, Inspection and Testing: 1. The Contractor shall properly install piping after excavation or cutting for same has been done, so as to keep the openings for this piping open as short a time as possible. No piping shall be permanently closed up or covered before necessary testing and examination by the Owner is made. 2. Should structural difficulties or work of other trades prevent the running of pipes or the setting of equipment as indicated by Drawings, the necessary deviations will be allowed as determined by the Owner. 3. Immediately after lines have been installed, all openings shall be capped or plugged to prevent the entrance of materials that would obstruct the pipes. Caps shall be left in place until removal is necessary for completion of the installation. 4. All water piping shall be adequately supported. Burred ends shall be reamed to the full bore of the pipe or tube. Change in direction shall be made by the appropriate use of fittings. Provisions shall be made for expansion in hot water piping. All piping, equipment, appurtenances and devices shall be installed in conformity with the provisions and intent of the Uniform Plumbing Code. The minimum cover shall be eighteen (18) inches below finish grade. 5. Water pipes shall not be run or laid in the same trench as building sewer or drainage piping unless both of the following conditions are met: a. The bottom of the water pipe, at all points, shall be at least twelve (12) inches above the top of the sewer line. b. The water pipe shall be placed on a solid shelf excavated at one side of the common trench. 6. Water piping installed in or under a concrete slab resting on the ground shall be installed in accordance with the following requirements: a. Ferrous piping shall have a protective coating of an approved type, machine-applied and conforming to recognized standards. Field wrapping shall provide equivalent protection and is restricted to those short sections and fittings necessarily stripped for threading. Zinc coating (galvanizing) shall not be deemed adequate protection for piping or fittings. Approved non-ferrous piping need not be wrapped. b. Copper tubing shall be installed without joints where possible. Where joints are permitted, they shall be brazed and fittings shall be wrought copper. 1. Inspection: No water supply system, or portion thereof, shall be covered or concealed until it has first been tested, inspected and approved. 2. Testing: Water piping shall be tested and approved as Specified in Division 15. 3. Unions: Unions shall be installed in the water supply piping within twelve (12) inches of regulating equipment, water heating, conditioning tanks and similar equipment which may require service by removal or replacement in a manner which will facilitate its ready removal. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 C. Piping Expansion or Contraction 1. Expansion loop, swing joint, or other approved device, shall be furnished and installed in all chilled TECHNICAL PROVISIONS - 135 water, hot water or steam heating lines to allow for expansion. 2. Pipe anchors and guides shall be furnished and installed in a manner which permits the strains to be evenly distributed. D. Cleaning of Piping System: 1. Before initial start-up, and again before final inspection, all piping shall be drained and flushed to completely remove dirt, or any foreign matter or odor. 2. Pressure-regulating assemblies, strainers, traps and similar items shall be thoroughly cleaned. 3. Cleaning of pipe lines shall be performed in the presence of the Owner. 4. After satisfactory cleaning has been completed, a certificate of compliance shall be furnished to the Owner by the Contractor. E. Disinfection: Flush and disinfect new potable water lines and affected portions of existing potable water lines in accordance with the requirements of the County of Los Angeles Health Department (LAHD) requirements and AWWA C651. --End of Section – City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 136 SECTION 02530 SANITARY SEWERS PART 1 GENERAL 1.1 DESCRIPTION A. Furnish and install sanitary sewer systems as indicated and specified for a complete functioning system. The extent of this work in this section includes the new sanitary sewer piping and connection to the existing sanitary sewer onsite designed locations shown on the plans. Where there is a conflict between the scope as listed above and other sections of the specifications or the plans, the scope listed above shall take priority. 1.2 QUALITY ASSURANCE A. Comply with the following standards as applicable. 1. Standard Specifications for Public Works Construction (SSPWC) -Current Edition 2. California Plumbing Code -Current Edition. 3. American Society for Testing Materials 1.3 SUBMITTALS A. Comply with provisions of Section 01330. PART 2 PRODUCTS 2.1 PIPING SYSTEMS A. For piping systems shall comply with the drawings and the aforementioned reference documents. PART 3 EXECUTION 3.1 INSPECTION A. Examine the areas and conditions under which work of this section will be performed. Correct conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Provide all materials and equipment to be worked into a complete, convenient, and economical system or systems, and furnish and install all apparatus, parts, materials, and accessories which are necessary to accomplish this result. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 B. Piping Installation: TECHNICAL PROVISIONS - 137 Sewage piping system installation shall conform to applicable provisions of: (a) California Plumbing Code Current Edition The Contractor shall properly install piping after excavation or cutting for same has been done so as to keep the openings for this piping open as short a time as possible. No piping shall be permanently closed up, furred in, or covered before the required testing and examination by the Engineer or Owner is made. Horizontal sewage piping shall be run in practical alignment and at a uniform slope of not less than one-fourth inch per foot or 2 percent toward the point of disposal; provided, that where it is impractical, due to depth of the street sewer or to the structural features or to the arrangement of any building or structure, to obtain the slope of one-fourth inch per foot or two percent, any such pipe or piping four inches or larger in diameter may have a slope of not less than one-eighth inch per foot or one percent, when first approved by the local Department of Building and Safety having jurisdiction. Sewer lines shall have invert elevations as indicated and shall slope uniformly between the given elevations. All pipe shall be laid on a 4-inch deep sand bed, in compliance with the plans. After the required pressure-leak test, pipe shall be covered with sand not less than 12" thick. C. Cleanouts: All horizontal sewer mains shall be provided with cleanout. Each run, which is more than 100 ft in total developed length, shall be provided with a clean out for each 100 ft or fraction thereof. An additional cleanout shall be provided in a horizontal line for each aggregate change of direction exceeding 135 degrees. All required cleanouts shall be installed before any horizontal sewer piping is covered or concealed. Countersunk cleanout plugs shall be installed where raised heads may cause a hazard. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 138 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 03100 CONCRETE FORMWORK AND ACCESSORIES PART 1 GENERAL 1.1 SUMMARY: A. Provide concrete formwork and accessories as indicated on the drawings and specifications, including the following: 1. Design and construction of formwork for concrete. 2. Setting in forms, all anchor bolts, metal inserts, sleeves, etc., embedded in concrete. 3. Miscellaneous concrete work, including but not limited to areaways, cast-in-place valve boxes, pits, splash blocks, equipment bases, and other items as shown or required to complete all Work. B. Design and carry out the engineering and construction of all formwork, shoring, and bracing, by and under the direction of the Contractor. The Contractor shall be responsible for the engineering, construction, maintenance, and safety of all formwork during the entire construction period. The formwork shall be designed for the loads and lateral pressures outlined ACI 347, and other forces as specified by the Building Code. 1.2 QUALITY ASSURANCE: A. Construct forms according to ACI 347 "Recommended Practice for Concrete Formwork", and conforming to tolerances specified in ACI 301, "Specifications for Structural Concrete for Buildings", as applicable, unless exceeded by code requirements or otherwise indicated or specified. B. Prior to construction of formwork for concrete beams and slabs above grade, Contractor shall conduct a meeting at the site to determine and define all cambers required for the project. The Architect, Structural Engineer of record, Contractor and Contractor's form-work installer shall be in attendance at this meeting. 1.3 DELIVERY, STORAGE, AND HANDLING: A. Deliver materials for forms in timely manner to ensure uninterrupted progress. B. Store materials by methods that prevent damage and permit ready access for inspection and identification. PART 2 PRODUCTS 2.1 CONCRETE FORMWORK AND ACCESSORIES: A. Forms for Unexposed Concrete: Form concrete surfaces which will not be exposed in the finished structure with plywood, lumber, metal or other acceptable material. 1. Lumber: Standard or better grade Douglas fir, meeting the requirements of WCLIB "Standard No. 17, Grading Rules for West Coast Lumber" or WWPA "Western Lumber Grading Rules 91". Use boards which are surfaced on at least 2 edges and one side for a tight fit. 2. Plywood: B-B Plyform, Class I, Exterior grade meeting the requirements of PS 1-96 & PS 1-83, 5/8 inch minimum thickness for 12 inch stud spacing and 3/4 inch minimum thickness for 16 inch stud spacing. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 139 B. Forms for Exposed Finish Concrete: Construct formwork for exposed concrete surfaces with plywood, metal, metal-framed plywood faced or other acceptable panel-type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practical sizes to minimize number of joints. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. 1. Provide High Density Overlay Plyform Class I Exterior plywood meeting the requirements of PS 1-83 for concealed surfaces. 2. Provide B-B Plyform Class I Exterior plywood meeting the requirements of PS 1-83 for exposed surfaces. C. Form Liners: Form architectural finish concrete surfaces with PVC or ABS plastic, fiber glass reinforced plastic or elastomeric urethane form liners of face design indicated. D. Waterstops: Provide PVC water stops of the shape and size indicated, and meeting the minimum requirements of Corps of Engineers Specification CRD-C-572-89. E. Framing, Studding and Bracing: "Standard" or "Construction" grade Douglas fir, rough or S4S, meeting the requirements of WCLIB "Standard No. 17, Grading Rules for West Coast Lumber" or WWPA "Western Lumber Grading Rules 91". F. Form Ties and Spreaders: Standard metal form clamp assembly, of type acting as spreaders and leaving no metal within 1 inch of concrete face. Inner tie rod shall be left in concrete when forms are removed. Wire ties or wood spreaders will not be permitted. G. Form Coating: Non-grain raising and non-staining type that will not leave residual matter on surface of concrete or adversely affect proper bonding of subsequent application of other material applied to concrete surface. Coatings containing mineral oils or other nondrying ingredients will not be permitted. Form coating for use with form liners shall be of type recommended by form liner manufacturer. H. Nails: Common wire, steel. PART 3 EXECUTION 3.1 CONSTRUCTION A. Conform to ACI 301 and ACI 347 except as exceeded by the requirements of Building Code, regulatory agencies, or herein. B. Earth Forms: Earth forms may be used for footings only where the soil is firm and stable and the concrete will not be exposed to view. Where earth forms are to be used, excavations shall be cut neat and accurately to size for placing of concrete directly against the excavation. Except for bottom of footings, allow for two inches of additional concrete beyond the dimensions or profiles shown on the drawings. Construct wood edge strips at each side of trench at top to secure reinforcing and prevent trench from sloughing. Form sides of footings where earth sloughs more than six inches. Earth forms shall be tamped firm and cleaned of all debris and loose material before depositing concrete. C. Wood Forms: Construct forms of sound material to the correct shape and dimensions, mortar tight, and of sufficient strength, and so braced and tied together that the movement of men, equipment, materials, or placing and vibrating the concrete will not throw them out of exact shape under imposed loads. They shall be so constructed that they may be easily removed without damage to the concrete. Before concrete is placed in forms, carefully verify the horizontal and vertical position of the form and correct inaccuracies. Complete wedging and bracing in advance of placing of concrete. D. Form Liners: Position liners on the forms so that grooves and joints are aligned with tie slots. Attach form liners to plywood forms with staples and to metal forms with sheet metal screws or pop rivets. Space fasteners not to exceed 4 inches on centers around the perimeter of each sheet. Place staples perpendicular to the edges. Install staples using a power staple with pressure regulated so that staple heads are driven flush with the surface. Seal joints between liners and joints at top and bottoms of liners with foam tape placed on the back side of liners. E. Framing bracing, supporting members, and centering shall be of ample size and strength to safely carry, without deflection, dead and live loads to which forms may be subjected, and shall be spaced sufficiently close to prevent City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 bulging or sagging of forms. Concrete out of line, level, or plumb will be cause for rejection of the whole construction affected. TECHNICAL PROVISIONS - 140 F. Tolerances: Formwork shall be constructed so as to ensure that the concrete surfaces will conform to the tolerances of ACI 117. Camber formwork where necessary to compensate for anticipated deflections due to fresh concrete and construction loads. G. Chamfered Corners: Chamfer exposed corners 3/4 inch, unless otherwise indicated. Provide molding in forms for all chamfering required. H. Form Ties: Use ties of sufficient strength and in sufficient quantities to prevent spreading of the forms. Place ties at least 1 inch away from the finished surface of the concrete. I. Arrangement: Arrange formwork to allow proper erection sequence and to permit form removal without damage to concrete. J. Joints: Install construction joints, isolation joints, shrinkage control joints and expansion joints as approved. Coordinate location of construction joints, particularly those exposed to view at walls and columns, in advance of concrete placement. K. Embedded Piping and Rough Hardware: 1. Coordinate with other trades who are required to fasten materials to formwork, or who are required to insert piping, boxes, bolts, anchors, inserts, or other rough hardware, within the forms. 2. Locate conduits or pipes sleeves so as not to reduce the strength of the construction. Do not bury conduit in a concrete slabs unless prior approval is obtained from the engineer. L. Waterstops: Install PVC water stops to form a continuous diaphragm at each joint. Make provisions to support and protect exposed waterstops during progress of construction. Fabricate field joints in waterstops in accordance with manufacturer's printed instructions. M. Coating of Forms: Thoroughly clean forms and coat with specified form coating before each use. Do not reuse forms for exposed construction which cannot be reconditioned to "like new" condition. Apply form coating to forms in accordance with the manufacturer's specifications. Apply form coating to forms before placing reinforcing steel. N. Inspection: Before placing of concrete, and after placement of reinforcing steel in the forms, provide sufficient prior notification so that proper inspection can be made. O. Rejection of Defective Work: Any movement or bellying of forms during construction or variations in excess of the tolerances specified will be considered just cause for the removal of such forms and, in addition, the concrete construction so affected. Reconstruct forms, place new concrete and required reinforcing steel at no additional cost to the Owner. 3.3 REMOVAL OF FORMS: A. Form Removal: Do not remove concrete forms until concrete attains sufficient strength to support its own weight and all superimposed loads as determine by testing field cured concrete cylinders, but not sooner than specified in ACI 347. 1. Reshore structural members as specified below because of design requirements or construction conditions to permit successive construction. 2. Remove formwork progressively so unbalanced loads are not imposed on the structure. 3. Avoid damage concrete surfaces during form removal. 4. Store reusable forms for exposed architectural concrete to prevent damage to contact surfaces. 5. Remove formwork in same sequence as concrete placement to achieve similar concrete surface coloration. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 B. Formwork for walls, sides of beams, and other parts not supporting the weight of the concrete may be removed as soon as the concrete has hardened sufficiently to resist damage from removal operations, particularly when form ties will be bent by the removal operations, but not sooner than 24 hours after placing concrete. C. Formwork for girder and beam soffits and above grade slabs and other parts that support the weight of concrete, TECHNICAL PROVISIONS - 141 shall remain in place until the concrete has reached its specified 28-day strength, unless otherwise specified or permitted. Load supporting forms may be removed when concrete has attained 75 percent of required 28 day compressive strength, provided construction is reshored. D. When shores and other vertical supports are so arranged that the form facing material may be removed without loosening or disturbing the shores and supports, the facing material may be removed at an earlier age as specified or permitted. The shores and supports shall remain in place until the concrete has reached its specified 28-day strength, unless otherwise specified or permitted. E. Whenever the formwork is removed during the curing period, cure the exposed concrete by one of the methods specified in Section 03300. F. Construction loads exceeding the design loads shall not be imposed on any member unless it is properly shored and braced. G. Use softwood wedges to release form faces from concrete. Do not pry with metal tool. 3.4 RESHORING: A. When reshoring is permitted or required the operations shall be planned in advance and shall be subject to review. B. Perform reshoring for the purpose of early form removal so that at no time will large areas of new construction be require ed to support their own weight. While reshoring is under way, no live loads shall be permitted on the new construction. Tighten re-shores to carry their required loads but do not over tighten so that the new construction is overstressed. Re-shores shall remain in place until the concrete has reached its specified 28-day strength, unless otherwise specified or permitted. 3.5 FIELD QUALITY CONTROL A. Inspection: Obtain inspection and approval of forms before placing structural concrete. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 142 SECTION 03106 UNDERSLAB VAPOR BARRIER PART 1 GENERAL 1.1 SUMMARY A. Furnish and install underslab vapor barrier as indicated on the drawings and specified. 1.2 SYSTEM DESCRIPTION A. Under-slab 15-mil vapor barrier, Water Vapor Permeance 0.0086 perms, 0.0036 WVTR, PART 2 PRODUCTS 2.1 MATERIALS A. Vapor Barrier: Stego Wrap 15-mil vapor barrier by Stego Industries, LLC., or equal B. Vapor Barrier Tape 1. As recommended by manufacturer. Laminated aluminum foil and glass fiber reinforced patterned kraft paper tape with pressure sensitive adhesive; suitable for below grade installation. C. Sand: ASTM C33 clean sand. PART 3 EXECUTION 3.1 INSTALLATION A. Provide layers of vapor barrier, sand or aggregate base in the sandwiched profile and dimensions indicated on the drawings. B. Place vapor barrier using widest practical width of film. 1. Where laps are required, overlap not less than 6 inches, and seal with vapor barrier tape. Extend to extremities of area. 2. Turn up 4 inches at perimeter walls, apply adhesive and tape in place. Box fold at inside corners; do not cut. C. Sand Protection Layer: Cover vapor barrier with 2 inches thick uniform layer of sand for protection. D. Protect vapor barrier so that other trades do not puncture, damage or otherwise cause deterioration of vapor barrier. E. Trim off excess material after slab is placed. --End of Section— City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 143 SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Reinforcing bars for cast-in-place concrete. 2. Reinforcing mesh for cast-in-place concrete. 3. Accessories, including but not limited to, chairs and tie wires. 4. Furnish and deliver to site steel bar reinforcing for masonry. 5. Reinforcing bars for site-cast precast concrete. 6. Miscellaneous concrete work, including but not limited to areaways, cast-in-place valve boxes, pits, splash blocks, equipment bases, and other items as shown or required to complete all Work. 1.2 SUBMITTALS: A. Shop Drawings: Submit including complete layouts, sections, and details for congested conditions, typical bending diagrams and offsets, splice lengths and locations, proposed layout where vertical and horizontal bars intersect, and wherever welding is proposed, detailed to conform to AWS and code requirements. After approval of initial submission, subsequent submittals may be waived. B. Certification: Submit copies of welding operator's certificate. C. Chemical Analysis: Provide for bars to be welded, in accordance with code. 1.3 QUALITY ASSURANCE: A. Source Quality Control: Refer to Section Division 1 of the specifications for general requirements and to following paragraphs for specific procedures. Testing Laboratory shall perform following conformance testing, shall select test samples of bars, ties, and stirrups from the material at the site or from place of distribution, each sampling including at least two 18" long pieces, and perform the following tests according to ASTM A615. 1. Identified Bars: If samples are obtained from bundles as delivered from the mill, identified as to heat number, accompanied by mill analyses and mill test reports, and properly tagged with Identification Certificate so as to be readily identified, perform one tensile and one bend test for each 10 tons or fraction thereof of each size of bars. Submit mill reports when samples are selected. 2. Unidentified Bars: When positive identification of reinforcing bars cannot be made and when random samples are obtained, perform tests for each 2.5 tons or fraction thereof, one tensile and one bend test from each size of bars. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 144 B. Certification of Welders: All welding both in shop and in field shall be performed by certified welding operators. 1.4 MARKING AND SHIPPING: A. Bundle bars, tag with identification, and transport and store so as not to damage any material. Use metal tags indicating size, length and other marking shown on placement drawings. Maintain tags after bundles are broken. 1.5 EXTRA MATERIAL: A. Contractor shall provide for material and installation of an additional 3% of reinforcing steel in addition to quantities shown on drawings. This additional steel shall be installed during construction, in sizes and locations as directed. Provide unit price for purpose of adjusting contract price to reflect quantity of extra material actually used. PART 2 PRODUCTS 2.1 MATERIALS: A. Reinforcing bars: ASTM A615, Grade 60, unless otherwise indicated on drawings. B. Reinforcing bars for welding: ASTM A706, Grade 60. C. Reinforcing mesh: ASTM A185, mesh size and gauge as shown, 65 ksi minimum tensile strength. Provide mesh in flat sheets only. D. Tie wire: ASTM A82, Annealed copper-bearing steel, 16 gauge minimum. E. Chairs and similar support items: 1. Standard manufactured products conforming to CRSI Manual of Standard Practice. 2. Use dense precast concrete supports with embedded wire ties for reinforcement placed on grade. Elsewhere, use wire bar supports. F. Welding electrodes: AWS D1.4. – Low Hydrogen. 2.2 FABRICATION OF REINFORCING BARS: A. Comply with CRSI Manual of Standard Practice for Reinforced Concrete Construction for fabrication of reinforcing steel. B. Bending and Forming: Fabricate bars of the indicated sizes and bend and form to required shapes and lengths by methods not injurious to materials. Do not heat reinforcement for bending. Bend bars No. 6 size and larger in the shop only. Bars with unscheduled kinks or bends are subject to rejection. Use only tested and approved bar materials. C. Welding: Use only ASTM 706 steel where welding is proposed. Perform welding, where shown or approved in accordance with AWS D1.4 using specified low-hydrogen electrodes. Protect joints from drafts during the cooling process; accelerated cooling is prohibited. Do not tack weld bars. Clean metal surfaces to be welded of all loose scale and foreign material. Clean welds each time electrode is changed and chip burned edges before placing welds. When wire brushed, the completed welds must exhibit uniform section, smooth welded metal, feather edges without undercuts or overlays, freedom from porosity and clinkers, and good fusion and penetration into the base metal. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 145 Cut out welds or parts of welds found defective with chisel and replace with proper welding. Prequalification of welds shall be in accordance with Code. D. Galvanizing: Hot-dip galvanize fully completed reinforcing assemblies in accordance with ASTM A123 where indicated. PART 3 EXECUTION 3.1 INSTALLATION OF REINFORCING A. Provide additional reinforcing bars at wall and slab openings as required. Before placing bars, and again before concrete is placed, clean bars of loose mill scale, oil, or any other coating that might destroy or reduce bond. B. Securing in Place: Accurately place bars and wire tie in precise position where bars cross. Bend ends of wire ties away from the forms. Wire tie bars to corners of ties and stirrups. Support bars according to the current edition of "Recommended Practice for Placing Bar Supports" of Concrete Reinforcing Steel Institute, using approved accessories and chairs. Place precast concrete cubes with embedded wire ties to support reinforcing steel bars in concrete placed on grade and in footings. Use care not to damage vapor barriers where they occur. C. Exposed Concrete Surfaces: Provide stainless steel or exterior quality vinyl plastic tipped chairs, bolsters, and accessories where exposed on exterior or interior concrete surfaces not to be painted or permanently covered. D. Clearances: Maintain minimum clear distances between reinforcing bars and face of concrete as indicated or directed. E. Splices: Do not splice reinforcing bars at the points of maximum stress except where indicated. Lap splices as shown or required to develop the full strength or stress of bars. F. Field Welding of Bars: As specified for fabrication. G. Maintaining Bars In Position: Take adequate precautions to assure that reinforcing position and spacing is maintained during placement of concrete. H. Reinforcing Mesh: Lap one full mesh plus 2", or 9" whichever is greater, at splices, wire tie, and support the same as specified for bars. 1. Splice Devices: Type and manufacture, noted on drawings. If substitution is requested Contractor to supply manufacturer calculations and supporting data showing proposed substitution conforms to requirements indicated and supplied. 2. Install in accordance with manufacturer's written instructions. 3. Splice in a manner developing at least 150% of the yielding strength of the bar. 3.2 FIELD QUALITY CONTROL A. Inspection: Obtain inspection and approval of reinforcing before concrete is placed. B. Welding Inspection. Whether welding is done in the shop or at the site, perform welding of reinforcing bars under inspection of the Testing Laboratory Welding Inspector. --End of Section – City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 146 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.1 SUMMARY A. Furnish and install cast in place concrete as indicated on the drawings and specified including, the following: 1. Placing, patching, and initial curing of cast-in-place concrete unless otherwise specified. Fly ash shall NOT be used. 2. Grout and drypack, except as otherwise specified. 3. Placing of embedded anchor bolts and inserts. 4. Miscellaneous concrete work, including but not limited to areaways, cast-in-place valve boxes, pits, splash blocks, equipment bases, and other items as shown or required to complete all Work. 5. Slurry concrete. 1.2 SUBMITTALS: A. Shop Drawings: Not Required. B. Product Data: Submit the coloring admix manufacturer's technical data for products, methods, and color control procedures. C. Certificates: Certify that materials meet requirements of paragraph "Quality Assurance". D. Delivery Tickets: With each transit truck, provide delivery ticket, signed by an authorized representative of the batch plant, containing all information required by ASTM C94, as well as time batched, type and brand of cement, cement content, maximum size of aggregate and total water content. 1.3 QUALITY ASSURANCE: A. Compliance with Regulations: All materials shall comply with the current rules and regulations of the local air quality management district, with the rules regarding volatile organic compounds, and with FDA rules and regulations for dangerous substances in construction products. B. Concrete Manufacturer: Furnish concrete from licensed commercial ready-mix concrete plants conforming to ASTM C94 and approved by Building Official. Requirements herein govern when exceeding ASTM C94. C. Allowable Tolerances: Construct concrete conforming to the tolerances specified in ACI 117 "Recommended Tolerances for Concrete Construction and Materials", as applicable, unless exceeded by requirements of regulatory agencies or otherwise indicated or specified. D. Source Quality Control: Refer to the following paragraphs for specific procedures. Concrete materials which, by previous tests or actual service, have shown conformance may be used without testing when so approved by the Architect and Building Official. Testing Laboratory shall perform following conformance testing. 1. Portland Cement: Furnish Mill Certificates, acceptable to Architect and Building Official, showing conformance with requirements specified; otherwise, the Testing Laboratory shall test each 250 barrels of cement in accordance with ASTM C150. 2. Aggregate For Normal Weight Concrete: Test the aggregate before and after concrete mix is designed and whenever character of aggregate varies or source of material is changed. Include City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 a sieve analysis. Obtain samples of aggregates at the dry batching or ready-mix concrete plant in accordance with ASTM D75 and perform tests for the following properties: 3. Lightweight Aggregates: Test the lightweight aggregates before mix is designed and whenever the TECHNICAL PROVISIONS - 147 character of aggregate varies or source is changed in accordance with ASTM C330. Include a sieve analysis and report on unit weights, deleterious substances, unburned or underburned lumps, loss on ignition, soundness, and staining materials. 4. Color Control for Integrally-Colored Concrete: Color admix manufacturer shall furnish the services of his technical representatives equipped with wet-batch color control test devices at ready-mix plant and site as required to assure concrete of uniform color matching approved Samples, at no extra cost. 5. Exposed Architectural Concrete: Where exposed architectural concrete is indicated by the architect, concrete shall be constructed in accordance with the recommendations of ACI 303 – “Guide to Cast-in-Place Architectural Concrete Practice.” 6. Admixtures: The admixturer manufacturer’s technical representative shall review and approve the final mix designs with proposed admixtures for applicability to the project requirements. PHYSICAL PROPERTIES Physical Properties, units Test Method Minimum values Sieve analysis ASTM C136 Organic impurities ASTM C40 Fine aggregate not darker than reference standard color Soundness ASTM C88 Loss after 5 cycles not more than 8 percent of coarse aggregate, nor more than 10 percent of fine aggregate Abrasion ASTM C131 Weight loss not more than 10.5 percent after 100 revolutions, 42 percent after 500 revolutions Deleterious materials ASTM C33 Materials finer than No. 200 sieve ASTM C117 Not over 1 percent for gravel, 1.5 percent for crushed aggregate Reactivity potential ASTM C227, C289, Ratio of silica released to reduction C342 in alkalinity not to exceed 1.0. Sand equivalent ASTM D2419 California sand equivalent values operating range not below 71 percent SLUMP AND WATER/CEMENT RATIOS Part of Structure Maximum Slump Maximum Inches* Water-Cement Ratio Footings, foundation walls, and mass concrete. 4 0.60 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 148 1.4 CONCRETE MIX DESIGNS A. Testing Laboratory shall design concrete mixes for concrete requiring 28-day compressive strength exceeding 2,500 psi. Contractor shall bear all costs for concrete mix designs. B. Strength Requirements: Design mixes for structural concrete for minimum 28-day compressive strengths required by Drawings and Specifications. All mix designs for structural concrete shall be proportioned in accordance with ACI 318 – Chapter 5 and ACI 301. If trial batches are used, the mix design shall be prepared by an independent testing laboratory and shall achieve an average compressive strength 1,200 psi higher than the specified strength. This over-design shall be increased to 1,400 psi when concrete strengths over 5,000 psi are used. C. Basis of Mix Designs: Design all mixes for workability and durability of concrete. Control mixes in accordance with ACI 318 – Chapter 4 and ACI 301. Make adjustments in water/cement ratios as necessary for required concrete strengths at the Contractor's expense. Calcium chloride, thiocyanates or admixtures containing more than 0.05 percent chloride ions are not permitted. D. Maximum Aggregate Sizes: Not exceeding 3/4 of minimum clear space between bars and between bars and forms, nor larger than 1/5 of least dimensions between the forms. Design the mixes with 3/4" maximum size, except maximum 1-1/2" size for foundations and maximum 3/8" size at congested reinforcing or thin sections, when approved by the Architect. E. Lightweight Structural Concrete: Design for air-dry density of 110 pounds per cubic foot maximum. With each mix design, include test reports showing that concrete covered by the mix design meets shrinkage test requirements specified under Article "Field Quality Control" herein, or include certified test reports showing conformance as furnished by ready-mix concrete manufacturer. F. Air Content: All concrete shall contain an air-entraining agent producing air content of 3.5% to 6.5% by volume and adjusted for weather conditions, and other concrete requirements. 1.5 DELIVERY, STORAGE, AND HANDLING: A. Deliver all materials in timely manner to ensure uninterrupted progress of the Work. B. Store materials by methods that prevent damage and permit ready access for inspection and identification. 1.6 PROJECT SITE CONDITIONS: A. Do not place concrete during rain or adverse weather conditions without means to prevent all damage. Conform to requirements specified hereinafter whenever concrete placement is required during cold or hot weather. PART 2 PRODUCTS 2.1 MATERIALS: A. Portland cement: ASTM C150, Type I, Type II, low alkali. Do not change brand or source without prior approval. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 149 B. White Portland Cement: ASTM C150, Type I, from one approved source. Use for integrally-colored concrete. C. Aggregates: 1 Normal weight aggregates: ASTM C33. 2 Lightweight aggregates: ASTM C330, expanded shale type coarse aggregate, dry loose weight maximum 38 pounds per cubic foot, maximum 9/16" size; all aggregate vacuum or thermally fully saturated for pumped concrete. D. Admixtures: 1 Chemical (Water Reducing) Admixture: ASTM C494, Type A, D, or E. Only one brand. When used, are subject to approval of Architect. 2 Air-entraining admix: ASTM C260. 3 Pozzolan: ASTM C618, Class F or C Fly Ash, 100 pounds maximum per cubic yard, containing 1 percent or less carbon. Fly ash shall not be used in excess of 20 percent by weight of total cement quantity. 4 Super-Plasticizers (High Range Water Reducers): ASTM C494, Type F or G. Only one brand, when used, are subject to approval of architect. 5 Color Admixture: As indicated or approved by architect. E. Water: From potable domestic source. F. Curing Materials: 1 Liquid Curing compound: Comply with the requirements of ASTM C309 and as recommended in ACI 308 – “Standard Practice for Curing Concrete”. 2 Curing sheet: Comply with the requirements of ASTM C171, non-staining white types, and as recommended in ACI 308 – “Standard Practice for Curing Concrete. G. Non-shrink grout: Conform to Corps of Engineers CRD-C 621, and as follows: 1 Metallic for concealed areas: Master Builders "Embeco 885," or equal, non-gasforming and free of oxidizing catalysts and inorganic accelerators, used as dry or damp pack, or mixed to a 20-second flow (CRC-C 621), without segregation or bleeding at any temperature between 45 degrees F and 100 degrees F. Working time 30 minutes or more. 2 Non-metallic for exposed areas: Master Builders "Masterflow 928," or Euclid "Euco Hi-Flow Grout,” with same characteristics as specified for concealed areas. 3 Epoxy grout where indicated: Multi-component, premeasured, fast-curing combination of thermosetting resins and inert fillers, Master Builders "Ceilcote 648," Sikadur 42 Industrial Group-Pak by Sika Chemical Corporation, or Euclid "Euco High Strength Grout." H. Drypack: Field mixture of 1 part Portland cement to 2 parts fine aggregate mixed to a damp consistency such that a ball molded in the hands will stick together and hold its shape. At Contractor's option, the specified admixture may be added for increased workability at lower water/cement ratio. In lieu of field mixing, Contractor may use factory mixed drypack material, such as Master Builders "SetGrout" or Euclid "Euco Dry Pack Grout." City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 150 I. Expansion Joint Filler: Asphalt impregnated fiber or non extruding foam type, conforming to ASTM D994 and D1751, or D1752. J. Construction Joint Materials: As approved by engineer, of profiles indicated. K. Bonding Agent: "Weld-Crete," manufactured by Larsen Products Co., P.O. Box 2127, Rockville, MD 20852, Master Builders "Concresive," or equal. 2.2 CONCRETE MIXING A. Furnish ready-mixed concrete from an approved concrete batch plant. Conform to ASTM C94, except materials, testing, and mix designs as specified herein. Use transit mixer trucks equipped with automatic devices for recording number of revolutions of drum. B. Admixtures: All approved admixtures shall be introduced into the concrete at the batch plant. Field additions are not acceptable. C. PHYSICAL PROPERTIES Physical Properties, units Test Method Minimum values Sieve analysis ASTM C136 Organic impurities ASTM C40 Fine aggregate not darker than reference standard color Soundness ASTM C88 Loss after 5 cycles not more than 8 percent of coarse aggregate, nor more than 10 percent of fine aggregate Abrasion ASTM C131 Weight loss not more than 10.5 Slump: Adjust quantity of water so concrete at point and time of placing does not exceed the following slumps when tested according to ASTM C143. Use the minimum water necessary for workability required by part of structure being cast. *If super-plasticizers are used, slumps may be as indicated by admixture manufacturer, with water-cement ratio unchanged or lower than slumps without admixture. 2.3 REQUIREMENTS FOR COLORED CONCRETE A. Cement for the entire project shall be same type and brand, and from the same mill. Aggregate, both fine and coarse, shall be supplied from one source. Mix design shall remain constant for all colored concrete. Slump shall not exceed 4 inches. B. Mixers transporting concrete shall be thoroughly cleaned prior to loading colored concrete. C. Pigments shall be added to mix at the plant, and shall be measured accurately. The mixer shall be operated at charging speed for 5 to 10 minutes while color is being added. 2.4 SLURRY CONCRETE A. Slurry concrete shall conform to requirements of this section for regular concrete, except that testing will not be required. Slurring concrete shall contain not less than 2 sacks of cement per cubic yard. Aggregate may be material selected from excavation, free from organic matter, or imported fill, conforming to the following gradation: B. Sufficient water shall be added to produce a fluid, workable mix that will flow and can be pumped without segregation of aggregate. Materials shall be mechanically mixed until the cement and water are thoroughly dispersed. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 151 PART 3 EXECUTION 3.1 PREPARATION FOR CONCRETE PLACING: A. Remove all free water from forms before concrete is deposited. Remove hardened concrete, debris, and foreign materials from interior surfaces of forms, exposed reinforcing, and from surfaces of mixing and conveying equipment. B. Wetting: Wet wood forms sufficiently to tighten up cracks. Wet other materials sufficiently to reduce adsorption and to help maintain concrete workability. C. Earth Subgrade: Dampen 24 hours before placing concrete, but do not muddy. Re-roll where necessary for smoothness and remove loose material. D. Gravel Fill: Recompact disturbed gravel and bring to correct elevation. E. Sand Beds or Subslab Drainage Fill: Recompact disturbed material and bring to correct elevation. 3.2 CONCRETE PLACING A. Conveying and Placing: Do not place concrete until the reinforcing steel, forms, or metal decking have been approved. Do not use aluminum tubes or any aluminum equipment for pumping concrete, nor allow concrete to free fall from its point of release at mixer, hoppers, tremies, or conveying equipment more than 6 feet for concealed concrete and 3 feet for exposed concrete. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one portion to another. Place concrete in horizontal layers not more than 18" thick within 45 minutes after water is first added to the batch. Place concrete by methods that prevent segregation of materials. 1. Where new concrete is placed against or on old or existing concrete, clean and roughen existing surface to 1/4” amplitude and apply bonding agent to properly prepared surface of old concrete prior to placement of new concrete. B. Joints In Concrete: Locate joints only where approved, and obtain prior approval for points of stoppage of any pour. Clean and roughen the surface of construction joints by removing the entire surface and exposing 1/4" amplitude of clean aggregate solidly embedded in mortar matrix by sandblasting, chipping, use of an approved surface retarder, or equal. Water and keep hardened concrete wet for not less than 24 hours and slush with portland cement slurry just before placing joining concrete. Cover horizontal surfaces of existing or previously placed and hardened concrete with a 2" thick layer of fresh concrete less 50% of coarse aggregate just before balance of concrete is placed. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 152 C. Compacting: Compact each layer of the concrete as placed with mechanical vibrators or equivalent equipment. Transmit vibration directly to concrete and in no case through the forms unless approved. Accomplish thorough compaction. Supplement by rodding or spading by hand adjacent to forms. Compact concrete into corners and angles of forms and around reinforcement and embedded fixtures. Recompact deep sections with congestion due to reinforcing steel as required. D. Operation of Vibrators: Do not horizontally transport concrete in forms with vibrators nor allow vibrators to contact forms or reinforcing. Push vibrators vertically into the preceding layers that are still plastic and slowly withdraw, producing maximum obtainable density in concrete without creating voids or segregation. In no case disturb concrete that has partially set. Vibrate at intervals not exceeding two-thirds the effective visible vibration diameter of the submerged vibrator. Avoid excessive vibration that causes segregation. Use and type of vibrators shall conform to ACI 309 "Recommended Practice for Consolidation of Concrete". E. Correction of Segregation: Before placing next layer of concrete, and at the top of last placement for vertical elements, remove concrete containing excess water or fine aggregate or showing deficiency of coarse aggregate and fill the space with compacted concrete of correct proportions. F. Waterproof Membranes: Perform work adjacent to waterproof membranes to prevent damage to membranes. Arrange work so that membrane is left unprotected for minimum period of time, as approved. Prior to placing concrete, inspect the membrane and arrange for repair to all damage which may have occurred. G. Concrete Encased Columns: Clean columns as specified for cleaning other steel in contact with concrete. When concrete is not carried to structure above, stop concrete perpendicular to column axis at the same elevation on all parts of all columns in the space. Float top neatly to column. H. Slabs: 1 Float Finish: Place, consolidate, strike off and level concrete slab to proper elevation. Use highway straightedge, bull float or darby. Remove all bleed water. After the concrete has stiffened sufficiently to permit the operation, and water sheen has disappeared, the surface shall be floated, at least twice, to a uniform sandy texture. 2 On-Grade Slabs: Place with maximum 40-foot edge dimension. Generally locate joints on column lines, exact locations as directed or approved. 3 On-Grade Slab Construction and Contraction Joints: Use types as indicated at column lines and intermediate locations. 4 Expansion Joints: Conform to details and approved submittal. Provide expansion joint filler finished flush with slab surface except for those joints shown to be sealed with sealant. 5 Control Joints: Provide for concrete slabs as indicated. At Contractor's option, "Soff-Cut" saw may be used to depth of 1-1/4" providing spalling or undercutting of the concrete does not occur, and in no case shall slab reinforcement be cut or damaged. Conventional saws shall be used as soon as possible without dislodging aggregate to 1/4 slab thickness. Complete sawing of joints within 12 hours after finishing is completed. If early sawing causes undercutting or City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 153 washing of the concrete, delay the sawing operation and repair the damaged areas. The saw cut shall not vary more than 1/2 inch from the true joint alignment. Discontinue sawing if a crack develops ahead of a saw cut. Immediately after each joint is sawed, thoroughly clean the saw cut and adjacent concrete surface. Respray surfaces treated with curing compound which are damaged during the sawing operations as soon as the water disappears. Protect joints in a manner to prevent the curing compound from entering the joints. 3.3 COLD WEATHER PROVISIONS A. Conform to the provisions of ACI 306, Recommended Practice for Cold Weather Concreting, except as modified herein. B. Normal Concrete: When the temperature is below 40 degrees F. the temperature of the concrete placed in the forms shall be at least 60 degrees F. When the temperature is below 30 degrees F. the temperature of the concrete as mixed shall be 65 degrees F. In all cases, when the daily average temperature is below 40 degrees F. the concrete shall be kept at 55 degrees F. for the 72 hours and then allowed to drop uniformly to the air temperature over the next 24 hours. 1. Concrete temperature shall be measured by placing a thermometer 2" from the top of the concrete being placed. C. Air-entrained concrete shall be kept at the above temperature for 27 hours and above freezing for an additional 72 hours. D. No calcium chloride shall be used to accelerate hardening of concrete. Contractor to certify that any additive used does not contain calcium chloride. E. If low temperature accelerating admixture is proposed, adjust concrete mix as required and obtain approval of Architect. F. All concrete materials, reinforcement, forming materials and ground with which concrete is to come in contact shall be free of frost. G. The covering or other protection used in connection with the curing shall remain in place and intact for at least 24 hours. H. The work shall be protected from the elements, flowing water, and defacements of any nature during the construction operations. 3.4 HOT WEATHER PROVISIONS A. Conform to ACI 305R and the following requirements. B. Take extra care to reduce the temperature of the concrete being placed, and to prevent rapid drying of newly placed concrete. When the outdoor ambient temperature is more than 90 degrees F., shade the fresh concrete as soon as possible after placing, and start curing as soon as the surface of the fresh concrete is sufficiently hard to permit it without damage. C. Concrete placement temperatures shall be controlled by the Contractor and shall not be limited to: 1. Shading and cooling the aggregate; 2. Avoiding use of hot cement; 3. Cooling mixing water by additions of ice; 4. Insulating water supply lines and tanks; and 5. Insulating mixer drums or cooling them with sprays or wet burlap. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 154 3.5 CONCRETE CURING A. Comply with the recommendations of ACI 308 – “Standard Practice for Curing Concrete.” B. Keep forms containing concrete in a wet condition until removed. Keep concrete continuously moist for not less than 7 days after placement. Keep concrete moist with a fine fog water spray until protected by curing media. C. During times of dry or excessive winds, high ambient temperature, low humidity, or other ambient conditions causing rapid drying, use specified evaporation retardant and finishing aid material according to the manufacturer's instructions and cure concrete with a fine fog spray of water, or equal, applied both during and after finishing and continued until final curing operations are started. D. Use the water curing method, curing sheet material, or a clear liquid membrane-forming curing compound except as otherwise specified. E. Do not use any type of finishing or curing materials or methods that interfere with the correct application or bonding of subsequent materials; verify exact requirements as they apply to all applicable materials. 3.6 PATCHING FORMED CONCRETE A. Remove fins, projections, and offsets. Cut out rock pockets, honeycomb, and all other defects to sound concrete, with edges of cuts straight and back-beveled. Dampen cutouts and edges, and scrub with neat portland cement slurry just before patching, or an apply approved epoxy concrete adhesive. B. Saturate form tie holes with water and fill voids and patches with flush smooth-finished mortar of same mix as concrete (less coarse aggregate), cure, and dry. 3.7 FINISHING A. Match up finish work to adjacent or nearby surfaces at all joints, edges, and corners. Coordinate sawn joints, to keep all joints straight and continuous. Keep joint lines uniform and free of damage. B. Floating, troweling, and special finishes shall be as noted on the Drawings. Do not begin floting until bleed water is gone and avoid over-troweling. Do not dust cement to expedite troweling start time. Remove any marks left by finishing tools. C. Complete finishes as shown on the Drawings including trowelded finish for walking surfaces or those receiving floor covering or membrane. Broom finish shall be light, medium or coarse, at the direction of the architect. Scratched finish for surfaces to receive Cementitious material. Non-slip finish for steps, landings, platforms, and ramps. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 155 D. After first floating check plane of surface with 10’ steel straightedge. Finish work, measured with a 10’ straightedge, must be a tolerance of 1/8” in 10’ in any direction for slabs under flooring; a true plane of 1/4” in 10’ for intermediate grade work. 3.8 GROUTING AND DRYPACKING A. Install as indicated or required. Where grouting and drypacking is part of the work of other sections, it shall conform to the following requirements, as applicable. B. Drypacking: Mix materials thoroughly with minimum amount of water. Install drypack by forcing and rodding to fill voids and provide complete bearing under plates. Finish exposed surfaces smooth and cure with damp burlap or liquid curing compound. C. Non-Shrink Grouting: 一 Mixing: Mix the approved non-shrink grout material with sufficient water per manufacturers recommendations. 一 Application: Surfaces to receive the non-shrink grout shall be clean, and shall be moistened thoroughly immediately before placing the mortar. Before grouting, surfaces to be in contact shall be roughened and cleaned thoroughly, all loose particles shall be removed and the surface flushed thoroughly with neat cement grout immediately before the grouting mortar is placed. Place fluid grout from one side only and puddle, chain, or pump for complete filling of voids; do not remove the dams or forms until grout attains initial set. Finish exposed surfaces smooth, and cure as recommended by grout manufacturer. 3.9 OFF-SITE CONCRETE WORK A. Provide new concrete items where indicated, and replace existing items damaged by Contractor's operations. Secure and pay for required permits, inspections, engineering, and surveying. 3.10 SLURRY CONCRETE A. Slurry concrete may be used as fill or backfill where indicated or approved by the geotechnical engineer. Slurry concrete shall be placed within 1 hour after mixing, and shall be placed in manner that will prevent voids in, or segregation of, the concrete. B. Backfilling over slurry concrete shall not be done less than 4 hours after placing. 3.11 FIELD QUALITY CONTROL A. Level of Floors: Continuously monitor concrete placing to maintain level floor by use of an instrument level, transit, or laser. B. Continuous Inspection: Construct structural concrete exceeding 2,500 psi compressive strength under continuous inspection of Inspector. Obtain inspection and approval of forms and reinforcing by Building Department as required and by the Inspector before placing structural concrete. C. Testing of Concrete: Testing Laboratory shall perform following tests. Samples for testing shall be obtained in accordance with ASTM C172, and shall be taken from as close to point of placement as possible. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 156 1.Compressive Strength Tests: Cast one set of four or more cylinders from each day's placing and each 150 cubic yards, or fraction thereof, or not less than once for each 2,000 square feet of surface area for slabs and walls, of each strength of structural concrete. Date cylinders, assign record number, and tag showing the location from which sample was taken. Also record slump test result of sample. Do not make more than two series of tests from any one location or batch of concrete. 2. Test Cylinders: Samples will be made in accordance with ASTM C172. Cast cylinders according to ASTM C31; 24 hours later, store cylinders under moist curing conditions at about 70 degrees F. Test according to ASTM C39 at 7 and 28 day ages. The remaining cylinder shall be kept in reserve in case tests are unsatisfactory. 3. Control Test Cylinders: Cast a set of two or more cylinders for each day's placing of concrete for slabs supported on shoring. Place test cylinders on slabs represented by cylinders and cure the same as slabs. Test cylinders to determine proper times for removal of shores and reshoring. A strength test shall be the average of the compressive strengths of 2 cylinders made from the same sample of concrete. D. Tests for Lightweight Structural Concrete: Perform following test for each 150 cubic yards of lightweight structural concrete. 1. Along with slump test, ASTM C143, and from same sample, determine air content, unit weight and yield per ASTM C138. 2. Shrinkage Test: Cast 4" by 4" by 11" long bars with 10" effective gauge length, cured for 7 days in moist room and as specified in ASTM C157. Make measurements at 7-day intervals to 35 day age. Allowable shrinkage shall not exceed 0.05% after period of 35 days. 3. Previous Shrinkage Tests: Ready-mix concrete manufacturer may furnish certified test reports from an approved Testing Laboratory as proof of meeting shrinkage requirements provided aggregates used and concrete covered by such test reports conform to the mix design approved for use on the Work. E. Core Tests: If tests show the compressive strength of any concrete falls below the required minimum, additional testing of concrete which unsatisfactory tests represent may be required. Make core tests according to ASTM C42. Fill core holes with drypack concrete of strength required for concrete. Contractor shall bear cost of tests for below-strength concrete even if such tests indicate concrete has attained required minimum compressive strength, and all costs for required corrections. --End of Section -- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 04220 CONCRETE UNIT MASONRY PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete block masonry. 2. Grouting of masonry. 3. Installing reinforcing steel bars in masonry. B. Related Work Specified Elsewhere: 1. Furnishing and delivery of steel bar reinforcing for masonry. 2. Water repellent sealer. 1.2 SUBMITTALS A. Mix Designs: Submit for mortar and grout. 1.3 JOB CONDITIONS A. Inspect and verify surfaces to receive Work of this Section. Report all conditions that prevent correct installation of masonry. 1.4 QUALITY ASSURANCE A. Tolerances: Unit masonry shall be placed within 1/8" of dimensions noted. Reinforcement shall be placed within tolerances recommended by ACI Detailing Manual, 1980 Edition, Special Publication, SP-66. B. REFERENCES, CODES AND STANDARDS: The following latest edition of the references, codes and standards are hereby made a part of this Section and work shall conform to the applicable requirements therein except as otherwise specified herein or shown on the Drawings. Latest edition of references and codes adopted by the Governing Agency shall apply. Nothing contained herein shall be construed as permitting work that is contrary to code requirements. 1. California Building Code (CBC) latest edition. 2. ACI 530.1 – Latest Revision, “Specification for Masonry Structures”. PART 2 PRODUCTS 2.1 BASIC MATERIALS A. Portland cement: UBC Std. 19-1/ASTM C150, Type I or II, low alkali; mortar cement or plastic cement not permitted. Use one brand. B. Hydrated lime: UBC Std. 21-13/ASTM C207, Type S. C. Mortar sand: UBC Std. 21-14 and ASTM C144, minimum 4% passing No. 100 sieve, uniformly graded fine to coarse. D. Grout aggregates: UBC Std. 21-19 and ASTM C404, natural, Size No. 1 or No. 2 for fine aggregate, Size No. 8 for coarse aggregate. E. Mortar admix: None without prior approval of Architect and Structural Engineer. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 F. Grout admix: Sika Chemical Corp. GA Grout Aid, type as required; no substitution. G. Color pigment: Pure ground mineral oxides, non-fading, alkali and lime proof, factory packaged, not more TECHNICAL PROVISIONS - 158 than 3 pounds per sack of cement. H. Control joint filler: Dur-O-Wal "Rapid Control Joint", wide flange unless regular flange is shown, approved sizes. 2.2 CONCRETE BLOCK MATERIALS A. General: Block shall be as indicated on the drawings and conform to ASTM C90, Grade N-1, steam-cured or yard air cured for 28 days, meeting Quality Control Standards of Concrete Masonry Association, natural cement color smooth faced units unless otherwise indicated or specified. Include matching jamb, lintel, control joint, bond beam, wall cap, and other special shape, type, or size units as required. B. Colored Concrete Block: Same as above except integrally colored, color as selected from tan or buff range of colors. C. Slump Stone or Split-Face Concrete Block: Integrally colored of the color as selected from tan or buff range of colors, with approved texture on all exposed faces and ends. 2.3 MORTAR AND GROUT PROPORTIONS AND MIXING A. Strengths: Minimum compressive strengths, 1,800 psi for mortar and 2,000 psi for grout at 28 days unless noted otherwise. B. Proportions: Accurately measure all mortar and grout by the volume method using calibrated containers. Shovel measurements are not acceptable. 1. Mortar: Per 2103.3, one part portland cement, 3-1/2 to 4 parts sand based on dry loose volume, and not less than 1/4-part nor over 1/2-part lime. 2. Grout: Per 2103.4, and as follows. Mix with enough water to produce consistency for pouring without segregation. 3. Colored Mortar: Same as for mortar plus add color pigment to produce cured dry color matching concrete unit color and the approved Sample. C. Mixing: Place half of the required water and sand in an operating machine mixer; then add portland cement, remainder of sand and water, and then hydrated lime. Machine mix not less than 5 minutes after all ingredients are charged. D. Retempering: Retemper mortar within one hour after leaving the mixer and maintain high plasticity. Add water in a basin formed in the mortar and rework mortar into water. Discard all mortar that is not used within one hour or that has begun to initially set. PART 3 EXECUTION 3.1 INSTALLATION OF CONCRETE BLOCK MASONRY A. General: Lay out unit masonry to minimize cutting of units and use of odd joint sizes or bond. Construct all masonry in accordance with Code and Concrete Masonry Association standards for reinforced masonry. Place and embed in masonry anchors, bolts, reglets, sleeves, conduits, and all other items furnished under other Sections, fully grouted in place. Work out details and be responsible for size, position, and arrangement of embedded items and necessary openings. Cut units by machine saw. Install only clean uncracked units. B. Setting: Install masonry to preserve unobstructed vertical continuity of block cells. Full bed face shells and cross webs in mortar. Fill header or end joints solid with mortar to a depth from face of wall or unit not less than the thickness of the longitudinal face shells. Provide corner bond by lapping units in successive vertical courses. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 C. Cleanout Openings: Provide openings at the bottom of cells containing bar reinforcing, and at each lift or pour of grout exceeding 48" height. Remove all overhanging mortar and other obstructions or debris from the interior of block cells. Seal cleanouts with matching whole units and mortar Joints D. Reinforcing: Use deep-cut bond beam units at horizontal reinforcing bars. Install open end units for vertical bars unless otherwise shown. Hold vertical reinforcing bars in correct position at top, bottom, and intervals not over 160 bar diameters between, and secure in place with wood frames or similar devices TECHNICAL PROVISIONS - 159 as required for proper alignment. Install horizontal reinforcement as erection progresses, laps wire tied. Maintain a minimum 3/4" clear space between masonry and bars. Make laps and splices in bars not less than 40 bar diameters unless otherwise indicated. E. Grouting: Fill all cells with grout except where noted otherwise in the drawings. Pour in 4foot lifts, waiting about 1-hour between lifts. Pour full height in each section of the wall in one work shift. Consolidate grout by puddling or internal vibration, then reconsolidate about 10 minutes later before plasticity is lost. Form horizontal construction joints by stopping the grout pour 1-1/2" below the top of masonry units. High lift grout placement may be used at Contractor's option as approved by the Architect and Structural Engineer and according to Code. F. Bond and Joints: Lay units with 1/2-unit running bond, vertical joints in alternate courses aligned and plumb. Make joints uniformly 3/8" size, concealed joints struck flush. Compact and dense concave tool exposed joints with 1-1/2" diameter plastic or similar non-staining tool. G. Weep Holes: Provide 1/4" diameter weep holes at bottom of ungrouted cells of exterior walls, or provide weep holes at maximum 32" centers with drain slots under webs of intervening units. 3.2 WALL CONTROL JOINTS A. Provide for walls where shown, control joint filler placed for full height of each joint. Caulk exterior face of joints with elastomeric sealant. B. Unless lesser distance apart is indicated on the drawings, construct control joints at 40’ on centers. 3.3 PARGING A. Parge walls wherever required to assure smooth surfaces to receive waterproofing. B. Clean wall surfaces thoroughly. Apply Larson Products Co. Weldcrete bonding agent to surfaces of wall in accordance with manufacturer's instructions. C. Apply parge coat of Type S mortar, conforming to Title 24, Table 21-A (1 part Portland cement, 1/4 to 1/2 part hydrated lime, 2-1/4 to 3 parts fine aggregate) with Laticrete latex admix added per admix manufacturer's directions. Apply in 2 uniform coats to a total thickness of 3/4 inch. Scarify first parging coat to ensure full bond to subsequent coat. D. Use a steel-trowel finish to produce a smooth, flat, dense surface with a maximum surface variation of 1/8 inch per foot. Form a wash at top of parging and a cove at bottom. Damp cure parging for at least 24 hours and protect until cured. Provide nailers if required for attachment of membrane. 3.4 CEMENT WASH ON WALL TOPS A. Use mortar the matching masonry joints. Trowel dense and smooth with clean edges, sloped as shown or directed, and cross score using an approved tool at nominal 32" centers. As soon as hardened, cover with sealed plastic sheeting and keep moist for at least 10 days after placing. 3.5 CURING A. Keep newly constructed masonry damp for 3 days with regulated fog spray of water sufficient only to moisten faces of masonry but not in an amount as to cause water to flow down over masonry. Do not saturate masonry with water for curing or any other purposes and protect from rain or flooding during curing period. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 3.6 CLEANING A. Clean mortar and grout off exposed surfaces immediately and as the Work progresses. Acceptably repair imperfect joints, holes, defaced units, chipped edges or corners, and all other defects, or replace the defective units as required for approval. Mortar or grout staining on exposed masonry surfaces is subject to sandblast cleaning of the entire surface involved to obtain clean uniform approved appearance, as directed and at no additional contract cost. 3.7 FIELD QUALITY CONTROL TECHNICAL PROVISIONS - 160 A. Testing: Testing Laboratory shall test mortar and grout to extent shown, directed, or required by Code. B. Continuous Inspection: Required if indicated, and for high lift grouting operations. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 05500 METAL FABRICATIONS PART 1 GENERAL 1.1 DESCRIPTION A. Work Included: Provide and install all miscellaneous metal and metal fabrications in place for wall fixture attached to CMU wall, as indicated on the Contract Drawings and hereafter specified or needed for complete and proper installation, includes but not limited to the following: 1 Pipe brackets. 2 Structural supports for wall mounted fixture items. 3 Bolts, rods, dowels, nuts, washers, anchors, brackets and other miscellaneous iron. B. Related Work Sections: 1 Documents affecting work of this Section include, but are not necessarily limited to the GENERAL CONDITIONS, and Sections in GENERAL REQUIREMENTS of DIVISION 1 of these Specifications. 2 Concrete Work in Division 3. 3 Masonry Work in Division 4. 4 Other metal work in Division 5. 5 Carpentry work in Section 06100. 6 Painting in Section 09900. 7 Devices for support of mechanical and electrical materials in Divisions 15 and 16. 1.2 QUALITY ASSURANCE A. Qualifications of Personnel: Use only skilled workers who are thoroughly trained and experienced in the necessary crafts and are completely familiar with the crafts and the requirements and methods needed for proper performance of the work of this Section. B. Welder's Qualifications: Qualified according to AWS D1-1. C. Design: Fabricate and erect work in accordance with A.I.S.C. D. Welding Operations: Perform shop and/or field welding required in connection with work of this Section in strict accordance with pertinent recommendations of the American Welding Society (AWS). City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 162 1. All welds shall be full continuous butt welds, or continuous fillet welds. Tack welds will not be accepted. Exposed welds shall be ground smooth. E. Project Conditions: Do not fabricate components which require fitting to structural elements or into finished spaces until dimensions are verified at the job-site. 1.3 SUBMITTALS A. General: Comply with pertinent provisions in the SUBMITTALS SECTION 01330 in DIVISION 1 -GENERAL REQUIREMENTS of these Specifications. B. Materials List: Submit list of proposed items to be provided under this Section. C. Shop Drawings: Submit for all items proposed to be fabricated and installed under this Section. Identify each proposed item with corresponding Contract Drawing detail and Specification references. Show sizes, details of fabrication and construction, methods of assembly and bracing, locations of hardware, anchors, and accessories. When design does not fully comply with the drawings for railings, handrails, ladders, and other metal fabrications, submit design calculations signed by a California registered civil or structural engineer. D. Templates: Provide for anchor and bolt installation by other trades. E. Manufacturers Specifications and Other Data: Provide as-needed to prove compliance with the specified requirements. F. Manufacturer's Recommended Installation Procedures: When approved by the Architect and City will become the basis for accepting or rejecting actual installation procedures used on the Work. G. Certificates: Submit certification that welders meet the requirements specified as to qualifications and that specified surface preparation and primer or galvanized coatings as specified have been applied to steel items and are in accordance with the Specifications. 1.4 PRODUCT HANDLING A. General: 1 Fabricated metal items shall not be fabricated before required review of the Shop Drawings by the City or the Architect and returned to the Contractor. 2 Store fabricated metal items above ground on platforms, skids or other approved supports in a and dry location. B. Protection: Use all means necessary to protect the materials and manufactured items before, during and after installation and to protect the work and materials of all other trades. C. Replacements: In the event of damage to work of this Section, immediately make all repairs and replacements necessary to the approval of the City or the Architect. D. Materials to be Installed by Others: City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 163 1 Deliver anchor bolts and other anchorage devices to be embedded in concrete to the job-site in time before start of concrete work operations. 2 Provide setting drawings, templates and other directions necessary for installation of anchor bolts and devices. PART 2 PRODUCTS 2.1 MATERIALS AND COMPONENTS A. General: 1 All material shall conform with the following requirements and shall be of new stock of the highest grade available, free from defects and imperfections, of recent manufacture and unused. Where two or more identical articles or pieces of equipment are required, they shall be of the same manufacture. 2 All metals shall be free from any defects which would impair the strength, durability, appearance, and shall be of the best commercial quality, for the purposes intended and adequate to withstand the strains and stresses to which they will be subject. Metals shall be protected from injury at the job, in transit, and until erected in place, inspected, and approved. B. Miscellaneous Metals: 1 Iron and Steel: Conform to the Los Angeles City Building Code 2 Steel Plates, Shapes and Bars: Mild or structural grade conforming to applicable ASTM A36 Specifications. 3 Malleable Iron Castings: ASTM A47. 4 Steel Tubing: AISI MT1010, electric welded, minimum 14-gage, shapes and size as indicated on the Contract Drawings. 5 Steel Pipe: ASTM A53, Grade A, Schedule 40 black finish or ASTM A120, galvanized when used on building exterior. 6 Steel Bars and Bar-size Shapes: ASTM A306 Gr65 or ASTM A36. 7 Galvanized Carbon Steel Sheets: ASTM A526 with G90 zinc coating in accordance with ASTM A525. 8 Diamond or checker Pattern Plate: U.S. multigrip floor plate; U.S. Steel Corp., or equal. C. Miscellaneous Related Materials: 1. Welding Electrodes: Conform to AISC and ASTM A233 and the Code for Arc and Gas Welding in Building Construction, AWS Publication D1.1 use E-70XX Series Electrodes. 2. Paint Primer (for uncoated ferrous metal): Rust-Oleum Corp. "X-60 Bare Metal Red Primer," "Tnemec 10," or equal. 3. Hot-Dip Galvanizing: ASTM A-123 or as applicable after fabrication. See Section 210-3 of the "Standard Specifications". 4. Galvanizing Repair Material: "Galvalloy," "Galvabar," or equal. 5. Non-Shrink Grout: "Por-Rok" by Hallemite Mfg. Co. Cleveland, Ohio (Los Angeles, Phone (213) 583-4184). 6. Fasteners: Same material and finish of work to be fastened together; screws to be countersunk oval head type, unless otherwise indicated on the Drawings. 7. Mechanical Anchors: For securing miscellaneous metal items to concrete to be self-drilling concrete anchors, not less than size indicated on the Drawings, and as follows: a. ITT Phillips Drill Division "Red Head Wedge or Sleeve Anchor". b. Ramset Fastener Systems "Ramdrill". c. Hilti Co. "HSL Heavy Duty HDI Drop-In Anchors". 8. Bolts and Nuts: Low-carbon hexagon-head type, ASTM A-307, Grade "A" or "B". City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 9. Dry Pack: A cement-sand mix of 1 part Portland cement to 2-1/2 parts sand by volume with necessary water added to provide for solid compaction. TECHNICAL PROVISIONS - 164 2.2 OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Architect and City. 2.3 SHOP PAINT A. Use "10-99 Tnemec Primer" or "Rustoleum Number 5769 Primer. B. For Repair of Galvanizing: Use a high zinc-dust content paint complying with MIL-P21035. 2.4 FABRICATION A. Field Measurements: Secure all field measurements required for proper and adequate fabrication and installation of all work of this Section. Exact measurements are the responsibility of the Contractor. B. Workmanship: 1. Except as otherwise shown on the Contract Drawings or the approved Shop Drawings, use materials of size, thickness, and type required to produce reasonable strength and durability in the work of this Section. 2. Fabricate with accurate angles and surfaces which are true to the required lines and levels, grinding exposed welds smooth and flush, forming exposed connections with hairline joints, and using concealed fasteners wherever possible. 3. Prior to shop painting or priming, properly clean metal surfaces as required for the applied finish and for the proposed use of the item. 4. On surfaces inaccessible after assembly or erection, apply two coats of the specified primer. Change color of second coat to distinguish it from the first. 5. Work to dimensions shown or accepted on the Shop Drawings, using proven details of fabrication and support. 6. Conform to applicable provisions of Los Angeles City Building Code. 7. Form exposed work true to line and level, with accurate angles and surfaces and with straight sharp edges. 8. Ease the exposed edges to a radius of approximately 1/32-inch unless otherwise shown. 9. Welding: Electric arc welding, Los Angeles City Building Code. 10. Bolting: Draw tight with threads set to secure nuts. 11. Assembly: Assemble all items with parts in true alignment and accurately fitted, joints well made, adequately fastened with butts and sharp edges ground smooth. 12. Conceal all fastenings where practicable and make exposed joints hairline. 13. Cut, reinforce, drill and tap miscellaneous metal work as indicated to receive finish hardware and similar items. 14. On surfaces inaccessible after assembly or erection, apply two (2) coats of the specified primer. Change color of second coat to distinguish it from the first coat. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 165 C. Corner wheel bumpers with angle corner guards shall be heavy duty, cast iron as manufactured by Alhambra Foundry, or equal, and of the dimensions and profile indicated on the drawings. D. Galvanizing: Provide a zinc coating for those items shown or specified to be galvanized as follows and as applicable: 1 ASTM A153 for galvanized iron or steel hardware. 2 ASTM A123 for galvanized rolled, pressed or forged steel shapes, plates, bars and strip 1/8-inch thick and heavier. 3 ASTM A386 for galvanized assembled steel products. E. Shop Painting: 1 Required: On all uncoated ferrous metals; galvanized ferrous metal not to be shop coated. 2 Paint: Specified paint primer. 3 Painting: Full prime coating, completely covering the metal surfaces; at least 1 coat on all surfaces which will be accessible after fabrication and erection; at least 2 coats on all surfaces which will be inaccessible after fabrication and erection. 4 Remove scale, rust and other deleterious materials before application of shop coating. 5 Clean off heavy rust and loose mill scale in accordance with SSPC-SP-2 or SSPC-SP-3 before coating. 6 Remove oil, grease and similar contaminants in accordance with SSPC-SP-1. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 166 F. Carpenter's Iron Work: Furnish all bent or otherwise fabricated bolts, plates, anchors, hangers and other miscellaneous steel items not readily obtainable "OFF-THE-SHELF" and required for anchoring work to concrete, masonry and interior partitions. 1 Fasteners shall be of the same material as the item being fastened. Items to be built into masonry or cast into concrete shall be delivered to the job-site in time to avoid any delay of other trade operations. 2 Anchor, for mechanical anchoring of items to concrete shall be self-drilling type and minimum 3/8-inch size. PART 3 EXECUTION 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until such detrimental conditions are corrected. 3.2 COORDINATION A. Coordinate work of this Section as required with other trades to assure proper and adequate provisions in the work of those trades for interface with the work of this Section. 3.3 INSTALLATION A. General: 1 Set work accurately into position, plumb, level, true, and free from rack. 2 Anchor firmly into position. 3 Where field welding is required, comply with AWS recommended procedures of manual-shielded metal-arc welding for appearance and quality of weld and for methods to be used in correcting welding work. 4 Grind exposed welds smooth, and touchup shop prime coats. 5 Do not cut, weld, or abrade surfaces which have been hot-dip galvanized after fabrication and which are intended for bolted or screwed field connections. 6 Dissimilar Materials: Where metals are in contact with plaster, concrete or other type metals, paint contact faces of the metal before installation, with a bituminous coating. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 167 B. Immediately After Erection: Clean the field welds, bolted connections, and abraded areas of shop priming. Paint the exposed areas with same material used for shop priming. 3.4 PIPE BUMPER POSTS (BOLLARDS) A. Provide galvanized steel posts, filled with concrete, domed shaped at the top, and securely anchored in concrete footings. 3.5 SUPPORTS FOR WALL MOUNTED ITEMS A. Provide steel plate or strap supports for support of wall mounted toilet accessories and other wall mounted items. 3.6 CLEAN-UP AND ADJUSTMENT A. During the progress of the work, keep the premises free from debris and waste resulting from work of this Section. Upon completion of this Section remove all surplus materials and debris from the job-site. B. Immediately after erection, clean the field welds, bolted connections and abraded areas of shop priming. Paint the exposed areas with the same material used for the shop --END OF SECTION-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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 Wood blocking, cants and nailers. 3 Wood blocking for installation of equipment, furnishings, plumbing fixtures, interior and exterior light fixtures, built- ins, toilet accessories, etc 4 Sheathing. 5 Plywood backing panels. 6 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. 2 Custom and heavy metal framing connectors. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 169 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 Rosemead 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 170 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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. TECHNICAL PROVISIONS - 171 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 172 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. 2 Thickness: As indicated on the Drawings. 3 Edge detail: Square. 4 Span Rating = Not less than 24”. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 173 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 174 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 hot-dipped 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 Rosemead 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 Rosemead. 2.6 WOOD PRESERVATIVE TREATMENTS A. Wood 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 175 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, 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 176 B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. 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. 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 nominal-(38-by-89-mm actual-) size stringers spaced 48 inches (1200 mm) o.c. crosswise over main ceiling joists. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 177 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: 3. Sheathing: a. Nail to wood framing. b. Space panels 1/8 inch (3 mm) apart at edges and ends. 5. Plywood Backing Panels: Nail or screw to supports. --End of Section – City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 178 SECTION 06212 INTERIOR FINISH CARPENTRY PART 1 GENERAL 1.1 SUMMARY A. Furnish and install interior finish carpentry as indicated on the drawings and specified. B. Use only indoor composite wood materials that contain no urea-formaldehyde resins. C. Provide Material Safety Data Sheets and manufacturer literature that demonstrates that there is no urea formaldehyde in the product (phenol formaldehyde is acceptable) 1.2 REFERENCES A. CCR -California Code of Regulations. B. Woodwork Institute, Manual of Millwork. 1.3 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: Materials and fabrication of finish carpentry work shall be in accordance with the standards of the Woodwork Institute (WI) "Manual of Millwork" for Custom Grade unless otherwise specified. B. Coordinate with finish carpentry, furnishings, fixtures, and equipment to be installed by others. Protect finish work from damage by other trades. Prepare sub-surfaces to receive finish materials. C. Keep working environment clean, free of airborne construction dust, dry, and at comfortable working temperature. D. Make wood joints so as to minimize or conceal shrinkage. E. Perform all work per details and applicable trade standards; saw cuts straight and clean, tight fits without gaps, splices tight and staggered (never side by side). Align and exactly match miter joints at edges and corners. Install running trim in maximum lengths; do not use short pieces or splicing of scraps. F. Keep number of joints to a minimum by consistently using maximum size material. Install tight joints without gaps. Thoroughly sand finish work smooth. G. Fasten all pieces straight, true, and secure. Coordinate backing and blocking with other trades with interfacing work. Nail exterior trim with galvanized nails. H. Where sanding is required, sand with grain to totally smooth, unblemished surface. Set finish nails before painting or staining. I. Reject as nonconforming any work showing visible damage or defects. Protect finish work from construction damage. Make repairs so they are undetectable. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 179 J. Vacuum clean all work surfaces where sawdust accumulates. Remove scraps frequently. Completely vacuum clean the work area frequently and upon completion of final work. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver and store products suitably packaged to protect against damage. Do not remove protective covering until time of installation. B. Store materials in interior ventilated locations, under constant minimum temperature of 60 degrees F and maximum relative humidity of 55 percent. PART 2 PRODUCTS 2.1 MATERIALS -INTERIOR FINISH CARPENTRY A. Plywood: Douglas Fir; US Product Standard PS-1; A/C -INT with exterior glue; grade stamped by APA on other testing agency. B. Trim shall be finger jointed pine or recycled polystyrene. C. Wood Shelving: 1 Softwood lumber or plywood, Custom Grade, for opaque finish; species in accordance with WI Sections 3 and 5. 2 Fabricate in accordance with WI Section 11, Custom Grade. 3 Plywood Edge Banding: Matching softwood on exposed edges. D. Other materials shall be Custom Grade, per WI. E. Moisture Content: After treatment, redry wood to moisture content specified for wood prior to treatment. 2.2 FABRICATION A. Fabricate products in accordance with WI Custom Grade requirements, and the referenced sections of the WI Manual. B. Insofar as possible, cuts required to accommodate the Work of other Sections shall be made in the shop. C. Shop-fabricate products in whole units or in partial units as most practical for handling and transportation. Assemble partial units in place so that each complete unit becomes a unified whole visually and structurally. D. Fabricate fillers and scribe strips of same materials and finishes as units with which they are associated. E. Make cuts for hardware neat and true. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 180 PART 3 EXECUTION 3.1 INSTALLATION A. Verify conditions are satisfactory to receive finish carpentry. Verify mechanical, electrical, and building items affecting the finish carpentry are placed and ready to receive this work. If unsatisfactory conditions exist, do not commence installation until such conditions have been corrected. 1. Beginning installation means acceptance of existing conditions. B. Remove products from their protective wrappings as near the area of installation as possible. Before installation, back-prime wood. C. Before installation, prime paint surfaces of items and assemblies to be in contact with cementitious materials. D. Install finish carpentry in accordance with referenced standards and the manufacturer's printed instructions. E. Set work straight, plumb, and level, and true to line indicated, with tight joints between sections or units; scribe to wall and other surfaces as required. F. Install trim in place in full lengths, without piecing. Where use of single lengths is not possible, bevel butt joints. Unless otherwise indicated, miter joints at exterior angles; cope interior angles of molded parts. G. Install finish hardware after final finishing has been completed. Fit securely. Turn screws to a flat seat. H. Provide anchoring and fastening devices required for installation, including wood and sheet metal screws, bolts, toggle bolts, lag screws and expansion shields, and similar items; fastenings shall be electroplated. Set nails and screws and completely fill or putty nail and screw holes; leave smooth and flush with adjacent surfaces. 3.2 ADJUSTMENTS AND PROTECTION A. Repair damaged and defective finish carpentry work wherever practicable to eliminate defects functionally and visually. Where not practicable to repair properly, replace woodwork. Adjust joinery for uniform appearance. B. Clean finish carpentry work on exposed and semi-exposed surfaces. Touch-up shop-applied finishes to restore damaged or soiled areas. C. Protection finish carpentry from damage due to the weather or other cause. Protect and maintain conditions necessary to ensure that work will be without damage at time of acceptance. --End of Section -- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 181 SECTION 06622 ACRYLIC SOLID SURFACING COUNTERTOPS PART 1 GENERAL 1.1 SUMMARY A. Furnish and install acrylic solid surfacing countertops as indicated on the drawings and specified. B. Woodwork Institute of (WI) -Comply with the requirements of WI, Premium Grade. The WI Label and Certificate of Compliance will not be required for countertops. 1.2 SUBMITTALS A. Shop Drawings: Indicate dimensions, thicknesses, required clearances, tolerances, materials, colors, finishes, fabrication details, field jointing, adjacent construction, methods of support, integration of components, and anchorages. B. Product Data: Provide data on specified component products. C. Samples: Submit two samples representative of solid surfacing, illustrating color, texture, and finish. D. Manufacturer's Installation Instructions: Indicate preparation of opening required, with rough-in sizes. Provide templates for cast-in or placed frames or anchors; tolerances for item placement, and temporary bracing of components. PART 2 PRODUCTS 2.1 ACRYLIC SOLID SUFACING COUNTERTOPS A. Subject to compliance with specified requirements, solid surfacing countertops shall be Avonite, or Corian, or an "or equal" product of Wilson Gibraltar, not less than 3/4 inch thick and of the dimensions and profiles indicated on the drawings. Other manufacturers offering "or equal" products are Avonite, and Nevamar. B. Joint Adhesive: Provide the manufacturer's recommended adhesive for inconspicuous non-porous joints. C. Sealant: Provide the manufacturer's recommended silicone adhesive in colors closely matching the solid surfacing. D. Polishing Cream: Compatible polishing cream to achieve specified sheen. E. Core Framing: Softwood lumber, clear and free of knots. F. Hardware: Provide stainless steel inserts, screws, flat washers, wing nuts, and clips required to make the installation complete. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 182 2.2 FABRICATION A. Fabricate components by mold to achieve required shape and configuration. Provide factory-made cutouts for fittings. B. Radius corners and ease edges 1/8 inch. Cut and finish component edges with clean and sharp returns. Route radii and contours to templates furnished by the manufacturer. C. Cure components prior to shipment, except sheet materials requiring site handling. Repair or reject defective work. 2.3 COLORS A. Colors shall be as indicated on the drawings or if not so indicated, colors shall be as selected by the Architect. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that joint preparation and affected dimensions are acceptable. 3.2 PREPARATION A. Provide anchoring devices for installation and embedment. B. Provide templates and rough-in measurements. 3.3 INSTALLATION A. Install components in accordance with WI Manual and the manufacturer's instructions. B. Align work plumb and level. C. Rigidly anchor to substrate to prevent misalignment. 3.4 TOLERANCES A. Maximum Variation From True Dimension: 1/8 inch. B. Maximum Offset From True Position: 1/8 inch. END OF SECTION City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 08710 FINISH HARDWARE PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Door Hardware. 2. Entrance door hardware. 3. Low energy door operators plus sensors and actuators. B. Related Sections: 1. Section 06212-Finish Carpentry: Finish Hardware Installation. 2. Section 07920 -Joint Sealers – exterior thresholds. 3. Section 08102 -Metal Doors and Frames. 4. Section 08411 -Entrances and Storefronts. C. Specific Omissions: Hardware for the following is specified or indicated elsewhere. 1. Windows. 2. Cabinets, including open wall shelving and locks. 3. Signs. 4. Toilet accessories, including grab bars. 5. Installation. 6. Rough hardware. 7. Folding partitions. 1.2 REFERENCES: A. Use date of standard in effect as of Bid date. B. American National Standards Institute – ANSI 156.18 – Materials and Finishes. C. ICC/ANSI A117.1 -1998 – Specifications for making buildings and facilities usable by physically handicapped people. D. ADA – Americans with Disabilities Act of 1990. E. BHMA – Builders Hardware Manufacturers Association. F. DHI – Door and Hardware Institute. G. NFPA – National Fire Protection Association. 1. NFPA 80 – Fire Doors and Windows. 2. NFPA 105 – Smoke and Draft Control Door Assemblies. 3. NFPA 252 – Fire Tests of Door Assemblies. TECHNICAL PROVISIONS - 184 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 H. UL – Underwriters Laboratories. 1. UL10C – Fire Tests of Door Assemblies. 2. UL 305 – Panic Hardware. I. WHI – Warnock Hersey Incorporated State of California Building Code. J. Local applicable codes. K. SDI – Steel Door Institute. L. WIC – Woodwork Institute of California. M. AWI – Architectural Woodwork Institute. N. NAAMM – National Association of Architectural Metal Manufacturers. SUBMITTALS & SUBSTITUTIONS A. SUBMITTALS: Submit six copies of schedule per Section 01330. Organize vertically formatted schedule into “Hardware Sets” with index of doors and headings, indicating complete designations of every item required for each door or opening. Include following information: 1. Type, style, function, size, quantity and finish of hardware items. 2. Use BHMA Finish codes per ANSI A156.18. 3. Name, part number and manufacturer of each item. 4. Fastenings and other pertinent information. 5. Location of hardware set coordinated with floor plans and door schedule. 6. Explanation of abbreviations, symbols, and codes contained in schedule. 7. Mounting locations for hardware. 8. Door and frame sizes, materials and degrees of swing. 9. List of manufacturers used and their nearest representative with address and phone number. 10. Catalog cuts. 11. Manufacturer’s technical data and installation instructions for electronic hardware. 12. Wiring Diagrams. 13. Date of jobsite visit. 14. Contractor attests that the submitted schedule is applicable to project conditions, and that the material meets specified performance level and design intent. B. Bid and submit manufacturer’s updated/improved item if scheduled item is discontinued. C. Make substitution requests in accordance with Section 01630. Include product data and indicate benefit to the Project. Furnish operating samples on request. D. Furnish as-built/as-installed schedule with closeout documents, including keying schedule, wiring diagrams, manufacturers’ installation, adjustment and maintenance information, and supplier’s final inspection report. QUALITY ASSURANCE: A. Qualifications: 1. Hardware supplier: direct factory contract supplier who employs a certified architectural hardware consultant (AHC), available at reasonable times during course of work for project hardware consultation to Owner, Architect and Contractor. a) Responsible for detailing, scheduling and ordering of finish hardware. B. Hardware: New, free of defects, blemishes and excessive play. Obtain each kind of hardware (latch and locksets, exit devices, hinges and closers) from one manufacturer. C. Exit Doors: Operable from inside with single motion without the use of a key or special knowledge or effort. D. Fire-Rated Openings: NFPA 80 compliant. Hardware UL10C / UBC Standard 7-2 (positive pressure) compliant for given type/size opening and degree of label. Provide proper latching hardware, non-flaming door closers, approved-bearing hinges, and resilient seals. Coordinate with wood door section for required intumescent seals. Furnish openings complete. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 1. Note: scheduled resilient seals may exceed selected door manufacturer’s requirements. 2. See 2.6.E for added information regarding resilient and intumescent seals. E. Furnish hardware items required to complete the work in accordance with specified performance level and design TECHNICAL PROVISIONS - 185 intent, complying with manufacturers’ instructions. 1. Where scheduled item is now obsolete, bid and furnish manufacturer's updated item at no additional cost to the project. F. Pre-Installation Meetings: Initiate and conduct with supplier, installer and related trades, coordinate materials and techniques, and sequence complex hardware items and systems installation. Include manufacturers' representatives of locks, panic hardware and door closers in the meetings. Convene at least one week prior to commencement of related work. --END OF SECTION-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 09204 LATH AND PORTLAND CEMENT PLASTER PART 1 GENERAL 1.1 SUMMARY A. Provide lath and portland cement plaster where indicated on the Contract Drawings and specified herein. B. Patching, Repair, water blasting and new finish coat work to the exterior cement plaster surfaces in the existing and new building Restroom are included in this scope. 1.2 CODES AND REGULATIONS A. Comply with the California Building Code (CBC) 1.3 SUBMITTALS A. Submit the following: 1. Submit complete descriptions of materials and list of all items proposed to be furnished and installed under this Section. 2. Submit technical data to demonstrate compliance with the specified requirements. 3. Field-Constructed Sample: Prior to installation of plaster work, fabricate panels for each type of finish and application required to verify selections made under sample submittals and to demonstrate aesthetic effects of application as well as qualities of materials and erection. Build sample panel to comply with the following requirements, using materials indicated for final unit of Work. a. Erect 4-foot-by-4-foot-by-full-thickness sample panel in presence of Architect using materials, including lath and support system, indicated for final work. b. Demonstrate the proposed range of aesthetic effects including color, texture, and workmanship to be expected in completed work. c. Obtain Architect's acceptance of samples before start of plaster work. d. Retain and maintain the samples during construction in undisturbed condition as a standard for judging completed plaster work. e. When directed, demolish and remove samples from Project site. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 187 PART 2 PRODUCTS 2.1 LATH PRODUCTS A. Metal Lath: 3.4 pound per square yard diamond mesh expanded, copper-alloy steel galvanized for interior cement plaster and for scratch coat plaster behind tile. Use galvanized or protective paint coated lath elsewhere. Use flat rib or rib lath where lath spans for than 16-inches. B. 3/8 inch Rib Lath for Suspended Plaster Ceilings: 3.4 pounds per square yard, fabricated in herringbone mesh pattern with 3/8 inch deep ribs. C. Tie Wires: As per CBC and the County of LA Building Code. D. Flat or Non-Furring Paper-Backed Wire Fabric: Required for horizontal exterior surfaces and for vertical surfaces over wood or metal framing without solid backing. Wire fabric shall be 1-1/2-inch x 2-inch mesh, 16 gage galvanized wire with 11 gage horizontal stiffener wires at 6-inch centers and with slotted perforated absorbent paper between front and back wires. Fabric shall be "Gun-Lath" manufactured by K-Lath Corporation. 2.2 LATHING ACCESSORIES A. Corner Beads: Milcor No. 1 small nose or bull nose type of 26-ga. material with expanded flanges or equal. B. Internal Corner Reinforcements: Cornerite, 2-inch wing or equal. C. Reinforcing Strips: Striplath or Stripite; 1.75 expanded metal lath or minimum 19-gage welded or woven galvanized wire minimum 3-inches wide. D. Metal Base Screed: Shape as shown on the Contract Drawings or a standard type suitable for juncture of plaster and cement base, fabricated from 26 ga. galvanized expanded metal wings, with flange same depth as plaster thickness. E. Control Joints: Provide extruded aluminum products by Fry Reglet Corp., Superior Inc., National Cornice Works, or equal: Spacing whether or not shown on drawings shall be as follows: 1. No length should be greater than 18 feet in either direction. 2. No panel should exceed 144 square feet for vertical applications. 3. No panel should exceed 100 square feet for horizontal, curved, or angular sections. 4. No length-to-width ratio should exceed 2 ½ to 1 in any given panel. 2.3 PLASTERING MATERIALS A. Portland Cement: ASTM C150 Type I, or 11. Use plastic or waterproof cement only upon written approval of the Architect. Use white cement for all exterior cement plaster finish coats. B. Lime and Lime Putty: Per the CBC and County of Los Angeles Building Code. C. Sand: ASTM C35. Sand for sand-float finish to pass a No. 20 sieve. Use Del Monte White Silica Sand for all exterior cement plaster finish coats. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 188 D. Water: From a supply distributed for domestic purposes. E. Bonding Agent: "Plasterweld" by Larson Products Corp. or equal. F. Portland Cement Plaster or Stucco Finish: Finish coat materials shall be factory prepared, integrally colored, designed for machine or hand application. The product shall contain portland cement and all other materials required for the finish coat, except water. 1. Finish: Steel Trowel Finish Match approved samples. 2. Mix the finish coat materials in accordance with the manufacturer's recommendations. 3. Colors shall be formulated using lime proof, and fade proof mineral oxides, and of a color compatible with the final painted surface color. 4. Subject to compliance with the specified requirements, finish materials shall be the product of one of the following manufacturers (or equal): a. La Habra. b. Merlex. c. Highland Stucco. 2.4 PLASTER MIXES AND PROPORTIONS A. Mix all ingredients in calibrated boxes or containers designed to permit accurate checking at any time. Use batch- type mixer unless otherwise authorized. Mix materials thoroughly and use within 30 minutes after leaving the mixer. 1 First coat on metal lath for scratch coat behind tile or for 3-coat work: 1 part Portland cement to 4 parts sand, by volume, with addition of hydrated lime in quantity not exceeding 1/10 the weight of the cement. 2 Second coat on metal lath behind mortar setting bed for ceramic tile and for 3coat work: 1 part Portland Cement to 5 parts sand, by volume, with addition of hydrated lime in a quantity not exceeding 1/10 of the weight of the cement. 3 Exterior Stucco: Mixed as prescribed by the stucco manufacturer and under his supervision. 4 Base Coat on Masonry or Concrete for Two-Coat Work: 1 part Portland Cement to 4 parts sand, by volume, with addition of hydrated lime in quantity not exceeding 1/10 the weight of the cement in 25 percent of the volume of the amount of cement. 5 Finish Coat: 1 part Portland Cement to 3 parts sand with addition of hydrated lime in quantity not exceeding 1/10 the weight of the cement. PART 3 EXECUTION 3.1 WORKMANSHIP A. All Finish Plaster Surfaces: Subject to a 5-foot long straight-edge test for trueness of plane and plumbness; an 1/8-inch in 10-foot tolerance will be allowed. Squareness of internal ad external corners shall be within 1/8- inch in 5-foot tolerance. Conduct such tests in the presence of the Architect. Remove and replace any work not meeting such tolerance tests rejected by the Architect. B. Walls: Make straight and plumb, or sloped as indicated on the Contract Drawings. C. Ceilings and Soffits: Make level, or slope as indicated on the Contract Drawings. D. Corners and Angles: Make Straight, true, and square. E. Finished Surfaces: To be uniform in true planes, flush with grounds, accessories, outlet boxes, and other features as indicated. Surfaces to be free from laps, cracks, checks, sand spalls, catfaces, slobbers, and trowel marks. 3.2 LATHING AND FURRING City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 A. General: In accordance to the CBC, and as indicated on the Contract Drawings. B. Metal Lath: Use galvanized lath for all exterior plastering and for scratch coats behind ceramic tile. Secure lath TECHNICAL PROVISIONS - 189 in place at intervals not greater than 6-inches. Make side laps at least 1/2-inch and wire tie between supports at maximum 8-inch intervals and secure to every support. Make end laps at least 1-inch located at supports and staggered. 1 Attach lath over waterproof backing in areas to screw-on studs with stainless steel self-tapping screws fitted with galvanized steel washers. 2 On exterior metal framing, lath shall be attached over waterproof backing to nailable or screw-on studs with stainless steel fasteners and washers. Exercise care not to puncture or damage the waterproof backing wallboard (on sloping surfaces). C. Waterproofing Backing: 1 Required: Behind metal lath applied to metal studs behind ceramic tile where indicated. 2 Application: Shingle fashion with 3-inch interior laps and 4-inch end laps, lap top edge tile floor waterproofing 4-inches. Make laps over solid backing or supports only. Fasten to studs with galvanized or stainless steel nails, with 1inch washers cut from scrap sheeting, at 12-inches on center. Backing to be free from tears or breaks when plaster is applied. D. Paper Backed Welded Wire Fabric: Apply shingle fashion with long dimension at right angles to supports. Stagger end joints to avoid continuous joints on the same support. Secure fabric to supports at maximum 6-inch centers. 3.3 INSTALLATION OF ACCESSORIES A. General: Install metal accessories plumb, level, straight and true to line, and shimmed as necessary. Accurately miter and tightly fit at corners. Install full height and longest practicable lengths. Hold splices to a minimum. Securely fasten accessories to supports by approved methods. Provide prefabricated corner units where ever possible. B. External Corner Beads: Required at all external corners of interior plastered surfaces. Fasten in place nailed to concrete or wired to studs. C. Internal Corner Reinforcements: Required at all internal corners of interior plastered surfaces, fasten to lath only sufficient to retain its position during plastering operations. D. Reinforcing Strips: Locate at junction of different materials where cracking of plaster may occur, except as otherwise indicated on the Contract Drawings or specified. E. Metal Trim Screeds: Locate where indicated on the Contract Drawings. Securely fasten in place. Erect plumb, level straight and true to level. F. Metal Base Screeds: Locate where plaster joins cement on bases. G. Control Joints: Install per below: Spacing whether or not shown on drawings shall be as follows: 1 No length should be greater than 18 feet in either direction. 2 No panel should exceed 144 square feet for vertical applications. 3 No panel should exceed 100 square feet for horizontal, curved, or angular sections. 4 No length-to-width ratio should exceed 2 ½ to 1 in any given panel. 3.4 APPLICATION OF PLASTER A. General: 1 In 3 coats for all plastering on metal lath, except backing for ceramic tile mortar setting bed. In 2 coats for all plastering on concrete and/or masonry. In 2 coats for backing for ceramic tile. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 2 Make finish coats reasonably uniform, thickness not less than 1/16-inch at any point; except not less than 1/8-inch at any point for Portland Cement plaster. 3 Apply finish Portland Cement plaster coat over Portland Cement plaster base coats. 4 Extend wall plaster down to floor to provide solid backing behind base, except where cement base is indicated on the Contract Drawings. TECHNICAL PROVISIONS - 190 B. Minimum Thickness of Plaster (Including Finish Coat) 1 Portland Cement Plaster on Metal Lath: 7/8-inch, measured from back plane of lath. 2 Portland Cement Plaster Backing for Tile: Scratch coat 3/8-inch, measured from face of lath; second coat as necessary for required level plane to receive mortar settling bed for tile. 3 Gypsum Plaster on Metal Lath: 5/8-inch, measured from face of lath; 3/4-inch from back plane lath. C. Portland Cement Plaster: 1 General: Apply sufficient material and pressure to secure good bond to lath and other surfaces to encase metal lath of fabric. Bring out to grounds or screeds for proper thickness to provide straight, true, and plumb surfaces. Finish base coats slightly below grounds and leave rough to receive finish coat. Leave all finish coats free of rough areas, trowel marks, checks, and other surface imperfections, such as cracks, blisters and discolor. 2 First Coat on Metal Lath or Paper Backed Welded Wire Fabric for Three-Coat Work: Apply to thickness not less than 1/2-inch measured from back plane of the lath or not less than 3/8-inch from face of the lath for scratch- coat backing behind interior ceramic tile. Scratch surfaces to provide proper bond of finish coats. 3 Second Coat on Metal Lath for Behind Interior Ceramic Tile and for Three-Coat Work: Apply not less than 7 days after application of the first coat, dampen surface of first coat evenly with a fog spray just prior to applying second coat, thickness to be not less than 1/4-inch, rod and darby to produce true and even surface and wood float receive finish coat of plaster or to receive mortar setting bed for ceramic tile. 4 Base Coat on Concrete for Two-Coat Work: Apply directly, on properly prepared or dampened dash coated concrete surfaces. Bring to even and true surface with road and darby and roughen surface with wood float to received finish coat. D. Exterior Portland Cement Plaster on Metal Lath: Scratch coat shall be 3/8-inch as measured from face of the lath. The brown coat (second coat) as necessary to produce a level plane to receive final "stucco" finish to produce a total thickness of the dimensions indicated on the drawings. 3.5 CURING AND PROTECTIONS A. Required: All plaster work to be cured and protected from excessively rapid or slow drying because of weather or lack of air circulation; heat, as required to control drying. B. Portland Cement Plaster: Keep each coat damp for 48 hours after application. 1 Interior Plaster: Keep scratch coat plaster moist minimum 24 hours, then apply brown coat and keep moist for minimum 24 hours, then apply finish coat and keep moist for minimum 24 hours. Fog spray as necessary to maintain moisture during curing periods. 2 Keep exterior plaster moist cured by application of "Fog Spray" during the curing period. 3 Keep exterior stucco moist by covering with 7 ounce burlap maintained in a thoroughly wet condition for at least 48 hours after application. Allow burlap to hang in as long as possible, lengths and tied together at joints; temporary battens, securely anchored in place, to maintain wet burlap in direct contact with cement plaster, or stucco surfaces during the curing period. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 191 SECTION 09250 GYPSUM BOARD PART 1 GENERAL 1.1 SUMMARY A. Furnish and install gypsum board systems and accessory components as indicated on the drawings and specified, including cement board. 1.2 SYSTEM DESCRIPTION A. Design Requirements: Provide systems capable of resisting deflection as required by CBC and authorities having jurisdiction. B. Regulatory Requirements: Comply with CBC requirements for design and installation. 1.3 SUBMITTALS A. Shop Drawings: Submit Shop Drawings indicating complete suspension system including connections, anchorage, and trim features. B. Material Samples: Submit 18 inch x 18 inch Samples of the texture coat of gypsum board panels with edges taped. C. Product Data: Submit manufacturer's catalog data for each product proposed for installation. 1.4 QUALITY ASSURANCE A. As a minimum requirement, comply with following: 1. ASTM C 36 – Standard Specification for Gypsum Wallboard. 2. ASTM C 79 – Standard Specification for Treated Core and Nontreated Core Gypsum Sheathing Board. 3. ASTM C 475 – Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board. 4. ASTM C514 – Standard Specification for Nails for Application of Gypsum Board. 5. ASTM C 557 – Standard Specification for Adhesives for Fastening Gypsum Wallboard to Wood Framing. 6. ASTM C 630 – Standard Specification for Water-Resistant Gypsum Backing Board. 7. ASTM C 840 – Standard Specification for Application and Finishing of Gypsum Board. 8. ASTM C 1002 – Standard Specification for Steel Self-Piercing Tapping Screws for Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs. 9. ASTM C 954 – Standard Specification for Steel Drill Screws for Application of Gypsum Panel Products or Metal Plaster Bases to Steel Studs From 0.033 inch to 0.112 inch in Thickness. 10. ASTM C 1047 – Standard Specification for Accessories for Gypsum Wallboard and Gypsum Veneer Base. 11. ASTM C 442 – Standard Specification for Gypsum Backing Board, Gypsum Coreboard, and Gypsum Shaftliner Board. 12. ASTM C 1396 – Standard Specification for Gypsum Board. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 13. NFPA or UL requirements for fire-rated assemblies according to ASTM E119. 14. Underwriters Laboratories (ULI) requirements and listings for fire-rated materials and products classification. 15. GA 600 – Gypsum wallboard shall conform to requirements of GA 600 Fire Resistance Design Manual, TECHNICAL PROVISIONS - 192 published by Gypsum Association, 16. GA 214 -Gypsum wallboard finish shall conform to requirements of GA 214, published by Gypsum Association, and as specified herein. Levels required for Work are described as follows: B. Qualifications: Installer shall have a minimum 3 years experience in installing and finishing gypsum board. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original, factory sealed packages, containers or bundles bearing brand name and name of manufacturer. B. Materials shall be kept dry. Gypsum wallboard shall be neatly stacked flat; avoid sagging and damage to edges, ends, and surfaces. C. Fire-rated materials shall have fire classifications numbers attached and legible. D. Provide all means necessary to protect gypsum board systems before, during, and after installation. E. Gypsum wallboard showing any evidence of water damage shall not be installed. Gypsum wallboard showing evidence of water damage after installation shall be removed and replaced. PART 2 PRODUCTS 2.1 MATERIALS A. Gypsum Board: 1 Type X (fire-resistant), 5/8 inch thick 48 inch wide, up to 16 feet long conforming to ASTM C 36 with long edges tapered. 2 Water resistant, WR, 5/8 inch thick, 48 inch wide, up to 16 feet long conforming to ASTM C 630 with long edges tapered. 3 Abuse and impact resistant system, abrasion resistance, conforming to ASTM D 4977, impact resistance, conforming to ASTM E 695, fire endurance , conforming to ASTM E 84. 4 Mold resistant Type X (Use at elevator shaft interior), 5/8 inch thick 48 inch wide, up to 16 feet long conforming to ASTM C 36 with long edges tapered. ASTM D 3273 minimum score of “8”. PART 3 EXECUTION 3.1 INSTALLATION A. Metal Trim: 1 Provide corner beads at outside corners and angles, metal casing where gypsum board terminates at uncased openings, metal edge trim where board edges abut horizontal and vertical surfaces of other construction. 2 Install trim in accordance with manufacturer's directions and fasten to framing with proper fasteners through flange perforations. Install trim in longest practical pieces. B. Gypsum Board: 1. Install gypsum board in conformance with ASTM C 840. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 2. Gypsum board shall be cut by scoring and breaking or by sawing, working from face side. Where board meets projecting surfaces it shall be scribed and neatly cut. Unless conditions require otherwise, gypsum board shall be installed first to ceilings, then to walls. End joints shall occur over a support. Install panels of maximum practical length so a minimum number of end joints occur. 3. End joints shall be staggered and joints on opposite sides of a partition shall be arranged to occur on different studs. Joint layout at openings shall be installed so no end joints will align with edges of openings. 4. Except where specified otherwise, fasteners shall be spaced not less than 3/8 inch from edges and ends of gypsum board. Do not stagger fasteners at adjoining edges and ends. 5. Install gypsum board vertically or horizontal as permitted by specific UL Design at walls. Fasten board with TECHNICAL PROVISIONS - 193 drywall screws spaced not to exceed 8 inch on centers around perimeter of boards and 8 inches on centers on intermediate studs. Space screws at 8 inches on centers along top and bottom runners. Screws shall be driven to provide screwhead penetration just below gypsum board surface without breaking surface paper. Where electrical outlet and switch boxes are indicated, provide adjustable attachment brackets between studs. 6. Install gypsum board to ceiling framing with long dimension at right angles to furring channels, or wood framing members, and fasten with specified drywall screws or nails spaced 6 inch to 7 inch on centers across board. Screws or nails shall be not less than 1/2 inch from side joints and 3/8 inch from butt end joints. Abutting end joints shall occur over furring channels and end joints of boards shall be staggered. Support cutouts or openings in ceilings with furring channels. 7. Install access doors in correct location, plumb, or level, flush with adjacent construction, and securely fastened to framing. 3.2 TOLERANCES A. Install gypsum board flat within 1/8 inch in 10 feet. Level Joints Interior Angles Accessories Fasteners Surface 1 Tape set in compound Tape set in joint compound Tool marks and ridges acceptable 2 Tape set in joint compound and one separate coat of joint compound Tape embedded in joint compound and wiped to leave a thin coat of compound over tape, and one separate coat Covered by one separate coat of joint compound Covered by one separate coat of joint compound Free from excess joint compound. Tool marks and ridges acceptable. 3 After taping, cover with two separate coats of joint compound After taping, cover with one separate coat of joint compound Covered by 3 separate coats of joint compound Covered by 3 separate coats of joint compound Smooth and free of tool marks and ridges * 4 After taping, cover with 2 separate coats of joint compound After taping, cover with one separate coat of joint compound Covered by 3 separate coats of joint compound Covered by 3 separate coats of joint compound Smooth and free of tool marks and ridges * 5 After taping, cover with 2 separate coats of joint compound After taping, cover with one separate coat of joint compound Covered by 3 separate coats of joint compound Covered by 3 separate coats of joint compound Skim coat of joint compound applied to entire surface. Surface free from tool marks and ridges. * City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 3.3 JOINT TREATMENT AND FINISHING A. At completion of specified taping and finishing, install one coat of high solids primer as specified hereafter. B. All Levels: Install tape bedding compound, tape, and finishing cement on joints in wallboard as required for specified levels of finish. C. Levels 2 through 5: 1 Install joint cement and finishing cement over screw heads. Treat all inside corners with joint cement, tape, and finishing cement. Treat outside corners with corner beads and finishing cement. 2 Provide metal casing beads at all edges of gypsum wallboard, which abut ceiling, wall, or column finish, and elsewhere as required, such as openings, offsets, etc. Install all exposed joints, trims, and attachments non-apparent following installation of paint or other finishes. If joints and fasteners are visibly apparent, correct defects as required. 3 Seal raw edges of plumbing openings and boards that have been cut to fit with sealing compound brushed on. 4 When entire installation is completed and before installation of finish materials by other trades, correct and repair broken, dented, scratched or damaged wallboard. D. Levels 3 and 4: Install one coat of high solids primer over entire surface. E. Level 5: will NOT be required. 3.4 REQUIRED LEVELS OF FINISH A. Unless otherwise indicated or specified, levels of finish required shall be as follows: TECHNICAL PROVISIONS - 194 1 Level 1: Plenum areas above ceilings, insides of shafts, and other concealed areas. Taping to be as required for fire rated assemblies. 2 Level 2: Water-resistant wallboard backing for high moisture areas to be covered with a water resistant surface other than tile, vinyl or paint, i.e stainless steel cladding etc. 3 Level 3: Backing for wall covering and adhered finish material. Also, provide where textured finish is indicated. 4 Level 4 is required in all areas except where Levels 1, 2, 3 are specified. 5 Level 5 will NOT be required --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 195 SECTION 09257 CEMENTITIOUS BACKERBOARD PART 1 GENERAL 1.1 SUMMARY A. Furnish and install cementitious backerboard as indicated on the drawings and specified. B .Submit product data for cementitious backer board specified. PART 2 PRODUCTS 2.1 COMPONENTS A. Cementitious Backer Board: Provide high density, cementitious, glass fiber reinforced, approximately 5/8 inch thick, Wonderboard by Modulars, Durock by USG, Hardiboard by Hardie, or equal. B. Joint Reinforcing Tape: Coated glass fiber mesh tape; minimum 2 inch width. C. Fasteners shall be as recommended by the backerboard manufacturer, or one of the following: 1 1-1/2 inch long roofing nails, or Type W nails, with rust resistant finish "Climaseal," or hot dip galvanized finish. 2 Screws: Provide self-drilling, self-tapping, cross-slot, bugle-head, Type "S", 11/4" long. 3 Washers: Stainless steel; 3/4 inch round, countersunk. D. Setting-Type Joint Compounds: Factory-prepackaged, job-mixed, chemical-hardening powder products formulated for uses indicated. PART 3 EXECUTION 3.1 INSTALLATION A. Single-Layer Fastening Methods: Apply cementitious boards to steel framing with screws and supplementary adhesives as recommended by the backerboard manufacturer. B. Apply joint treatment at cementitious board joints (both directions), penetrations; fastener heads, surface defects and elsewhere as required to prepare work for painting. C. Finish cementitious wallboard by applying the joint compounds in 3 coats (not including prefill of openings in base), and sand between coats and after last coat. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 196 SECTION 09330 CERAMIC TILE PART 1 GENERAL 1.1 SUMMARY A. Furnish all tools, equipment, materials, supplies, accessories and perform all labor to install ceramic tile work indicated on the Contract Drawings and as hereinafter specified. 1.2 QUALITY ASSURANCE A. Referenced Specifications and Standards: 1. Material, installation and workmanship shall conform to the Tile Council of America Specifications as follows: 1.3 SUBMITTALS A. Submit the manufacturer's list of items proposed to be used or provided under this Section. B. Submit the manufacturer's standard palette showing the various tile colors and textures available. C. Submit the manufacturer's data, specifications and installation instructions for all products of this Section. D. Certificates: 1 Furnish a Master Grade Certificate signed by this tile manufacturer at time of shipping stating type and quantities and by the Contractor who has installed the tile. 2 Furnish certification by the grout manufacturer that the products used meet or exceed the standards of the American National Standards Institute. 3 Certificate of Grade: "Standard Grade" tile in accordance with American National Standards Institute Specifications for Ceramic Tile, A137.1-1967 (ANSI-AN-4). E. Samples: 1 Required: Two pieces of each type, size and color of tile, to be submitted to the Owner for approval. 2 Ceramic Tile: Wall tile and trim. 3 Provide samples of standard grout colors by manufacturer. Each sample shall bear the manufacturer's name and color designation. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 197 1.4 PRODUCT HANDLING A. Deliver materials in manufacturer's original unbroken containers with legible labels identifying brand name and contents. 1 Tile cartons shall be grade-sealed by manufacturer in accordance with ANSI A137 with grade-seals unbroken. 2 Grout shall contain hallmarks certifying compliance with referenced standards. B. Deliver mastic grout in containers ready for use. C. Store all materials in a dry location under cover in a manner to prevent damage or contamination. D. All tile materials shall be free from chips, cracks, scratches, pits, discoloration or other defects. Damaged or defective materials will be rejected. E. Deliver mosaic tile in 12-inch x 12-inch or 12-inch x 24-inch sheets. 1.5 JOB CONDITIONS A. Install mortar and set and grout the tile, only when the temperature is at least 50oF and rising. B. Protection: Protect adjacent surfaces against damage during progress of the work of this Section. C. Coordination and Cooperation: Coordinate work of this Section with work of other trades. Perform work without delay to the work in progress. PART 2 PRODUCTS 2.1 CERAMIC TILE A. General: Provide ceramic tile and accessories complying with Tile Council of America Specification 137.1, in colors and patterns as noted on the contract drawings. Manufacturers shall be Dal Tile as indicated on the drawings (or equal): PART 3 EXECUTION 3.1 INSTALLATION MATERIALS A. Mortar Sand: ASTM C 144. B. Portland Cement: ASTM C 150, Type I or II. C. Hydrated Lime: ASTM C 207, Type S; or ASTM C 206. D. Portland Cement Mortar: ANSI 108.1B E. Latex Portland Cement Mortar: Sand-cement mortar mix gauged with Laticrete 38 Acrylic Admix or Custom Building Products Acrylic Mortar Admix. F. Latex Portland Cement Mortar for Shower Areas: Laticrete 226 Thick Bed Mortar Mix Gauged with Laticrete 3701 Mortar and Grout Admix. G. Latex Portland Cement Bond Mortar: Laticrete 317 Floor & Wall Thinset gauged with Laticrete 3701 Admix, or Custom Building Products Master Blend mixed with Acrylic Mortar Admix. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 H. Latex Portland Cement Bond Mortar over Waterproof Membrane: Laticrete 317 Floor & Wall Thinset gauged with Laticrete 3701 Admix. I. Waterproof Membrane: Thin, cold-applied, single component liquid with embedded reinforcing fabric equal in TECHNICAL PROVISIONS - 198 performance characteristics to Laticrete 9235 Waterproof Membrane. J. Reinforcing Wire Fabric: 2-inch x 2-inch, 16 x 16 gage, galvanized electrically welded wire mesh, ASTM A 185. K. Latex Portland Cement Grout: Laticrete Sanded Grout (1500 Series) or Unsanded Grout (1600 Series, for joints smaller than 1/8”). L. Cleavage Membrane and Wall Backing Paper: ASTM D 226, Type I (No. 15) 15-pound asphalt-saturated felt. M. Backer Rod for sealants (for ceramic mosaic fields): Polyethylene foam, closed-cell, non-gassing, flexible and compressible, 3/16” diameter. N. Cleaner and Sealer: 1 Cleaner and sealer shall be from one manufacturer, acceptable to tile and grout manufacturers. To establish quality, the Specification is based on Aqua Mix Inc. Equivalent products from Miracle Sealants Co. or Watco Tile and Brick may be provided. 2 Cleaner: Aqua Mix Concentrated Tile Cleaner, neutral phosphate-free cleaner, or Custom Building Products Tile Lab Concentrated Tile/ Stone Cleaner. 3 Sealer: Aqua Mix Penetrating Sealer, fungus-and bacteria-resistant, stain-resistant, and slip-resistant as specified for tile, or Custom Building Products Tile Lab Surface Gard. O. Sealant for Ceramic Mosaic Tile: Provide Pecora 898 Silicone Sanitary Sealant or Laticrete Latasil NS, or equal. Color as selected by the Architect P. Cement Board: See Spec Section 09257 3.2 EXAMINATION AND PREPARATION A. Examine substrates, areas, and conditions where tile will be installed for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. Verify that all vents, drains, piping, and other projections through substrate have been installed. Proceed with Work only after all conditions are in compliance. B. Verify that substrates for setting tile are firm; dry; clean and within flatness tolerances required by relevant ANSI A108 tile installation standards. C. Provide scratch coat of portland cement plaster or cementitious backing panels for thin set application. D. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed before installing tile. E. Verify that joints and cracks in tile substrates are coordinated with tile caulked-joint locations; if not coordinated, adjust as required by the Architect. F. Do not install tile until construction in spaces is completed and ambient temperature and humidity conditions are being maintained to comply with referenced standards and manufacturer's written instructions. G. Protect adjacent surfaces during progress of the Work of this section. 3.3 TILE INSTALLATION, GENERAL City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 A. Lay tile in grid pattern, unless otherwise indicated. Align joints when adjoining tiles on base, walls, and trim are the same size. Lay out Work and center tile fields in both directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform joint widths, unless otherwise indicated. B. For tile mounted in sheets, make joints between tile sheets the same width as joints within tile sheets so joints between sheets are not apparent in finished Work. TECHNICAL PROVISIONS - 199 C. Extend Work into recesses and under or behind equipment and fixtures to form a complete covering without interruptions, unless otherwise indicated. Terminate Work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. D. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. E. Locate expansion, control, contraction or isolation joints and other sealant-filled joints, directly above joints in concrete substrates, at horizontal and vertical changes in plane, or where indicated during installation of mortar beds. Do not saw-cut joints after installing tiles. F. Prepare and clean joints to be caulked, and apply sealants as recommended by the product manufacturer. G. Conform to manufacturers printed instructions, and applicable requirements of ANSI and TCA Standards. 3.4 TILE INSTALLATION, FLOOR A. Install reinforcing and latex Portland-cement mortar setting bed over cured concrete slab or cleavage membrane on plywood floor. Lap reinforcing at least one full mesh, and support or lift so that it is approximately in the middle of mortar bed. Do not abut against vertical surfaces. Install foam separation material at perimeters and expansion joint locations for caulked joints. B. Mix setting mortar in accordance with ANSI A.108.1a.2.2.. C. Once begun, mortar installation must continue until room is completely filled. Discard any batch not floated and finished within ½ hour of mixing. Firmly compact before screeding. Screed to true plane and pitch as indicated. Slope mortar bed sufficiently that water flows to drain and no puddling will occur. Slope mortar down to floor drains for proper installation of waterproof membrane. After screeding, firmly rub down with steel or wood float. D. Cure mortar bed with a light fog spray of water and cover with 6-mil Visqueen for 72 hours. 1 Insure that all layers of membrane are fully inserted into clamping ring of floor drain. After membrane installation and before tile setting, install pea gravel around sub drain to prevent blockage of weep holes and place mortar to proper level for setting tile. 2 Before setting tile and after seven (7) days curing, water test the membrane by damming drains and doors, filling floor with water to 4-inch minimum depth, and leaving for 24 hours. Correct any leaks and re-test before proceeding. After testing, protect membrane from traffic until tile Work begins. F Install tile over properly cured setting bed or waterproof membrane utilizing "thin-set" method with latex portland cement bond mortar, in accordance with manufacturer's printed instructions and ANSI A108.5. Confirm substrate is completely clean and free of dust. Cut foam at floor perimeters flush with top of mortar bed. Insure that bond coats do not intrude into joints to be caulked. G. Minimum coverage of bond mortar shall be 80% except 95% in shower areas, for quarry tile, and exterior installations. Place tile into fresh mortar and move and press or beat in tile to insure full contact. Before setting proceeds, set and remove three tiles or sheets of tiles to confirm specified coverage of bond mortar. If coverage is insufficient, utilize a larger toothed trowel or back butter tiles until proper coverage is provided. H. Install tile on floors with the following joint widths: 1 Ceramic Mosaic Tile: 1/16 to 1/8 inch. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 2 Quarry Tile: 1/4 to 3/8 inch. 3 Paver Tile: 3/16 to 3/8 inch. TECHNICAL PROVISIONS - 200 I. Install base tile for quarry tile floors on a mortar bed, with joints matching floor. 3.5 TILE INSTALLATION, WALLS A. Not Used B. Not Used C. Install tile over cementitious backing panels using "thin-set" method with latex portland cement bond mortar, in accordance with manufacturer's printed instructions and ANSI A108.5. Make sure substrate is completely clean and free of dust. Ensure that bond coats do not intrude into joints to be caulked. D. Lay out the Work so tiles will be centered on each wall or section of wall in order to minimize tile cuts. Lay out tile wainscots to next full tile beyond dimensions indicated. Spot setting bed with mortared tile, set plumb and true, to accurately indicate plane of finished tile surfaces. E. Horizontal joints shall be level, vertical joints plumb with surfaces true and plumb, edges of tiles flushed. F. Rub exposed cuts smooth with a fine stone; no cut edge shall be set against a fixture or adjoining surface without a 1/16 inch joint to be caulked. 3.6 GROUTING A. Prior to starting, ensure that all wall tile surfaces are clean and any excessive bond mortar is scraped and vacuumed from joints (approximately 2/3 depth of tile should be open for grouting). Follow manufacturer’s instructions for mixing grout. Once grout Work commences, proceed until complete wall area is finished using one batch of grout. B. Latex portland cement grouting: Dampen tile surface and joints with water using sponge, but leaving no puddles in joints. Force grout into joints using sufficient pressure on rubber float so as to fill joints completely, and scrape excess grout off tile surface with rubber float. Smooth or tool grout to uniform joint finish. Do not over water. C. Curing latex Portland cement grout: Remove final grout haze with clean soft cloth, and cover with 40-weight kraft paper to cure. Leave paper in place for protection. Cover wall surfaces with 40-weight kraft paper for 72 hours. 3.7 CLEANING AND SEALING A. If grout scum is not visible on tile surface after curing, clean tile surface with clear water. Remove and replace cracked, broken or defective tile with proper material. C. Apply penetrating sealer in accordance with manufacturer’s instructions using a dense sponge applicator, paint pad, sprayer or brush. Avoid overlapping, puddling, and rundown. Completely wipe surface dry within 3 to 5 minutes using cotton or paper towels; do not allow sealer to dry on tile. After 2 hours, test surface by applying water droplets to surface. If water is absorbed, apply a second coat. Avoid surface traffic for 24 hours. 3.8 JOINT SEALANTS City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 A. Ensure joints to be caulked are free and clear of all setting and grouting materials and construction debris. Keep foot traffic off newly installed caulking for a minimum of 48 hours or protect with hardboard strips. B. Install sealants in accordance with the product manufacturer's recommendations. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 201 SECTION 09786 SLIP RESISTANT CONCRETE FLOOR SEALING PART 1 GENERAL 1.1 SUMMARY A. Furnish and apply slip resistant concrete floor sealing as indicated on the drawings and specified. 1.2 SUBMITTALS A. Submit product descriptive data and specifications. Indicate cleaning agents, sealer, and the manufacturer, and conformance with specified requirements. 1. Include complete range of the sealer manufacturer's standard colors for color selection. B. Submit the manufacturer's application instructions for cleaning, and sealing. 1.3 JOB CONDITIONS A. Ensure adequate illumination, ventilation, and dust free environment during application and curing of materials. PART 2 PRODUCTS 2.1 CLEANING MATERIALS AND EQUIPMENT A. Water for Cleaning: Clean, potable, free of oils, acids, alkalis, salts, and organic matter. B. Water-Rinsible Cleaner: Use the manufacturer's standard thixotropic water-rinsible solvent formulation for adhered coatings, films or other foreign matter from concrete. 2.2 SEALER A. Products: Provide W.R. Meadows Inc. "VOComp20," Harris Specialty Chemicals Inc. "Thoro Pigmented" sealer, ChemRex Inc. "Kur-N-Seal," or equal, VOC compliant, semi-opaque, low viscosity, tinted acrylic sealer for protection of cementitious surfaces. B. Accessory Materials: Provide fillers, thinners, and other materials of type recommended by sealer manufacturer for intended application. C. Static Coefficient of Friction: When tested in accordance with ASTM C1028, the coefficient of friction shall not be not less than 0.60. D. Fire Hazard Classification: Class A in accordance with ASTM E84. PART 3 EXECUTION 3.1 APPLICATION A. Apply materials in accordance with the manufacturer's published instructions. Thoroughly clean all surfaces prior to the application of the sealer. Comply with recommendations of manufacturers of cleaners for protecting building surfaces against damage from exposure to their products. B. Perform cleaning in a manner which results in uniform coverage of all surfaces, including corners, in a manner to produce an even effect without streaking or damage to the concrete surfaces. C. Rinse off and remove cleaning agents and residue that resulted from the cleaning process. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 D. Apply steam (where required to remove stubborn residues) surfaces at pressures not exceeding 80 psi. Hold nozzle no less than 6" from surface of concrete and apply steam in a manner required to produce TECHNICAL PROVISIONS - 202 uniform coverage and an even effect. 3.2 SEALING A. Do not begin application sealer the floor cleaning has been accepted by the Owner, and until unsuitable conditions have been corrected. B. Prepare substrate surfaces in accordance with manufacturer's instructions. Fill hairline cracks, holes, and similar defects with filler compatible with finish treatment. C. Mix and apply sealer in accordance with manufacturer's instructions, using brush, roller, or spray. D. Apply at coverage rate recommended by manufacturer. E. Edges abutting other materials and colors shall be sharp and clean without overlapping. F. Finish surfaces shall be uniform in finish and color. 3.3 CLEAN-UP A. During progress of the work, and upon completion, clean adjacent surfaces and materials of spills, spatters, splashes, and stains resulting from application. Remove using stains and other defacements as recommended by manufacturer, exercising care to prevent damage to finish surfaces and materials. B. Touch up damaged surfaces before final acceptance. --End of Section— City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 203 SECTION 09860 ANTI-GRAFFITI COATING PART 1 GENERAL 1.1 DESCRIPTION A. Provide all labor, materials, equipment and services to apply anti-graffiti coatings on exterior wall surfaces and elsewhere where noted or indicated on the Contract Drawings, as specified hereinafter and as needed for a complete and proper installation. 1.3 SUBMITTALS A. Product Data: Within 40 calendar days after the Contractor has received the Owner's "Notice to Proceed" submit the following: 1. Materials list of items proposed to be provided under this Section. 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements. 3. Manufacturer's recommended installation procedures which, when approved by the Architect will become the basis for accepting or rejecting actual installation procedures used on the Work. B. Pre-Warranty Application Form: Applicator shall submit to the Architect a pre-warranty application form to verify amounts of materials to be used. 1.4 QUALITY ASSURANCE A. Labor: Use adequate numbers of skilled craft persons 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. Coordination with manufacturer: Contractor shall contact the manufacturer prior to bidding the Work so as to become familiarized with current costs, application procedures and notification requirements. C. Job report: Applicator shall complete and file a "Job Report" with manufacturer certifying conformance of application procedures and quantities to the manufacturer's requirements. D. Material and application shall comply with the rules and regulations of the South Coast Air Quality Management District. 1.5 DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver materials to the job-site in unopened suitable packaging properly identified with the manufacturer's labels indicating manufacturer's name, product name and model number. B. Storage: Store materials in a suitable location where directed by the Architect in original unopened containers in compliance with manufacturer's printed instructions. Store in a location under cover, safe from weather and damage by construction operations. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 204 C. Protection: Use all reasonable means necessary to protect materials before, during and after installation. In the event of damage to specified items, immediately make necessary repairs and/or replacements to the full approval of the Architect, at no added cost to the Owner. D. Inspect: Inspect for approval before containers are opened and any condemned materials to be removed from the job-site. 1.6 GENERAL REQUIREMENTS A. Warranty: Comply with provisions of the GENERAL CONDITIONS of these Specifications which shall include a 12- month warranty period which covers parts and labor; effective date of the warranty being the date of acceptance by the Owner. B. Guarantee: The Contractor shall also furnish the Owner with a written guarantee, which guaranties that during a period of two (2) years from the date of acceptance by the Owner the coating will not turn white, peel, chip or crack. The Contractor will without additional cost to the Owner, promptly make any repairs required as a result of ordinary wear and tear of the elements, and further guaranties that any defective material or Work shall be properly repaired or replaced without additional cost to the Owner. C. Extra Stock of Materials: Upon completion of anti-graffiti coating application at the job-site provide the Owner with manufacturer’s or retailers credit for 5 gallons of the anti-graffiti coating and 5 gallons of remover used on the project. Credit to be locally redeemable for a period of five years. PART 2 PRODUCTS 2.1 ACCEPTABLE MATERIALS A. Materials shall be the products of one manufacturer and be either the ones upon which the design is based on the products of the manufacturer approved in advance by the Architect in accordance with applicable conditions in the GENERAL CONDITIONS. B. Material shall be the appropriate type as recommended by the manufacturers (hereinafter named) or provide an equal product of another manufacturer approved in advance by the Architect. 2.2 ACCEPTABLE PRODUCTS A. Subject to compliance with specified requirements, anti-graffiti coatings shall be one of the following products, "Or Equal”: 1. GRAFFITI PREVENTION SYSTEMS -GRAF-COAT ANTI-GRAFFITI COATING 25038 2. GENESIS COATINGS -GRAFFITI MELT -ANTI-GRAFFITI COATING 25042 3. TEXTURED COATINGS OF AMERICA -TEX COTE GRAFFITI GARD 25054 4. LLYONE CORP -GRAFFITI SHIELD -ANTI-GRAFFITI COATING 25056 5. RAINGUARD PRODUCTS CO. -VANDL-GUARD ANTI-GRAFFITI COATING 25060 6. PROSOCO -ANTI-GRAFFITI COATING SYSTEM 25079 7. MONOPOLE -MONOCHEM PERMA SHIELD ANTI-GRAFFITI COATING 25080 8. L.M. SCOFIELD CO -REPELLO ANTI-GRAFFITI COATING 25105 9. TAMMS INDUSTRIES CO -AQUATHANE ANTI-GRAFFITI COATING 25115 10. GRAFFITI CONTROL SYSTEMS -GRAFFITI GUARD ANTI-GRAFFITI 25116 11. VEN-CHEM-SUPERCOAT AG5 ANTI-GRAFFITI COATING 25126 12. AMERICAN POLYMR CORP GSS CLEAR COAT ANTI-GRAF-25142 13. SINAK CORP -SINAK GRAFFITI PROTECTION SYSTEM (GPS) 25148 14. DUNN-EDWARDS CORP-IP631 ULTRASHIELD CLEAR AS ANTI-GRAF COAT 25162 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 205 2.3 MATERIAL PERFORMANCE CRITERIA A. Completed graffiti protection shall include the following performance criteria: 1. Shall have a flat non-glossy appearance. 2. Shall be non-yellowing and contain no waxes, urethane or other yellowing resins. 3. Shall cause little or no change in the appearance of the treated surface. 4. Shall allow moisture vapor transmission. 5. Can be cleaned a minimum of five times. 6. Shall be renewable and repairable. 7. Be 98% effective in removing all graffiti on masonry surfaces. 8. Dirt pickup shall not be increased by coating. 9. Manufacturer will warrant product performance. 10. Product shall be VOC compliant. 11. Conform to all State waste disposal regulations including but not limited to those involving proposition 65. 12. Product shall be capable by manufacturer's literature of withstanding 5 years exterior exposure without significant loss of protection, other than spot restoration of areas attacked by graffiti, cleaned, and re-coated per written instructions of manufacturer. 13. Anti-graffiti treatment must be resistant to rain, weather, abrasion, peel, ultra-violet, and be clear and non- yellowing. 14. Anti-graffiti treatment should be able to withstand repeated removal of all types of paint and other graffiti materials with little or no defacement of or change to the original surface. B. After application of materials, a field demonstration or test will be performed to the satisfaction of Architect which will include: 1 Spray paint applied to material to simulate graffiti attack. 2 Attack allowed to stand 14 days before removal. 3 Removal by manufacturer's recommended process shall determine that at least 98% of the graffiti has been removed. D. Anti-Graffiti Locations: 1 Full height of all exterior exposed ground level exterior walls and CMU walls. Include monument signs, seating benches, trash containers, ash urns, etc. 2 On all exterior steel doors and frames. 3 On all exterior wall mounted plaques and signs. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 206 2.4 EQUIPMENT A. All clear materials shall be applied by airless spray equipment. Tip size .015 -.021 PART 3 EXECUTION 3.1 INSPECTION OF CONDITIONS A. Examine the areas and conditions on which materials of this Section will be applied. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed with contracted Work of this Section until such detrimental conditions are corrected. . All detrimental conditions shall be corrected as directed and approved by the Architect, before proceeding with Work of this Section. Start of installation operations shall imply Contractor’s acceptance of job conditions. 3.2 ENVIRONMENTAL CONDITIONS A. Do not proceed with application of anti-graffiti materials when the ambient temperature is less than 45 degrees F., when low temperature of 40 degrees F. or less is predicted within a period of 24 hours, or if rain is expected in the next 24 hours. B. Do not apply materials in rainy conditions or within 5 days after surfaces have become wet from rainfall or other moisture. 3.3 MANUFACTURER’S INSPECTION A. Applicator shall notify manufacturer's representative a minimum of 72 hours prior to scheduled application for field inspection. 3.4 APPLICATION A. Preparation of Surface (As applicable): 1. Do not commence application until surface is structurally sound, clean, dry, and free from excess dust, loose paint, greasy stains and efflorescence. 2. Form oils should be completely removed. 3. All cracks, voids, beeholes or mortar shrinkage shall be properly repaired and primed if necessary to make the surface uniform. 4. Allow substrate to dry and age at least 3 weeks before applications of anti-graffiti coating. 5. Porous concrete block should be sealed with approved "Rainproof Acryseal WD" or approved equal a minimum of 48 hours before application of anti-graffiti coating material. 6. If using "Graffitibase" material over a previously paint coated surface apply a small amount in an inconspicuous place to check for lifting. 7. Remove existing graffiti with graffiti remover or approval equal. 8. Applicator/Contractor to use the application tools and methods as recommended by the coating manufacturer and approved by the Architect. 9. Applicator/Contractor is responsible for daily application of a small test area on surface to be coated before starting daily general application to assure desired results, especially if there have been temperature changes during application. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 207 B. Application of Anti-Graffiti Coating 1. Coverage: Apply materials at rate per square foot recommended by the material manufacturer. 2. Application Sequence: Apply two coats of the material base coat followed by one coat of top coat in compliance with manufacturer's specifications and recommendations. a. A minimum drying time of two hours should be allowed between the first and second coats of base coat. b. A minimum drying time of 4 hours should be allowed between the base coat and the top coat. 3. Anti-graffiti coating process should achieve a non-yellowing, durable, clear film completely protecting the substrate from penetration of paint, ink, crayons, dirt, air pollutants, grime and similar materials and help maintain and protect the original appearance of the surface. 4. Base coat material should be applied with a "crosshatch" method of several horizontal passes followed immediately by vertical passes to build up a heavy wet film to insure sufficient uniformity. This is considered one coat and the same method is repeated for the second coat to build a minimum dry film thickness of 3 mils. Spray large areas in sections so overlap occurs before previously coated areas have dried. a. Start application at top of wall and work down surface. Schedule Work so that the stopping point each day falls at an opening, column or corner. 5. Top coat should be applied with a "crosshatch" method of several horizontal passes followed immediately by vertical passes to build up a film to insure sufficient uniformity. This is considered one coat. C. Protection: Applicator shall be responsible for protection of this and all adjacent Work from damage during application with dropcloths or other suitable materials. 3.5 REPAIRS A. Repairs: Any soiling of the Work of this Section shall be repaired by the installer of the anti-graffiti material as approved by the Architect at no added cost to the Owner. 3.6 CLEAN-UP A. Contractor shall carefully remove all protection materials from adjacent surfaces and any residue resulting from this operation. Completely remove overspray and spills as soon as possible before curing and excess materials from the job-site. B. Remove all excess materials, equipment, rubbish and debris from the job-site. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 208 SECTION 09900 PAINTING PART 1 GENERAL 1.1 SCOPE A. Furnish and install painting as indicated on the drawings and specified, including: 1. Performance and completion of painting and decorating, interior, less items of painting hereinafter specified as being excluded. 2. The Contractor shall only use paints that are Low-VOC Interior wall paint 3. Low-VOC Coatings that meet SCAQMD Rule 1113 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Shop prime coats: The following products shall be primer painted at the place of fabrication 1. Structural steel and miscellaneous metalwork. 2. Ferrous (ungalvanized) and galvanized sheet metals. 3. Shop coat on machinery and equipment: Refer to the sections under which various items of manufactured equipment with factory-applied shop prime coat are finished. All items of equipment furnished with prime coat finish shall be finish painted under this Section, unless specified otherwise. B. Color coding of mechanical piping: Color coding is in addition to painting of piping which may be required under this Section. 1.3 MATERIALS AND EQUIPMENT NOT TO BE PAINTED A. Unless scheduled, specified, or required by the drawings to be painted, the following items do not require painting. These surfaces shall be left completely clean and free from droppings and accidentally applied material. Non-ferrous metals, chrome plated metal, and stainless steel. 1. Finish Hardware. 2. Ceramic tile. 3. Floor finish materials. 4. Acoustic tile. Equipment furnished with complete factory-applied finish, (except A.C. units) unless specifically noted on the drawings or specified herein to be painted. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 209 1.4 MATERIAL SUBMITTAL A. Prior to start of painting, submit three copies of a complete list of all materials, identified by manufacturer's name and product label or stock number, to the Architect for approval. This list shall be in the form of a repetition of the paint finishes specified, with the addition of the specific product intended for each coat. B. Two copies bearing Architect's approval and corrections will be returned to the Contractor, one copy of which shall be on file in the Contractor's construction office on the job prior to start of painting work. 1.5 CERTIFICATION A. Each shipment of painting materials delivered to the site shall be accompanied by duplicate copies of an affidavit from the manufacturer certifying that each classification or type of material furnished complies with specification requirements. B. Deliver one copy of affidavit to the Contractor and one copy to the Architect. 1.6 CODE AND SAMPLES A. Colors shall be as selected by Architect. B. Prepare and submit to the Architect, four 8-1/2" x 11" samples shall be on the same materials that are used for this project. Upon approval, two samples will be returned to the Contractor. Where transparent or stained finishes are used, these samples shall be prepared on species and quality of wood that will be installed on the project, and indicating system used. C. The Contractor shall prepare a finish painted sample wall area for the Architect's approval. Do not proceed with the work until an approval has been received from the Architect. PART 2 PRODUCTS 2.1 MATERIALS A. Thinners, vehicles, pigments, and other incidental materials intended to be combined with or used with factory-mixed products shall be of the types and kinds recommended by the paint manufacturer for the intended purpose. Include listing of such materials in the material list required hereinafter. B. Deliver materials to the job in unopened containers bearing manufacturer's name and product designation corresponding to designation on material list. C. Insofar as practicable, each kind of coating for the various types of paint finish shall be factory-mixed to match approved samples and colors, and of consistencies ready for immediate application. PART 3 EXECUTION 3.1 ACCEPTANCE OF SURFACE A. Inspect surfaces to be treated to effectively safeguard work of others and to preserve painted work free from damage of every nature. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 210 B. All surfaces which are found to be unsuitable for application of paint finish, shall be properly prepared before painting is started. Application of the first coat of paint shall be construed as acceptance of the surface as satisfactory for application of painter's finish. C. Report unsatisfactory conditions disclosed by inspections in writing for correction. Do not proceed with the work until such unsatisfactory conditions have been properly corrected. 3.2 COATS AND INSPECTION A. The number of coats specified is minimum that shall be applied. It is intended that paint finishes of even, uniform color, free from cloudy or mottled surfaces, be provided. The work shall be "spot-coated" or undercoated as necessary. B. Each coat shall be of a proper ground color to receive a succeeding coat, and wherever practicable, shall differ in color tint. Each coat shall be approved by the Architect before the next coat is applied; otherwise an extra coat will be required over the entire surface involved, except where otherwise directed. 3.3 MISCELLANEOUS REQUIREMENTS A. Store and mix paint materials in places as directed. Portions of the building used for paint storage and mixing shall be suitably safeguarded against stains, damage and defects. Take adequate precautions against fire hazard. B. Mixing and thinning of prepared paints: In accordance with recommendations of manufacturer whose material is being altered, where necessary to produce satisfactory results. C. Painting materials required for use on the project shall conform in all respects, with applicable air pollution control regulations. 3.4 PROTECTION A. Provide drop cloths, barricades, or other forms of protection necessary to safeguard work of others, and as required to preserve painted work free from damages of every nature. Post signs immediately following application of paint. Exercise proper care to completely protect fixtures, and cabinets that will be installed before painting operations are complete. Cover well with drop cloths and do not use fixtures or finished building construction of any type for scaffolding or support of scaffolding. B. In the event finish materials which require no painting should be accidentally splashed with paint or otherwise disfigured by unauthorized application of paint, and if the paint cannot be removed without damage to the material involved, then these materials shall be removed and replaced with new materials, and all costs incidental thereto shall be paid by the Contractor. Cleaning and removal of unauthorized paint or other such materials shall be accomplished with materials and procedures which are non-injurious to the surface, all as approved by the Architect. C. After completion and acceptance of the painter's work in any area, the Contractor shall be responsible for provision and maintenance of such forms of protection that may be required to protect finished work from damage from any cause prior to acceptance of the job by the Owner. Schedule the work, and exclude traffic and unauthorized personnel from finished areas, to the extent necessary to prevent damage. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 211 3.5 SURFACE PREPARATION A. Properly prepare all surfaces to receive the finishes herein specified or designated in the Schedule of Finishes. In general, all such work of preparation shall be as follows: B. Finish woodwork: Additional sanding required for first class finishes shall be done under this Section. Open joints, cracks, nail holes, etc., shall be filled flush and smooth using plastic wood or putty as best adapted to the condition. Knots and permissible pitch pockets shall be shellacked or otherwise suitably sealed prior to further application of material thereon. Woodwork scheduled for transparent finish shall be free of all surface defects. 1. Stain: Woodwork indicated to receive a stain and varnish finish shall be stained to an even color with water borne stain. On open-grained hardwood, mix stain with paste filler and completely fill pores in wood. C. Galvanized metalwork: When installed without shop prime coat and required to be painted, thoroughly clean with commercial phosphoric acid solution, or other prepared product recommended by the paint manufacturer for pre-treatment for application of galvanized metal primer. Galvanized metal primer shall be recoated with the next coat within the period specified by the manufacturer of the primer. D. Shop-coated metal work: Thoroughly clean off oil, grease, dirt and foreign matter. Field conditions, welds, soldered joints, and burned and abraded portions shall be spot-coated with the same material used in the shop coats and permitted to thoroughly set and harden. Sand surfaces for coat to follow. E. Uncoated ferrous metal work: Clean metal surfaces not provided with a shop prime coat by others, of rust, mill scale, oil, grease encrustations, and foreign matter, using rotary brushes, solvents, or sandblasting, as necessary, and leave ready for coat to follow. Pits shall be cleaned down to bright metal. F. Gypsum board drywall surfaces: Taped and cemented joints shall have been finished smooth and flush and left ready for application of painted finish by the Drywall Contractor. Any unsatisfactory conditions, such as raised or depressed surfaces, or scuffed paper finish, shall be corrected. G. Concrete (interior) surfaces: Clean surfaces of dirt, laitance, excess mortar, encrustations and foreign matter. Cracks, holes, pits and other imperfection shall be neatly patched flush and smooth, and the entire surface chemically treated as required to counteract lime and alkali burns, and hot spots 1. Switch and outlet boxes: See that the wall is properly finished around boxes before start of painting so that joint will be properly covered by standard size switch plates. 3.6 SANDING A. In addition to preparatory sanding, each coat, except the last, shall be sanded unless otherwise specified, using sandpaper appropriate to the finish required. Avoid scratches and swirls. 3.7 SPECULAR REFLECTANCE A. Reflectance of paint: Determine the degree of gloss or flatness in painting materials by specular reflectance or gloss meter reading on a scale of 100 using "Method of Test of Specular Gloss," ASTM D523, within the following ranges: Gloss 75 -90 Semi-Gloss 45 -75 Eggshell 15 -45 Low Luster 6 -15 Flat 1 -6 3.8 PAINTING OF PIPES, DUCTS AND CONDUITS A. Exposed pipes, ducts and conduits, with their hangers, supports, fittings shall be provided with a paint finish, except where otherwise specified. In rooms in which the walls and ceilings are scheduled to be painted, all exposed piping, ductwork and miscellaneous metal work shall be painted to match. Exposed machinery, equipment, pipes, conduits and ducts shall receive industrial enamel finish, including work in equipment rooms. Bare pipe lines, ducts carrying temperatures in excess of 175 F, shall receive "Bitumastic," high heat finish. Covered pipe prime coat shall be a coat of "size" substituted for the prime coat described for exposed pipe finish. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 1. Exposed metal surfaces of electric fixtures, panel boards, switch cabinets, registers and access panels shall have finish same as for exposed conduits, except where installed flush in TECHNICAL PROVISIONS - 212 painted surfaces, or against painted surfaces, finish to match. B. Paint frames of all recessed lighting fixtures, cabinets, and panels to match adjacent surfaces. Where such frames are installed on unpainted surfaces, and supplied with prime coat finish, they shall be painted as specified or directed. C. Exposed piping, conduits, pipe racks, supports and hangers occurring in rooms in which the walls and ceilings are not painted, shall be painted as for other exposed piping. 3.9 DUCT THROATS A. Behind registers, grilles and louvers, duct throat shall be cleaned of all foreign materials and given one coat of metal primer and one coat of flat black oil or alkyd paint. B. Extend paint finish back into the duct far enough so that no bare metal will be exposed from any normal viewing position. 3.10 REGISTERS, GRILLES AND DIFFUSERS A. Registers, grilles and diffusers shall be painted to match the surface in which they occur. B. If furnished with complete factory finish, the finish shall be properly prepared to receive additional coats and repainted to obtain proper color, unless directed otherwise by the Architect. If furnished in anodized aluminum they need not be painted. 3.11 FINISH HARDWARE A. Finish hardware, except prime coat butts, shall be properly fitted to the doors and frames, and then removed for finish painting, after the completion of which it shall be reinstalled. B. Prime coated butts shall be painted to match adjacent surfaces. All plated and nonferrous hardware shall be clean and completely free of paint upon completion. 3.12 WORKMANSHIP A. All work shall be executed by skilled workers, experienced in their trade, under constant supervision by well qualified foremen. All work to be of the highest standards and methods. B. Mix paint thoroughly and break up with paddles to smooth, uniform and good brushing consistency, and use strictly in accordance with the manufacturer's directions. C. Keep all brush washes outside paint storeroom and remove all brush washes from the job site daily. After sealers are applied, make sure that all suction, hot or burned spots, are resealed to assure correct finish coats. D. All work shall be done under favorable weather conditions, or conditions suitable for the production of first-class work. E. No exterior or interior painting shall be done until the surface is thoroughly dry and cured. Exterior painting shall not be done in rainy or windy weather. F. Enamels, varnishes and sanding sealers shall be sanded lightly and dusted clean between coats to produce an even, smooth finish. 3.13 TOUCH-UP WORK A detailed inspection of paint work shall be made, and abraded, stained or otherwise disfigured portions shall be satisfactorily touched-up or refinished to produce a first-class workmanlike and acceptable job. 3.14 CLEANING City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 A. After painting work has been completed, make a detailed inspection of paint finish and carefully remove spatterings of paint material from adjoining work particularly from glass, plumbing fixtures, tile and trim. TECHNICAL PROVISIONS - 213 B. Repair damages that may be caused by such cleaning operations. All implements of service shall be removed from the premises and the entire project left in a condition acceptable to the Architect. 3.15 PAINT FINISHES A. The required finishes shall be applied to the surfaces specified and/or as scheduled on the finish and paint schedules on the drawings. All materials shall be applied in compliance with manufacturer's instructions on properly prepared surfaces and foundation coats. Unless otherwise specified, all products are from the catalog of ICI Dulux Paint Company, Vista Paint Compond Ameritone, Frazee, Dutch Boy, Pittsburgh, Sherwin Williams, and Dunn Edwards, all subject to approval by the Architect. B. Interior: 1. Gypsum Board: 3 coats standard (four coats if wall is scheduled to have Dry Erase Coating) 2. First: Drywall sealer. 3. Second and Third: Interior enamel, semi-gloss or as indicated. Fourth (Dry Erase): “ClearErase” clear coat distributed by Tri|kes, 11123 Shady Trail, Dallas, TX 75228. www-tri-kes.com. 1-800-200-8120 Concrete: 3 coats. First: Concrete sealer. Second and Third: Interior enamel, semi-gloss or as indicated. Metal: Shall be cleaned, pre-treated and painted with 3 coats. Items to be painted include but are not limited to: exposed structural and miscellaneous steel, stairs, ladders, railings and handrailings. First: Metal primer. Second and Third: Interior gloss enamel, or as otherwise directed by the Architect. 4. Woodwork, Stained and Varnished: 4 coats. First: As specified under Priming. Second, Third and Fourth: Varnish, semi-gloss. 5. Wood doors: 4 coats. First: As specified under Priming. Second, Third, and Fourth: Varnish, gloss. 6. Other Wood: 3 coats. a. Varnished or painted as indicated. b. If varnished, same finish system as painted woodwork, with semi-gloss or gloss finish to match adjacent wall. C. Exterior: ` 1. Concrete: 3 coats. First: Concrete sealer. Second and Third: Exterior 100% acrylic. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 214 2. Metal: Shall be cleaned, pre-treated and painted with 3 coats. Items to be painted include, but are not limited to, steel columns and miscellaneous steel items, gravel stops, metal doors and frames, hoods and flashings. First: As specified under Priming. Second and Third: Exterior house and trim enamel. D. Mechanical and Electrical Work: 1. Except where interior mechanical and electrical work to be painted is specified to received another paint finish, work occurring in finished rooms and spaces shall be cleaned, pre-treated and painted with 3 coats. Items to be painted include, but are not limited to: steel and copper piping, pipes, vents, fittings, ducts, plenums, miscellaneous supports and hangers, electrical conduit, fittings, pull boxes, outlet boxes, unfinished surfaces of plumbing fixtures, miscellaneous metal cabinets, panels and access doors and panels. First: Priming. Second and Third: Interior enamel, semi-gloss or gloss to match adjacent wall or ceiling finish. 2. Insulation and Taping On Pipes and Ducts: 3 coats. a. Finished Rooms: First: Interior water borne primer. Second and Third: Interior semi-gloss or gloss enamel to match adjoining wall or ceiling finish. b. On Building Exterior: First Exterior water borne primer. Second and Third: Exterior gloss enamel. 1. Inside surfaces of ducts, vents, dampers and louvers as far back as visible from room in which they open shall be painted with 2 coats of flat black paint. 2. Lettering: Where lettering and signs are indicated to be painted, lettering shall be done by an experienced sign painter. Unless otherwise indicated, characters shall be 4" high, 3/4" wide stroke, black. --END OF SECTION-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 SECTION 10160 SOLID PLASTIC PARTITIONS PART 1 GENERAL 1.1 SUMMARY A. Provide and install solid plastic partitions and urinal screens in toilet rooms and shower stalls where indicated on the Contract Drawings and as specified herein as needed for complete and proper installation. B. Toilet compartments shall be floor anchored, overhead braced. C. Screens shall be wall hung and floor anchored. D. Toilet accessories, such as toilet paper holders, and grab bars are specified elsewhere in Division 10. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's detailed technical data for materials, fabrication, and installation, including catalog cuts of anchors, hardware, fastenings, and accessories. B. Shop Drawings: Submit shop drawings for fabrication and erection of toilet partition assemblies not fully described by product drawings, templates, and instructions for installation of anchorage devices built into other work. C. Samples: Submit full range of color samples for each type of unit required. Submit 6" square samples of each color and finish on same substrate to be used in work, for color verification after selections have been made. 1.3 QUALITY ASSURANCE A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication where possible, to ensure proper fitting of work. However, allow for adjustments within specified tolerances wherever taking of field measurements before fabrication might delay work. B. Coordination: Furnish inserts and anchorages which must be built into other work for installation of toilet partitions and related work; coordinate delivery with other work to avoid delay. PART 2 PRODUCTS 2.1 MATERIALS A. Manufacturer: Subject to compliance with specified requirements, provide products as manufactured by Santana Products, or equal. 1. BATHROOM PARTITIONS Type and Color As specified in plans. B. Where indicated on the drawings, provide partitions that are ADA approved and suitable for use by handicapped persons. C. Solid Plastic: High density, solid polyethylene with homogeneous color throughout. Provide material not less than 1" thick, seamless construction with edges eased. 1. Colors shall extend throughout the panel thickness. Exposed finish surfaces shall be smooth, waterproof, non-absorbant, and resistant to staining and marking with pens, pencils, or other writing devices. Solid plastic partitions shall not show any sign of deterioration when immersed in the following chemicals and maintained at a temperature of 80 degrees F for 30 days: City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 Acetic Acid (80%) Hydrochloric Acid (40%) Acetone Hydrogen Peroxide (30%) Ammonia (liquid) Isopropyl Alcohol Bleach (12%) Lime Sulfur Borax Nicotine Caustic Soda Soaps D. Concealed Anchorage Reinforcement: Minimum 12-gage galvanized steel sheet. E. Concealed Tapping Reinforcement: Minimum 14-gage galvanized steel sheet. F. Pilaster Shoes: ASTM A 167, Type 302/304 stainless steel, not less than 3" high, 20 gage, finished to match hardware. G. Stirrup Brackets: Manufacturer's standard design for attaching panels to walls and pilasters, either chromium-plated non-ferrous cast alloy ("Zamac") or anodized aluminum. Provide continuous brackets at all wall-mounted panels. H. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware and accessories of chromium-plated non-ferrous cast alloy ("Zamac"). I. Overhead-Bracing: Continuous extruded aluminum, anti-grip profile, with clear anodized finish. J. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel, chromium-plated steel, or brass finished to match hardware, with theft-resistant type heads and nuts. For concealed anchors, use hot-dip galvanized, cadmium-plated, or other rust-resistant protective-coated steel. K. Door Dimensions: Unless otherwise indicated, furnish 24" wide in-swinging doors for ordinary toilet stalls and 36" wide (clear opening) out-swinging doors at stalls equipped for use by handicapped. L. Hardware: Furnish hardware for each compartment in partition system, as follows: 1 Hinges: Cutout inset type, adjustable to hold door open at any angle up to 90 degrees. Provide gravity type, spring-action cam type, or concealed torsion rod type, to suit manufacturer's standards. 2 Latch and Keeper: Manufacturer's standard surface mounted latch unit, designed for emergency access, with combination rubber-faced door strike and keeper. 3 Coat Hook: Manufacturer's standard unit, combination hook and rubber-tipped bumper, sized to prevent door hitting mounted accessories. 4 Door Pull: Manufacturer's standard unit for out-swing doors PART 3 EXECUTION 3.1 INSTALLATION A. Comply with the manufacturer's recommended procedures and installation sequence. Install partitions rigid, straight, plumb, and level. B. Provide clearances of not more than 1/2" between pilasters and panels, and not more than 1" between panels and walls. Secure panels to walls with not less than two stirrup brackets attached near top and bottom of panel. Locate wall brackets so that holes for wall anchorages occur in masonry or tile joints. Secure panels to pilasters with not less than two stirrup brackets located to align with stirrup brackets at wall. Secure panels in position with manufacturer's recommended anchoring devices. C. Overhead-Braced Partitions: Secure pilasters to floor, and level, plumb, and tighten installation with devices furnished. Secure overhead-brace to each pilaster with not less than two fasteners. Hang doors and adjust so that tops of doors are parallel with overhead-brace when doors are in closed position. D. Screens: Fasten screens with concealed anchoring devices, as recommended by manufacturer to suit supporting structure. Set units to provide support and to resist lateral impact. --END OF SECTION-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 217 SECTION 10400 CODE REQUIRED SIGNS AND GRAPHICS PART 1 GENERAL 1.1 SUMMARY A. Furnish and install code required signs and graphics as indicated on the drawings and specified, including but not limited to the following. 1 Identification signs, including public restrooms. 2 Accessibility entrance signs and path of travel directional signs. 3 Exit signs. 4 Emergency signs at wheelchair lifts. 5 Street address signs. B. Check with the Owner for final wording and color or colors of all signs prior to authorizing manufacture of same. 1. Contractor shall obtain written confirmation of the signs and graphics from the Owner prior to fabrication of materials. 1.2 SYSTEM DESCRIPTION A. Signage shall include items required by the City of San Marino, various local, state and federal authorities for identification, direction, control, and information of building where installed as complete integrated system from a single manufacturer. B. ADA Design Requirements: 1. Signage requiring tactile graphics: a. Wall mounted signs designating permanent rooms and spaces such as room numbers, restroom and departments. b. Individually applied characters are prohibited. 2. Signage not requiring tactile graphics but require compliance to other ADA requirements: All other signs providing direction to or information about function of space such as, directional signs (signs with arrow), informational signs (operating hours, policies, etc.), regulatory signs (no smoking, do not enter), and ceiling and projected wall mount signs. C. ADA Performance Requirements: 1 Single Doors: Per CBC current addition 2 Openings: Per CBC current addition 3 No wall space adjacent latch side of door, opening, or double doors: Per CBC current addition 1.4 SUBMITTALS A. Product Data: Submit list of sign names to the Owner and include: 一 Listing of proposed color or colors for each sign to the Owner for a final review of design. 一 Manufacturer's product literature indicating units and designs selected. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 一 Evidence of manufacturer's computerized data retrieval program for tracking of Project for sign typography, message strip requirements, and other pertinent data from schedule input to final computerized typography on finished product. TECHNICAL PROVISIONS - 218 B. Shop Drawings: 一 Indicate materials, sized, configurations, and applicable substrate mountings. 一 Typography sample for copy. 一 Signage schedule complete with location of each sign and required copy; include floor plans, if required. 一 Artwork for graphics. C. Samples: 一 Full size samples for copy in colors selected. 一 Furnish samples in ink, paint or integral material of all finishes. 一 A custom textured color and finish swatch will be provided by the designer. Sign fabricator will be responsible for matching that finish in appropriate production quantity paint finish. A 12" x 12" sample from fabricator will be submitted as project control. PART 2 PRODUCTS 2.1 CODE REQUIRED SIGNS AND GRAPHICS A. Subject to compliance with specified requirements signs and graphics shall be by ASI-Modulex Inc, or an “ or equal” product. B. Materials shall be the standard products of the manufacturer, selected by the Owner, and as depicted in its commercial advertisements. PART 3 EXECUTION 3.1 INSTALLATION A. Install signs and graphics in locations indicated and in accord with reviewed shop drawings; square, plumb, and level units. B. Installer shall participate in job walk with the Owner prior to installation to discuss any mounting problem. Adjustments where practical are to be made by installer. C. Clean exposed surfaces not more than 48 hours prior to Date of Substantial Completion in accord with manufacturer's written cleaning instructions. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 219 SECTION 10800 TOILET ROOM ACCESSORIES PART 1 GENERAL 1.1 SUMMARY A. The Work specified in this Section includes providing toilet accessories where indicated on the Contract Drawings, and specified. 1.2 SUBMITTALS A. Product Data: Promptly after the Contractor has received the Owner’s "Notice to Proceed" submit the following: 1 Manufacturer's specifications and other data required to prove compliance with specified requirements. 2 Manufacturer's recommended installation procedures which, when approved by the Owner will become the basis for accepting or rejecting actual installation procedures used on the Work. 3 Complete descriptive data on fasteners proposed for each type of wall or partition construction, recommended mounting locations and mounting instructions. B. Shop Drawings: Submit for approval for each item specified under this Section. Indicate location of backing required to attach to wall or ceiling-support items. C. Samples: If requested by the Owner, submit one full size sample of each specified item. After approval samples may be installed if they are identified and their locations are noted. D. Non-Stock Items: When so specified submit complete Shop Drawings to the Owner for approval. 1.3 DELIVERY, STORAGE AND HANDLING A. Delivery: Deliver materials to the job-site in unopened suitable packaging properly identified with the manufacturer's labels indicating manufacturer's name, product name and model number. B. Storage: Store materials where directed by the Owner, in a location under cover, safe from weather and damage by construction operations. C. Protection: Use all reasonable means necessary to protect materials before, during and after installation. In the event of damage, to specified items immediately make necessary repairs and/or replacements to the full approval of the Owner, at no added cost to the Owner. 1.4 REFERENCES A. ANSI A117-1986 Specifications for making buildings and facilities accessible to and usable by B. UBC -Chapters 5 and 33 Requirements for the Disabled. B. Title 24, California Code of Regulation, Parts 2, 3, and 5. C. ADA, Accessibility Guidelines for Buildings and Facilities, Federal Register Volume 56, Number 144, Rules and Regulations. physically disabled persons. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 220 PART 2 PRODUCTS 2.1 TOILET ROOM ACCESSORIES A. Anchors and Fasteners: Provide anchors and fasteners capable of developing a retaining force commensurate with the strength of the accessory to be mounted or installed and well suited for use with supporting construction. Where exposed fasteners are permitted, provide oval head fasteners (vandal proof type) with finish matching the accessory item. B. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to advanced written approval of the Owner. PART 3 EXECUTION 3.1 INSTALLATION A. Examine the areas and conditions under which Work of this Section will be installed. Correct conditions detrimental to the proper and timely completion of the Work. Do not proceed until detrimental conditions have been corrected. All detrimental conditions shall be corrected as directed and approved by the Owner, before proceeding with Work of this Section. Start of installation operations shall imply Contractor’s acceptance of job conditions. B. Throughout construction of substrate surfaces, use all means necessary to ensure proper and adequate provisions for concealed support devices and for finished openings to receive the Work of this Section. C. Locate accessories as indicated on the Contract Drawings or as otherwise directed by the Owner. D. Securely attach accessories to adequate supports with concealed approved vandal proof fasteners. E. Install accessory items as per manufacturer's recommendations, mount flush and plumb with adjacent wall surfaces. F. Installation and locations shall comply with State of California (CAL/ABL) California Architectural Barriers Laws, Title 24 and ADA. G. Install each item in its proper location, firmly anchored into position, level and plumb, and in accordance with the manufacturer's recommendations. H. Adjustment: Before final inspection, inspect each accessory item installation for rigid and secure installation. Take necessary adjustment action for rigid and secure installations. I. Remove all excess materials, equipment, rubbish and debris from the job-site. All areas in the structure used by the Contractor to be left in a clean and safe condition. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 221 SECTION 10812 UNDER SINK PROTECTIVE COVERS PART 1 GENERAL 1.1 SUMMARY A. Furnish and install under sink protective covers as indicated on the drawings and specified (3 total). 1.2 SUBMITTALS A. Submit product data for the under sink protective cover, including specifications, details of construction relative to materials, dimensions, profiles, method of mounting, and finishes. PART 2 PRODUCTS 2.1 PREFABRICATED UNDER SINK PROTECTIVE COVERS A. Provide factory made under sink protective covers that have been manufactured under conditions that are conducive to precision and under a high level quality assurance program. B. Manufacturers: Subject to compliance with specified requirements, provide under sink protective covers from the number 100 Series "Lav Guard" by Truebro Inc. or equal. C. Protective covers shall comply with ADA Article 4.19.4, and ANSI 117.1, and shall have anti-microbial properties. D. Materials shall be molded closed cell vinyl, not less than 1/8" thick, with paintable high gloss finish. E. The materials shall cover one p-trap, 2 angle valve covers, 2 supply tube covers, one offset tailpiece cover, and where applicable the tailpiece shall be offset to permit wheelchair entry. Provide reusable fasteners. F. The covers shall be flexible, and allow for on site fitting, without the disassembly of plumbing fittings. PART 3 EXECUTION 3.1 INSTALLATION A. Install under sink protective covers in accordance with manufacturers' instructions. --End of Section-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 223 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. 3. Resubmittals: if corrections are required, two revised sets shall be resubmitted. Architect/Engineer will not accept more than one resubmittal. Should additional City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 224 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. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 225 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 Park Restroom Renovation, 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. 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 226 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. 1.11 JOB CONDITIONS A. Concealed Items: Prior to covering or otherwise concealing any piping, wiring, or City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 227 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. 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 228 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 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. 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". City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 229 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 handoff-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 12. AWWA American Water Works Association 13. CAC California Administrative Code 14. CDA Copper Development Association 15. 1CGA Compressed Gas Association City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 230 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. 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 231 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" 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: 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 232 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 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. 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: City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 233 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. 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 234 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 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 City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 235 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 --END OF SECTION-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 237 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 4gang 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 one 20"x20" knockout in each 2'-0" side. Pull boxes with inside City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 238 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 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, adjustable, cast iron, watertight floor boxes with flush brass floor plates, and shall be set to finish flush with final floor covering, whether it be concrete, wood, resilient floor covering, or other. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 239 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 520R, 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 520R, 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 240 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 4way. 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 241 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 "DANGER-HIGH 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 242 D. Protection of Work: 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. City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 TECHNICAL PROVISIONS - 243 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 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-- City of Rosemead, California Rosemead Park Restroom Renovation Project, Project No. 39003 APPENDIX A – PROJECT PLANS ROSEMEAD PARKDRAWING INDEXRESTROOMS RENOVATIONROSEMEAD, CA. 91770CONSTRUCTION GENERAL NOTESVICINITY MAP4343 ENCINITA AV.VICINITY MAPPROJECT DIRECTORYPROJECT SUMMARYSCOPE OF WORKLEGAL DESCRIPTIONPROJECT DATAarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION JOB SITE(E) SOFTBALL FIELD(E) SOFTBALL FIELD>>>>>>>>>>>>>>>>>>P.O.T.P.O.T.P.O.T.(E) ADA PARKING(E) PARKING ENCINITA AVE.(E) OUTUILDING>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>P.O.T.P.O.T.TO REMAIN(E) OR NEW SIGN OF ACCESSIBILITYSEE DETAIL 17/A3.0architectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION ROSEMEAD PARKDRAWING INDEXRESTROOMS RENOVATIONROSEMEAD, CA. 91770CONSTRUCTION GENERAL NOTESVICINITY MAP4343 ENCINITA AV.VICINITY MAPPROJECT DIRECTORYPROJECT SUMMARYSCOPE OF WORKLEGAL DESCRIPTIONPROJECT DATAarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION JOB SITE(E) SOFTBALL FIELD(E) SOFTBALL FIELD>>>>>>>>>>>>>>>>>>P.O.T.P.O.T.P.O.T.(E) ADA PARKING(E) PARKING ENCINITA AVE.(E) OUTUILDING>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>P.O.T.P.O.T.TO REMAIN(E) OR NEW SIGN OF ACCESSIBILITYSEE DETAIL 17/A3.0architectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION architectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION WIDTH DOORDOOR DOOR SCHEDULE THICK D O O R SIZE MATERIAL F R A M E TYPE HEIGHT R E M A R K S TYPENO FRAME MATERIAL DOOR HARDWARE QTY. architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATIONA.DUST CONTROL SHALL BE IMPLEMENTED DURING DEMOLITION. DUST AND NOISE DURING DEMOLITION & CONSTRUCTION SHALL BE KEPT TO A MINIMUM B.IT IS THE CONTRACTOR'S RESPONSIBILITY TO ENSURE THAT TRASH AND CONSTRUCTION RELATED SOLID WASTES INCLUDING GREEN WASTES FROM LANDSCAPING AND HAZARDOUS MATERIALS MUST BE DEPOSITED INTO APPROPRIATE RECEPTACLES AND DISPOSED OF. C.CONTRACTOR SHALL PROVIDE PROTECTIVE COVERINGS FOR MATERIALS, FURNISHINGS AND EXISTING FINISHES IN AREAS NOT PART OF DEMOLITION/CONSTRUCTION AND SHALL BE RESPONSIBLE FOR THE REPAIR OF ANY DAMAGE CAUSED BY THE WORK OF THE GENERAL CONTRACTOR AND ANY SUBCONTRACTOR. D.THE CONTRACTOR SHALL ERECT ALL NECESSARY TEMPORARY SOUND AND/OR PLASTIC DROP CLOTH PARTITIONS TO PROTECT AREAS TO REMAIN WHILE DEMOLITION AND CONSTRUCTION ARE IN PROGRESS. E.TEMPORARY BARRICADES AS PERTAINING TO CONTRACTORS ACTIVITIES SHALL BE INSTALLED IN AND AROUND DEMOLITION AND CONSTRUCTION AREAS IN ACCORDANCE WITH OSHA REQUIREMENTS. F.CONTRACTOR SHALL AT ALL TIMES MAINTAIN THE BUILDING IN A WEATHERTIGHT CONDITION. DEMOLITION-GENERAL-NOTES HARZARDOUS MATERIAL NOTE: IF MATERIAL REASONABLY BELIEVED TO BE, OR CONTAIN, ASBESTOS OR POLYCHLORINATED BIPHENYL - PCB - ARE ENCOUNTERED ON SITE AND HAVE NOT BEEN RENDERED HARMLESS - CONTRACTOR SHALL IMMEDIATELY STOP WORK IN AREA AFFECTED AND NOTIFY ARCHITECT AND OWNER'S REPRESENTATIVE IN WRITING - WORK IN THESE AREAS SHALL NOT BE RESUMED EXCEPT BY WRITTEN AGREEEMENT OF OWNER AND CONTRACTOR AFTER MATERIAL HAS BEEN PROPERLY IDENTIFIED AND RENDERED HARMLESS ACCESSIBILITY NOTES ROOM FLOOR BASE REMARKS CEILING MATERIALWALLS DOORS architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATION A TOILET B GRAB BARS ℄ C MIRROR: F.F. F.F. D LAVATORY: WALL MOUNTED E HAT AND COAT HOOK: BOBRICK B-682 INSTALL @ ALL TOILET STALLS F.F. G TOILET PARTITIONS: F.F. H URINAL SCREEN: F.F. J MOUNTED SOAP DISPENSER F.F. K URINAL ( WALL HUNG TYPE) M HAND DRYER: F.F. N TOILET STALL ACCESSORIES: F.F. S DIAPER CHANGING STATION: F.F. BUILDING/TOILET ROOM DOOR "TEXT" TACTILE IDENTIFICATION SIGN LEVER LOCK/LATCHSET HANDLE IDENTIFICATION SIGN-SYMBOL OF ACCESSIBILITY SIGN TEXT SHALL READ: MEN, WOMEN, EXIT, EXIT STAIR DOWN, AS APPLYS-SEE FLOOR PLAN 1117B.5.2 BRAILLE SYMBOLS. CONTRACTED GRADE 2 BRAILLE SHALL BE USED WHEREVER BRAILLE SYMBOLS ARE SPECIFICALLY REQUIRED IN OTHER PORTIONS OF THESE STANDARDS. DOTS SHALL BE 110 INCH (2,54 MM) ON CENTERS IN EACH CELL WITH 210INCH (5.08 MM) SPACE BETWEEN CELLS. DOTS SHALL BE RAISED A MINIMUM OF,140 INCH (0.635 MM) ABOVE THE BACKGROUND. 2117B.5.3 PROPORTIONS. LETTERS AND NUMBERS ON SIGNS SHALL HAVE A WIDTH-TO-HEIGHT RATIO OF BETWEEN 3:5 AND 1:1 AND A STROKE WIDTH TO HEIGHT RATIO BETWEEN 1:5 AND 1:10. 2115B.5.9 MOUNTING LOCATION AND HEIGHT WHERE PERMANENT IDENTIFICATION IS PROVIDED FOR ROOMS AND SPACES, RAISED LETTERS SHALL BE PROVIDED AND SHALL BE ACCOMPANIED BY BRAILLE IN CONFORMANCE WITH SECTION 111713.5.6. SIPS SHALL BE INSTALLED ON THE WALL ADJACENT TO THE LATCH OUTSIDE OF THE DOOR. WHERE THERE IS NO WALL SPACE ON THE LATCH SIDE, INCLUDING AT DOUBLE LEAF DOORS, SIGNS SHALL BE PLACED ON THE NEAREST ADJACENT WALL, PREFERABLY ON THE RIGHT. MOUNTING HEIGHT SHALL BE 60 INCHES (1524 MM) ABOVE THE FINISH FLOOR TO THE CENTER LINE OF THE SIGN. MOUNTING LOCATION SHALL BE DETERMINED SO THAT A PERSON MAY APPROACH WITHIN 3 INCHES (76 MM) OF SIGNAGE WITHOUT ENCOUNTERING PROTRUDING OBJECTS OR STANDING WITHIN THE SWING OF DOOR. ANSI APPROVED, E.S. PLASTIC, NEMA RATED, SELF EXSTINGUISHING, ADHESIVE MOUNTED RAISED CHARACTER SIGN NOTES: CHARACTER TYPE ON SIGNS SHALL BE RAISED 1/32" MIN. AND SHALL BE SANS-SERIF UPPERCASE CHARACTERS ACCOMPANIED BY GRADE 2 BRAILLE COMPLYING WITH 1117B.5.6 CHARACTER SIZE-RAISED CHARACTER SHALL BE A MIN. OF 2" HIGH. BRAILLE-CONTRACTED GRADE 2 BRAILLE SHALL BE USED WHEREVER BRAILLE IS REQUIRED IN OTHER PORTIONS OF THESE STANDARDS. DOTS SHALL BE 1/10" ON CENTERS IN EACH CELL WITH 2/10" SPACE BETWEEN CELLS, MEASURED FROM THE SECOND COLUMN OF DOTS IN THE FIRST CELL TO THE FIRST COLUMN OF DOTS IN THE SECOND CELL. DOTS SHALL BE RAISED A MIN. OF 1/40" ABOVE THE BACKGROUND. TACTILE IDENTIFICATION SIGN SYMBOLIC IDENTIFICATION SIGN TACTILE SIGN TEXT 5"5"architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATION architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATION architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATION YARD BOXY.B.REMOVE/ABANDONABOVEINDIRECTREDUCED PRESSURE B.F.P.BACKFLOW PREVENTERINDRPABV.B.F.P.DRAINDDNOT IN PLUMBING CONTRACTN.I.P.C.FD or ADFLOOR OR AREA DRAINPRESSURE REDUCING VALVEPOINT OF CONNECTIONP.R.V.P.O.C.REQUIREDVENT THRU ROOFRECTANGULARPOLYVINYLCHLORIDEV.T.R.REQ'DRECT.P.V.C.FCORD OR ODHOSE BIBBUNIONUHBYCOFLOOR CLEANOUTROOF OR OVERFLOW DRAINWALL CLEANOUTFLOORHEATERHEADERINVERT ELEVATIONGALLONS PER MINUTEFIXTURE UNITFINISHED FLOORI.E.G.P.M.HTR.HDR.FLR.F.U.FIN. FLR.STORM DRAINFLOOR SINKCHECK VALVESDFSCVGV/SOVSDGATE VALVE / SHUT OFF VALVEBELOWBEL.HWHOT WATER LINECONNECTCONCRETECAST IRONCEILINGEXISTINGDRAWINGDOWNC.I.DN.CLG.EXIST.DWG.CONN.CONC.GAS LINEVENT LINEVGHWRCDDOWNSPOUTDSS or WS or WGDSCDSOIL OR WASTE - SUSPENDEDSOIL OR WASTE BELOW FLR OR GRADEHOT WATER RETURNCONDENSATE DRAINDESCRIPTIONABBREV.CWABBREV.SYMBOLPLUMBING LEGENDDESCRIPTIONCOLD WATER LINE(E)NEW(N)GENERAL NOTES1.SLOPE ALL SOIL & WASTE LINES MIN. 2% (¼" PER FT.)2.DRAWINGS ARE DIAGRAMATIC. DO NOT SCALE PLUMBING PLANS FOR EXACT HORIZONTAL LOCATION OFPIPE RUNS.3.SUPPLY ROUGH-IN, INSTALL AND CONNECT PLUMBING FIXTURES AS REQUIRED UNLESS OTHERWISENOTED.4.VERIFY & COORDINATE ROUGH-IN AND FIXTURE LOCATIONS WITH ARCHITECTURAL DWGS. PRIOR TOFABRICATION OR INSTALLATION OF MATERIALS AND AGAIN PRIOR TO SLAB POUR.5.VERIFY ALL ELECTRICAL CHARACTERISTICS WITH ELECTRICAL PLANS PRIOR TO BID OR MATERIALPURCHASE.6.WORK SHALL NOT BE COVERED UNTIL IT HAS BEEN INSPECTED, TESTED AND APPROVED BY THEPLUMBING INSPECTOR OR OTHER GOVERNMENTAL AUTHORITIES HAVING JURISDICTION.7.PLUMBING CONTRACTOR SHALL VERIFY LOCATION OF SITE PIPING AND CABLES BEFORE TRENCHING.8.PROVIDE ACCESS DOORS TO ALL CONCEALED VALVES. VALVES SHALL BE LINE SIZE UNLESS OTHERWISENOTED.9.FLUSH VALVES, FAUCETS, STOPS BUBBLERS, ETC., SHALL BE ADJUSTED TO THEIR NORMAL WORKINGCONDITIONS.10.ALL LABOR AND MATERIALS SHALL BE GUARANTEED FOR ONE YEAR AFTER ACCEPTANCE OF THECOMPLETED WORK BY THE ARCHITECT, WITH SERVICE, REPLACEMENT OR REPAIR MADE AT NO EXTRACOST TO THE OWNER OR TENANT.11.RECOMPACT ALL PLUMBING EXCAVATION.12.ALL MATERIALS, EQUIPMENT, INSTALLATION, ETC., SHALL CONFORM TO ALL REQUIREMENTS OF ALLAPPLICABLE CITY, COUNTY, STATE AND FEDERAL CODES, ORDINANCES & REGULATIONS.13.VERIFY SIZE, LOCATION, DEPTH, ETC., OF ALL UTILITIES IN THE FIELD.14.ALL FLOOR SINKS UNDER CASES OR EQUIPMENT SHALL BE HALF EXPOSED.15.FURNISH AND INSTALL ALL BACKFLOW PROTECTION AS REQUIRED BY STATE AND LOCAL HEALTH DEPT.AND APPLICABLE CODES.16. IN ADDITION TO THE CLEANOUTS SHOWN ON PLANS THE CONTRACTOR SHALL PROVIDE THE NECESSARY CLEANOUTS AS REQUIRED BY CODE AND PLUMBING SPECIFICATION SECTION 15400-30.02 E.17.PLUMBING CONTRACTOR TO FURNISH AND INSTALL ALL SUPPLIES, STOPS, TRAPS, VALVES, SHOCK-STOPS,REGULATORS AND BACKFLOW PROTECTION PER CODE TO OWNER'S FURNISHED SINKS AND EQUIPMENT.18.PLUMBING CONTRACTOR TO SET IN PLACE ALL OWNER FURNISHED EQUIPMENT ON FIXTURE CONNECTIONSCHEDULE AS DETAILED OR DIRECTED IN FIELD.19.ALL WORK SHALL CONFORM TO ALL APPLICABLE CODES AND ORDINANCES, AND SHALL CONFORM TO THECALIFORNIA PLUMBING CODE, LATEST EDITION. (2019)20.NO CLEANOUTS SHALL OCCUR UNDER OR BEHIND ANY CASE OR FIXTURE.21.ALL PIPING IN FINISHED AREAS SHALL BE CONCEALED WHERE POSSIBLE, AND EXPOSED PIPING SHALL BERUN AS HIGH AS POSSIBLE AND TIGHT TO WALLS.22.ALL LINES TO BE LOCATED AWAY FROM BEARING FOOTING, OR AS DIRECTED BY STRUCTURAL ENGINEER. DRAWINGS INDICATE SUGGESTED ROUTING OF PIPING TO CONFORM TO THE STRUCTURE TO AVOID OBSTRUCTION & MAINTAIN PROPER CLEARANCES. PROVIDE ALL NECESSARY OFFSETS AS REQUIRED.23.FLOOR DRAINS OR SIMILAR TRAPS DIRECTLY CONNECTED TO THE DRAINAGE SYSTEM AND SUBJECT TOINFREQUENT USE SHALL BE PROVIDED WITH AN APPROVED AUTOMATIC MEANS OF MAINTAINING THEIRWATER SEALS.24.PLUMBING FIXTURES AND FITTINGS SHALL COMPLY WITH ALL THE REQUIREMENTS IN SECTION 5.303 INTHE 2019 CALIFORNIA GREEN BUILDING CODE.25.WATER PIPE AND FITTINGS SHALL NOT EXCEED 0.25% LEAD CONTENT IN SYSTEMS CONVEYING POTABLEWATER.26.EACH VENT SHALL RISE VERTICALLY TO A POINT NOT LESS THAN SIX (6) INCHES ABOVE THE FLOOD-LEVELRIM OF THE FIXTURE SERVED BEFORE OFFSETTING HORIZONTALLY OR BEFORE BEING CONNECTED TOANY OTHER VENT.27.ALL SANITARY SYSTEM MATERIALS SHALL BE LISTED BY AN APPROVED LISTING AGENCY.28.EACH PLUMBING FIXTURE THAT CONNECTS TO THE SANITARY SEWER SYSTEM SHALL BE PROPERLYTRAPPED AND VENTED IN ACCORDANCE WITH THE 2019 CPC.29.BUILDING DRAIN AND VENT PIPING MATERIALS SHALL COMPLY WITH SECTIONS 701.0 AND 903.0 OF CPC.30.NO WATER-OPERATED EQUIPMENT OR MECHANISM, OR USE A WATER-TREATING CHEMICAL ORSUBSTANCE, WHERE IT IS FOUND THAT SUCH EQUIPMENT, MECHANISM, CHEMICAL, OR SUBSTANCECAUSES POLLUTION OR CONTAMINATION OF THE DOMESTIC WATER SUPPLY. SUCH EQUIPMENT ORMECHANISM SHALL BE PERMITTED WHERE EQUIPMENT WITH AN APPROVED BACKFLOW PREVENTIONDEVISE OR ASSEMBLY. BACKFLOW PREVENTION DEVICES AND ASSEMBLIES SHALL COMPLY WITH TABLE603.2, EXCEPT FOR SPECIFIC APPLICATIONS AND PROVISIONS AS STATED IN SECTION 603.5.1 THROUGHSECTION 603.5.21.SERVICE - WATER NOTES1.ALL SERVICE HOT WATER PIPE RUNS GREATER THAN 12'-0" SHALL BE INSULATED ACCORDING TO THE REQUIREMENTS SET IN SECTION 609.11.1 AND 609.11.2 OF THE 2019 CPC.2.PLUMBING FIXTURES SHALL BE CERTIFIED BY THE CALIFORNIA ENERGY COMMISSION.FIXTURETOTAL PRESS. (PSIG) MAX FLOW RATESINK FAUCETS20 - 601.8 GPMURINAL20 - 800.125 GPFFILTERED COLD WATERFCWPIPE TEE DOWNPIPE TEE UPPIPE DOWN/FROM BELOWPIPE UPSHEET INDEXSHT.NO.DESCRIPTIONP-0.1PLUMBING GENERAL NOTES, LEGENDS AND SCHEDULESP-1.0PLUMBING NOTES AND FIXTURE COUNTSP-3.0POINT OF DISCONNECTIONP.O.D.PLUMBING DETAILSP-2.0PLUMBING FLOOR PLANPIPE INSULATION SCHEDULEPIPING SERVICEMATERIALSCONDENSATE DRAINTHICKNESS3/4"1.5"INSULATION SHALL BE ONE-PIECE PREFORMED GLASS FIBER INSULATION WITH INTEGRAL ALL-PURPOSE FIRERETARDANT, GLASS YARN SCRIM LAMINATED, WHITE JACKET, “K” FACTOR SHALL BE 0.23 MAXIMUM AT 75 DEGREES F.MEAN TEMPERATURE.INSULATIONINSULATION SHALL BE ONE-PIECE PREFORMED GLASS FIBER INSULATION WITH INTEGRAL ALL-PURPOSE FIRERETARDANT, GLASS YARN SCRIM LAMINATED, WHITE JACKET, “K” FACTOR SHALL BE 0.23 MAXIMUM AT 75 DEGREES F.MEAN TEMPERATURE.DOMESTIC HOT WATER SUPPLY& RETURN (2" AND SMALLER)THE PLUMBING SYSTEMS WILL BE DESIGNED IN ACCORDANCE WITH THEFOLLOWING CRITERIA AND OTHER PERTINENT DATA TO CONFORM TOLATEST ADOPTED CODES AND STANDARDS:· CALIFORNIA BUILDING CODE (CBC) 2019 EDITION·CALIFORNIA PLUMBING CODE (CPC) 2019 EDITION·CALIFORNIA MECHANICAL CODE (CMC) 2019 EDITION·CALIFORNIA ELECTRICAL CODE (CEC) 2019 EDITION·CALIFORNIA FUEL GAS CODE (CFGC) 2019 EDITION·AMERICAN WATER WORKS ASSOCIATION (AWWA)·UNDERWRITERS LABORATORIES (UL)·FACTORY MUTUAL (FM)·AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM)·AMERICAN STANDARDS NATIONAL INSTITUTE (ANSI)·AMERICAN SOCIETY OF PLUMBING ENGINEERS (ASPE)CODE AND STANDARDSADDITIONAL NOTES:1.WHERE CONDITIONS ARE SHOWN OR NOTED AS EXISTING THEY AREBASED ON THE BEST INFORMATION CURRENTLY AVAILABLE AT THETIME OF PREPARATION OF THESE DRAWINGS. NO WARRANTY ISIMPLIED AS TO THE ACCURACY OF SAME, HOWEVER CONTRACTORIS TO FIELD VERIFY ALL CONDITIONS. SHOULD FIELD CONDITIONSDIFFER FROM THOSE SHOWN HEREIN THEY SHALL BE BROUGHT TOTHE ATTENTION OF THE ENGINEER. THE ENGINEER WILL THENPROVIDE ADDITIONAL INFORMATION NEEDED TO ACCOMPLISH THEDESIRED RESULT.2.UPON COMPLETION OF THE UNDERGROUND SEWER CONTRACTORSHALL HYDRO-JET ENTIRE UNDERGROUND SYSTEM TO THE ON-SITESEWER CONNECTIONS & PROVIDE OWNER WITH CERTIFICATE OFJETING & WARRANTIES.3.ALL NEW OR REPAIRED POTABLE WATER SYSTEMS SHALL BEDISINFECTED PRIOR TO USE ACCORDING TO THE METHOD SET INSECTION 609.9 OF THE PLUMBING CODE.CDOCDOVERFLOW CONDENSATE DRAINSERVICESANITARYVENTSANITARYSEWERWATEROUTSIDEINSIDEABS P I P E & F I T T I NG S C.I. SOIL PIPE & F I T T I NG S , S .W .SCHED. 40 GALV. STEELCOPPER, TYPE "L"COPPER, TYPE "K"MATERIALINSIDEOUTSIDEOUTSIDEINSIDESCHED. 40 BLACK STEELCOPPER, TYPE "M"DWV COPPERREMARKSPIPING MATERIAL SCHEDULETYPE K WRAPPED WHEN UNDER SLAB WITH FOAM INSULATION.COPPER PIPE CONFORMS TO ASTM B42, ASTM B43, ASTM B75, ASTMB88, ASTM B135, ASTM B251, ASTM B302 AND ASTM B447.COPPER FITTING CONFORMS TO ASTM B16.15, ASTM B16.18, ASTMB16.22, ASTM B16.26 AND ASTM B16.51APPROVED ABS PIPEASTM D 3965, ASTM F 628 AND NSF 14TAGFIXTUREWASTETRAPVENTCOLDWATERWATERHOTREMARKSPLUMBING FIXTURE SCHEDULETRAP PRIMER - M1FAB M2-500-1/2"---TPALL EXPOSED SUPPLIES & STOPS, SHALL BE CHROME PLATED BRASS. ALL TRAPS & TRAP ARMS SHALL BE COPPER. (PAINT COPPER) FIXTURE SUPPLIES AND STOP SHALL BE AS LISTED BELOW. NO OTHER TYPE STOPSHALL BE ACCEPTED.SINKS.........................................................BRASSCRAFT SR1715ACLAVATORIES..........................................BRASSCRAFT SR1712ACL2"2"1/2"1/2"1-1/2"JUST MANUFACTURING LAVATORY, STAINLESS STEEL29VM75 - A-33338-TWC1 1/4"4"4"2"FAUCET MODEL K-13460 WITH AERATOR. W/ SLOAN #EBF-85 ELECTRONICBATT. OPERATED FAUCET SET TO MAX. 30 SEC. CYCLE, W/ BDT MIXINGVALVE #MIX-135-A, C.P. "P" TRAP, SUPPLY AND DRAIN FITTING, ANDMIFAB MC-51-LP CARRIER INSULATE TRAP AND SUPPLY PER CODEMOUNT AS REQ. (ADA). FAUCET SHALL NOT EXCEED 0.5 GPM FLOWRATE.WITH SOV & RUN 1/2" TRAP PRIMER LINE TO ALL FLOOR DRAINAND FLOOR SINK1.28 GALLONS PER FLUSH.ACORN STAINLESS STEEL, PRISON STYLE TOILET49T884 - R21115FDJOSAM NO. 3000-S OR APPROVED EQ.ZURN NO Z-415-J (SQUARE), J.R. SMITH NO. 2005Y-A, NICKEL BRONZE-TOP. PROVIDE TRAP PRIMER3" FLOOR DRAIN, CAST IRON FLOOR DRAIN WITH POLISHED--1-1/2"2"2"TAGMAKE & MODELREMARKSPLUMBING EQUIPMENT SCHEDULESTORAGE CAP. (GALS.)ELECTRICALHPVPHHZWATER TEMP.IN (°F)OUT (°F)(LBS.) SHPPG WT.INSTALL PER MANUFACTURER'S INSTALLATIONAND OPERATING INSTRUCTIONSCHRONOMITEIWH110POU-208V16070SR-20L/1205KW2.4P-0.1PLUMBING GENERALNOTES, ABBREV. ANDSCHEDULESarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netUR1 1/4"2"2"1-1/2"0.125 GALLONS PER FLUSH.APPROVED WALL HUNG TYPE URINAL BY ARCH / OWNERSCOPE OF WORK1.REPLACE EXISTING PLUMBING FIXTURES WITH NEW.2.FIELD VERIFY EXISTING CONDITION OF ALL PLUMBINGPIPING TO REMAIN. CALGREEN NOTESA.B.C.D.E.SEISMIC NOTES1.2.A.B.EQUIPMENT WEIGHING LESS THAN 400 POUNDS SUPPORTED DIRECTLY ON A FLOOR OR ROOF.C.D.EQUIPMENT WEIGHING LESS THAN 20 POUNDS SUPPORTED BY VIBRATION ISOLATORS.E.F.TESTING ON PLUMBING SYSTEMSA.WATER TEST -THE WATER TEST SHALL BE APPLIED TO THE DRAINAGE AND VENT SYSTEMS EITHERIN ITS ENTIRETY OR IN SECTIONS. IF APPLIED TO THE ENTIRE SYSTEM, ALL OPENINGS IN THE PIPINGSHALL BE TIGHTLY CLOSED, EXCEPT THE HIGHEST OPENING, AND THE SYSTEM FILLED WITH WATERTO A POINT OF OVERFLOW. IF THE SYSTEM IS TESTED IN SECTIONS, EACH OPENING SHALL BETIGHTLY PLUGGED EXCEPT THE HIGHEST OPENING OF THE SECTION UNDER TEST, AND EACHSECTION SHALL BE FILLED WITH WATER, BUT NO SECTION SHALL BE TESTED WITH LESS THAN ATEN (10) FOOT (3M) HEAD OF WATER. IN TESTING SUCCESSIVE SECTIONS, AT LEAST THE UPPERTEN (10) FEET (3M) OF THE NEXT PROCEEDING SECTION SHALL BE TESTED, SO THAT NO JOINT ORPIPE IN THE BUILDING (EXCEPT THE UPPERMOST TEN (10) FOOT (3M) OF THE SYSTEM) SHALL HAVEBEEN SUBMITTED TO A TEST OF LESS THEN A TEN.(10) FOOT (3M) HEAD OF WATER. THE WATERSHALL BE KEPT IN THE SYSTEM, OR THE PORTION UNDER TEST, FOR AT EAST FIFTEEN (15) MINUTESBEFORE INSPECTION STARTS. THE SYSTEM SHALL THEN BE TIGHT AT ALL POINTS.B.WATER PIPING – UPON COMPLETION OF A SECTION OR OF THE ENTIRE HOT AND COLD WATERSUPPLY SYSTEM, IT SHALL BE TESTED AND PROVED TIGHT UNDER A WATER PRESSURE NOT LESSTHAN THE WORKING PRESSURE IN WHICH IT IS TO BE USED. THE WATER USED FOR TESTS SHALLBE OBTAINED FROM A POTABLE SOURCE OF SUPPLY. A FIFTY (50) POUND PER SQUARE INCH (344.5KPA) AIR PRESSURE MAY BE SUBSTITUTED FOR THE WATER TEST. IN EITHER METHOD OF TEST,THE PIPING SHALL WITHSTAND THE TEST WITHOUT LEAKING FOR A PERIOD OF NOT LESS THANFIFTEEN (15) MINUTES.NEW PLUMBING FIXTURES AND FITTINGS SHALL NOT EXCEED THE MAXIMUM ALLOWABLEFLOW RATE SPECIFIED IN SECTION 5.303.3. (CALGREEN 5.303.3) ABOVE THE FLOOR AREAPPROXIMATE AS THE REQUIREMENTS IS TO B IN ACCORDANCE WITH ALL APPLICABLE CODESAND MEET WITH THE APPROVAL OF ALL GOVERNING AUTHORITIES.WHEN A SHOWER IS SERVED BY MORE THAN ONE SHOWERHEAD, THE COMBINED FLOW RATEOF ALL THE SHOWERHEADS AND/OR OTHER SHOWER OUTLETS CONTROLLED BY A SINGLEVALVE SHALL NOT EXCEED 20 GALLONS PER MINUTE AT 80PSI, OR THE SHOWER SHALL BEDESIGNED TO ONLY ALLOW ONE SHOWERHEAD TO BE IN OPERATION AT A TIME. (CALGREEN5.303.3.3)A FINAL REPORT FOR THE TESTING AND ADJUSTING OF ALL NEW SYSTEMS SHALL BE COMPLETEDAND PROVIDED TO THE FIELD INSPECTOR PRIOR TO FINAL APPROVAL. THIS REPORT SHALL BESIGNED BY THE INDIVIDUAL RESPONSIBLE FOR PERFORMING THESE SERVICES. (CALGREEN5.410.4.4)THE HVAC, REFRIGERATION, AND FIRE SUPPRESSION EQUIPMENT SHALL NOT CONTAIN CFCOR HALONS. (CALGREEN 5.508.1)FOR ALL NNEW EQUIPMENT, AN OPERATION & SYSTEMS MANUAL SHALL BE PROVIDED TOTHE OWNER AND THE FIELD INSPECTOR AT THE TIME OF FINAL INSPECTION. (CALGREEN5.410.4.5)THE CONTRACTOR SHALL SUBMIT THE ANCHORAGE DETAILS AND CALCULATIONS FOR ITEMSNOT SHOWN ON THE DRAWINGS AND FOR ALL SUBSTITUTED EQUIPMENT THAT IS GREATER INWEIGHT OR VARIES MORE THAN 10% IN LENGTH, HEIGHT OR WIDTH FROM THE APPROVEDDETAILS TO THE STRUCTURAL ENGINEER OF RECORD FOR REVIEW (ALLOW 4 WEEK REVIEWPERIOD). FOLLOWING THE REVIEW BY THE STRUCTURAL ENGINEER OF RECORD, THECONTRACTOR SHALL SUBMIT THE ANCHORAGE DETAILS AND CALCULATIONS TO THEARCHITECT (THIS SHALL BE DONE AT LEAST 12 WEEKS PRIOR TO THE SCHEDULEDEQUIPMENT INSTALLATION). THE CONTRACTOR'S STRUCTURAL ENGINEER SHALLPARTICIPATE IN ALL BACK CHECKING PROCEDURES.THE ATTACHMENT OF THE FOLLOWING ITEMS SHALL BE DESIGNED TO RESIST THE FORCESPRESCRIBED ABOVE, BUT NEED NOT BE DETAILED ON THE PLANS.ALL EQUIPMENT SHALL BE ANCHORED OR BRACED TO MEET THE HORIZONTAL AND VERTICALFORCES PRESCRIBED IN 2016 CBC, SECTION 1613 AND ASCE 7-05 SECTIONS 13.3, 13.4 AND 13.6.CONTRACTOR SHALL PROVIDE COMPLETE SEISMIC ANCHORAGE AND BRACING FOR ALL PLUMBINGEQUIPMENT AND REQUIRED PIPING.TEMPORARY OR MOVEABLE EQUIPMENT THAT IS NOT HARDWIRED OR PLUMBED TO THEBUILDING.EQUIPMENT WEIGHING LESS THAN 200 POUNDS AND SUSPENDED FROM A ROOF, CEILING ORHUNG FROM A WALL.Subject: WATER CALCULATIONSJob Address:4343 ENCINITA AVE. ROSEMEAD, CA 91770 (A)1. Available pressure available: 79.00 PSI MAX. (B)Water demand:1. Domestic- Water demand 52.00 GPM Proposed 32 f.u. + Exist. 20 f.u.(C)Pressure loss thru (E) 1-1/2" Water Meter 2.00PSIPressure loss thru 2" PRV, 600 XL-HR 9.00 PSI(D)Pressure loss due to height:15Ft. x .434 6.51PSI(E)Residual Pressure: 25.00PSI(G)Total pressure loss from above (Items C thru F): 42.51PSI(H)PRV set at 79.00PSI(I)Total pressure loss (Item G above): 42.51PSI(J)Pressure available for friction loss (H minus I): 36.49PSI(K)Developed pipe length:1. Developed length of run (Main to last fixture): 125.00Ft.2. 25% of developed length for fittings 31.25Ft.3. Equivalent length (developed length +25%) 156.25Ft.(L)Friction loss per one hundred (100) feet of pipe: = 100' x (J) 36.49 psi divided by (K) 156.25 ft. = 23.35 PSI/100'ADDITIONAL NOTESALL WORK TO COMPLY WITH 2019 CALIFORNIA PLUMBING CODE, 2019 BUILDING CODE, 2019CALIFORNIA GREEN CODE (CALGREEN), 2019 CALIFORNIA BUILDING ENERGY EFFICIENCYSTANDARDS, AND TITLE 18 OF LONG BEACH MUNICIPAL CODE.ALL PLUMBING FIXTURES SHALL MEET THE FLOW RATE REQUIREMENTS OF CGBC TABLE 5.303.2.3.ALL FIXTURES IN HANDICAP RESTROOMS SHALL BE INSTALLED IN ACCORDANCE WITH THEREQUIREMENTS OF THE STATE OF CALIFORNIA HANDICAP CODE AND LOCAL HANDICAP CODESHAVING JURISDICTION.ALL PIPING SHALL BE SUPPORTED AT INTERVALS NOT TO EXCEED THOSE SHOWN IN CPC TABLE 313.1.EACH PLUMBING FIXTURE SHALL BE INDEPENDENTLY VALVE PER CODE.NEW OR REPAIRED POTABLE WATER SYSTEMS HAL BE DISINFECTED PRIOR TO USE ACCORDINGTO THE METHOD SET IN CPC SEC 609.9. [TAG 0002] P-001 WATER PIPE SIZINGPIPE DIA.FT.FIXT. UNIT1/2"3/4"1"63016COLD WATER VELOCITY NOT TO EXCEED8 FEET PER SECONDFIXT. UNIT31681-1/4"56281-1/2"2"10325446119HOT WATER VELOCITY NOT TO EXCEED5 FEET PER SECONDFV.FIXT. UNIT0001435132CWCWFT.HWCOPPER PIPINGPLUMBING FIXTURE SUMMARYFIXTUREDRAINF.U.QTY.WASTESANF.U.TOTALCOLD WATERCWF.U.CWTOTALHOT WATERHWF.U.HWTOTALTOTALBASED ON 2019 CBC - PLUMBING32 FU = 43 GPMUSE 1" COLD WATER SERVICETOTAL SANITARY = 28 DFU USE 4" SANITARY28324DEMO LAVATORY4114DEMO WATER CLOSET44416DEMO URINAL2224481414520EXISTING FLOOR DRAIN2224P-1.0PLUMBING NOTES ANDFIXTURE COUNTSarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netPROPOSED LAVATORY4114PROPOSED WATER CLOSET44416PROPOSED URINAL2224481414520 UR URWC WC WC L 6 WC WCO ~8 7 8 7 4 4 EXIST.4" W. EXIST. 1-1/4" CW EXIST. 1-1/2" CW EXIST. 1-1/2" CW WCO 2 2 L2 L2 IWH IWH 9 9 EXISTING CW RISER W/ EXIST. 2" PRV, 600XL (E)YCO (E)YCO (E)YCO (E)YCO 6 EXISTING 2" CW EXIST.4" W. L L 14 14 14~~VERIFY IN FIELD VERIFY IN FIELD VERIFY INFIELD (E)FD (E)FD 10 10 (D)WC(D)WC(D)WC (D)UR(D)UR(D)WC (D)L (D)L (D)L (D)L 1 1 ~EXIST.4" W.EXIST.4" W. (E)YCO (E)YCO (E)YCO (E)YCO ~~VERIFY IN FIELD VERIFY INFIELD VERIFY IN FIELD (E)FD (E)FD 10 10 (E)WCO(E)WCO 11 11 P-2.0 PLUMBING FLOOR PLAN architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770ROSEMEAD PARKRESTROOMSRENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506 Tel: (818)842-7285 email: admin1@idengineers.net PLUMBING FLOOR PLANPLUMBING FLOOR PLAN - DEMOLITION KEYED NOTES: 1 2 3 4 1 1/4" CW DN TO URINAL. CONTRACTOR TO INSTALL 1 1/4" CW DN TO WATER CLOSET. CONTRACTOR SHALL BE RESPONSIBLE TO INSTALL WATER HAMMER ARRESTOR PER LOCAL CODE AND MANUFACTURER'S INSTALLATION/OPERATING MANUAL. 5 6 P.O.C. - CONNECT NEW SANITARY LINE TO EXISTING 4" MINIMUM SANITARY LINE IN APPROXIMATE AREA. CONTRACTOR TO COORDINATE EXACT LOCATION, SIZE, FLOW DIRECTION AND SITE OBJECTS ( BUILDING STRUCTURE/ COLUMN) . ALL EXISTING PLUMBING FIXTURES ARE TO BE REMOVED WITHIN THE RESTROOM. CONTRACTOR SHALL BE RESPONSIBLE TO FIELD VERIFY EXISTING CONDITION OF DOMESTIC WATER / WASTE / VENT PIPING AND FITTINGS. PIPING AND FITTINGS SHALL BE PREPPED FOR (NEW) CONNECTIONS. 7 CONTRACTOR SHALL BE RESPONSIBLE TO EXTEND EXISTING PLUMBING PIPINGS TO NEW INSTALLED PLUMBING FIXTURES. CONTRACTOR SHALL FIELD VERIFY CONDITION OF EXISTING PIPING. 8 EXISTING WASTE & VENT PIPING WITHIN THE EXISTING RESTROOM TO REMAIN, UNLESS NOTED. CONTRACTOR SHALL FIELD VERIFY EXACT LOCATION, SIZING, SLOPE AND CONDITION. SHEET NOTES: 1.UNLESS OTHERWISE SPECIFIED IN THESE PLANS OR OTHER WRITTEN CONTRACTS, IT SHALL BE THE RESPONSIBILITY OF THE PLUMBING CONTRACTOR TO PROVIDE ALL PLUMBING-TYPE MATERIALS INCLUDING VALVES, TRAPS, LINE STRAINERS, FLOOR SINK COVERS, PRESSURE REGULATORS, SIPHON BREAKERS, ETC. THE GENERAL CONTRACTOR SHALL SHALL SUPERVISE THE LOCATION OF ALL FLOOR DRAINS ON THE JOB SITE SO AS TO ENSURE THE BEST SLOPE POSSIBLE OF THE SURROUNDING FLOOR THESE DRAINS. 2. EXISTING 3/4" CW DN TO LAV / HAND SINK. 3/8" HW FROM INSTANTANEOUS WATER HEATER. CONTRACTOR TO INSTALL TEMP. MIXING VALVE. CONTRACTOR TO FIELD VERIFY THE CONDITION OF THE EXISTING PLUMBING PIPING FROM THIS FLOOR DRAIN. CONTRACTOR SHALL BE RESPONSIBLE TO LOCATE AND VERIFY CONDITION OF EXISTING TRAP PRIMER AND WATER LINE. 9 CONTRACTOR SHALL BE RESPONSIBLE TO INSTALL INSTANTANEOUS WATER HEATER PER MANUFACTURER'S OPERATING / INSTRUCTION MANUAL. SHALL BE ENCLOSED OR PROTECTED IN A VANDALIZE PROOF SHATTER PROOF ENCLOSURE. SCOPE OF WORK 1.REPLACE EXISTING PLUMBING FIXTURES WITH NEW. 2.FIELD VERIFY EXISTING CONDITION OF ALL THE PLUMBING PIPING TO REMAIN. 10 EXISTING FLOOR DRAIN TO REMAIN. CONTRACTOR SHALL BE RESPONSIBLE TO FIELD VERIFY EXACT LOCATION OF THE EXISTING TRAP PRIMER AND THE 1/2" CW CONNECTION TO THE EXISTING FLOOR DRAIN. SHALL SERVICE OR DO PROPER MAINTENANCE TO ENSURE PROPER WORKING CONDITION. 11 EXISTING URINAL WALL-CLEAN OUT TO REMAIN. CONTRACTOR SHALL BE RESPONSIBLE TO FIELD VERIFY EXACT LOCATION AND SIZE OF THE EXISTING WALL CLEAN-OUT IN THE URINAL WASTE CONNECTION. SHALL SERVICE AND CHECK FOR ANY LEAKS OR CLOGS, PRIOR TO MAKING FINAL CONNECTIONS. J-BOX BACKING SECURED W/ (4) LAG SCREWS MOUNTED ON WALL HW SUPPLY TO STUDS PROVIDE WOOD UP TO LAV FIN FLR WATER HEATER CW INLET TO 3/4" CW SUPPLY 3 WAY VALVE CW SUPPLY UP TO LAV NOTE: 4800 WATTS 240V, 1Ø, 60 HZ LOCATED IN STORAGE ROOM INSTANTANEOUS WATER HEATER DETAIL PROVIDED AND INSTALLED BY THE ELECTRICAL CONTRACTOR. FAUCET W/ FLOW CONTROL AS CLOSEAS POSSIBLESCALE NONE 1 TYP. EQUIPMENT CONNECTION1TYP. PIPE SUPPORT DETAILLOCKING NUTPIPECLEVIS HANGERSUPPORT NUTHEAVY DUTYHANGER RODPIPEINSULATION8" LONG MINIMUMSHEET STEEL SADDLE16 GA. ZINC COATEDHEAVY DUTYCLEVIS HANGERVAPOR BARRIERHANGER RODLOCKING NUTSUPPORT NUTSCALENONE6SCALENONE5SCALENONE8SCALENONE3SCALENONE+24" A.F.F.ESCUTCHEONBALLVALVEPLATEDCHROMEWATER SUPPLYLINESILICONE CAULKAROUND WALLPENETRATION EARED 90 %%1X BLOCKING5/8" GYP. BD.STUD WALLEQUIPMENT BYOWNER (VERIFYEXACT LOCATION)SIZE OF FLAREOR THREADED CONNECTION FLEX CONN. BY P.C. UNLESSNOTED OTHERWISEINSTANTANEOUS WATER HEATERVARIES2SCALENONE7SCALENONEPIPESLAB& NUT ASSEMBLYCLAMP w/ BOLTPIPERISER CLAMPTYP. RISER CLAMP DETAILSEWER MATERIAL ANDTYP. FLOOR CLEAN OUT DETAILSIZE AS SPECIFIEDVARIES (VERIFY @ SITE)CAST IRON LONG SWEEPWHERE REQUIRED)(USE REDUCING TYPECOMB. "Y" & 1/8" BEND1/4" BEND OR CAST IRONEXTENSIONCAST IRON6" DIA.SEWER UP TOSAME SIZE ASFIN. FLR. LEV.6" Thk. CONCRETE PADGRADE OR PAVINGCAST IRON CLEANOUTw/ COVER FOR DUTYREQUIRED4SCALENONEFLOOR SINK DETAILFLOOR SLABNOTEOF TRAP PRIMER VALVE.IN PLUMBING WALL FOR SERVICING PROVIDE 12x12 ACCESS PANEL COLD WATER MAIN1/2"SUPPLY TOFREQUENTLYUSED FIXTURECONNECT TO FLOOR DRAINPROVIDED WITH 1/2" PRIMER TAP1/2" SOFT COPPERUNIONTRAP PRIMER VALVE(IN WALL BEHINDACCESS PANEL)TP-1FS / FD8P3.0CLEVIS HANGER SINGLEHORIZONTAL RUNS NOVAPOR BARRIER INSULATIONCLEVIS HANGER SINGLEHORIZONTAL RUNS WITHVAPOR BARRIER INSULATIONFLOOR SINK ORFLOOR DRAINCONCRETE SLABCOUPLING2 HOUR RATED SHAFTWALL CONSTRUCTIONCORNER BEADFIRESTOPPINGDRAINNOTE:PIPE PENETRATION THROUGH FIRE RATEDWALLS SHALL BE SEALED IN COMPLIANCEWITH U.L. FIRE RESISTANCE DIRECTORYSYSTEMS WL 1001, WL 1002, OR WL 1003,AS APPLICABLE.(SEE NOTE 1)P-3.0PLUMBINGDETAILSarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net3/8" HW SUPPLYFLOW CONTROLSINK3-WAY3/8" CW INLETTO WATER HEATER"P" TRAP3/8" CW SUPPLYFAUCETSUPPLY STOPMIXING VALVE(E) TRAP PRIMER DETAILACCESS PANELPLUG (TYP.)2" BRASS C.O.2" VENT HDR.FINISH FLOORURINAL (TYP.)90° LONG TURNFITTING (TYP.)45° DRAINAGEFITTING (TYP.)DRAINAGE FITTING (TYP.)45° DRAINAGEUSE C.I. PIPE TOBRASS (TYP.)APPROX. 6" ABOVEOVERFLOW LEVEL.CONNECT URINALTO SOIL TEES W/URINAL CLEANOUT DETAIL VFDVARIABLE FREQUENCY DRIVEWTWPWATERTIGHT, WEIGHTWEATHER PROOFUNLESS OTHERWISE NOTEDUNINTERRUPTIBLE POWER SUPPLYVOLTVOLT-AMPEREVACUUMVERTICALVELOCITYVENT THROUGH ROOFVITRIFIED CLAY PIPEVARIABLE AIR VOLUMEVOLUME DAMPERUNDERWRITERS LABORATORIES, INC.WITHWATT, WIDTHWITHOUTWET BULBWATER PRESSURE DROPTRANSFORMERUONUPSULVACVAVVDVELVTRVERTVCPVAVWW/W/OWPDWBXFMRSOUND LINED(SL)TSTATTEMPINCHES OF WATER COLUMNIN WCSERVICE SINKSTRUCSTRUCTURALPOINT OF DISCONNECTIONPODPOCPOINT OF CONNECTIONAHUAIR HANDLING UNITGRAVITY VENTILATORGVFCFAN COILRTUROOFTOP UNITEFEXHAUST FANFPIFINS PER INCHPRESSPRESSUREEXTEXTERNALOSAOUTSIDE AIRAPDDISCHDISCHARGESYMSYMBOLPLUMBINGPANELPOUNDS PER SQUARE INCHPOUNDS PER SQUARE FOOTPOLYVINYL CHLORIDEPOUNDS PER SQUARE INCH GAUGEPOUNDS PER SQUARE INCH ABSOLUTEQUANTITYROOF DRAINREINFORCINGRECIRCULATERETURN AIRREINFORCED CONCRETE PIPEREFLECTED CEILING PLAN,REFERENCE, REFERREQUIREDROOMREVOLUTIONS PER MINUTEREFRIGERANT LIQUIDREFRIGERANT SUCTIONREVISION, REVISESQUARE FEETSUPPLY AIRSIMILARSHEETSECTIONSPECIFICATIONSHEET METALCONDITIONING CONTRACTOR'SNATIONAL ASSOCIATIONSTATIC PRESSURESMOKE DAMPER, STORM DRAINSHEET METAL AND AIRSURFACESUSPENDSTANDARDSTEELTHROUGHSOUND TRAP, STEAM TRAPTOTAL PRESSURETOTAL DYNAMIC HEADSQUARESTAINLESS STEEL, SANITARY SEWER,PSIAPSIGPLBGPSFPSIPNLPVCGAUGEGALLONGAGALHEIGHTHGPHGPMGCGALVGPDGALVANIZEDGALLONS PER DAYGALLONS PER HOURGENERAL CONTRACTORGALLONS PER MINUTEAIR PRESSURE DROPAMPERESABOVE FINISHED GRADEABOVE FINISHED FLOORABOVE FINISHED CEILINGARCHITECT, ARCHITECTURALADJUSTABLEAFFAFGARCHANSIAMPSACCUAFCADJAIR COOLED CONDENSING UNITAMERICAN NATIONAL STANDARDS INSTITUTEQTYRDRE:REINFRARCPRLREVREQDRPMRSRMHEATINGHEATERHERTZHWHZHORIZHPHOAHVACHTRHTGINCHIDIEIN(IN WG)INCHES WATER GAUGEHORSEPOWER, HEAT PUMPHORIZONTALHOT WATERINSIDE DIAMETERINVERT ELEVATIONHAND-OFF-AUTOMATICHEATING, VENTILATING ANDSFSIMSHTSASECTSDSPECSPSURFSUSPSSSTSTLSTDTPTHRUTDHSQKILOWATTKILOVOLTKVKWHKVAKWLENGTHPOUND(S)LIGHTINGLLFLATLRALDBLB(S),#LTGLWBLSTMKILOWATT-HOURKILOVOLT-AMPSLINEAR FEETLEAVING DRY BULBLEAVING WET BULBLEAVING AIR TEMPERATURELOCKED ROTOR AMPSLOW PRESSURE STEAM (15 PSIG)AND AIR CONDITIONING ENGINEERSAUXILIARYBUILDINGBACKDRAFT DAMPERBOTTOM OF PIPEBOTTOM OF DUCTBOTTOM OF STRUCTUREBDDBODBOPBOSBLDGASHRAEASMEASTMAUXBRITISH THERMAL UNITCUBIC FEET PER SECONDCUBIC FEET PER MINUTECUBIC FEET PER HOURCIRCUITCEILINGCONDENSING UNITCOLUMNCONCRETE MASONRY UNITCOLD WATERCLEANOUTCENTERLINECIRCULATINGCOLCWCUCOCKTCIRCLCCFHCFMCFSCLGCMUBTUAMERICAN SOCIETY OF HEATING, REFRIGERATIONAMERICAN SOCIETY OF TESTING AND MATERIALSAMERICAN SOCIETY OF MECHANICAL ENGINEERSAIR CONDITIONING AND REFRIGERATION INSTITUTEARISHT MTLSMACNARECIRCTHERMOSTATTYPICALUNDERSLABUNDERGROUNDUNDERFLOORTOTAL STATIC PRESSURETSPTYPU/SU/FU/GMAXIMUMLWTMECHMFRMDMAXMBHMCAMOUNTEDMINIMUMNEMAN/ANCNECMINMTDLEAVING WATER TEMPERATUREMECHANICALMANUFACTURERMOTORIZED DAMPERNOT APPLICABLEMINIMUM CIRCUIT AMPACITY1000 BTU PER HOURNATIONAL ELECTRICAL CODENOISE CRITERIA, NORMALLY CLOSEDNATIONAL ELECTRICALOBDODOCOANFPAN.O.NTSNICOPENINGOVERHEADOSHAOHOPNGON CENTEROUTSIDE AIROUTSIDE DIAMETEROPPOSED BLADE DAMPEROCCUPATIONAL SAFETYNORMALLY OPENNOT TO SCALENOT IN CONTRACTASSOCIATIONNATIONAL FIRE PROTECTIONMANUFACTURER'S ASSOCIATIONDECIBELDOWNDIAMETERDEGREESDISCONNECTDIMENSIONDRY BULBDRAWING(S)EXHAUST AIR, EACHDIRECT EXPANSIONENTERING DRY BULBENTERING AIR TEMPERATUREECCENTRICEATEDBECCEADISCDNDIMDWG(S)DXdBDBDEGDIAEXISTINGEXHAUSTENTERING WET BULBEXTERNAL STATIC PRESSUREEFFICIENCYELECTRICALEQUIPMENTELEVATIONDEGREES FAHRENHEITFOOT, FEETFIRE ALARMFT° FEXHEXIST, (E)FACPFAEQUIPEFFELESPEWBELECFIRE ALARM CONTROL PANELTEMPERATURESFD(COMBINATION) SMOKE-FIRE DAMPEROVERFLOWOFM/UMAKE-UPFDFIRE DAMPERD/PDIFFERENTIAL PRESSUREBBOILERABBREVIATIONSVWXGHRSITKLBCQUMNOEFDAPCOMBINATION FIRE/SMOKE DAMPERCFSDFIRE SMOKE DAMPERFSDNKNECK SIZETRANSFERTREXHAUST AIR GRILLEEAGEXHAUST AIR REGISTEREARRETURN AIR GRILLERAGRETURN AIR REGISTERRARSUPPLY AIR REGISTERSARDOOR LOUVERDLDOOR UNDERCUTUCSHEET INDEXSHT.NO.DESCRIPTIONM-1.0MECHANICAL NOTES AND LEGENDSM-2.0MECHANICAL FLOOR PLANAIR CONDITIONINGAND ADMINISTRATIONCODE AND STANDARDSSDHC1M-100XX1/M-100DETAIL DESIGNATIONDRAWING WHERE DETAILIS SHOWNDIFFUSER, GRILLE ORREGISTER MARK(SEE SCHEDULE)EQUIPMENTMARK (SEESCHEDULE)DETAILDESIGNATIONLOCATOR/DESCRIPTORDRAWING WHEREDETAIL IS SHOWNOR WHERE DETAILIS REFERENCEDFROMSECTION CUTLOCATOR/DESCRIPTORDRAWING WHERESECTION ISSHOWN OR WHEREDETAIL ISREFERENCEDFROMMATCH LINEEQUIPMENT TAG FORVRF SYSTEM FANCOILSASSOCIATED BRANCHCONTROL CIRCUITASSOCIATED VRFCONDENSING UNIT12"Ø20x12DNUPS(ZONE)T(ZONE)MANUAL VOLUME DAMPERCOMBINATION SMOKE/FIRE DAMPERSUPPLY AIR DIFFUSER - ARROWS INDICATEPATTERN. NO PATTERN SHOWN EQUALS 4-WAYRETURN AIR GRILLEEXHAUST GRILLE(L) INDICATE ACOUSTICAL LINER(SINGLE LINE)RELIEF OR EXHAUST AIR DUCTRETURN AIR DUCTSUPPLY OR OUTSIDE AIR DUCTSUPPLY OR OUTSIDE AIR DUCT DOWNRETURN AIR DUCT DOWNSUPPLY OR OUTSIDE AIR DUCT UPRETURN AIR DUCT UPROUND DUCT BRANCH TAKE-OFF FROMRECTANGULAR MAIN WITH CONICAL TAP.DUCTWORK SIZE TRANSITIONRECTANGULAR DUCTWORK. SIZE INDICATED IN INCHES,FIRST NUMBER IS TOP OR BOTTOM SHOWN (SINGLE LINE)ROUND DUCTWORK (SINGLE LINE)RELIEF OR EXHAUST AIR DUCT DOWNIN-LINE 90 DEGREE DROP (RISE) IN DUCTTURNING VANESINCLINED DROP IN DUCTINCLINED RISE IN DUCTNEW DUCTWORK (SINGLE LINE)EXISTING DUCTWORK (SINGLE LINE)RELIEF OR EXHAUST AIR DUCT UPRETURN AIR BOOTMOTORIZED DAMPERFLEXIBLE DUCT (SINGLE PIECE, 7 FEET MAX.)TEMPERATURE SENSOR (MOUNT 46" AFF)BACKDRAFT DAMPERROOM THERMOSTAT (MOUNT 46" AFF)HVAC SYMBOLSHUMIDISTAT (MOUNT 96" AFF)DUCT SMOKE DETECTORPOINT OF NEW CONNECTIONDEMOLITION NOTECO2 SENSOR (MOUNT 96'' AFF)KEYED NOTEPOINT OF DISCONNECTIONFCV-XVCUBCBAROMETRIC RELIEF DAMPERAHU11M-10X(L)3.2.1.4.SEISMIC RESTRAINT NOTESSCOPESEISMIC RESTRAINT GUIDELINESPIPING·SEISMICALLY BRACE INDIVIDUALLY SUPPORTED PIPINGGREATER THAN 3" IN DIAMETER.·SEISMICALLY BRACE TRAPEZE ASSEMBLIES IF PIPING ISGREATER THAN 10 LB/FT.DUCTWORK·SEISMICALLY BRACE DUCTWORK 6' SQUARE FEET OR GREATEROR 17 LB/FT OR MORE.EQUIPMENT··SEISMICALLY BRACE EQUIPMENT HUNG FROM THE STRUCTURE2O LBS OR MORE.FIRE LIFE SAFETY NOTESTHE ELECTRICAL CONTRACTOR SHALL INTERCONNECT ALLFANS AND AC UNITS WITH THE BUILDING LIFE SAFETYSYSTEM FOR UNIT SHUT DOWN UPON A SIGNAL FROM THELIFE SAFETY SYSTEM.WHERE DUCT MOUNTED SMOKE DETECTORS FOR FANS ANDAC UNITS ARE REQUIRED, THE HVAC CONTRACTOR SHALLFURNISH AND INSTALL THE SMOKE DETECTORS, THEELECTRICAL CONTRACTOR PROVIDE ALL WIRING ANDCONDUIT TO SIGNAL THE LIFE SAFETY SYSTEM. THE LIFESAFETY SYSTEM SHALL SHUT DOWN THE EXHAUST FANS ORAC UNITS AS DESCRIBED IN NOTE #1.ALL SMOKE DETECTORS SHALL BE INSTALLED PERMANUFACTURER'S RECOMMENDATION AND SHALL BECOMPATIBLE WITH WITH THE BASE BUILDING STANDARDS.EACH SINGLE SYSTEM PROVIDING HEATING OR COOLING AIR INEXCESS OF 2000 CFM OR 54,000 BTU SHALL BE EQUIPPED WITHAN AUTOMATIC SHUT-OFF. THE SMOKE DETECTOR SHALL BEINSTALLED IN THE MAIN SUPPLY AIR DUCT DOWNSTREAM OFTHE FILTERS OR THEY MAY BE INSTALLED IN EACH ROOM ORSPACE SERVED BY THE SUPPLY AIR DUCT. DETECTORS SHALLALSO BE INSTALLED IN THE MAIN RETURN DUCT (IF REQ'D. BYTHE LOCAL CODE) AHEAD OF OSA INTAKE. SEE CODE FOREXEMPTIONS AND LOCAL AUTHORITY FOR CODEINTERPRETATION, OR AS INDICATED ON PLAN.SEISMIC RESTRAINT SYSTEMS FOR PIPING, DUCTWORK ANDEQUIPMENT IS A DELEGATED DESIGN. THE GENERAL REQUIREMENTSPRESENTED BELOW ARE NOT ALL-INCLUSIVE AND REPRESENTSIMPLIFIED REQUIREMENTS BASED ON THE CRITERIA LISTED BELOW.IT IS THE CONTRACTOR'S RESPONSIBILITY TO DESIGN A SYSTEMTHAT IS IN FULL COMPLIANCE WITH THE LISTED CRITERIA .EXCEPTION: DUCTWORK SUSPENDED 12” OR LESS FROMTHE SUPPORTING STRUCTURESEISMICALLY BRACE EQUIPMENT 400 LBS OR MORE WITH ACENTER OF MASS AT 4FT OR LESS TO THE FINISHED FLOOREXCEPTION: HANGERS IN THE PIPING RUN ARE 12” ORLESS FROM TOP OF THE TRAPEZE BAR TO THESUPPORTING STRUCTURE.EXCEPTION: PIPING SUPPORTED BY ROD WITHIN 12” OFTHE SUPPORTING STRUCTURE.1.MECHANICAL CONTRACTOR SHALL GUARANTEE THE ENTIREHEATING, VENTILATING AND AIR CONDITIONING SYSTEM FOR APERIOD OF ONE (1) YEAR FROM THE DATE OF PRACTICALCOMPLETION. IF, DURING THIS PERIOD, ANY MATERIALS ORAPPARATUS PROVE DEFECTIVE OR ANY PART OF THE SYSTEMFAILS TO FUNCTION PROPERLY, CONTRACTOR SHALL PROVIDEPARTS AND LABOR TO RECTIFY PROBLEMS WITHOUT EXPENSETO OWNER.2.ALL A/C COMPRESSORS SHALL HAVE FULL 5 YEAR NON-PRORATED WARRANTY FOR REPLACEMENT WITH NEWCOMPRESSORS. ALL A/C UNITS HEAT EXCHANGERS SHALL BEWARRANTED AGAINST DEFECTS FOR A TEN (10) YEAR PERIOD.PROVIDE ANTI-SHORT CYCLING FEATURE FOR COMPRESSORS.3.FURNISH OWNER WITH ALL MANUFACTURERS WRITTENGUARANTEES OF MATERIAL AND EQUIPMENT AS CONDITION OFFINAL PAYMENT.WARRANTY INFORMATION1.METAL DUCT: SHEET METAL DUCTWORK CONSTRUCTION TOCOMPLY WITH THE LOS ANGELES CITY MECHANICAL CODE ANDSMACNA GUIDE LINE, WHICHEVER PROVIDES THE STRONGERDUCT CONSTRUCTION.2.FLEXIBLE DUCT: FLEXIBLE ROUND DUCT SHALL NOT BE LONGERTHAN 5'-0" LONG IN FULLY EXTENDED INSTALLED CONDITIONWITH MINIMUM NUMBER OF BENDS. (NOTE: NO ALUMINUM FLEXDUCT IS TO BE USED IN THIS PROJECT.)3.DUCT ACCESSORIES: PROVIDE APPROVED DUCT TAPE ORCLAMP FOR FLEX TO DUCT CONNECTION. ALL SHEET METALSHALL HAVE A MIN. OF 2" COLLAR ON 4" SLEEVES USED TO JOINTHE FLEXIBLE DUCT ATTACHMENT. ALL DUCT JOINTS SHALL BESEALED WITH AN APPROVED TYPE MASTIC.4.DUCT INSULATION: DUCT INSULATION TO BE FIBERGLASS 3/4P.C.F. DENSITY AND R8 OUTDOORS AND SPACE DIRECTLY UNDERA ROOF WITH FIXED VENTS AND R4.2 IN CONDITIONED ORINDIRECTLY CONDITIONED SPACE.5.HANGERS: DUCTWORK LESS THAN 48" X 24" SHALL BESUPPORTED WITH A MINIMUM OF 2" X 1-1/2" INCH WIDE CHANNELSAND 1" HANGER STRAP AS REQUIRED BY UMC TABLE A6-5E AND F.FOR DETAIL SPECIFICATION OF MATERIAL, PRODUCT AND EXECUTIONREFER TO BOOKLET SPECIFICATION.SPECIFICATIONM-1.1MECHANICAL NOTESMUAMAKE-UP AIRM-4.0MECHANICAL DETAILSM-1.2MECHANICAL EQUIPMENT SCHEDULESM-3.0MECHANICAL ROOF PLANTHE HVAC SYSTEM WILL BE DESIGNED TO CONFORM, AT A MINIMUM, TOTHE FOLLOWING CODES AND STANDARDS:·BUILDING STANDARDS ADMINISTRATIVE CODE (2019)·ASHRAE FUNDAMENTALS HANDBOOK (2013)·ASHRAE HVAC APPLICATIONS HANDBOOK (2011)·ASHRAE HVAC SYSTEMS AND EQUIPMENT HANDBOOK (2012)·ASHRAE 62.1 - VENTILATION FOR ACCEPTABLE INDOOR AIRQUALITY (2019)·ASHRAE 62.2 - VENTILATION AND ACCEPTABLE INDOOR AIRQUALITY IN LOW-RISE RESIDENTIAL BUILDINGS (2019)·ASHRAE 90.1 - ENERGY STANDARD FOR BUILDINGS EXCEPTLOW-RISE RESIDENTIAL BUILDINGS (2010)·ASHRAE GUIDELINE 1 - THE HVAC COMMISSIONING PROCESS(2007)·COUNTY OF LOS ANGELES BUILDING CODE (2020)·COUNTY OF LOS ANGELES MECHANICAL CODE (2020)·COUNTY OF LOS ANGELES PLUMBING CODE (2020)·CALIFORNIA ENERGY CODE (2019)·CALIFORNIA GREEN BUILDING STANDARD CODE (2019)·COUNTY OF LOS ANGELES ELECTRICAL CODE (2020)·CALIFORNIA FIRE CODE (2019)·UNIFORM PLUMBING CODE (2018)·NFPA 90A - INSTALLATION OF AIR CONDITIONING ANDVENTILATING SYSTEMS (2015)·SMACNA HVAC DUCT CONSTRUCTION STANDARDS: METAL ANDFLEXIBLE·SMACNA HVAC SYSTEMS DUCT DESIGN·SMACNA SEISMIC RESTRAINT MANUAL FOR MECHANICALSYSTEMS4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netM-1.0MECHANICAL NOTESAND LEGENDS GENERAL NOTES1.2.3.4.5.6.8.9.10.11.12.13.14.15.16.17.18.19.20.21.22.23.24.25.26.27.7.PROVIDE MATERIALS AND EQUIPMENT AND PERFORM LABOR TO INSTALLCOMPLETE AND OPERATIONAL MECHANICAL SYSTEMS AS INDICATED ON THEDRAWINGS, AS SPECIFIED AND AS REQUIRED PER APPLICABLE LOCAL BUILDINGCODES (CBC, CMC, CPC, ETC.), AMMENDMENTS, OTHER GOVERNING CODES ANDORDINANCES AS APPLICABLE.CONTRACT DOCUMENT DRAWINGS FOR MECHANICAL WORK AREDIAGRAMMATIC AND ARE INTENDED TO CONVEY SCOPE AND GENERALARRANGEMENT ONLY.INSTALL MECHANICAL EQUIPMENT AND APPURTENANCES IN ACCORDANCE WITHMANUFACTURERS' RECOMMENDATIONS, CONTRACT DOCUMENTS, ANDAPPLICABLE CODES AND REGULATIONS.PROVIDE VIBRATION ISOLATION FOR MECHANICAL EQUIPMENT TO PREVENTTRANSMISSION OF VIBRATION TO BUILDING STRUCTURE AND A VIBRATION FREEINSTALLATION.LEAKAGE / PRESSURE TESTS SHALL BE COMPLETED BEFORE ANY DUCTWORKINSULATION IS APPLIED.TESTING, ADJUSTING AND BALANCING AGENCY SHALL BE A MEMBER OF THEASSOCIATED AIR BALANCE COUNCIL (AABC) OR THE NATIONAL ENVIRONMENTALBALANCING BUREAU (NEBB). TESTING, ADJUSTING AND BALANCING SHALL BEPERFORMED IN ACCORDANCE WITH THE AABC STANDARDS.COORDINATE EQUIPMENT CONNECTIONS WITH MANUFACTURERS' CERTIFIEDDRAWINGS. COORDINATE AND PROVIDE DUCT TRANSITIONS REQUIRED FORFINAL EQUIPMENT CONNECTIONS TO FURNISHED EQUIPMENT. FIELD VERIFYAND COORDINATE DUCT DIMENSIONS BEFORE FABRICATION.MISCELLANEOUS STEEL REQUIRED TO ENSURE PROPER INSTALLATION AND ASSHOWN IN DETAILS FOR DUCTWORK AND EQUIPMENT (UNLESS OTHERWISENOTED) SHALL BE FURNISHED AND INSTALLED BY THE MECHANICALCONTRACTOR. OTHER TRADES SHALL NOT SHARE SUPPORTS.ROUND DUCT MAY BE INSTALLED IN LIEU OF RECTANGULAR AND VICE VERSA ASLONG AS IT HAS EQUIVALENT DUCT DIMENSIONS PER THE ASHRAEFUNDAMENTALS HANDBOOK.DUCTWORK AND EQUIPMENT SUPPORTED FROM STRUCTURAL STEEL SHALL BECOORDINATED WITH GENERAL CONTRACTOR. ATTACHMENTS TO STEEL BARJOISTS, TRUSSES OR JOIST GIRDERS SHALL BE AT PANEL POINTS. PROVIDEBEAM CLAMPS MEETING MSS STANDARDS. WELDING TO STRUCTURAL MEMBERSSHALL NOT BE PERMITTED. THE USE OF C-CLAMPS SHALL NOT BE PERMITTED.THE LOCATIONS OF ITEMS SHOWN ON THE DRAWINGS OR CALLED FOR IN THESPECIFICATIONS THAT ARE NOT FIXED BY DIMENSIONS ARE APPROXIMATEONLY. THE EXACT LOCATIONS NECESSARY TO SECURE THE BEST CONDITIONSAND RESULTS MUST BE DETERMINED BY THE PROJECT SITE CONDITIONS ANDSHALL HAVE THE APPROVAL OF THE CONTRACTING OFFICER OF RECORDBEFORE BEING INSTALLED. DO NOT SCALE DRAWINGS.REFER TO SPECIFICATIONS FOR MATERIALS AND METHODS FORCONSTRUCTION. WHERE THE WORD "PROVIDE" OR NEW" IS USED SHALL BEUNDERSTOOD TO MEAN "THE CONTRACTOR SHALL FURNISH AND INSTALL".EQUIPMENT AND MATERIALS PROVIDED SHALL BE NEW AND FREE FROMDEFECTS. NO SALVAGED OR REFURBISHED OR USED EQUIPMENT OR MATERIALWILL BE ACCEPTED.LOCATIONS AND SIZES OF WALL AND ROOF OPENINGS SHALL BE COORDINATEDWITH OTHER TRADES INVOLVED.AIR CONDITIONING CONDENSATE DRAIN LINES FROM EACH HVAC UNIT SHALL BEPIPED FULL SIZE FROM THE UNIT DRAIN OUTLET, WITH "P" TRAP AND PIPED TONEAREST DRAIN. INSULATE INTERIOR LINES WHERE CONDENSATE CAN OCCUR .REFER TO PLUMBING DRAWINGS.PROVIDE AND INSTALL LOW VOLTAGE (50V OR LESS) WIRING AND CONDUITNEEDED FOR MECHANICAL SYSTEM OPERATION. THIS SHALL INCLUDE WIRINGFOR ANY SENSOR, THERMOSTAT, VALVE, DAMPER, SPLIT SYSTEM (REMOTEAIR-COOLED CONDENSER), ETC. CONTROL WIRE AND CONDUIT SHALL COMPLYWITH THE LATEST NATIONAL ELECTRICAL CODE.SUBMIT DETAILED DUCTWORK SHOP DRAWINGS TO ENGINEER FOR REVIEW.SHOP DRAWINGS SHALL BE COMPLETE WITH TOP AND BOTTOM DIMENSIONS,INCLUDING SUPPORTS, SEISMIC ATTACHMENT DETAILS AND LOCATIONS. SHOPDRAWINGS SHALL BE APPROVED BEFORE ANY MATERIALS ARE ORDERED ORCONSTRUCTION IS STARTED.SCHEDULED EQUIPMENT IS THE BASIS OF DESIGN. IF THE CONTRACTORSUBMITS ON OTHER APPROVED MANUFACTURERS OR MODEL NUMBERS, THECONTRACTOR WILL FULLY COORDINATE EQUIPMENT REQUIREMENTS WITHOTHER TRADES AND SHALL SHOULDER ANY RELATED COST DUE TO THESUBSTITUTION.MAINTAIN A SAFE WORKING ENVIRONMENT AT THE CONSTRUCTION SITE ANDSURROUNDING AREAS.ACCURATE "AS-BUILT" DRAWINGS SHALL BE MAINTAINED DURINGCONSTRUCTION AND SUBMITTED FOR APPROVAL UPON COMPLETION OFINSTALLATION. INDICATE DUCT AND EQUIPMENT SIZES AND LOCATIONS.SHEET METAL DUCTWORK SHALL BE FABRICATED AND INSTALLED INACCORDANCE WITH THE LATEST SMACNA DESIGN AND CONSTRUCTIONSTANDARDS.PERFORM WORK IN A COMPLETE AND WORKMANLIKE MANNER INCONFORMANCE WITH CODES, AND MANUFACTURER'S RECOMMENDATIONS.CONTRACTOR SHALL COORDINATE WITH OTHER TRADES TO PROVIDE ACOMPLETE AND WORKING SYSTEM.TRAVERSE JOINTS FOR SUPPLY DUCTS SHALL BE SEALED WITH APPROVEDMASTIC.EQUIPMENT DESIGNED TO BE FIXED IN POSITION SHALL BE SECURELYFASTENED IN PLACE.28.CONTRACTOR SHALL NOTE THE CRITICAL SPACE AVAILABLE ABOVE CEILINGS.PROVIDE TRANSITION PIECES AND BEAM BOXES AT CROSSOVERS, UNDERBEAMS, OVER/UNDER PIPES AS REQUIRED TO ACCOMMODATE DUCTS WITHINSPACE AVAILABLE. PROVIDE EQUIVALENT DUCT SIZE TO THE DIAMETERSHOWN. COORDINATE CLOSELY WITH OTHER SECTIONS TO REDUCENECESSITY OF TRANSITION TO A MINIMUM. NO ADDITIONAL COSTS WILL BEPAID FOR ANY REQUIRED TRANSITIONS, BEAM BOXES OR OTHER SPECIALCHANGE SHAPE PIECES.29.NO WATER PIPING IS ALLOWED ABOVE THE ELECTRICAL ROOM, TELEPHONESWITCH ROOM AND DATA/COMMUNICATION ROOM.30.UPON COMPLETION OF WORK, CONTRACTOR SHALL CLEAN AND REMOVE ALLDEBRIS ASSOCIATED WITH HIS/HER WORK AND DISPOSE OF IT. AREA SHALL BELEFT IN A CONDITION ACCEPTABLE TO OWNER.31.DUCT SMOKE DETECTORS SHALL BE INSTALLED PER MANUFACTURER'SWRITTEN RECOMMENDATIONS AND SHALL BE TIED-IN TO THE BUILDING FIREALARM SYSTEM. CONNECTION TO FIRE ALARM FOR SUPERVISION ONLY.32.ALL REQUEST FOR ACCESS OR CONNECTIONS MUST BE MADE IN WRITING INADVANCE OF WORK ACTIVITY THROUGH THE BUILDING MANAGER.CONTRACTOR COORDINATE DURATION OF REQUEST REQUIRED.33.ALL SYMBOLS SHOWN ON SYMBOL LIST ARE NOT NECESSARILY USED ON THISPROJECT.CAL GREEN NOTES1.MATERIALS DELIVERED TO THE CONSTRUCTION SITE SHALL BE PROTECTED FROMRAIN OR OTHER SOURCES OF MOISTURE.2.FORM GRN16 AND AN OPERATION AND MAINTENANCE MANUAL, INCLUDING, AT AMINIMUM, THE ITEMS LISTED IN SECTION 4.410.1 SHALL BE COMPLETED AND PLACEDIN THE BUILDING AT THE TIME OF FINAL INSPECTION.3.WOOD BURNING FIREPLACES AND OTHER WOOD BURNING DEVICES ARE PROHIBITED.4.ALL DUCT AND OTHER RELATED AIR DISTRIBUTION COMPONENT OPENINGS SHALL BECOVERED WITH TAPE, PLASTIC, OR SHEET METAL UNTIL THE FINAL STARTUP OF THEHEATING, COOLING AND VENTILATING EQUIPMENT.5.ARCHITECTURAL PAINTS AND COATINGS, ADHESIVES, CAULKS AND SEALANTS SHALLCOMPLY WITH THE VOLATILE ORGANIC COMPOUND (VOC) LIMITS LISTED IN TABLES4.504.1-4.504.3.6.THE FORMALDEHYDE EMISSIONS VERIFICATIONS CHECKLIST, FOR GRN 3, SHALL BECOMPLETED PRIOR O FINAL INSPECTION APPROVAL. THE MANUFACTURER'SSPECIFICATIONS SHOWING FORMALDEHYDE CONTENT FOR A; APPLICABLE WOODPRODUCTS SHALL BE READILY AVAILABLE AT THE JOB SITE AND BE PROVIDED TO THEFIELD INSPECTOR FOR VERIFICATION.7.NEW MECHANICALLY VENTILATED BUILDINGS WITHIN 1,000 FEET OF A FREEWAY SHALLPROVIDE REGULARLY OCCUPIED AREAS OF THE BUILDING WITH A MERV13 FILTER FOROUTSIDE AND RETURN AIR. FILTERS SHALL BE INSTALLED PRIOR TO OCCUPANCY ANDRECOMMENDATIONS FOR MAINTENANCE WITH FILTERS OF THE SAME VALUE SHALL BEINCLUDED IN THE OPERATION AND MAINTENANCE MANUAL.8.BUILDING MATERIALS WITH VISIBLE SIGNS OF WATER DAMAGE SHALL NOT BE INSTALLED.WALL AND FLOOR FRAMING SHALL NOT BE ENCLOSED UNTIL IT IS INSPECTED AND FOUNDTO BE SATISFACTORY BY THE BUILDING INSPECTOR.34.ARCHITECTURAL AND STRUCTURAL PLANS ARE CONSIDERED PART OF THE DESIGNDRAWINGS AND ARE TO BE USED TO DEFINE DETAIL CONFIGURATIONS INCLUDING, BUT NOTLIMITED TO RELATIVE LOCATION OF MEMBERS, ELEVATION, LOCATION OF ALL OPENINGS,ETC.THE CONTRACTOR IS ADVISED AND REMINDED THAT HIS BEST EFFORTS AND THAT OF THECONTRACTOR'S ARE TO BE PROVIDED AS PART OF THE COORDINATED EFFORT TO PROVIDETHE PROJECT OWNER AND THE ULTIMATE USERS AND OCCUPANTS WITH A FINISHEDPROJECT WHICH WILL SERVE ITS INTENDED PURPOSE. TO THIS END, THE CONTRACTOR IS TOBRING HIS FULL FACILITY, EXPERTISE AND EXPERIENCE TO BEAR ON THE DAY-TO-DAYOPERATIONS AT THE CONSTRUCTION SITE.35.THE CONTRACTOR IS REQUIRED BY THE CONTRACT DOCUMENTS TO BE FULLY FAMILIARWITH ALL ASPECTS OF THE PROJECT AFFECTING THE INSTALLATION OF THE WORK, AND ASSUCH IS RESPONSIBLE FOR COORDINATING THAT WORK WITH THE WORK OF OTHERS AT THESITE.THE "ENGINEER OF RECORD" IS RESPONSIBLE FOR THE SYSTEM DESIGN AND THEINTERPRETATION OF THAT DESIGN FOR THIS PROJECT.36.THE CONTRACTOR WHEN NECESSARY MAY REQUEST INFORMATION CONCERNING THEDESIGN PROVIDED SUCH REQUEST IS DELIVERED IN A TIMELY FASHION THROUGH PROPERCHANNELS.37.38.39.40.SHOP DRAWINGS SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW PRIOR TOFABRICATION. MINIMUM ENGINEER REVIEW TIME IS 7 WORKING DAYS BEFORE RETURN TOTHE GENERAL CONTRACTOR. SHOP DRAWINGS WILL BE REJECTED FOR INCOMPLETENESS,LACK OF CALCULATIONS (IF REQUIRED) OR CHANGES WITHOUT PRE-APPROVAL. DELAY INPROCESSING SHOP DRAWINGS WILL BE THE RESPONSIBILITY OF THIS CONTRACTOR.GENERAL AND SUBCONTRACTORS SHALL REVIEW AND STAMP ALL SHOP DRAWINGSPRIOR TO REVIEW BY THE ENGINEER. SHOP DRAWINGS SHALL BE REVIEWED FORCOMPLETENESS AND COMPLIANCE TO THE DRAWINGS. CONTRACTOR SHALL CLEARLYFLAG ANY DEVIATION AND MAKE WRITTEN REQUEST TO THE ENGINEER FOR APPROVALOF ANY MODIFICATION. ALL MODIFICATIONS MUST BE PRE-APPROVED BEFORE SHOPDRAWINGS ARE PROCESSED & RESUBMITTED FOR FINAL APPROVAL.41.42.43.44.45.TIME SPENT BY ENGINEERING PERSONNEL AND STAFF IN REPLY TO REQUESTS FORINFORMATION, THE ANSWERS FOR WHICH CAN BE FOUND IN THE CONTRACTDOCUMENTS, WILL BE CHARGED TO THE CONTRACTOR AND SUCH REQUEST FORINFORMATION SHALL BE ACCOMPANIED BY A PURCHASE ORDER FOR THE SERVICEREQUESTED.PROVIDE OPENINGS AND SUPPORTS FOR EQUIPMENT AND SYSTEM COMPONENTS ASREQUIRED. ALL SUSPENDED ELEMENTS TO BE PROVIDED WITH APPROVED LATERAL ORSWAY BRACING.COORDINATE LOCATION AND SIZE OF ACCESS PANELS SO THEY WILL PROVIDE USEFULACCESS TO SERVICE SYSTEM COMPONENTS. LOCATIONS SHALL BE REVIEWED WITH THEARCHITECT PRIOR TO INSTALLATION.PROVIDE FIRE BLOCKING OR FIRE DAMPERS, AS APPLICABLE, WHERE SYSTEMCOMPONENTS PENETRATE FIRE RATED SEPARATIONS BLOCKING/DAMPERS SHALL BERATED IN ACCORDANCE WITH SEPARATION SERVED.PROVIDE CODE APPROVED FLEXIBLE CONNECTIONS AT ALL EQUIPMENT.PROVIDE FLASHING AND/OR COUNTER FLASHING OF ALL EXTERIOR PENETRATIONSTO PREVENT WATER INGRESS.EQUIPMENT AND/OR MATERIAL DAMAGED BEFORE OR DURING THIS CONTRACTOR'S WORKSHALL BE REPLACED OR REPAIRED TO EQUAL THE ORIGINAL CONDITION IN KIND, QUALITYAND FINISH TO THE OWNER'S SATISFACTION.STARTERS FOR MECHANICAL EQUIPMENT SHALL BE PROVIDED BY THIS CONTRACTORUNLESS SPECIFICALLY IDENTIFIED ON THE ELECTRICAL PLANS. GENERAL CONTRACTOR ISRESPONSIBLE FOR PROVIDING ALL SUBCONTRACTORS WITH A DRAWING PACKAGECONTAINING THE WORK OF RELATED TRADES.LOCATION OF ALL REGISTERS AND GRILLES SHALL BE IN STRICT ACCORDANCEW/ARCHITECTURAL REFLECTED CEILING PLAN.46.47.48.ALL DUCTS, PLUMBING PIPES, APPLIANCE VENTS AND NON-SUPPORTED HANGERS ANDELEMENTS SHALL BE ISOLATED FROM RIGID CONTACT WITH THE BUILDING CONSTRUCTION BYMEANS OF RESILIENT SLEEVES, MOUNTS OF MIN. 1/4" THICK APPROVED RESILIENT MATERIAL.FOR SPLIT TYPE A/C UNIT, CONTRACTOR TO PROVIDE PIPES, ACCESSORIES ANDREFRIGERANT CHARGE AS PER MANUFACTURER'S RECOMMENDATION BASED ON ACTUALDISTANCE OF OUTDOOR UNITS FROM INDOOR UNITS.ELEVATOR SHAFT VENTS SHALL BE SHOWN ON ARCHITECTURAL PLANS.1. TYPE OF OCCUPANCY: R-__, TYPE OF CONSTRUCTION: TYPE __ - 1 HOUR FULLY SPRINKLERED 2. CONCEALED SPACES, CIRCULATING AIR: AND TYPE 1 - FULLY SPRINKLERED PARKING GARAGENO COMBUSTIBLE MATERIAL (SUCH AS EXPOSED COMMUNICATION CABLES, INSULATEDWIRES, PLASTIC TUBING OR PIPING, PIPE INSULATION, INSULATED PAN INSULATION)SHALL BE LOCATED IN SPACES USED TO CONVEY CIRCULATING AIR SUPPLY. WHENCOMBUSTIBLE MATERIAL IS TO BE LOCATED IN THE ABOVE SPACES, IT SHALL BEPROVIDED BY LOCAL AUTHORITY FOR SUCH INSTALLATION.3.DUCTS, CONDITIONED AIR AND VENTILATION AIR:ALL DUCTS AND PLENUMS USED TO CONVEY THE CONDITIONED AIR SUPPLY ORVENTILATION AIR TO BE LOCAL AUTHORITY APPROVED TYPE.4.DUCTS SHALL BE CONSTRUCTED, INSTALLED AND INSULATED PER CHAPTER 6 OF CMC2019 EDITION AND INSULATION SHALL COMPLY WITH TITLE 24 REQUIREMENTS.5.OTHER MATERIALS:DUCT LININGS (THERMAL AND ACOUSTIC), FLEXIBLE VIBRATION-ISOLATIONCONNECTORS, DUCT CONNECTORS AND DUCT TAPE TO BE LOCAL AUTHORITYAPPROVED. FILTERS TO BE U.L. LISTED.6.CF6R (INSTALLATION CERTIFICATE) FOR HVAC SYSTEM SHALL BE PROVIDEDPRIOR TO FINAL INSPECTION.7.ALL INSULATION MATERIALS SHALL BE CERTIFIED BY THE MANUFACTURER ASWITH THE CALIFORNIA QUALITY STANDARDS FOR INSULATING MATERIAL WITHTHE EXCEPTION OF KITCHEN COOKING HOOD, VENT STACK AND BATHROOMEXHAUST DUCT.8.METAL VENTILATING AND CONDITIONED AIR DUCTS LOCATED IN ATTIC SHALL BEINTERNALLY ACOUSTICALLY LINED MIN. OF 4'-0" LONG FROM SOUND SOURCE.9.NO ALUMINUM FLEX DUCT ALLOWED IN THIS PROJECT.10.HVAC CONTRACTOR TO PROVIDE AND INSTALL ALL LOW VOLTAGE CONTROL DEVICES ANDWIRING. ELECTRICAL CONTRACTOR TO PROVIDE AND INSTALL ALL CONDUITS.11.EXHAUST OUTLETS SHALL TERMINATE NO LESS THAN 3 FT FROM PROPERTY LINE, 3 FT FROMOPENINGS INTO THE BUILDING, 1O FT FROM FORCED AIR INLET, AND SHALL NOT DISCHARGEINTO A PUBLIC WALKWAY.CONSTRUCTION NOTESJ)ALL THERMOSTATS SHALL HAVE A DEADBAND BETWEEN HEATING AND COOLING, CAPABLEOF ADJUSTMENT UP TO 10°F.K)ALL EQUIPMENT DESIGNED TO BE FIXED IN POSITION SHALL BE SECURELY FIXED IN PLACE,AND IN ACCORDANCE WITH SEISMIC REQUIREMENTS.L)REQUIRED ROUTINE MAINTENANCE ACTION SHALL BE CLEARLY STATED ANDINCORPORATED ON A READILY ACCESSIBLE PERMANENT LABEL. THE LABEL MAY BELIMITED TO CROSS REFERENCING THE MAINTENANCE MANUAL IF SUCH MAINTENANCEACTION IS DESCRIBED THEREIN FOR THE LABELED ITEM.M)ALL EQUIPMENT SHALL CONFORM TO AND BE CERTIFIED IN ACCORDANCE WITH THEAPPLIANCE STANDARDS AND THE REQUIREMENTS FOR SUCH DEVICES GIVEN IN THEPLANS AND SPECIFICATIONS APPROVED BY THE LOCAL ENFORCEMENT AGENCY.N)ALL EQUIPMENT SHALL BE LABELED AS TO FUNCTION AND SPACES SERVED. (SEESCHEDULE)G)H)D)E)1.2.3.A)3.2.1.B)C)F)I)THE PERSON WITH OVERALL RESPONSIBILITY FOR CONSTRUCTION OR THE PERSON RESPONSIBLEFOR THE INSTALLATION OF REGULATED MANUFACTURED DEVICES SHALL POST, OR MAKEAVAILABLE WITH THE BUILDING PERMIT(S) ISSUED FOR THE BUILDING, THE INSTALLATIONCERTIFICATE(S) FOR MANUFACTURED DEVICES REGULATED BY THE APPLIANCE STANDARDS ORPART 6. SUCH INSTALLATION CERTIFICATE(S) SHALL BE MADE AVAILABLE TO THE ENFORCEMENTAGENCY FOR ALL APPROPRIATE INSPECTIONS. THESE CERTIFICATES SHALL:IDENTIFY FEATURES REQUIRED TO VERIFY COMPLIANCE WITH THE APPLIANCESTANDARDS AND PART 6.STATE THE BUILDING PERMIT NUMBER UNDER WHICH THE CONSTRUCTION ORINSTALLATION WAS PERFORMED.THE BUILDER SHALL PROVIDE THE BUILDING OWNER OR THE PERSON(S) RESPONSIBLEFOR BUILDING MAINTENANCE (IN CASE OF MULTI-TENANT OR CENTRALLY OPERATEDBUILDINGS) AT OCCUPANCY THE FOLLOWING:OPERATING INFORMATION. A LIST OF THE HEATING, COOLING, WATER HEATING, ANDLIGHTING SYSTEMS & FEATURES, MATERIALS, COMPONENTS, AND MECHANICAL DEVICES,CONSERVATION OR SOLAR DEVICES INSTALLED IN THE BUILDING, AND INSTRUCTIONS ONHOW TO USE THEM EFFICIENTLY.MAINTENANCE INFORMATION. REQUIRED ROUTINE MAINTENANCE ACTION SHALL BECLEARLY STATED AND INCORPORATED ON A READILY ACCESSIBLE LABEL. THELABEL MAY BE LIMITED TO IDENTIFYING THE MAINTENANCE MANUAL.VENTILATION INFORMATION. A DESCRIPTION OF THE QUANTITIES OF OUTDOOR ANDRECIRCULATED AIR THAT THE VENTILATION SYSTEM IS DESIGNED TO PROVIDE TO EACHAREA.ALL ENCLOSED SPACES IN A BUILDING THAT ARE NORMALLY USED BY HUMANS SHALL BEVENTILATED IN ACCORDANCE WITH THE REQUIREMENTS OF SECTION 121.THE PIPING FOR ALL SPACE CONDITIONING AND SERVICE WATER HEATING SYSTEMS SHALLBE INSULATED IN ACCORDANCE WITH TABLE 120.3-A, 2019 T24.WATER HEATING SYSTEMS SHALL BE EQUIPPED WITH AUTOMATIC TEMPERATURECONTROLS CAPABLE OF ADJUSTMENT FROM THE LOWEST TO THE HIGHEST ACCEPTABLETEMPERATURE SETTINGS FOR THE INTENDED USE AS LISTED IN TABLE 3, CHAPTER 50 OFTHE ASHRAE HANDBOOK, HVAC APPLICATIONS VOLUME.ALL HEATING AND/OR COOLING SYSTEMS OTHER THAN WOOD STOVES SHALL HAVE ANAUTOMATIC THERMOSTAT WITH A CLOCK MECHANISM OR OTHER SETBACK MECHANISMTHAT SHUTS THE SYSTEM OFF DURING PERIODS OF NON-USE AND THAT ALLOWS THEBUILDING OCCUPANT TO AUTOMATICALLY SETBACK THE THERMOSTAT SET POINTS FOR ATLEAST 4 PERIODS WITHIN 24 HOURS.THE AIR HANDLING DUCT SYSTEM SHALL BE CONSTRUCTED, INSTALLED, SEALED ANDINSULATED PER SECTION 120.4, 2019 BUILDING ENERGY EFFICIENCY STANDARDS.DIRECTLY OR INDIRECTLY CONDITIONED SPACE SHALL HAVE R4.2, MINIMUM.ALL FAN SYSTEMS EXHAUSTING AIR FROM THE BUILDING TO THE OUTSIDE SHALL BEPROVIDED WITH BACKDRAFT OR AUTOMATIC DAMPERS TO PREVENT AIR LEAKAGE.DUCT SYSTEMS SHALL COMPLY WITH UL 181, INCLUDING ALL COLLARS, CONNECTIONS ANDSPLICES. ALL PRESSURE-SENSITIVE TAPES, HEAT-ACTIVATED TAPES AND MASTICS SHALLCOMPLY WITH UL 181, UL 181A, OR UL181BTHE FOLLOWING NOTES (ITEMS) REPRESENT THE MANDATORY REQUIREMENTS FOR ALL BUILDINGS.TITLE 24 REQUIREMENTSINCLUDE A STATEMENT INDICATING THAT THE INSTALLED DEVICES CONFORM TO THEAPPLIANCE STANDARDS AND PART 6 AND THE REQUIREMENTS FOR SUCH DEVICES GIVENIN THE PLANS AND SPECIFICATIONS APPROVED BY THE LOCAL ENFORCEMENT AGENCY.49.INSTALLED AIR CONDITIONER AND HEAT PUMP OUTDOOR CONDENSING UNITS MUST HAVE ACLEARANCE OF AT LEAST 5 FEET FROM THE OUTLET OF ANY DRYER VENT.DUCT AND PLENUM INSULATIONA.GENERAL:1.PINS FOR SECURING INSULATION SHALL BE EITHER PERCUSSION WELDING TYPE OR SHALLBE CEMENTED IN PLACE TYPE BY STICKLIPS TYPE B, GOODLOW E. MOORE, OMARK-GRAHAMOR S.K.M. PINS SHALL BE 1-1/2" DIAMETER OR 1-1/2" SQUARE WITH BEVELED CORNERS TYPEWASHER FOR SECURING INSULATION. PRESSURE SENSITIVE TYPE ADHESIVES ARE NOTACCEPTABLE.B.TYPE D-1 INSULATION - SUPPLY AND RETURN DUCTWORK CONCEALED IN CONDITIONED SPACE:1.ALL DUCTS SHALL BE INSULATED ON THE OUTSIDE WITH A FORMALDEHYDE-FREE, FLEXIBLEGLASS FIBER BLANKET. INSULATION SHOULD HAVE A MINIMUM INSTALLED R-VALUE OF 4.2,AND A TYPE FSK FACING. INSULATION SHALL BE FURNISHED WITH A FACTORY-APPLIEDFACING WITH A COMPOSITE UL FHC RATING OF 25/50. INSTALL PER MANUFACTURERINSTRUCTION.2.MANUFACTURER: MICROLITE XG FORMALDEHYDE-FREE FIBER GLASS DUCT WRAPINSULATION OR APPROVED EQUAL.3.INSULATION SHALL BE EXTENDED OVER THE POINT OF CONNECTION ON FLEXIBLE DUCT TOMAINTAIN VAPOR BARRIER CONTINUITY.C.TYPE D-3 INSULATION - SUPPLY & RETURN DUCTWORK EXPOSED IN CONDITIONED SPACE:1.ALL DUCTS SHALL BE INSULATED INTERNALLY WITH A RIGID FIBERGLASS BOARD THAT MEETSOR EXCEEDS ALL ASTM C1071 TYPE II DCUT LINER REQUIREMENTS. INSULATION SHOULDHAVE A MINIMUM INSTALLED R-VALUE OF 4.2. INSULATION SHALL MEET THE MAXIMUM FLAMESPREAD INDEX OF 25 AND A MAXIMUM SMOKED DEVELOPED INDEX OF 50. INSULATION SHALLBE INSTALLED PER MANUFACTURER INSTRUCTION AND IN ACCORDANCE WITH THE NAIMAFIBROUS GLASS DUCT LINER INSTALLATION STANDARD.2.MANUFACTURER: INSULATION SHALL BE JOHNS MANVILLE LINE ACOUSTIC R-300 ORAPPROVED EQUAL.D.TYPE D-3 INSULATION - GREASE DUCT:1.MANUFACTURER:A.FIRE RESISTIVE 3M FIRE BARRIER DUCT WRAP 615+, DISTRIBUTED BY 3M.2.FIRE RESISTIVE DUCT WRAP:A.2 LAYERS OF 3M FIRE BARRIER DUCT WRAP 615+, 1-1/2” THICK, 24” OR 48” WIDE X 25'LONG ROLLS, FOIL ENCAPSULATED WITH LOGO IDENTIFICATION. SHALL BE 2 HOURRATING FOR GREASE DUCT APPLICATION.3.INSTALLATION:A.INSTALLATION SHALL BE IN STRICT ACCORDANCE WITH MANUFACTURE’S WRITTENINSTRUCTIONS, AS SHOWN ON THE APPROVED SHOP DRAWINGS. 3M™ FIRE BARRIERDUCT WRAP 615+ SHALL BE A HIGH-TEMPERATURE FIBROUS THERMAL INSULATIONBLANKET ENCAPSULATED IN A FIBERGLASS-REINFORCED ALUMINIZED POLYESTER FOIL.DUCT WRAP DENSITY SHALL BE NOMINAL 6 PCF (96 KG/M3) AND HAVE A NOMINAL 1-1/2"(38.1MM) THICKNESS. THE FIBER BLANKET SHALL HAVE A CONTINUOUS USE LIMIT OF1000°C (1832°F). THE BLANKET MINIMUM THERMAL RESISTANCE SHALL BE R-6 ATAMBIENT TEMPERATURE. SMOKE DEVELOPED INDEX AND FLAME SPREAD INDEX OF THEBARE BLANKET, AND OF THE FOIL ENCAPSULATED BLANKET SHALL BE 0/0. THE FOILENCAPSULATION SHALL BE BONDED TO THE CORE BLANKET MATERIAL. AT AMBIENTTEMPERATURE. SMOKE DEVELOPED INDEX AND FLAME SPREAD INDEX OF THE BAREBLANKET, AND OF THE FOIL ENCAPSULATED BLANKET SHALL BE 0/0. THE FOILENCAPSULATION SHALL BE BONDED TO THE CORE BLANKET MATERIAL.E.DUCT HANGERS & SUPPORTS:1.DUCT HANGER AND SUPPORTS FOR MECHANICAL DUCTS SHALL BE IN ACCORDANCE WITHSMACNA HVAC DUCT CONSTRUCTION STANDARDS METAL AND FLEXIBLE, LATEST EDITION. 2.SEISMIC RESTRAINTS SHALL BE IN ACCORDANCE WITH SMACNA SEISMIC RESTRAINT MANUALGUIDELINES FOR MECHANICAL SYSTEMS, LATEST EDITION.DUCT AND PLENUM INSULATION50.PROVIDE A CERTIFIED AIR BALANCE REPORT. REPORT WILL BE GIVEN TO BUILDINGINSPECTOR PRIOR TO FINAL INSPECTION.4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netM-1.1MECHANICAL NOTES EXHAUST FAN SCHEDULEREMARKSV / PH / HZWATTSMOTORRPMFANCFMTYPE(IN WC)ESPSYMBOLSERVICEOPER(LBS)WEIGHTBASIS OF DESIGNMANUFACTURERMODEL NO.REMARKS:1AMCA SEAL & U.L. CERTIFIED2FAN OPERATED BY BOTH TIMER AND OCCUPANCY SENSOR3FACTORY SUPPLIED ROOF CAPFLA4UNIT BACKDRAFT DAMPER5SONESENSURE EXHAUST DISCHARGES >10' FROM AIR INTAKESEF1HP1230.25120 / 1 / 6062257PANASONICFV-30VQ399017CEILING MOUNTEDDIRECT DRIVEMEN'SRESTROOM0.52452.0-4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netM-1.2MECHANICALEQUIPMENT SCHEDULEEF21230.25120 / 1 / 6062257PANASONICFV-30VQ399017CEILING MOUNTEDDIRECT DRIVEWOMEN'SRESTROOM0.52452.0-6PROVIDE EXHAUST OUTLET WITH CORROSION-RESISTANTPROTECTIVE SCREEN NOT HAVING LESS THAN 1/4" OPENINGSAND NOT MORE THAN 1/2" OPENINGS IN ACCORDANCE WITH CMC502.1.66 EF12EF243234(TYP.)(TYP.)10"Ø10"Ø5511MECHANICAL GROUND FLOOR PLANREFER TO MECHANICAL LEAD SHEETS FOR LEGENDS, ABBREVIATIONS ANDGENERAL NOTES.ENVIRONMENTAL EXHAUST OUTLETS SHALL TERMINATE NO LESS THAN 3 FEETFROM PROPERTY LINE, 3 FEET FROM OPENINGS INTO BUILDING, 10 FEET FROM AFORCED AIR INLET, AND SHALL NOT DISCHARGE ONTO A PUBLIC WALKWAY.CEILING MOUNTED EXHAUST FAN W/ BUILT IN BDD.(E) 4"x4" OUTSIDE AIR OPENING. FIELD VERIFY SIZE AND LOCATION.1234CONTRACTOR SHALL VISIT THE SITE, VERIFY SITE CONDITIONS, IDENTIFY ALLOBSTRUCTIONS, EXACT ROUTING OF DUCTWORK SHALL BE CONTRACTORSRESPONSIBILITY. PROVIDE REQUIRED TRANSITIONS DUCT FITTINGS ETC. TOAVOID ANY OBSTRUCTIONS.3/4" DOOR UNDERCUT.REMOVE (E) NATURAL AIR ROOF VENTILATOR AND PREPARE FOR NEW EXHAUST FAN.SHEET NOTES:KEYED NOTES:3.1.2.4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netMECHANICAL GROUND FLOOR DEMO PLAN10"Ø EXHAUST DUCT UP THRU ROOF.5M-2.0MECHANICAL GROUNDFLOOR PLAN 1122MECHANICAL ROOF PLANREFER TO MECHANICAL LEAD SHEETS FOR LEGENDS, ABBREVIATIONS ANDGENERAL NOTES.ENVIRONMENTAL EXHAUST OUTLETS SHALL TERMINATE NO LESS THAN 3 FEETFROM PROPERTY LINE, 3 FEET FROM OPENINGS INTO BUILDING, 10 FEET FROM AFORCED AIR INLET, AND SHALL NOT DISCHARGE ONTO A PUBLIC WALKWAY.10"Ø EXHAUST AIR DUCT UP THRU ROOF WITH FACTORY SUPPLIED ROOF CAP.12CONTRACTOR SHALL VISIT THE SITE, VERIFY SITE CONDITIONS, IDENTIFY ALLOBSTRUCTIONS, EXACT ROUTING OF DUCTWORK SHALL BE CONTRACTORSRESPONSIBILITY. PROVIDE REQUIRED TRANSITIONS DUCT FITTINGS ETC. TOAVOID ANY OBSTRUCTIONS.REMOVE (E) NATURAL AIR ROOF VENTILATOR.SHEET NOTES:KEYED NOTES:3.1.2.4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netM-3.0MECHANICAL ROOFPLAN SCALENONE1/2" THROUGHBOLT W/ WASHER &LOCK NUT AS REQ'D.WOOD MEMBER, ADDBLOCKING AS REQ'D.ANGLE IRONANGLE IRON TO WOOD1/2" LAG BOLTSWOOD MEMBER, ADDBLOCKING AS REQ'D.1-1/8"x 18 GAHANGER STRAPHANGER STRAPCONNECTION TO WOOD1/2" THROUGHBOLT W/ WASHER &LOCK NUT AS REQ'D.WOOD MEMBER, ADDBLOCKING AS REQ'D.NUT ANDBACKNUT1/2" THREADEDHANGER RODROD CONNECTION TO WOODR=DSPIGOT45° LATERAL FITTINGWELD90° TEE FITTINGCMAIN DUCTNOTES: 1.LATERAL TAPSHEET METAL ORFLEXIBLE DUCTROUND VOLUME DAMPERAS SPECIFIEDSEE DETAILWHERE BRANCH DUCT IS ROUND FROM ROUNDMAIN AND BRANCH DUCT AIR QUANTITY IS 50 %OR LESS OF TOTAL AIR FLOW.DUCT COLLAR WITH DRAW BAND,SQUARE, ROUND OR RECTANGULARDUCT- SEE PLANS FOR SIZESMACNA OR APPROVED EQUAL.DIFFUSER WITH S.M.S, CANVASCONNECT PLENUM TO CEILING& ARABOL. REFER TO FIG. 2-171. TYPICAL FOR RETURN AND EXH. REGISTERSNOTES:CEILINGCANVAS & ARABOL SEALAS FLEXIBLE DUCT, 4'-0" O.C.22 GA. PLATE-SAME DIAMETERCIRCULAR FLEX DUCT CONNECTOR- SEESHOWN (MAX. LENGTH 5'-0").SPECIFICATIONS FOR DUCT CONNECTION(INSULATED) EQUIV. AREA TO DUCT SIZELINED PLENUMEQUAL TO DIFFUSER INSIDE DIMENSIONSNECK18" NO BENDS1"6"FOR UPPER ATTACHMENT, REFERTO DETAIL2M-3.0SEE PLAN FOR SIZESCREWS (2)EACH SIDE.#10x1/2" LONG "TECO"2. ALL FIXTURES AND AIR TERMINALS SUPPORTED ON INTERMIDIATE DUTY GRID SYSTEMSMUST BE INDEPENDENTLY SUPPORTED BY NOT LESS THAN FOUR(4) TAUT #12 GAGE WIRES EACH ATTACHED TO THE FIXTURE OR TERMINAL , AND TO THE STRUCTURE ABOVE.SAFETY WIRE AT EACHCORNER SEE NOTE 2FOR UPPER ATTACHMENT, REFERTO DETAIL2M-3.0EXHAUST FAN DIAGRAMSPIRAL/ROUND DUCT TEE ANDLATERAL FITTING DET.CD/CR MOUNTING DETAILCONNECTION TO STRUCTURALMEMBER ABOVESCALENONESCALENONESCALENONESCALENONESCALENONESCALENONECEILING MOUNTED EXHAUSTFAN DETAILDUCT HANGAR DETAILROOFINGFIBER CANTFACTORY SUPPLIEDROOF CAP#8 SCREW & WASHER3/8" LAG SCREW ANCHOREDTO WOOD BLOCKINGWOOD BLOCKINGFACTORY SUPPLIEDROOF CURBFLOOR PLAN FOR SIZE.EXHAUST DUCT. SEE(E) ROOF(E)ROOF JOISTSEE STRUCTURALEXHAUST CAP DETAIL76425314343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netCEILING GRILLE (FURNISHED BYFAN MANUFACTURER) CEILINGEF-BACKDRAFT DAMPERFLEX CONNECTOREXHAUST DUCT SEEPLAN FOR SIZE(S)AND LOCATIONMAX 8"øMAX WEIGHT: 35#FAN MOUNTING BRACKET (TYP 4)1" WIDE x 16 GA.STRAP2M-3.0FOR CONNECTION TOSTRUCTURE SEELIGHTBY MECHANICALFURNISHED AND INSTALLED BY MECHANICAL CONTRACTOR.FURNISHED AND INSTALLED BY ELECTRICAL CONTRACTOR.CIRCUIT BREAKEROR FUSEDDISCONNECTAT WALLLIGHT SWITCHBY ELECTRICALDISCONNECT115/120V-1PH-60HZBATHROOMLEGEND:ROUND DUCTTYPICALGALVANIZED SHEETMETAL STRAP OR RODHANGER (REFER TO SCHEDULE BELOW)WHEN REQ'DBRACING3/8"ØMACHINEBOLTTO NOTE #2 BELOWDIAGONAL BRACING REFERPROVIDE TRANSVERSE BRACING AT 3O FT. AND LONGITUDINAL BRACING AT 60 FT. WHEN EXCERPT FROM TABLE 5-2 MINIMUM HANGER SIZE FOR ROUND DUCT OF SMACNAREQUIRED PER TABLE 7-1 2008 SMACNA SEISMIC RESTRAINT MANUAL, 3RD EDITION.2005 HVAC DUCT CONSTRUCTION STANDARDS METAL AND FLEXIBLE, 3RD EDITION 2.NOTES:1.12 FT.12 FT.11" THRU 18"10" & SMALLERDUCT DIA.MAXIMUMTWO 12 GA. OR ONE 8 GA.ONE 12 GA.1/4"1/4"1"X 22 GA.1"X 22 GA.12 FT.19" THRU 24"TWO 10 GA.1/4"1"X 22 GA.SPACINGWIREDIA.RODSTRAP12 FT.25" THRU 36"TWO 8 GA.3/8"1"X 20 GA.2M-3.02M-3.0M-4.0MECHANICAL DETAILS FE-1.0ELECTRICAL NOTES,ABBREVIATIONS, SYM.LIST, & KEY PLAN.4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net 5.19.49.55.73.52.66.311.311.06.65.55.74.05.55.55.47.611.63.24.38.613.72.13.15.67.83.24.66.25.66.57.712.412.811.68.710.111.113.47.85.75.38.15.43.73.2CALC =ONE 1CALC =ONE 2STATISTICSDHVFULSWLRQ S\PEROAYJMD[MLQMD[MLQAYJMLQCALC =ONE 16.5 IF13.7 IF2.1 IF6.513.11EMERGENC< L8MINAIRE SCHED8LES\PEROLDEHO4W\LXPHQVLLF:DWWVCDWDORJ NXPEHUDHVFULSWLRQLDPSF;2A%SOL8TE0.76LITHONIALEDLH4M-LED-R-M6LED E;IT EMERGENC< COM%OCALC =ONE 27.7 IF13.4 IF3.2 IF4.212.41E-2.0PARTIAL FLOOR PLANLIGHTING & EMPHOTOMETRICarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net™ E-3.0PARTIAL FLOOR PLANPOWER & SINGLE LINE4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net E-4.0TITLE-244343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net architectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION WIDTH DOORDOOR DOOR SCHEDULE THICK D O O R SIZE MATERIAL F R A M E TYPE HEIGHT R E M A R K S TYPENO FRAME MATERIAL DOOR HARDWARE QTY. architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATIONA.DUST CONTROL SHALL BE IMPLEMENTED DURING DEMOLITION. DUST AND NOISE DURING DEMOLITION & CONSTRUCTION SHALL BE KEPT TO A MINIMUM B.IT IS THE CONTRACTOR'S RESPONSIBILITY TO ENSURE THAT TRASH AND CONSTRUCTION RELATED SOLID WASTES INCLUDING GREEN WASTES FROM LANDSCAPING AND HAZARDOUS MATERIALS MUST BE DEPOSITED INTO APPROPRIATE RECEPTACLES AND DISPOSED OF. C.CONTRACTOR SHALL PROVIDE PROTECTIVE COVERINGS FOR MATERIALS, FURNISHINGS AND EXISTING FINISHES IN AREAS NOT PART OF DEMOLITION/CONSTRUCTION AND SHALL BE RESPONSIBLE FOR THE REPAIR OF ANY DAMAGE CAUSED BY THE WORK OF THE GENERAL CONTRACTOR AND ANY SUBCONTRACTOR. D.THE CONTRACTOR SHALL ERECT ALL NECESSARY TEMPORARY SOUND AND/OR PLASTIC DROP CLOTH PARTITIONS TO PROTECT AREAS TO REMAIN WHILE DEMOLITION AND CONSTRUCTION ARE IN PROGRESS. E.TEMPORARY BARRICADES AS PERTAINING TO CONTRACTORS ACTIVITIES SHALL BE INSTALLED IN AND AROUND DEMOLITION AND CONSTRUCTION AREAS IN ACCORDANCE WITH OSHA REQUIREMENTS. F.CONTRACTOR SHALL AT ALL TIMES MAINTAIN THE BUILDING IN A WEATHERTIGHT CONDITION. DEMOLITION-GENERAL-NOTES HARZARDOUS MATERIAL NOTE: IF MATERIAL REASONABLY BELIEVED TO BE, OR CONTAIN, ASBESTOS OR POLYCHLORINATED BIPHENYL - PCB - ARE ENCOUNTERED ON SITE AND HAVE NOT BEEN RENDERED HARMLESS - CONTRACTOR SHALL IMMEDIATELY STOP WORK IN AREA AFFECTED AND NOTIFY ARCHITECT AND OWNER'S REPRESENTATIVE IN WRITING - WORK IN THESE AREAS SHALL NOT BE RESUMED EXCEPT BY WRITTEN AGREEEMENT OF OWNER AND CONTRACTOR AFTER MATERIAL HAS BEEN PROPERLY IDENTIFIED AND RENDERED HARMLESS ACCESSIBILITY NOTES ROOM FLOOR BASE REMARKS CEILING MATERIALWALLS DOORS architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATION A TOILET B GRAB BARS ℄ C MIRROR: F.F. F.F. D LAVATORY: WALL MOUNTED E HAT AND COAT HOOK: BOBRICK B-682 INSTALL @ ALL TOILET STALLS F.F. G TOILET PARTITIONS: F.F. H URINAL SCREEN: F.F. J MOUNTED SOAP DISPENSER F.F. K URINAL ( WALL HUNG TYPE) M HAND DRYER: F.F. N TOILET STALL ACCESSORIES: F.F. S DIAPER CHANGING STATION: F.F. BUILDING/TOILET ROOM DOOR "TEXT" TACTILE IDENTIFICATION SIGN LEVER LOCK/LATCHSET HANDLE IDENTIFICATION SIGN-SYMBOL OF ACCESSIBILITY SIGN TEXT SHALL READ: MEN, WOMEN, EXIT, EXIT STAIR DOWN, AS APPLYS-SEE FLOOR PLAN 1117B.5.2 BRAILLE SYMBOLS. CONTRACTED GRADE 2 BRAILLE SHALL BE USED WHEREVER BRAILLE SYMBOLS ARE SPECIFICALLY REQUIRED IN OTHER PORTIONS OF THESE STANDARDS. DOTS SHALL BE 110 INCH (2,54 MM) ON CENTERS IN EACH CELL WITH 210INCH (5.08 MM) SPACE BETWEEN CELLS. DOTS SHALL BE RAISED A MINIMUM OF,140 INCH (0.635 MM) ABOVE THE BACKGROUND. 2117B.5.3 PROPORTIONS. LETTERS AND NUMBERS ON SIGNS SHALL HAVE A WIDTH-TO-HEIGHT RATIO OF BETWEEN 3:5 AND 1:1 AND A STROKE WIDTH TO HEIGHT RATIO BETWEEN 1:5 AND 1:10. 2115B.5.9 MOUNTING LOCATION AND HEIGHT WHERE PERMANENT IDENTIFICATION IS PROVIDED FOR ROOMS AND SPACES, RAISED LETTERS SHALL BE PROVIDED AND SHALL BE ACCOMPANIED BY BRAILLE IN CONFORMANCE WITH SECTION 111713.5.6. SIPS SHALL BE INSTALLED ON THE WALL ADJACENT TO THE LATCH OUTSIDE OF THE DOOR. WHERE THERE IS NO WALL SPACE ON THE LATCH SIDE, INCLUDING AT DOUBLE LEAF DOORS, SIGNS SHALL BE PLACED ON THE NEAREST ADJACENT WALL, PREFERABLY ON THE RIGHT. MOUNTING HEIGHT SHALL BE 60 INCHES (1524 MM) ABOVE THE FINISH FLOOR TO THE CENTER LINE OF THE SIGN. MOUNTING LOCATION SHALL BE DETERMINED SO THAT A PERSON MAY APPROACH WITHIN 3 INCHES (76 MM) OF SIGNAGE WITHOUT ENCOUNTERING PROTRUDING OBJECTS OR STANDING WITHIN THE SWING OF DOOR. ANSI APPROVED, E.S. PLASTIC, NEMA RATED, SELF EXSTINGUISHING, ADHESIVE MOUNTED RAISED CHARACTER SIGN NOTES: CHARACTER TYPE ON SIGNS SHALL BE RAISED 1/32" MIN. AND SHALL BE SANS-SERIF UPPERCASE CHARACTERS ACCOMPANIED BY GRADE 2 BRAILLE COMPLYING WITH 1117B.5.6 CHARACTER SIZE-RAISED CHARACTER SHALL BE A MIN. OF 2" HIGH. BRAILLE-CONTRACTED GRADE 2 BRAILLE SHALL BE USED WHEREVER BRAILLE IS REQUIRED IN OTHER PORTIONS OF THESE STANDARDS. DOTS SHALL BE 1/10" ON CENTERS IN EACH CELL WITH 2/10" SPACE BETWEEN CELLS, MEASURED FROM THE SECOND COLUMN OF DOTS IN THE FIRST CELL TO THE FIRST COLUMN OF DOTS IN THE SECOND CELL. DOTS SHALL BE RAISED A MIN. OF 1/40" ABOVE THE BACKGROUND. TACTILE IDENTIFICATION SIGN SYMBOLIC IDENTIFICATION SIGN TACTILE SIGN TEXT 5"5"architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATION architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATION architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770 ROSEMEAD PARKRESTROOMS RENOVATION YARD BOXY.B.REMOVE/ABANDONABOVEINDIRECTREDUCED PRESSURE B.F.P.BACKFLOW PREVENTERINDRPABV.B.F.P.DRAINDDNOT IN PLUMBING CONTRACTN.I.P.C.FD or ADFLOOR OR AREA DRAINPRESSURE REDUCING VALVEPOINT OF CONNECTIONP.R.V.P.O.C.REQUIREDVENT THRU ROOFRECTANGULARPOLYVINYLCHLORIDEV.T.R.REQ'DRECT.P.V.C.FCORD OR ODHOSE BIBBUNIONUHBYCOFLOOR CLEANOUTROOF OR OVERFLOW DRAINWALL CLEANOUTFLOORHEATERHEADERINVERT ELEVATIONGALLONS PER MINUTEFIXTURE UNITFINISHED FLOORI.E.G.P.M.HTR.HDR.FLR.F.U.FIN. FLR.STORM DRAINFLOOR SINKCHECK VALVESDFSCVGV/SOVSDGATE VALVE / SHUT OFF VALVEBELOWBEL.HWHOT WATER LINECONNECTCONCRETECAST IRONCEILINGEXISTINGDRAWINGDOWNC.I.DN.CLG.EXIST.DWG.CONN.CONC.GAS LINEVENT LINEVGHWRCDDOWNSPOUTDSS or WS or WGDSCDSOIL OR WASTE - SUSPENDEDSOIL OR WASTE BELOW FLR OR GRADEHOT WATER RETURNCONDENSATE DRAINDESCRIPTIONABBREV.CWABBREV.SYMBOLPLUMBING LEGENDDESCRIPTIONCOLD WATER LINE(E)NEW(N)GENERAL NOTES1.SLOPE ALL SOIL & WASTE LINES MIN. 2% (¼" PER FT.)2.DRAWINGS ARE DIAGRAMATIC. DO NOT SCALE PLUMBING PLANS FOR EXACT HORIZONTAL LOCATION OFPIPE RUNS.3.SUPPLY ROUGH-IN, INSTALL AND CONNECT PLUMBING FIXTURES AS REQUIRED UNLESS OTHERWISENOTED.4.VERIFY & COORDINATE ROUGH-IN AND FIXTURE LOCATIONS WITH ARCHITECTURAL DWGS. PRIOR TOFABRICATION OR INSTALLATION OF MATERIALS AND AGAIN PRIOR TO SLAB POUR.5.VERIFY ALL ELECTRICAL CHARACTERISTICS WITH ELECTRICAL PLANS PRIOR TO BID OR MATERIALPURCHASE.6.WORK SHALL NOT BE COVERED UNTIL IT HAS BEEN INSPECTED, TESTED AND APPROVED BY THEPLUMBING INSPECTOR OR OTHER GOVERNMENTAL AUTHORITIES HAVING JURISDICTION.7.PLUMBING CONTRACTOR SHALL VERIFY LOCATION OF SITE PIPING AND CABLES BEFORE TRENCHING.8.PROVIDE ACCESS DOORS TO ALL CONCEALED VALVES. VALVES SHALL BE LINE SIZE UNLESS OTHERWISENOTED.9.FLUSH VALVES, FAUCETS, STOPS BUBBLERS, ETC., SHALL BE ADJUSTED TO THEIR NORMAL WORKINGCONDITIONS.10.ALL LABOR AND MATERIALS SHALL BE GUARANTEED FOR ONE YEAR AFTER ACCEPTANCE OF THECOMPLETED WORK BY THE ARCHITECT, WITH SERVICE, REPLACEMENT OR REPAIR MADE AT NO EXTRACOST TO THE OWNER OR TENANT.11.RECOMPACT ALL PLUMBING EXCAVATION.12.ALL MATERIALS, EQUIPMENT, INSTALLATION, ETC., SHALL CONFORM TO ALL REQUIREMENTS OF ALLAPPLICABLE CITY, COUNTY, STATE AND FEDERAL CODES, ORDINANCES & REGULATIONS.13.VERIFY SIZE, LOCATION, DEPTH, ETC., OF ALL UTILITIES IN THE FIELD.14.ALL FLOOR SINKS UNDER CASES OR EQUIPMENT SHALL BE HALF EXPOSED.15.FURNISH AND INSTALL ALL BACKFLOW PROTECTION AS REQUIRED BY STATE AND LOCAL HEALTH DEPT.AND APPLICABLE CODES.16. IN ADDITION TO THE CLEANOUTS SHOWN ON PLANS THE CONTRACTOR SHALL PROVIDE THE NECESSARY CLEANOUTS AS REQUIRED BY CODE AND PLUMBING SPECIFICATION SECTION 15400-30.02 E.17.PLUMBING CONTRACTOR TO FURNISH AND INSTALL ALL SUPPLIES, STOPS, TRAPS, VALVES, SHOCK-STOPS,REGULATORS AND BACKFLOW PROTECTION PER CODE TO OWNER'S FURNISHED SINKS AND EQUIPMENT.18.PLUMBING CONTRACTOR TO SET IN PLACE ALL OWNER FURNISHED EQUIPMENT ON FIXTURE CONNECTIONSCHEDULE AS DETAILED OR DIRECTED IN FIELD.19.ALL WORK SHALL CONFORM TO ALL APPLICABLE CODES AND ORDINANCES, AND SHALL CONFORM TO THECALIFORNIA PLUMBING CODE, LATEST EDITION. (2019)20.NO CLEANOUTS SHALL OCCUR UNDER OR BEHIND ANY CASE OR FIXTURE.21.ALL PIPING IN FINISHED AREAS SHALL BE CONCEALED WHERE POSSIBLE, AND EXPOSED PIPING SHALL BERUN AS HIGH AS POSSIBLE AND TIGHT TO WALLS.22.ALL LINES TO BE LOCATED AWAY FROM BEARING FOOTING, OR AS DIRECTED BY STRUCTURAL ENGINEER. DRAWINGS INDICATE SUGGESTED ROUTING OF PIPING TO CONFORM TO THE STRUCTURE TO AVOID OBSTRUCTION & MAINTAIN PROPER CLEARANCES. PROVIDE ALL NECESSARY OFFSETS AS REQUIRED.23.FLOOR DRAINS OR SIMILAR TRAPS DIRECTLY CONNECTED TO THE DRAINAGE SYSTEM AND SUBJECT TOINFREQUENT USE SHALL BE PROVIDED WITH AN APPROVED AUTOMATIC MEANS OF MAINTAINING THEIRWATER SEALS.24.PLUMBING FIXTURES AND FITTINGS SHALL COMPLY WITH ALL THE REQUIREMENTS IN SECTION 5.303 INTHE 2019 CALIFORNIA GREEN BUILDING CODE.25.WATER PIPE AND FITTINGS SHALL NOT EXCEED 0.25% LEAD CONTENT IN SYSTEMS CONVEYING POTABLEWATER.26.EACH VENT SHALL RISE VERTICALLY TO A POINT NOT LESS THAN SIX (6) INCHES ABOVE THE FLOOD-LEVELRIM OF THE FIXTURE SERVED BEFORE OFFSETTING HORIZONTALLY OR BEFORE BEING CONNECTED TOANY OTHER VENT.27.ALL SANITARY SYSTEM MATERIALS SHALL BE LISTED BY AN APPROVED LISTING AGENCY.28.EACH PLUMBING FIXTURE THAT CONNECTS TO THE SANITARY SEWER SYSTEM SHALL BE PROPERLYTRAPPED AND VENTED IN ACCORDANCE WITH THE 2019 CPC.29.BUILDING DRAIN AND VENT PIPING MATERIALS SHALL COMPLY WITH SECTIONS 701.0 AND 903.0 OF CPC.30.NO WATER-OPERATED EQUIPMENT OR MECHANISM, OR USE A WATER-TREATING CHEMICAL ORSUBSTANCE, WHERE IT IS FOUND THAT SUCH EQUIPMENT, MECHANISM, CHEMICAL, OR SUBSTANCECAUSES POLLUTION OR CONTAMINATION OF THE DOMESTIC WATER SUPPLY. SUCH EQUIPMENT ORMECHANISM SHALL BE PERMITTED WHERE EQUIPMENT WITH AN APPROVED BACKFLOW PREVENTIONDEVISE OR ASSEMBLY. BACKFLOW PREVENTION DEVICES AND ASSEMBLIES SHALL COMPLY WITH TABLE603.2, EXCEPT FOR SPECIFIC APPLICATIONS AND PROVISIONS AS STATED IN SECTION 603.5.1 THROUGHSECTION 603.5.21.SERVICE - WATER NOTES1.ALL SERVICE HOT WATER PIPE RUNS GREATER THAN 12'-0" SHALL BE INSULATED ACCORDING TO THE REQUIREMENTS SET IN SECTION 609.11.1 AND 609.11.2 OF THE 2019 CPC.2.PLUMBING FIXTURES SHALL BE CERTIFIED BY THE CALIFORNIA ENERGY COMMISSION.FIXTURETOTAL PRESS. (PSIG) MAX FLOW RATESINK FAUCETS20 - 601.8 GPMURINAL20 - 800.125 GPFFILTERED COLD WATERFCWPIPE TEE DOWNPIPE TEE UPPIPE DOWN/FROM BELOWPIPE UPSHEET INDEXSHT.NO.DESCRIPTIONP-0.1PLUMBING GENERAL NOTES, LEGENDS AND SCHEDULESP-1.0PLUMBING NOTES AND FIXTURE COUNTSP-3.0POINT OF DISCONNECTIONP.O.D.PLUMBING DETAILSP-2.0PLUMBING FLOOR PLANPIPE INSULATION SCHEDULEPIPING SERVICEMATERIALSCONDENSATE DRAINTHICKNESS3/4"1.5"INSULATION SHALL BE ONE-PIECE PREFORMED GLASS FIBER INSULATION WITH INTEGRAL ALL-PURPOSE FIRERETARDANT, GLASS YARN SCRIM LAMINATED, WHITE JACKET, “K” FACTOR SHALL BE 0.23 MAXIMUM AT 75 DEGREES F.MEAN TEMPERATURE.INSULATIONINSULATION SHALL BE ONE-PIECE PREFORMED GLASS FIBER INSULATION WITH INTEGRAL ALL-PURPOSE FIRERETARDANT, GLASS YARN SCRIM LAMINATED, WHITE JACKET, “K” FACTOR SHALL BE 0.23 MAXIMUM AT 75 DEGREES F.MEAN TEMPERATURE.DOMESTIC HOT WATER SUPPLY& RETURN (2" AND SMALLER)THE PLUMBING SYSTEMS WILL BE DESIGNED IN ACCORDANCE WITH THEFOLLOWING CRITERIA AND OTHER PERTINENT DATA TO CONFORM TOLATEST ADOPTED CODES AND STANDARDS:· CALIFORNIA BUILDING CODE (CBC) 2019 EDITION·CALIFORNIA PLUMBING CODE (CPC) 2019 EDITION·CALIFORNIA MECHANICAL CODE (CMC) 2019 EDITION·CALIFORNIA ELECTRICAL CODE (CEC) 2019 EDITION·CALIFORNIA FUEL GAS CODE (CFGC) 2019 EDITION·AMERICAN WATER WORKS ASSOCIATION (AWWA)·UNDERWRITERS LABORATORIES (UL)·FACTORY MUTUAL (FM)·AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM)·AMERICAN STANDARDS NATIONAL INSTITUTE (ANSI)·AMERICAN SOCIETY OF PLUMBING ENGINEERS (ASPE)CODE AND STANDARDSADDITIONAL NOTES:1.WHERE CONDITIONS ARE SHOWN OR NOTED AS EXISTING THEY AREBASED ON THE BEST INFORMATION CURRENTLY AVAILABLE AT THETIME OF PREPARATION OF THESE DRAWINGS. NO WARRANTY ISIMPLIED AS TO THE ACCURACY OF SAME, HOWEVER CONTRACTORIS TO FIELD VERIFY ALL CONDITIONS. SHOULD FIELD CONDITIONSDIFFER FROM THOSE SHOWN HEREIN THEY SHALL BE BROUGHT TOTHE ATTENTION OF THE ENGINEER. THE ENGINEER WILL THENPROVIDE ADDITIONAL INFORMATION NEEDED TO ACCOMPLISH THEDESIRED RESULT.2.UPON COMPLETION OF THE UNDERGROUND SEWER CONTRACTORSHALL HYDRO-JET ENTIRE UNDERGROUND SYSTEM TO THE ON-SITESEWER CONNECTIONS & PROVIDE OWNER WITH CERTIFICATE OFJETING & WARRANTIES.3.ALL NEW OR REPAIRED POTABLE WATER SYSTEMS SHALL BEDISINFECTED PRIOR TO USE ACCORDING TO THE METHOD SET INSECTION 609.9 OF THE PLUMBING CODE.CDOCDOVERFLOW CONDENSATE DRAINSERVICESANITARYVENTSANITARYSEWERWATEROUTSIDEINSIDEABS P I P E & F I T T I NG S C.I. SOIL PIPE & F I T T I NG S , S .W .SCHED. 40 GALV. STEELCOPPER, TYPE "L"COPPER, TYPE "K"MATERIALINSIDEOUTSIDEOUTSIDEINSIDESCHED. 40 BLACK STEELCOPPER, TYPE "M"DWV COPPERREMARKSPIPING MATERIAL SCHEDULETYPE K WRAPPED WHEN UNDER SLAB WITH FOAM INSULATION.COPPER PIPE CONFORMS TO ASTM B42, ASTM B43, ASTM B75, ASTMB88, ASTM B135, ASTM B251, ASTM B302 AND ASTM B447.COPPER FITTING CONFORMS TO ASTM B16.15, ASTM B16.18, ASTMB16.22, ASTM B16.26 AND ASTM B16.51APPROVED ABS PIPEASTM D 3965, ASTM F 628 AND NSF 14TAGFIXTUREWASTETRAPVENTCOLDWATERWATERHOTREMARKSPLUMBING FIXTURE SCHEDULETRAP PRIMER - M1FAB M2-500-1/2"---TPALL EXPOSED SUPPLIES & STOPS, SHALL BE CHROME PLATED BRASS. ALL TRAPS & TRAP ARMS SHALL BE COPPER. (PAINT COPPER) FIXTURE SUPPLIES AND STOP SHALL BE AS LISTED BELOW. NO OTHER TYPE STOPSHALL BE ACCEPTED.SINKS.........................................................BRASSCRAFT SR1715ACLAVATORIES..........................................BRASSCRAFT SR1712ACL2"2"1/2"1/2"1-1/2"JUST MANUFACTURING LAVATORY, STAINLESS STEEL29VM75 - A-33338-TWC1 1/4"4"4"2"FAUCET MODEL K-13460 WITH AERATOR. W/ SLOAN #EBF-85 ELECTRONICBATT. OPERATED FAUCET SET TO MAX. 30 SEC. CYCLE, W/ BDT MIXINGVALVE #MIX-135-A, C.P. "P" TRAP, SUPPLY AND DRAIN FITTING, ANDMIFAB MC-51-LP CARRIER INSULATE TRAP AND SUPPLY PER CODEMOUNT AS REQ. (ADA). FAUCET SHALL NOT EXCEED 0.5 GPM FLOWRATE.WITH SOV & RUN 1/2" TRAP PRIMER LINE TO ALL FLOOR DRAINAND FLOOR SINK1.28 GALLONS PER FLUSH.ACORN STAINLESS STEEL, PRISON STYLE TOILET49T884 - R21115FDJOSAM NO. 3000-S OR APPROVED EQ.ZURN NO Z-415-J (SQUARE), J.R. SMITH NO. 2005Y-A, NICKEL BRONZE-TOP. PROVIDE TRAP PRIMER3" FLOOR DRAIN, CAST IRON FLOOR DRAIN WITH POLISHED--1-1/2"2"2"TAGMAKE & MODELREMARKSPLUMBING EQUIPMENT SCHEDULESTORAGE CAP. (GALS.)ELECTRICALHPVPHHZWATER TEMP.IN (°F)OUT (°F)(LBS.) SHPPG WT.INSTALL PER MANUFACTURER'S INSTALLATIONAND OPERATING INSTRUCTIONSCHRONOMITEIWH110POU-208V16070SR-20L/1205KW2.4P-0.1PLUMBING GENERALNOTES, ABBREV. ANDSCHEDULESarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netUR1 1/4"2"2"1-1/2"0.125 GALLONS PER FLUSH.APPROVED WALL HUNG TYPE URINAL BY ARCH / OWNERSCOPE OF WORK1.REPLACE EXISTING PLUMBING FIXTURES WITH NEW.2.FIELD VERIFY EXISTING CONDITION OF ALL PLUMBINGPIPING TO REMAIN. CALGREEN NOTESA.B.C.D.E.SEISMIC NOTES1.2.A.B.EQUIPMENT WEIGHING LESS THAN 400 POUNDS SUPPORTED DIRECTLY ON A FLOOR OR ROOF.C.D.EQUIPMENT WEIGHING LESS THAN 20 POUNDS SUPPORTED BY VIBRATION ISOLATORS.E.F.TESTING ON PLUMBING SYSTEMSA.WATER TEST -THE WATER TEST SHALL BE APPLIED TO THE DRAINAGE AND VENT SYSTEMS EITHERIN ITS ENTIRETY OR IN SECTIONS. IF APPLIED TO THE ENTIRE SYSTEM, ALL OPENINGS IN THE PIPINGSHALL BE TIGHTLY CLOSED, EXCEPT THE HIGHEST OPENING, AND THE SYSTEM FILLED WITH WATERTO A POINT OF OVERFLOW. IF THE SYSTEM IS TESTED IN SECTIONS, EACH OPENING SHALL BETIGHTLY PLUGGED EXCEPT THE HIGHEST OPENING OF THE SECTION UNDER TEST, AND EACHSECTION SHALL BE FILLED WITH WATER, BUT NO SECTION SHALL BE TESTED WITH LESS THAN ATEN (10) FOOT (3M) HEAD OF WATER. IN TESTING SUCCESSIVE SECTIONS, AT LEAST THE UPPERTEN (10) FEET (3M) OF THE NEXT PROCEEDING SECTION SHALL BE TESTED, SO THAT NO JOINT ORPIPE IN THE BUILDING (EXCEPT THE UPPERMOST TEN (10) FOOT (3M) OF THE SYSTEM) SHALL HAVEBEEN SUBMITTED TO A TEST OF LESS THEN A TEN.(10) FOOT (3M) HEAD OF WATER. THE WATERSHALL BE KEPT IN THE SYSTEM, OR THE PORTION UNDER TEST, FOR AT EAST FIFTEEN (15) MINUTESBEFORE INSPECTION STARTS. THE SYSTEM SHALL THEN BE TIGHT AT ALL POINTS.B.WATER PIPING – UPON COMPLETION OF A SECTION OR OF THE ENTIRE HOT AND COLD WATERSUPPLY SYSTEM, IT SHALL BE TESTED AND PROVED TIGHT UNDER A WATER PRESSURE NOT LESSTHAN THE WORKING PRESSURE IN WHICH IT IS TO BE USED. THE WATER USED FOR TESTS SHALLBE OBTAINED FROM A POTABLE SOURCE OF SUPPLY. A FIFTY (50) POUND PER SQUARE INCH (344.5KPA) AIR PRESSURE MAY BE SUBSTITUTED FOR THE WATER TEST. IN EITHER METHOD OF TEST,THE PIPING SHALL WITHSTAND THE TEST WITHOUT LEAKING FOR A PERIOD OF NOT LESS THANFIFTEEN (15) MINUTES.NEW PLUMBING FIXTURES AND FITTINGS SHALL NOT EXCEED THE MAXIMUM ALLOWABLEFLOW RATE SPECIFIED IN SECTION 5.303.3. (CALGREEN 5.303.3) ABOVE THE FLOOR AREAPPROXIMATE AS THE REQUIREMENTS IS TO B IN ACCORDANCE WITH ALL APPLICABLE CODESAND MEET WITH THE APPROVAL OF ALL GOVERNING AUTHORITIES.WHEN A SHOWER IS SERVED BY MORE THAN ONE SHOWERHEAD, THE COMBINED FLOW RATEOF ALL THE SHOWERHEADS AND/OR OTHER SHOWER OUTLETS CONTROLLED BY A SINGLEVALVE SHALL NOT EXCEED 20 GALLONS PER MINUTE AT 80PSI, OR THE SHOWER SHALL BEDESIGNED TO ONLY ALLOW ONE SHOWERHEAD TO BE IN OPERATION AT A TIME. (CALGREEN5.303.3.3)A FINAL REPORT FOR THE TESTING AND ADJUSTING OF ALL NEW SYSTEMS SHALL BE COMPLETEDAND PROVIDED TO THE FIELD INSPECTOR PRIOR TO FINAL APPROVAL. THIS REPORT SHALL BESIGNED BY THE INDIVIDUAL RESPONSIBLE FOR PERFORMING THESE SERVICES. (CALGREEN5.410.4.4)THE HVAC, REFRIGERATION, AND FIRE SUPPRESSION EQUIPMENT SHALL NOT CONTAIN CFCOR HALONS. (CALGREEN 5.508.1)FOR ALL NNEW EQUIPMENT, AN OPERATION & SYSTEMS MANUAL SHALL BE PROVIDED TOTHE OWNER AND THE FIELD INSPECTOR AT THE TIME OF FINAL INSPECTION. (CALGREEN5.410.4.5)THE CONTRACTOR SHALL SUBMIT THE ANCHORAGE DETAILS AND CALCULATIONS FOR ITEMSNOT SHOWN ON THE DRAWINGS AND FOR ALL SUBSTITUTED EQUIPMENT THAT IS GREATER INWEIGHT OR VARIES MORE THAN 10% IN LENGTH, HEIGHT OR WIDTH FROM THE APPROVEDDETAILS TO THE STRUCTURAL ENGINEER OF RECORD FOR REVIEW (ALLOW 4 WEEK REVIEWPERIOD). FOLLOWING THE REVIEW BY THE STRUCTURAL ENGINEER OF RECORD, THECONTRACTOR SHALL SUBMIT THE ANCHORAGE DETAILS AND CALCULATIONS TO THEARCHITECT (THIS SHALL BE DONE AT LEAST 12 WEEKS PRIOR TO THE SCHEDULEDEQUIPMENT INSTALLATION). THE CONTRACTOR'S STRUCTURAL ENGINEER SHALLPARTICIPATE IN ALL BACK CHECKING PROCEDURES.THE ATTACHMENT OF THE FOLLOWING ITEMS SHALL BE DESIGNED TO RESIST THE FORCESPRESCRIBED ABOVE, BUT NEED NOT BE DETAILED ON THE PLANS.ALL EQUIPMENT SHALL BE ANCHORED OR BRACED TO MEET THE HORIZONTAL AND VERTICALFORCES PRESCRIBED IN 2016 CBC, SECTION 1613 AND ASCE 7-05 SECTIONS 13.3, 13.4 AND 13.6.CONTRACTOR SHALL PROVIDE COMPLETE SEISMIC ANCHORAGE AND BRACING FOR ALL PLUMBINGEQUIPMENT AND REQUIRED PIPING.TEMPORARY OR MOVEABLE EQUIPMENT THAT IS NOT HARDWIRED OR PLUMBED TO THEBUILDING.EQUIPMENT WEIGHING LESS THAN 200 POUNDS AND SUSPENDED FROM A ROOF, CEILING ORHUNG FROM A WALL.Subject: WATER CALCULATIONSJob Address:4343 ENCINITA AVE. ROSEMEAD, CA 91770 (A)1. Available pressure available: 79.00 PSI MAX. (B)Water demand:1. Domestic- Water demand 52.00 GPM Proposed 32 f.u. + Exist. 20 f.u.(C)Pressure loss thru (E) 1-1/2" Water Meter 2.00PSIPressure loss thru 2" PRV, 600 XL-HR 9.00 PSI(D)Pressure loss due to height:15Ft. x .434 6.51PSI(E)Residual Pressure: 25.00PSI(G)Total pressure loss from above (Items C thru F): 42.51PSI(H)PRV set at 79.00PSI(I)Total pressure loss (Item G above): 42.51PSI(J)Pressure available for friction loss (H minus I): 36.49PSI(K)Developed pipe length:1. Developed length of run (Main to last fixture): 125.00Ft.2. 25% of developed length for fittings 31.25Ft.3. Equivalent length (developed length +25%) 156.25Ft.(L)Friction loss per one hundred (100) feet of pipe: = 100' x (J) 36.49 psi divided by (K) 156.25 ft. = 23.35 PSI/100'ADDITIONAL NOTESALL WORK TO COMPLY WITH 2019 CALIFORNIA PLUMBING CODE, 2019 BUILDING CODE, 2019CALIFORNIA GREEN CODE (CALGREEN), 2019 CALIFORNIA BUILDING ENERGY EFFICIENCYSTANDARDS, AND TITLE 18 OF LONG BEACH MUNICIPAL CODE.ALL PLUMBING FIXTURES SHALL MEET THE FLOW RATE REQUIREMENTS OF CGBC TABLE 5.303.2.3.ALL FIXTURES IN HANDICAP RESTROOMS SHALL BE INSTALLED IN ACCORDANCE WITH THEREQUIREMENTS OF THE STATE OF CALIFORNIA HANDICAP CODE AND LOCAL HANDICAP CODESHAVING JURISDICTION.ALL PIPING SHALL BE SUPPORTED AT INTERVALS NOT TO EXCEED THOSE SHOWN IN CPC TABLE 313.1.EACH PLUMBING FIXTURE SHALL BE INDEPENDENTLY VALVE PER CODE.NEW OR REPAIRED POTABLE WATER SYSTEMS HAL BE DISINFECTED PRIOR TO USE ACCORDINGTO THE METHOD SET IN CPC SEC 609.9. [TAG 0002] P-001 WATER PIPE SIZINGPIPE DIA.FT.FIXT. UNIT1/2"3/4"1"63016COLD WATER VELOCITY NOT TO EXCEED8 FEET PER SECONDFIXT. UNIT31681-1/4"56281-1/2"2"10325446119HOT WATER VELOCITY NOT TO EXCEED5 FEET PER SECONDFV.FIXT. UNIT0001435132CWCWFT.HWCOPPER PIPINGPLUMBING FIXTURE SUMMARYFIXTUREDRAINF.U.QTY.WASTESANF.U.TOTALCOLD WATERCWF.U.CWTOTALHOT WATERHWF.U.HWTOTALTOTALBASED ON 2019 CBC - PLUMBING32 FU = 43 GPMUSE 1" COLD WATER SERVICETOTAL SANITARY = 28 DFU USE 4" SANITARY28324DEMO LAVATORY4114DEMO WATER CLOSET44416DEMO URINAL2224481414520EXISTING FLOOR DRAIN2224P-1.0PLUMBING NOTES ANDFIXTURE COUNTSarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netPROPOSED LAVATORY4114PROPOSED WATER CLOSET44416PROPOSED URINAL2224481414520 UR URWC WC WC L 6 WC WCO ~8 7 8 7 4 4 EXIST.4" W. EXIST. 1-1/4" CW EXIST. 1-1/2" CW EXIST. 1-1/2" CW WCO 2 2 L2 L2 IWH IWH 9 9 EXISTING CW RISER W/ EXIST. 2" PRV, 600XL (E)YCO (E)YCO (E)YCO (E)YCO 6 EXISTING 2" CW EXIST.4" W. L L 14 14 14~~VERIFY IN FIELD VERIFY IN FIELD VERIFY INFIELD (E)FD (E)FD 10 10 (D)WC(D)WC(D)WC (D)UR(D)UR(D)WC (D)L (D)L (D)L (D)L 1 1 ~EXIST.4" W.EXIST.4" W. (E)YCO (E)YCO (E)YCO (E)YCO ~~VERIFY IN FIELD VERIFY INFIELD VERIFY IN FIELD (E)FD (E)FD 10 10 (E)WCO(E)WCO 11 11 P-2.0 PLUMBING FLOOR PLAN architectureand planning www.rsharch.com ARCHITECTS 1725 GARDENA AV. 2nd. FLOOR GLENDALE, CA. 91204 RS HERMAN Ph No. (323) 465-7066 Fax No. (323) 465-8066 4343 ENCINITA AVE.ROSEMEAD, CA. 91770ROSEMEAD PARKRESTROOMSRENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506 Tel: (818)842-7285 email: admin1@idengineers.net PLUMBING FLOOR PLANPLUMBING FLOOR PLAN - DEMOLITION KEYED NOTES: 1 2 3 4 1 1/4" CW DN TO URINAL. CONTRACTOR TO INSTALL 1 1/4" CW DN TO WATER CLOSET. CONTRACTOR SHALL BE RESPONSIBLE TO INSTALL WATER HAMMER ARRESTOR PER LOCAL CODE AND MANUFACTURER'S INSTALLATION/OPERATING MANUAL. 5 6 P.O.C. - CONNECT NEW SANITARY LINE TO EXISTING 4" MINIMUM SANITARY LINE IN APPROXIMATE AREA. CONTRACTOR TO COORDINATE EXACT LOCATION, SIZE, FLOW DIRECTION AND SITE OBJECTS ( BUILDING STRUCTURE/ COLUMN) . ALL EXISTING PLUMBING FIXTURES ARE TO BE REMOVED WITHIN THE RESTROOM. CONTRACTOR SHALL BE RESPONSIBLE TO FIELD VERIFY EXISTING CONDITION OF DOMESTIC WATER / WASTE / VENT PIPING AND FITTINGS. PIPING AND FITTINGS SHALL BE PREPPED FOR (NEW) CONNECTIONS. 7 CONTRACTOR SHALL BE RESPONSIBLE TO EXTEND EXISTING PLUMBING PIPINGS TO NEW INSTALLED PLUMBING FIXTURES. CONTRACTOR SHALL FIELD VERIFY CONDITION OF EXISTING PIPING. 8 EXISTING WASTE & VENT PIPING WITHIN THE EXISTING RESTROOM TO REMAIN, UNLESS NOTED. CONTRACTOR SHALL FIELD VERIFY EXACT LOCATION, SIZING, SLOPE AND CONDITION. SHEET NOTES: 1.UNLESS OTHERWISE SPECIFIED IN THESE PLANS OR OTHER WRITTEN CONTRACTS, IT SHALL BE THE RESPONSIBILITY OF THE PLUMBING CONTRACTOR TO PROVIDE ALL PLUMBING-TYPE MATERIALS INCLUDING VALVES, TRAPS, LINE STRAINERS, FLOOR SINK COVERS, PRESSURE REGULATORS, SIPHON BREAKERS, ETC. THE GENERAL CONTRACTOR SHALL SHALL SUPERVISE THE LOCATION OF ALL FLOOR DRAINS ON THE JOB SITE SO AS TO ENSURE THE BEST SLOPE POSSIBLE OF THE SURROUNDING FLOOR THESE DRAINS. 2. EXISTING 3/4" CW DN TO LAV / HAND SINK. 3/8" HW FROM INSTANTANEOUS WATER HEATER. CONTRACTOR TO INSTALL TEMP. MIXING VALVE. CONTRACTOR TO FIELD VERIFY THE CONDITION OF THE EXISTING PLUMBING PIPING FROM THIS FLOOR DRAIN. CONTRACTOR SHALL BE RESPONSIBLE TO LOCATE AND VERIFY CONDITION OF EXISTING TRAP PRIMER AND WATER LINE. 9 CONTRACTOR SHALL BE RESPONSIBLE TO INSTALL INSTANTANEOUS WATER HEATER PER MANUFACTURER'S OPERATING / INSTRUCTION MANUAL. SHALL BE ENCLOSED OR PROTECTED IN A VANDALIZE PROOF SHATTER PROOF ENCLOSURE. SCOPE OF WORK 1.REPLACE EXISTING PLUMBING FIXTURES WITH NEW. 2.FIELD VERIFY EXISTING CONDITION OF ALL THE PLUMBING PIPING TO REMAIN. 10 EXISTING FLOOR DRAIN TO REMAIN. CONTRACTOR SHALL BE RESPONSIBLE TO FIELD VERIFY EXACT LOCATION OF THE EXISTING TRAP PRIMER AND THE 1/2" CW CONNECTION TO THE EXISTING FLOOR DRAIN. SHALL SERVICE OR DO PROPER MAINTENANCE TO ENSURE PROPER WORKING CONDITION. 11 EXISTING URINAL WALL-CLEAN OUT TO REMAIN. CONTRACTOR SHALL BE RESPONSIBLE TO FIELD VERIFY EXACT LOCATION AND SIZE OF THE EXISTING WALL CLEAN-OUT IN THE URINAL WASTE CONNECTION. SHALL SERVICE AND CHECK FOR ANY LEAKS OR CLOGS, PRIOR TO MAKING FINAL CONNECTIONS. J-BOX BACKING SECURED W/ (4) LAG SCREWS MOUNTED ON WALL HW SUPPLY TO STUDS PROVIDE WOOD UP TO LAV FIN FLR WATER HEATER CW INLET TO 3/4" CW SUPPLY 3 WAY VALVE CW SUPPLY UP TO LAV NOTE: 4800 WATTS 240V, 1Ø, 60 HZ LOCATED IN STORAGE ROOM INSTANTANEOUS WATER HEATER DETAIL PROVIDED AND INSTALLED BY THE ELECTRICAL CONTRACTOR. FAUCET W/ FLOW CONTROL AS CLOSEAS POSSIBLESCALE NONE 1 TYP. EQUIPMENT CONNECTION1TYP. PIPE SUPPORT DETAILLOCKING NUTPIPECLEVIS HANGERSUPPORT NUTHEAVY DUTYHANGER RODPIPEINSULATION8" LONG MINIMUMSHEET STEEL SADDLE16 GA. ZINC COATEDHEAVY DUTYCLEVIS HANGERVAPOR BARRIERHANGER RODLOCKING NUTSUPPORT NUTSCALENONE6SCALENONE5SCALENONE8SCALENONE3SCALENONE+24" A.F.F.ESCUTCHEONBALLVALVEPLATEDCHROMEWATER SUPPLYLINESILICONE CAULKAROUND WALLPENETRATION EARED 90 %%1X BLOCKING5/8" GYP. BD.STUD WALLEQUIPMENT BYOWNER (VERIFYEXACT LOCATION)SIZE OF FLAREOR THREADED CONNECTION FLEX CONN. BY P.C. UNLESSNOTED OTHERWISEINSTANTANEOUS WATER HEATERVARIES2SCALENONE7SCALENONEPIPESLAB& NUT ASSEMBLYCLAMP w/ BOLTPIPERISER CLAMPTYP. RISER CLAMP DETAILSEWER MATERIAL ANDTYP. FLOOR CLEAN OUT DETAILSIZE AS SPECIFIEDVARIES (VERIFY @ SITE)CAST IRON LONG SWEEPWHERE REQUIRED)(USE REDUCING TYPECOMB. "Y" & 1/8" BEND1/4" BEND OR CAST IRONEXTENSIONCAST IRON6" DIA.SEWER UP TOSAME SIZE ASFIN. FLR. LEV.6" Thk. CONCRETE PADGRADE OR PAVINGCAST IRON CLEANOUTw/ COVER FOR DUTYREQUIRED4SCALENONEFLOOR SINK DETAILFLOOR SLABNOTEOF TRAP PRIMER VALVE.IN PLUMBING WALL FOR SERVICING PROVIDE 12x12 ACCESS PANEL COLD WATER MAIN1/2"SUPPLY TOFREQUENTLYUSED FIXTURECONNECT TO FLOOR DRAINPROVIDED WITH 1/2" PRIMER TAP1/2" SOFT COPPERUNIONTRAP PRIMER VALVE(IN WALL BEHINDACCESS PANEL)TP-1FS / FD8P3.0CLEVIS HANGER SINGLEHORIZONTAL RUNS NOVAPOR BARRIER INSULATIONCLEVIS HANGER SINGLEHORIZONTAL RUNS WITHVAPOR BARRIER INSULATIONFLOOR SINK ORFLOOR DRAINCONCRETE SLABCOUPLING2 HOUR RATED SHAFTWALL CONSTRUCTIONCORNER BEADFIRESTOPPINGDRAINNOTE:PIPE PENETRATION THROUGH FIRE RATEDWALLS SHALL BE SEALED IN COMPLIANCEWITH U.L. FIRE RESISTANCE DIRECTORYSYSTEMS WL 1001, WL 1002, OR WL 1003,AS APPLICABLE.(SEE NOTE 1)P-3.0PLUMBINGDETAILSarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net3/8" HW SUPPLYFLOW CONTROLSINK3-WAY3/8" CW INLETTO WATER HEATER"P" TRAP3/8" CW SUPPLYFAUCETSUPPLY STOPMIXING VALVE(E) TRAP PRIMER DETAILACCESS PANELPLUG (TYP.)2" BRASS C.O.2" VENT HDR.FINISH FLOORURINAL (TYP.)90° LONG TURNFITTING (TYP.)45° DRAINAGEFITTING (TYP.)DRAINAGE FITTING (TYP.)45° DRAINAGEUSE C.I. PIPE TOBRASS (TYP.)APPROX. 6" ABOVEOVERFLOW LEVEL.CONNECT URINALTO SOIL TEES W/URINAL CLEANOUT DETAIL VFDVARIABLE FREQUENCY DRIVEWTWPWATERTIGHT, WEIGHTWEATHER PROOFUNLESS OTHERWISE NOTEDUNINTERRUPTIBLE POWER SUPPLYVOLTVOLT-AMPEREVACUUMVERTICALVELOCITYVENT THROUGH ROOFVITRIFIED CLAY PIPEVARIABLE AIR VOLUMEVOLUME DAMPERUNDERWRITERS LABORATORIES, INC.WITHWATT, WIDTHWITHOUTWET BULBWATER PRESSURE DROPTRANSFORMERUONUPSULVACVAVVDVELVTRVERTVCPVAVWW/W/OWPDWBXFMRSOUND LINED(SL)TSTATTEMPINCHES OF WATER COLUMNIN WCSERVICE SINKSTRUCSTRUCTURALPOINT OF DISCONNECTIONPODPOCPOINT OF CONNECTIONAHUAIR HANDLING UNITGRAVITY VENTILATORGVFCFAN COILRTUROOFTOP UNITEFEXHAUST FANFPIFINS PER INCHPRESSPRESSUREEXTEXTERNALOSAOUTSIDE AIRAPDDISCHDISCHARGESYMSYMBOLPLUMBINGPANELPOUNDS PER SQUARE INCHPOUNDS PER SQUARE FOOTPOLYVINYL CHLORIDEPOUNDS PER SQUARE INCH GAUGEPOUNDS PER SQUARE INCH ABSOLUTEQUANTITYROOF DRAINREINFORCINGRECIRCULATERETURN AIRREINFORCED CONCRETE PIPEREFLECTED CEILING PLAN,REFERENCE, REFERREQUIREDROOMREVOLUTIONS PER MINUTEREFRIGERANT LIQUIDREFRIGERANT SUCTIONREVISION, REVISESQUARE FEETSUPPLY AIRSIMILARSHEETSECTIONSPECIFICATIONSHEET METALCONDITIONING CONTRACTOR'SNATIONAL ASSOCIATIONSTATIC PRESSURESMOKE DAMPER, STORM DRAINSHEET METAL AND AIRSURFACESUSPENDSTANDARDSTEELTHROUGHSOUND TRAP, STEAM TRAPTOTAL PRESSURETOTAL DYNAMIC HEADSQUARESTAINLESS STEEL, SANITARY SEWER,PSIAPSIGPLBGPSFPSIPNLPVCGAUGEGALLONGAGALHEIGHTHGPHGPMGCGALVGPDGALVANIZEDGALLONS PER DAYGALLONS PER HOURGENERAL CONTRACTORGALLONS PER MINUTEAIR PRESSURE DROPAMPERESABOVE FINISHED GRADEABOVE FINISHED FLOORABOVE FINISHED CEILINGARCHITECT, ARCHITECTURALADJUSTABLEAFFAFGARCHANSIAMPSACCUAFCADJAIR COOLED CONDENSING UNITAMERICAN NATIONAL STANDARDS INSTITUTEQTYRDRE:REINFRARCPRLREVREQDRPMRSRMHEATINGHEATERHERTZHWHZHORIZHPHOAHVACHTRHTGINCHIDIEIN(IN WG)INCHES WATER GAUGEHORSEPOWER, HEAT PUMPHORIZONTALHOT WATERINSIDE DIAMETERINVERT ELEVATIONHAND-OFF-AUTOMATICHEATING, VENTILATING ANDSFSIMSHTSASECTSDSPECSPSURFSUSPSSSTSTLSTDTPTHRUTDHSQKILOWATTKILOVOLTKVKWHKVAKWLENGTHPOUND(S)LIGHTINGLLFLATLRALDBLB(S),#LTGLWBLSTMKILOWATT-HOURKILOVOLT-AMPSLINEAR FEETLEAVING DRY BULBLEAVING WET BULBLEAVING AIR TEMPERATURELOCKED ROTOR AMPSLOW PRESSURE STEAM (15 PSIG)AND AIR CONDITIONING ENGINEERSAUXILIARYBUILDINGBACKDRAFT DAMPERBOTTOM OF PIPEBOTTOM OF DUCTBOTTOM OF STRUCTUREBDDBODBOPBOSBLDGASHRAEASMEASTMAUXBRITISH THERMAL UNITCUBIC FEET PER SECONDCUBIC FEET PER MINUTECUBIC FEET PER HOURCIRCUITCEILINGCONDENSING UNITCOLUMNCONCRETE MASONRY UNITCOLD WATERCLEANOUTCENTERLINECIRCULATINGCOLCWCUCOCKTCIRCLCCFHCFMCFSCLGCMUBTUAMERICAN SOCIETY OF HEATING, REFRIGERATIONAMERICAN SOCIETY OF TESTING AND MATERIALSAMERICAN SOCIETY OF MECHANICAL ENGINEERSAIR CONDITIONING AND REFRIGERATION INSTITUTEARISHT MTLSMACNARECIRCTHERMOSTATTYPICALUNDERSLABUNDERGROUNDUNDERFLOORTOTAL STATIC PRESSURETSPTYPU/SU/FU/GMAXIMUMLWTMECHMFRMDMAXMBHMCAMOUNTEDMINIMUMNEMAN/ANCNECMINMTDLEAVING WATER TEMPERATUREMECHANICALMANUFACTURERMOTORIZED DAMPERNOT APPLICABLEMINIMUM CIRCUIT AMPACITY1000 BTU PER HOURNATIONAL ELECTRICAL CODENOISE CRITERIA, NORMALLY CLOSEDNATIONAL ELECTRICALOBDODOCOANFPAN.O.NTSNICOPENINGOVERHEADOSHAOHOPNGON CENTEROUTSIDE AIROUTSIDE DIAMETEROPPOSED BLADE DAMPEROCCUPATIONAL SAFETYNORMALLY OPENNOT TO SCALENOT IN CONTRACTASSOCIATIONNATIONAL FIRE PROTECTIONMANUFACTURER'S ASSOCIATIONDECIBELDOWNDIAMETERDEGREESDISCONNECTDIMENSIONDRY BULBDRAWING(S)EXHAUST AIR, EACHDIRECT EXPANSIONENTERING DRY BULBENTERING AIR TEMPERATUREECCENTRICEATEDBECCEADISCDNDIMDWG(S)DXdBDBDEGDIAEXISTINGEXHAUSTENTERING WET BULBEXTERNAL STATIC PRESSUREEFFICIENCYELECTRICALEQUIPMENTELEVATIONDEGREES FAHRENHEITFOOT, FEETFIRE ALARMFT° FEXHEXIST, (E)FACPFAEQUIPEFFELESPEWBELECFIRE ALARM CONTROL PANELTEMPERATURESFD(COMBINATION) SMOKE-FIRE DAMPEROVERFLOWOFM/UMAKE-UPFDFIRE DAMPERD/PDIFFERENTIAL PRESSUREBBOILERABBREVIATIONSVWXGHRSITKLBCQUMNOEFDAPCOMBINATION FIRE/SMOKE DAMPERCFSDFIRE SMOKE DAMPERFSDNKNECK SIZETRANSFERTREXHAUST AIR GRILLEEAGEXHAUST AIR REGISTEREARRETURN AIR GRILLERAGRETURN AIR REGISTERRARSUPPLY AIR REGISTERSARDOOR LOUVERDLDOOR UNDERCUTUCSHEET INDEXSHT.NO.DESCRIPTIONM-1.0MECHANICAL NOTES AND LEGENDSM-2.0MECHANICAL FLOOR PLANAIR CONDITIONINGAND ADMINISTRATIONCODE AND STANDARDSSDHC1M-100XX1/M-100DETAIL DESIGNATIONDRAWING WHERE DETAILIS SHOWNDIFFUSER, GRILLE ORREGISTER MARK(SEE SCHEDULE)EQUIPMENTMARK (SEESCHEDULE)DETAILDESIGNATIONLOCATOR/DESCRIPTORDRAWING WHEREDETAIL IS SHOWNOR WHERE DETAILIS REFERENCEDFROMSECTION CUTLOCATOR/DESCRIPTORDRAWING WHERESECTION ISSHOWN OR WHEREDETAIL ISREFERENCEDFROMMATCH LINEEQUIPMENT TAG FORVRF SYSTEM FANCOILSASSOCIATED BRANCHCONTROL CIRCUITASSOCIATED VRFCONDENSING UNIT12"Ø20x12DNUPS(ZONE)T(ZONE)MANUAL VOLUME DAMPERCOMBINATION SMOKE/FIRE DAMPERSUPPLY AIR DIFFUSER - ARROWS INDICATEPATTERN. NO PATTERN SHOWN EQUALS 4-WAYRETURN AIR GRILLEEXHAUST GRILLE(L) INDICATE ACOUSTICAL LINER(SINGLE LINE)RELIEF OR EXHAUST AIR DUCTRETURN AIR DUCTSUPPLY OR OUTSIDE AIR DUCTSUPPLY OR OUTSIDE AIR DUCT DOWNRETURN AIR DUCT DOWNSUPPLY OR OUTSIDE AIR DUCT UPRETURN AIR DUCT UPROUND DUCT BRANCH TAKE-OFF FROMRECTANGULAR MAIN WITH CONICAL TAP.DUCTWORK SIZE TRANSITIONRECTANGULAR DUCTWORK. SIZE INDICATED IN INCHES,FIRST NUMBER IS TOP OR BOTTOM SHOWN (SINGLE LINE)ROUND DUCTWORK (SINGLE LINE)RELIEF OR EXHAUST AIR DUCT DOWNIN-LINE 90 DEGREE DROP (RISE) IN DUCTTURNING VANESINCLINED DROP IN DUCTINCLINED RISE IN DUCTNEW DUCTWORK (SINGLE LINE)EXISTING DUCTWORK (SINGLE LINE)RELIEF OR EXHAUST AIR DUCT UPRETURN AIR BOOTMOTORIZED DAMPERFLEXIBLE DUCT (SINGLE PIECE, 7 FEET MAX.)TEMPERATURE SENSOR (MOUNT 46" AFF)BACKDRAFT DAMPERROOM THERMOSTAT (MOUNT 46" AFF)HVAC SYMBOLSHUMIDISTAT (MOUNT 96" AFF)DUCT SMOKE DETECTORPOINT OF NEW CONNECTIONDEMOLITION NOTECO2 SENSOR (MOUNT 96'' AFF)KEYED NOTEPOINT OF DISCONNECTIONFCV-XVCUBCBAROMETRIC RELIEF DAMPERAHU11M-10X(L)3.2.1.4.SEISMIC RESTRAINT NOTESSCOPESEISMIC RESTRAINT GUIDELINESPIPING·SEISMICALLY BRACE INDIVIDUALLY SUPPORTED PIPINGGREATER THAN 3" IN DIAMETER.·SEISMICALLY BRACE TRAPEZE ASSEMBLIES IF PIPING ISGREATER THAN 10 LB/FT.DUCTWORK·SEISMICALLY BRACE DUCTWORK 6' SQUARE FEET OR GREATEROR 17 LB/FT OR MORE.EQUIPMENT··SEISMICALLY BRACE EQUIPMENT HUNG FROM THE STRUCTURE2O LBS OR MORE.FIRE LIFE SAFETY NOTESTHE ELECTRICAL CONTRACTOR SHALL INTERCONNECT ALLFANS AND AC UNITS WITH THE BUILDING LIFE SAFETYSYSTEM FOR UNIT SHUT DOWN UPON A SIGNAL FROM THELIFE SAFETY SYSTEM.WHERE DUCT MOUNTED SMOKE DETECTORS FOR FANS ANDAC UNITS ARE REQUIRED, THE HVAC CONTRACTOR SHALLFURNISH AND INSTALL THE SMOKE DETECTORS, THEELECTRICAL CONTRACTOR PROVIDE ALL WIRING ANDCONDUIT TO SIGNAL THE LIFE SAFETY SYSTEM. THE LIFESAFETY SYSTEM SHALL SHUT DOWN THE EXHAUST FANS ORAC UNITS AS DESCRIBED IN NOTE #1.ALL SMOKE DETECTORS SHALL BE INSTALLED PERMANUFACTURER'S RECOMMENDATION AND SHALL BECOMPATIBLE WITH WITH THE BASE BUILDING STANDARDS.EACH SINGLE SYSTEM PROVIDING HEATING OR COOLING AIR INEXCESS OF 2000 CFM OR 54,000 BTU SHALL BE EQUIPPED WITHAN AUTOMATIC SHUT-OFF. THE SMOKE DETECTOR SHALL BEINSTALLED IN THE MAIN SUPPLY AIR DUCT DOWNSTREAM OFTHE FILTERS OR THEY MAY BE INSTALLED IN EACH ROOM ORSPACE SERVED BY THE SUPPLY AIR DUCT. DETECTORS SHALLALSO BE INSTALLED IN THE MAIN RETURN DUCT (IF REQ'D. BYTHE LOCAL CODE) AHEAD OF OSA INTAKE. SEE CODE FOREXEMPTIONS AND LOCAL AUTHORITY FOR CODEINTERPRETATION, OR AS INDICATED ON PLAN.SEISMIC RESTRAINT SYSTEMS FOR PIPING, DUCTWORK ANDEQUIPMENT IS A DELEGATED DESIGN. THE GENERAL REQUIREMENTSPRESENTED BELOW ARE NOT ALL-INCLUSIVE AND REPRESENTSIMPLIFIED REQUIREMENTS BASED ON THE CRITERIA LISTED BELOW.IT IS THE CONTRACTOR'S RESPONSIBILITY TO DESIGN A SYSTEMTHAT IS IN FULL COMPLIANCE WITH THE LISTED CRITERIA .EXCEPTION: DUCTWORK SUSPENDED 12” OR LESS FROMTHE SUPPORTING STRUCTURESEISMICALLY BRACE EQUIPMENT 400 LBS OR MORE WITH ACENTER OF MASS AT 4FT OR LESS TO THE FINISHED FLOOREXCEPTION: HANGERS IN THE PIPING RUN ARE 12” ORLESS FROM TOP OF THE TRAPEZE BAR TO THESUPPORTING STRUCTURE.EXCEPTION: PIPING SUPPORTED BY ROD WITHIN 12” OFTHE SUPPORTING STRUCTURE.1.MECHANICAL CONTRACTOR SHALL GUARANTEE THE ENTIREHEATING, VENTILATING AND AIR CONDITIONING SYSTEM FOR APERIOD OF ONE (1) YEAR FROM THE DATE OF PRACTICALCOMPLETION. IF, DURING THIS PERIOD, ANY MATERIALS ORAPPARATUS PROVE DEFECTIVE OR ANY PART OF THE SYSTEMFAILS TO FUNCTION PROPERLY, CONTRACTOR SHALL PROVIDEPARTS AND LABOR TO RECTIFY PROBLEMS WITHOUT EXPENSETO OWNER.2.ALL A/C COMPRESSORS SHALL HAVE FULL 5 YEAR NON-PRORATED WARRANTY FOR REPLACEMENT WITH NEWCOMPRESSORS. ALL A/C UNITS HEAT EXCHANGERS SHALL BEWARRANTED AGAINST DEFECTS FOR A TEN (10) YEAR PERIOD.PROVIDE ANTI-SHORT CYCLING FEATURE FOR COMPRESSORS.3.FURNISH OWNER WITH ALL MANUFACTURERS WRITTENGUARANTEES OF MATERIAL AND EQUIPMENT AS CONDITION OFFINAL PAYMENT.WARRANTY INFORMATION1.METAL DUCT: SHEET METAL DUCTWORK CONSTRUCTION TOCOMPLY WITH THE LOS ANGELES CITY MECHANICAL CODE ANDSMACNA GUIDE LINE, WHICHEVER PROVIDES THE STRONGERDUCT CONSTRUCTION.2.FLEXIBLE DUCT: FLEXIBLE ROUND DUCT SHALL NOT BE LONGERTHAN 5'-0" LONG IN FULLY EXTENDED INSTALLED CONDITIONWITH MINIMUM NUMBER OF BENDS. (NOTE: NO ALUMINUM FLEXDUCT IS TO BE USED IN THIS PROJECT.)3.DUCT ACCESSORIES: PROVIDE APPROVED DUCT TAPE ORCLAMP FOR FLEX TO DUCT CONNECTION. ALL SHEET METALSHALL HAVE A MIN. OF 2" COLLAR ON 4" SLEEVES USED TO JOINTHE FLEXIBLE DUCT ATTACHMENT. ALL DUCT JOINTS SHALL BESEALED WITH AN APPROVED TYPE MASTIC.4.DUCT INSULATION: DUCT INSULATION TO BE FIBERGLASS 3/4P.C.F. DENSITY AND R8 OUTDOORS AND SPACE DIRECTLY UNDERA ROOF WITH FIXED VENTS AND R4.2 IN CONDITIONED ORINDIRECTLY CONDITIONED SPACE.5.HANGERS: DUCTWORK LESS THAN 48" X 24" SHALL BESUPPORTED WITH A MINIMUM OF 2" X 1-1/2" INCH WIDE CHANNELSAND 1" HANGER STRAP AS REQUIRED BY UMC TABLE A6-5E AND F.FOR DETAIL SPECIFICATION OF MATERIAL, PRODUCT AND EXECUTIONREFER TO BOOKLET SPECIFICATION.SPECIFICATIONM-1.1MECHANICAL NOTESMUAMAKE-UP AIRM-4.0MECHANICAL DETAILSM-1.2MECHANICAL EQUIPMENT SCHEDULESM-3.0MECHANICAL ROOF PLANTHE HVAC SYSTEM WILL BE DESIGNED TO CONFORM, AT A MINIMUM, TOTHE FOLLOWING CODES AND STANDARDS:·BUILDING STANDARDS ADMINISTRATIVE CODE (2019)·ASHRAE FUNDAMENTALS HANDBOOK (2013)·ASHRAE HVAC APPLICATIONS HANDBOOK (2011)·ASHRAE HVAC SYSTEMS AND EQUIPMENT HANDBOOK (2012)·ASHRAE 62.1 - VENTILATION FOR ACCEPTABLE INDOOR AIRQUALITY (2019)·ASHRAE 62.2 - VENTILATION AND ACCEPTABLE INDOOR AIRQUALITY IN LOW-RISE RESIDENTIAL BUILDINGS (2019)·ASHRAE 90.1 - ENERGY STANDARD FOR BUILDINGS EXCEPTLOW-RISE RESIDENTIAL BUILDINGS (2010)·ASHRAE GUIDELINE 1 - THE HVAC COMMISSIONING PROCESS(2007)·COUNTY OF LOS ANGELES BUILDING CODE (2020)·COUNTY OF LOS ANGELES MECHANICAL CODE (2020)·COUNTY OF LOS ANGELES PLUMBING CODE (2020)·CALIFORNIA ENERGY CODE (2019)·CALIFORNIA GREEN BUILDING STANDARD CODE (2019)·COUNTY OF LOS ANGELES ELECTRICAL CODE (2020)·CALIFORNIA FIRE CODE (2019)·UNIFORM PLUMBING CODE (2018)·NFPA 90A - INSTALLATION OF AIR CONDITIONING ANDVENTILATING SYSTEMS (2015)·SMACNA HVAC DUCT CONSTRUCTION STANDARDS: METAL ANDFLEXIBLE·SMACNA HVAC SYSTEMS DUCT DESIGN·SMACNA SEISMIC RESTRAINT MANUAL FOR MECHANICALSYSTEMS4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netM-1.0MECHANICAL NOTESAND LEGENDS GENERAL NOTES1.2.3.4.5.6.8.9.10.11.12.13.14.15.16.17.18.19.20.21.22.23.24.25.26.27.7.PROVIDE MATERIALS AND EQUIPMENT AND PERFORM LABOR TO INSTALLCOMPLETE AND OPERATIONAL MECHANICAL SYSTEMS AS INDICATED ON THEDRAWINGS, AS SPECIFIED AND AS REQUIRED PER APPLICABLE LOCAL BUILDINGCODES (CBC, CMC, CPC, ETC.), AMMENDMENTS, OTHER GOVERNING CODES ANDORDINANCES AS APPLICABLE.CONTRACT DOCUMENT DRAWINGS FOR MECHANICAL WORK AREDIAGRAMMATIC AND ARE INTENDED TO CONVEY SCOPE AND GENERALARRANGEMENT ONLY.INSTALL MECHANICAL EQUIPMENT AND APPURTENANCES IN ACCORDANCE WITHMANUFACTURERS' RECOMMENDATIONS, CONTRACT DOCUMENTS, ANDAPPLICABLE CODES AND REGULATIONS.PROVIDE VIBRATION ISOLATION FOR MECHANICAL EQUIPMENT TO PREVENTTRANSMISSION OF VIBRATION TO BUILDING STRUCTURE AND A VIBRATION FREEINSTALLATION.LEAKAGE / PRESSURE TESTS SHALL BE COMPLETED BEFORE ANY DUCTWORKINSULATION IS APPLIED.TESTING, ADJUSTING AND BALANCING AGENCY SHALL BE A MEMBER OF THEASSOCIATED AIR BALANCE COUNCIL (AABC) OR THE NATIONAL ENVIRONMENTALBALANCING BUREAU (NEBB). TESTING, ADJUSTING AND BALANCING SHALL BEPERFORMED IN ACCORDANCE WITH THE AABC STANDARDS.COORDINATE EQUIPMENT CONNECTIONS WITH MANUFACTURERS' CERTIFIEDDRAWINGS. COORDINATE AND PROVIDE DUCT TRANSITIONS REQUIRED FORFINAL EQUIPMENT CONNECTIONS TO FURNISHED EQUIPMENT. FIELD VERIFYAND COORDINATE DUCT DIMENSIONS BEFORE FABRICATION.MISCELLANEOUS STEEL REQUIRED TO ENSURE PROPER INSTALLATION AND ASSHOWN IN DETAILS FOR DUCTWORK AND EQUIPMENT (UNLESS OTHERWISENOTED) SHALL BE FURNISHED AND INSTALLED BY THE MECHANICALCONTRACTOR. OTHER TRADES SHALL NOT SHARE SUPPORTS.ROUND DUCT MAY BE INSTALLED IN LIEU OF RECTANGULAR AND VICE VERSA ASLONG AS IT HAS EQUIVALENT DUCT DIMENSIONS PER THE ASHRAEFUNDAMENTALS HANDBOOK.DUCTWORK AND EQUIPMENT SUPPORTED FROM STRUCTURAL STEEL SHALL BECOORDINATED WITH GENERAL CONTRACTOR. ATTACHMENTS TO STEEL BARJOISTS, TRUSSES OR JOIST GIRDERS SHALL BE AT PANEL POINTS. PROVIDEBEAM CLAMPS MEETING MSS STANDARDS. WELDING TO STRUCTURAL MEMBERSSHALL NOT BE PERMITTED. THE USE OF C-CLAMPS SHALL NOT BE PERMITTED.THE LOCATIONS OF ITEMS SHOWN ON THE DRAWINGS OR CALLED FOR IN THESPECIFICATIONS THAT ARE NOT FIXED BY DIMENSIONS ARE APPROXIMATEONLY. THE EXACT LOCATIONS NECESSARY TO SECURE THE BEST CONDITIONSAND RESULTS MUST BE DETERMINED BY THE PROJECT SITE CONDITIONS ANDSHALL HAVE THE APPROVAL OF THE CONTRACTING OFFICER OF RECORDBEFORE BEING INSTALLED. DO NOT SCALE DRAWINGS.REFER TO SPECIFICATIONS FOR MATERIALS AND METHODS FORCONSTRUCTION. WHERE THE WORD "PROVIDE" OR NEW" IS USED SHALL BEUNDERSTOOD TO MEAN "THE CONTRACTOR SHALL FURNISH AND INSTALL".EQUIPMENT AND MATERIALS PROVIDED SHALL BE NEW AND FREE FROMDEFECTS. NO SALVAGED OR REFURBISHED OR USED EQUIPMENT OR MATERIALWILL BE ACCEPTED.LOCATIONS AND SIZES OF WALL AND ROOF OPENINGS SHALL BE COORDINATEDWITH OTHER TRADES INVOLVED.AIR CONDITIONING CONDENSATE DRAIN LINES FROM EACH HVAC UNIT SHALL BEPIPED FULL SIZE FROM THE UNIT DRAIN OUTLET, WITH "P" TRAP AND PIPED TONEAREST DRAIN. INSULATE INTERIOR LINES WHERE CONDENSATE CAN OCCUR .REFER TO PLUMBING DRAWINGS.PROVIDE AND INSTALL LOW VOLTAGE (50V OR LESS) WIRING AND CONDUITNEEDED FOR MECHANICAL SYSTEM OPERATION. THIS SHALL INCLUDE WIRINGFOR ANY SENSOR, THERMOSTAT, VALVE, DAMPER, SPLIT SYSTEM (REMOTEAIR-COOLED CONDENSER), ETC. CONTROL WIRE AND CONDUIT SHALL COMPLYWITH THE LATEST NATIONAL ELECTRICAL CODE.SUBMIT DETAILED DUCTWORK SHOP DRAWINGS TO ENGINEER FOR REVIEW.SHOP DRAWINGS SHALL BE COMPLETE WITH TOP AND BOTTOM DIMENSIONS,INCLUDING SUPPORTS, SEISMIC ATTACHMENT DETAILS AND LOCATIONS. SHOPDRAWINGS SHALL BE APPROVED BEFORE ANY MATERIALS ARE ORDERED ORCONSTRUCTION IS STARTED.SCHEDULED EQUIPMENT IS THE BASIS OF DESIGN. IF THE CONTRACTORSUBMITS ON OTHER APPROVED MANUFACTURERS OR MODEL NUMBERS, THECONTRACTOR WILL FULLY COORDINATE EQUIPMENT REQUIREMENTS WITHOTHER TRADES AND SHALL SHOULDER ANY RELATED COST DUE TO THESUBSTITUTION.MAINTAIN A SAFE WORKING ENVIRONMENT AT THE CONSTRUCTION SITE ANDSURROUNDING AREAS.ACCURATE "AS-BUILT" DRAWINGS SHALL BE MAINTAINED DURINGCONSTRUCTION AND SUBMITTED FOR APPROVAL UPON COMPLETION OFINSTALLATION. INDICATE DUCT AND EQUIPMENT SIZES AND LOCATIONS.SHEET METAL DUCTWORK SHALL BE FABRICATED AND INSTALLED INACCORDANCE WITH THE LATEST SMACNA DESIGN AND CONSTRUCTIONSTANDARDS.PERFORM WORK IN A COMPLETE AND WORKMANLIKE MANNER INCONFORMANCE WITH CODES, AND MANUFACTURER'S RECOMMENDATIONS.CONTRACTOR SHALL COORDINATE WITH OTHER TRADES TO PROVIDE ACOMPLETE AND WORKING SYSTEM.TRAVERSE JOINTS FOR SUPPLY DUCTS SHALL BE SEALED WITH APPROVEDMASTIC.EQUIPMENT DESIGNED TO BE FIXED IN POSITION SHALL BE SECURELYFASTENED IN PLACE.28.CONTRACTOR SHALL NOTE THE CRITICAL SPACE AVAILABLE ABOVE CEILINGS.PROVIDE TRANSITION PIECES AND BEAM BOXES AT CROSSOVERS, UNDERBEAMS, OVER/UNDER PIPES AS REQUIRED TO ACCOMMODATE DUCTS WITHINSPACE AVAILABLE. PROVIDE EQUIVALENT DUCT SIZE TO THE DIAMETERSHOWN. COORDINATE CLOSELY WITH OTHER SECTIONS TO REDUCENECESSITY OF TRANSITION TO A MINIMUM. NO ADDITIONAL COSTS WILL BEPAID FOR ANY REQUIRED TRANSITIONS, BEAM BOXES OR OTHER SPECIALCHANGE SHAPE PIECES.29.NO WATER PIPING IS ALLOWED ABOVE THE ELECTRICAL ROOM, TELEPHONESWITCH ROOM AND DATA/COMMUNICATION ROOM.30.UPON COMPLETION OF WORK, CONTRACTOR SHALL CLEAN AND REMOVE ALLDEBRIS ASSOCIATED WITH HIS/HER WORK AND DISPOSE OF IT. AREA SHALL BELEFT IN A CONDITION ACCEPTABLE TO OWNER.31.DUCT SMOKE DETECTORS SHALL BE INSTALLED PER MANUFACTURER'SWRITTEN RECOMMENDATIONS AND SHALL BE TIED-IN TO THE BUILDING FIREALARM SYSTEM. CONNECTION TO FIRE ALARM FOR SUPERVISION ONLY.32.ALL REQUEST FOR ACCESS OR CONNECTIONS MUST BE MADE IN WRITING INADVANCE OF WORK ACTIVITY THROUGH THE BUILDING MANAGER.CONTRACTOR COORDINATE DURATION OF REQUEST REQUIRED.33.ALL SYMBOLS SHOWN ON SYMBOL LIST ARE NOT NECESSARILY USED ON THISPROJECT.CAL GREEN NOTES1.MATERIALS DELIVERED TO THE CONSTRUCTION SITE SHALL BE PROTECTED FROMRAIN OR OTHER SOURCES OF MOISTURE.2.FORM GRN16 AND AN OPERATION AND MAINTENANCE MANUAL, INCLUDING, AT AMINIMUM, THE ITEMS LISTED IN SECTION 4.410.1 SHALL BE COMPLETED AND PLACEDIN THE BUILDING AT THE TIME OF FINAL INSPECTION.3.WOOD BURNING FIREPLACES AND OTHER WOOD BURNING DEVICES ARE PROHIBITED.4.ALL DUCT AND OTHER RELATED AIR DISTRIBUTION COMPONENT OPENINGS SHALL BECOVERED WITH TAPE, PLASTIC, OR SHEET METAL UNTIL THE FINAL STARTUP OF THEHEATING, COOLING AND VENTILATING EQUIPMENT.5.ARCHITECTURAL PAINTS AND COATINGS, ADHESIVES, CAULKS AND SEALANTS SHALLCOMPLY WITH THE VOLATILE ORGANIC COMPOUND (VOC) LIMITS LISTED IN TABLES4.504.1-4.504.3.6.THE FORMALDEHYDE EMISSIONS VERIFICATIONS CHECKLIST, FOR GRN 3, SHALL BECOMPLETED PRIOR O FINAL INSPECTION APPROVAL. THE MANUFACTURER'SSPECIFICATIONS SHOWING FORMALDEHYDE CONTENT FOR A; APPLICABLE WOODPRODUCTS SHALL BE READILY AVAILABLE AT THE JOB SITE AND BE PROVIDED TO THEFIELD INSPECTOR FOR VERIFICATION.7.NEW MECHANICALLY VENTILATED BUILDINGS WITHIN 1,000 FEET OF A FREEWAY SHALLPROVIDE REGULARLY OCCUPIED AREAS OF THE BUILDING WITH A MERV13 FILTER FOROUTSIDE AND RETURN AIR. FILTERS SHALL BE INSTALLED PRIOR TO OCCUPANCY ANDRECOMMENDATIONS FOR MAINTENANCE WITH FILTERS OF THE SAME VALUE SHALL BEINCLUDED IN THE OPERATION AND MAINTENANCE MANUAL.8.BUILDING MATERIALS WITH VISIBLE SIGNS OF WATER DAMAGE SHALL NOT BE INSTALLED.WALL AND FLOOR FRAMING SHALL NOT BE ENCLOSED UNTIL IT IS INSPECTED AND FOUNDTO BE SATISFACTORY BY THE BUILDING INSPECTOR.34.ARCHITECTURAL AND STRUCTURAL PLANS ARE CONSIDERED PART OF THE DESIGNDRAWINGS AND ARE TO BE USED TO DEFINE DETAIL CONFIGURATIONS INCLUDING, BUT NOTLIMITED TO RELATIVE LOCATION OF MEMBERS, ELEVATION, LOCATION OF ALL OPENINGS,ETC.THE CONTRACTOR IS ADVISED AND REMINDED THAT HIS BEST EFFORTS AND THAT OF THECONTRACTOR'S ARE TO BE PROVIDED AS PART OF THE COORDINATED EFFORT TO PROVIDETHE PROJECT OWNER AND THE ULTIMATE USERS AND OCCUPANTS WITH A FINISHEDPROJECT WHICH WILL SERVE ITS INTENDED PURPOSE. TO THIS END, THE CONTRACTOR IS TOBRING HIS FULL FACILITY, EXPERTISE AND EXPERIENCE TO BEAR ON THE DAY-TO-DAYOPERATIONS AT THE CONSTRUCTION SITE.35.THE CONTRACTOR IS REQUIRED BY THE CONTRACT DOCUMENTS TO BE FULLY FAMILIARWITH ALL ASPECTS OF THE PROJECT AFFECTING THE INSTALLATION OF THE WORK, AND ASSUCH IS RESPONSIBLE FOR COORDINATING THAT WORK WITH THE WORK OF OTHERS AT THESITE.THE "ENGINEER OF RECORD" IS RESPONSIBLE FOR THE SYSTEM DESIGN AND THEINTERPRETATION OF THAT DESIGN FOR THIS PROJECT.36.THE CONTRACTOR WHEN NECESSARY MAY REQUEST INFORMATION CONCERNING THEDESIGN PROVIDED SUCH REQUEST IS DELIVERED IN A TIMELY FASHION THROUGH PROPERCHANNELS.37.38.39.40.SHOP DRAWINGS SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW PRIOR TOFABRICATION. MINIMUM ENGINEER REVIEW TIME IS 7 WORKING DAYS BEFORE RETURN TOTHE GENERAL CONTRACTOR. SHOP DRAWINGS WILL BE REJECTED FOR INCOMPLETENESS,LACK OF CALCULATIONS (IF REQUIRED) OR CHANGES WITHOUT PRE-APPROVAL. DELAY INPROCESSING SHOP DRAWINGS WILL BE THE RESPONSIBILITY OF THIS CONTRACTOR.GENERAL AND SUBCONTRACTORS SHALL REVIEW AND STAMP ALL SHOP DRAWINGSPRIOR TO REVIEW BY THE ENGINEER. SHOP DRAWINGS SHALL BE REVIEWED FORCOMPLETENESS AND COMPLIANCE TO THE DRAWINGS. CONTRACTOR SHALL CLEARLYFLAG ANY DEVIATION AND MAKE WRITTEN REQUEST TO THE ENGINEER FOR APPROVALOF ANY MODIFICATION. ALL MODIFICATIONS MUST BE PRE-APPROVED BEFORE SHOPDRAWINGS ARE PROCESSED & RESUBMITTED FOR FINAL APPROVAL.41.42.43.44.45.TIME SPENT BY ENGINEERING PERSONNEL AND STAFF IN REPLY TO REQUESTS FORINFORMATION, THE ANSWERS FOR WHICH CAN BE FOUND IN THE CONTRACTDOCUMENTS, WILL BE CHARGED TO THE CONTRACTOR AND SUCH REQUEST FORINFORMATION SHALL BE ACCOMPANIED BY A PURCHASE ORDER FOR THE SERVICEREQUESTED.PROVIDE OPENINGS AND SUPPORTS FOR EQUIPMENT AND SYSTEM COMPONENTS ASREQUIRED. ALL SUSPENDED ELEMENTS TO BE PROVIDED WITH APPROVED LATERAL ORSWAY BRACING.COORDINATE LOCATION AND SIZE OF ACCESS PANELS SO THEY WILL PROVIDE USEFULACCESS TO SERVICE SYSTEM COMPONENTS. LOCATIONS SHALL BE REVIEWED WITH THEARCHITECT PRIOR TO INSTALLATION.PROVIDE FIRE BLOCKING OR FIRE DAMPERS, AS APPLICABLE, WHERE SYSTEMCOMPONENTS PENETRATE FIRE RATED SEPARATIONS BLOCKING/DAMPERS SHALL BERATED IN ACCORDANCE WITH SEPARATION SERVED.PROVIDE CODE APPROVED FLEXIBLE CONNECTIONS AT ALL EQUIPMENT.PROVIDE FLASHING AND/OR COUNTER FLASHING OF ALL EXTERIOR PENETRATIONSTO PREVENT WATER INGRESS.EQUIPMENT AND/OR MATERIAL DAMAGED BEFORE OR DURING THIS CONTRACTOR'S WORKSHALL BE REPLACED OR REPAIRED TO EQUAL THE ORIGINAL CONDITION IN KIND, QUALITYAND FINISH TO THE OWNER'S SATISFACTION.STARTERS FOR MECHANICAL EQUIPMENT SHALL BE PROVIDED BY THIS CONTRACTORUNLESS SPECIFICALLY IDENTIFIED ON THE ELECTRICAL PLANS. GENERAL CONTRACTOR ISRESPONSIBLE FOR PROVIDING ALL SUBCONTRACTORS WITH A DRAWING PACKAGECONTAINING THE WORK OF RELATED TRADES.LOCATION OF ALL REGISTERS AND GRILLES SHALL BE IN STRICT ACCORDANCEW/ARCHITECTURAL REFLECTED CEILING PLAN.46.47.48.ALL DUCTS, PLUMBING PIPES, APPLIANCE VENTS AND NON-SUPPORTED HANGERS ANDELEMENTS SHALL BE ISOLATED FROM RIGID CONTACT WITH THE BUILDING CONSTRUCTION BYMEANS OF RESILIENT SLEEVES, MOUNTS OF MIN. 1/4" THICK APPROVED RESILIENT MATERIAL.FOR SPLIT TYPE A/C UNIT, CONTRACTOR TO PROVIDE PIPES, ACCESSORIES ANDREFRIGERANT CHARGE AS PER MANUFACTURER'S RECOMMENDATION BASED ON ACTUALDISTANCE OF OUTDOOR UNITS FROM INDOOR UNITS.ELEVATOR SHAFT VENTS SHALL BE SHOWN ON ARCHITECTURAL PLANS.1. TYPE OF OCCUPANCY: R-__, TYPE OF CONSTRUCTION: TYPE __ - 1 HOUR FULLY SPRINKLERED 2. CONCEALED SPACES, CIRCULATING AIR: AND TYPE 1 - FULLY SPRINKLERED PARKING GARAGENO COMBUSTIBLE MATERIAL (SUCH AS EXPOSED COMMUNICATION CABLES, INSULATEDWIRES, PLASTIC TUBING OR PIPING, PIPE INSULATION, INSULATED PAN INSULATION)SHALL BE LOCATED IN SPACES USED TO CONVEY CIRCULATING AIR SUPPLY. WHENCOMBUSTIBLE MATERIAL IS TO BE LOCATED IN THE ABOVE SPACES, IT SHALL BEPROVIDED BY LOCAL AUTHORITY FOR SUCH INSTALLATION.3.DUCTS, CONDITIONED AIR AND VENTILATION AIR:ALL DUCTS AND PLENUMS USED TO CONVEY THE CONDITIONED AIR SUPPLY ORVENTILATION AIR TO BE LOCAL AUTHORITY APPROVED TYPE.4.DUCTS SHALL BE CONSTRUCTED, INSTALLED AND INSULATED PER CHAPTER 6 OF CMC2019 EDITION AND INSULATION SHALL COMPLY WITH TITLE 24 REQUIREMENTS.5.OTHER MATERIALS:DUCT LININGS (THERMAL AND ACOUSTIC), FLEXIBLE VIBRATION-ISOLATIONCONNECTORS, DUCT CONNECTORS AND DUCT TAPE TO BE LOCAL AUTHORITYAPPROVED. FILTERS TO BE U.L. LISTED.6.CF6R (INSTALLATION CERTIFICATE) FOR HVAC SYSTEM SHALL BE PROVIDEDPRIOR TO FINAL INSPECTION.7.ALL INSULATION MATERIALS SHALL BE CERTIFIED BY THE MANUFACTURER ASWITH THE CALIFORNIA QUALITY STANDARDS FOR INSULATING MATERIAL WITHTHE EXCEPTION OF KITCHEN COOKING HOOD, VENT STACK AND BATHROOMEXHAUST DUCT.8.METAL VENTILATING AND CONDITIONED AIR DUCTS LOCATED IN ATTIC SHALL BEINTERNALLY ACOUSTICALLY LINED MIN. OF 4'-0" LONG FROM SOUND SOURCE.9.NO ALUMINUM FLEX DUCT ALLOWED IN THIS PROJECT.10.HVAC CONTRACTOR TO PROVIDE AND INSTALL ALL LOW VOLTAGE CONTROL DEVICES ANDWIRING. ELECTRICAL CONTRACTOR TO PROVIDE AND INSTALL ALL CONDUITS.11.EXHAUST OUTLETS SHALL TERMINATE NO LESS THAN 3 FT FROM PROPERTY LINE, 3 FT FROMOPENINGS INTO THE BUILDING, 1O FT FROM FORCED AIR INLET, AND SHALL NOT DISCHARGEINTO A PUBLIC WALKWAY.CONSTRUCTION NOTESJ)ALL THERMOSTATS SHALL HAVE A DEADBAND BETWEEN HEATING AND COOLING, CAPABLEOF ADJUSTMENT UP TO 10°F.K)ALL EQUIPMENT DESIGNED TO BE FIXED IN POSITION SHALL BE SECURELY FIXED IN PLACE,AND IN ACCORDANCE WITH SEISMIC REQUIREMENTS.L)REQUIRED ROUTINE MAINTENANCE ACTION SHALL BE CLEARLY STATED ANDINCORPORATED ON A READILY ACCESSIBLE PERMANENT LABEL. THE LABEL MAY BELIMITED TO CROSS REFERENCING THE MAINTENANCE MANUAL IF SUCH MAINTENANCEACTION IS DESCRIBED THEREIN FOR THE LABELED ITEM.M)ALL EQUIPMENT SHALL CONFORM TO AND BE CERTIFIED IN ACCORDANCE WITH THEAPPLIANCE STANDARDS AND THE REQUIREMENTS FOR SUCH DEVICES GIVEN IN THEPLANS AND SPECIFICATIONS APPROVED BY THE LOCAL ENFORCEMENT AGENCY.N)ALL EQUIPMENT SHALL BE LABELED AS TO FUNCTION AND SPACES SERVED. (SEESCHEDULE)G)H)D)E)1.2.3.A)3.2.1.B)C)F)I)THE PERSON WITH OVERALL RESPONSIBILITY FOR CONSTRUCTION OR THE PERSON RESPONSIBLEFOR THE INSTALLATION OF REGULATED MANUFACTURED DEVICES SHALL POST, OR MAKEAVAILABLE WITH THE BUILDING PERMIT(S) ISSUED FOR THE BUILDING, THE INSTALLATIONCERTIFICATE(S) FOR MANUFACTURED DEVICES REGULATED BY THE APPLIANCE STANDARDS ORPART 6. SUCH INSTALLATION CERTIFICATE(S) SHALL BE MADE AVAILABLE TO THE ENFORCEMENTAGENCY FOR ALL APPROPRIATE INSPECTIONS. THESE CERTIFICATES SHALL:IDENTIFY FEATURES REQUIRED TO VERIFY COMPLIANCE WITH THE APPLIANCESTANDARDS AND PART 6.STATE THE BUILDING PERMIT NUMBER UNDER WHICH THE CONSTRUCTION ORINSTALLATION WAS PERFORMED.THE BUILDER SHALL PROVIDE THE BUILDING OWNER OR THE PERSON(S) RESPONSIBLEFOR BUILDING MAINTENANCE (IN CASE OF MULTI-TENANT OR CENTRALLY OPERATEDBUILDINGS) AT OCCUPANCY THE FOLLOWING:OPERATING INFORMATION. A LIST OF THE HEATING, COOLING, WATER HEATING, ANDLIGHTING SYSTEMS & FEATURES, MATERIALS, COMPONENTS, AND MECHANICAL DEVICES,CONSERVATION OR SOLAR DEVICES INSTALLED IN THE BUILDING, AND INSTRUCTIONS ONHOW TO USE THEM EFFICIENTLY.MAINTENANCE INFORMATION. REQUIRED ROUTINE MAINTENANCE ACTION SHALL BECLEARLY STATED AND INCORPORATED ON A READILY ACCESSIBLE LABEL. THELABEL MAY BE LIMITED TO IDENTIFYING THE MAINTENANCE MANUAL.VENTILATION INFORMATION. A DESCRIPTION OF THE QUANTITIES OF OUTDOOR ANDRECIRCULATED AIR THAT THE VENTILATION SYSTEM IS DESIGNED TO PROVIDE TO EACHAREA.ALL ENCLOSED SPACES IN A BUILDING THAT ARE NORMALLY USED BY HUMANS SHALL BEVENTILATED IN ACCORDANCE WITH THE REQUIREMENTS OF SECTION 121.THE PIPING FOR ALL SPACE CONDITIONING AND SERVICE WATER HEATING SYSTEMS SHALLBE INSULATED IN ACCORDANCE WITH TABLE 120.3-A, 2019 T24.WATER HEATING SYSTEMS SHALL BE EQUIPPED WITH AUTOMATIC TEMPERATURECONTROLS CAPABLE OF ADJUSTMENT FROM THE LOWEST TO THE HIGHEST ACCEPTABLETEMPERATURE SETTINGS FOR THE INTENDED USE AS LISTED IN TABLE 3, CHAPTER 50 OFTHE ASHRAE HANDBOOK, HVAC APPLICATIONS VOLUME.ALL HEATING AND/OR COOLING SYSTEMS OTHER THAN WOOD STOVES SHALL HAVE ANAUTOMATIC THERMOSTAT WITH A CLOCK MECHANISM OR OTHER SETBACK MECHANISMTHAT SHUTS THE SYSTEM OFF DURING PERIODS OF NON-USE AND THAT ALLOWS THEBUILDING OCCUPANT TO AUTOMATICALLY SETBACK THE THERMOSTAT SET POINTS FOR ATLEAST 4 PERIODS WITHIN 24 HOURS.THE AIR HANDLING DUCT SYSTEM SHALL BE CONSTRUCTED, INSTALLED, SEALED ANDINSULATED PER SECTION 120.4, 2019 BUILDING ENERGY EFFICIENCY STANDARDS.DIRECTLY OR INDIRECTLY CONDITIONED SPACE SHALL HAVE R4.2, MINIMUM.ALL FAN SYSTEMS EXHAUSTING AIR FROM THE BUILDING TO THE OUTSIDE SHALL BEPROVIDED WITH BACKDRAFT OR AUTOMATIC DAMPERS TO PREVENT AIR LEAKAGE.DUCT SYSTEMS SHALL COMPLY WITH UL 181, INCLUDING ALL COLLARS, CONNECTIONS ANDSPLICES. ALL PRESSURE-SENSITIVE TAPES, HEAT-ACTIVATED TAPES AND MASTICS SHALLCOMPLY WITH UL 181, UL 181A, OR UL181BTHE FOLLOWING NOTES (ITEMS) REPRESENT THE MANDATORY REQUIREMENTS FOR ALL BUILDINGS.TITLE 24 REQUIREMENTSINCLUDE A STATEMENT INDICATING THAT THE INSTALLED DEVICES CONFORM TO THEAPPLIANCE STANDARDS AND PART 6 AND THE REQUIREMENTS FOR SUCH DEVICES GIVENIN THE PLANS AND SPECIFICATIONS APPROVED BY THE LOCAL ENFORCEMENT AGENCY.49.INSTALLED AIR CONDITIONER AND HEAT PUMP OUTDOOR CONDENSING UNITS MUST HAVE ACLEARANCE OF AT LEAST 5 FEET FROM THE OUTLET OF ANY DRYER VENT.DUCT AND PLENUM INSULATIONA.GENERAL:1.PINS FOR SECURING INSULATION SHALL BE EITHER PERCUSSION WELDING TYPE OR SHALLBE CEMENTED IN PLACE TYPE BY STICKLIPS TYPE B, GOODLOW E. MOORE, OMARK-GRAHAMOR S.K.M. PINS SHALL BE 1-1/2" DIAMETER OR 1-1/2" SQUARE WITH BEVELED CORNERS TYPEWASHER FOR SECURING INSULATION. PRESSURE SENSITIVE TYPE ADHESIVES ARE NOTACCEPTABLE.B.TYPE D-1 INSULATION - SUPPLY AND RETURN DUCTWORK CONCEALED IN CONDITIONED SPACE:1.ALL DUCTS SHALL BE INSULATED ON THE OUTSIDE WITH A FORMALDEHYDE-FREE, FLEXIBLEGLASS FIBER BLANKET. INSULATION SHOULD HAVE A MINIMUM INSTALLED R-VALUE OF 4.2,AND A TYPE FSK FACING. INSULATION SHALL BE FURNISHED WITH A FACTORY-APPLIEDFACING WITH A COMPOSITE UL FHC RATING OF 25/50. INSTALL PER MANUFACTURERINSTRUCTION.2.MANUFACTURER: MICROLITE XG FORMALDEHYDE-FREE FIBER GLASS DUCT WRAPINSULATION OR APPROVED EQUAL.3.INSULATION SHALL BE EXTENDED OVER THE POINT OF CONNECTION ON FLEXIBLE DUCT TOMAINTAIN VAPOR BARRIER CONTINUITY.C.TYPE D-3 INSULATION - SUPPLY & RETURN DUCTWORK EXPOSED IN CONDITIONED SPACE:1.ALL DUCTS SHALL BE INSULATED INTERNALLY WITH A RIGID FIBERGLASS BOARD THAT MEETSOR EXCEEDS ALL ASTM C1071 TYPE II DCUT LINER REQUIREMENTS. INSULATION SHOULDHAVE A MINIMUM INSTALLED R-VALUE OF 4.2. INSULATION SHALL MEET THE MAXIMUM FLAMESPREAD INDEX OF 25 AND A MAXIMUM SMOKED DEVELOPED INDEX OF 50. INSULATION SHALLBE INSTALLED PER MANUFACTURER INSTRUCTION AND IN ACCORDANCE WITH THE NAIMAFIBROUS GLASS DUCT LINER INSTALLATION STANDARD.2.MANUFACTURER: INSULATION SHALL BE JOHNS MANVILLE LINE ACOUSTIC R-300 ORAPPROVED EQUAL.D.TYPE D-3 INSULATION - GREASE DUCT:1.MANUFACTURER:A.FIRE RESISTIVE 3M FIRE BARRIER DUCT WRAP 615+, DISTRIBUTED BY 3M.2.FIRE RESISTIVE DUCT WRAP:A.2 LAYERS OF 3M FIRE BARRIER DUCT WRAP 615+, 1-1/2” THICK, 24” OR 48” WIDE X 25'LONG ROLLS, FOIL ENCAPSULATED WITH LOGO IDENTIFICATION. SHALL BE 2 HOURRATING FOR GREASE DUCT APPLICATION.3.INSTALLATION:A.INSTALLATION SHALL BE IN STRICT ACCORDANCE WITH MANUFACTURE’S WRITTENINSTRUCTIONS, AS SHOWN ON THE APPROVED SHOP DRAWINGS. 3M™ FIRE BARRIERDUCT WRAP 615+ SHALL BE A HIGH-TEMPERATURE FIBROUS THERMAL INSULATIONBLANKET ENCAPSULATED IN A FIBERGLASS-REINFORCED ALUMINIZED POLYESTER FOIL.DUCT WRAP DENSITY SHALL BE NOMINAL 6 PCF (96 KG/M3) AND HAVE A NOMINAL 1-1/2"(38.1MM) THICKNESS. THE FIBER BLANKET SHALL HAVE A CONTINUOUS USE LIMIT OF1000°C (1832°F). THE BLANKET MINIMUM THERMAL RESISTANCE SHALL BE R-6 ATAMBIENT TEMPERATURE. SMOKE DEVELOPED INDEX AND FLAME SPREAD INDEX OF THEBARE BLANKET, AND OF THE FOIL ENCAPSULATED BLANKET SHALL BE 0/0. THE FOILENCAPSULATION SHALL BE BONDED TO THE CORE BLANKET MATERIAL. AT AMBIENTTEMPERATURE. SMOKE DEVELOPED INDEX AND FLAME SPREAD INDEX OF THE BAREBLANKET, AND OF THE FOIL ENCAPSULATED BLANKET SHALL BE 0/0. THE FOILENCAPSULATION SHALL BE BONDED TO THE CORE BLANKET MATERIAL.E.DUCT HANGERS & SUPPORTS:1.DUCT HANGER AND SUPPORTS FOR MECHANICAL DUCTS SHALL BE IN ACCORDANCE WITHSMACNA HVAC DUCT CONSTRUCTION STANDARDS METAL AND FLEXIBLE, LATEST EDITION. 2.SEISMIC RESTRAINTS SHALL BE IN ACCORDANCE WITH SMACNA SEISMIC RESTRAINT MANUALGUIDELINES FOR MECHANICAL SYSTEMS, LATEST EDITION.DUCT AND PLENUM INSULATION50.PROVIDE A CERTIFIED AIR BALANCE REPORT. REPORT WILL BE GIVEN TO BUILDINGINSPECTOR PRIOR TO FINAL INSPECTION.4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netM-1.1MECHANICAL NOTES EXHAUST FAN SCHEDULEREMARKSV / PH / HZWATTSMOTORRPMFANCFMTYPE(IN WC)ESPSYMBOLSERVICEOPER(LBS)WEIGHTBASIS OF DESIGNMANUFACTURERMODEL NO.REMARKS:1AMCA SEAL & U.L. CERTIFIED2FAN OPERATED BY BOTH TIMER AND OCCUPANCY SENSOR3FACTORY SUPPLIED ROOF CAPFLA4UNIT BACKDRAFT DAMPER5SONESENSURE EXHAUST DISCHARGES >10' FROM AIR INTAKESEF1HP1230.25120 / 1 / 6062257PANASONICFV-30VQ399017CEILING MOUNTEDDIRECT DRIVEMEN'SRESTROOM0.52452.0-4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netM-1.2MECHANICALEQUIPMENT SCHEDULEEF21230.25120 / 1 / 6062257PANASONICFV-30VQ399017CEILING MOUNTEDDIRECT DRIVEWOMEN'SRESTROOM0.52452.0-6PROVIDE EXHAUST OUTLET WITH CORROSION-RESISTANTPROTECTIVE SCREEN NOT HAVING LESS THAN 1/4" OPENINGSAND NOT MORE THAN 1/2" OPENINGS IN ACCORDANCE WITH CMC502.1.66 EF12EF243234(TYP.)(TYP.)10"Ø10"Ø5511MECHANICAL GROUND FLOOR PLANREFER TO MECHANICAL LEAD SHEETS FOR LEGENDS, ABBREVIATIONS ANDGENERAL NOTES.ENVIRONMENTAL EXHAUST OUTLETS SHALL TERMINATE NO LESS THAN 3 FEETFROM PROPERTY LINE, 3 FEET FROM OPENINGS INTO BUILDING, 10 FEET FROM AFORCED AIR INLET, AND SHALL NOT DISCHARGE ONTO A PUBLIC WALKWAY.CEILING MOUNTED EXHAUST FAN W/ BUILT IN BDD.(E) 4"x4" OUTSIDE AIR OPENING. FIELD VERIFY SIZE AND LOCATION.1234CONTRACTOR SHALL VISIT THE SITE, VERIFY SITE CONDITIONS, IDENTIFY ALLOBSTRUCTIONS, EXACT ROUTING OF DUCTWORK SHALL BE CONTRACTORSRESPONSIBILITY. PROVIDE REQUIRED TRANSITIONS DUCT FITTINGS ETC. TOAVOID ANY OBSTRUCTIONS.3/4" DOOR UNDERCUT.REMOVE (E) NATURAL AIR ROOF VENTILATOR AND PREPARE FOR NEW EXHAUST FAN.SHEET NOTES:KEYED NOTES:3.1.2.4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netMECHANICAL GROUND FLOOR DEMO PLAN10"Ø EXHAUST DUCT UP THRU ROOF.5M-2.0MECHANICAL GROUNDFLOOR PLAN 1122MECHANICAL ROOF PLANREFER TO MECHANICAL LEAD SHEETS FOR LEGENDS, ABBREVIATIONS ANDGENERAL NOTES.ENVIRONMENTAL EXHAUST OUTLETS SHALL TERMINATE NO LESS THAN 3 FEETFROM PROPERTY LINE, 3 FEET FROM OPENINGS INTO BUILDING, 10 FEET FROM AFORCED AIR INLET, AND SHALL NOT DISCHARGE ONTO A PUBLIC WALKWAY.10"Ø EXHAUST AIR DUCT UP THRU ROOF WITH FACTORY SUPPLIED ROOF CAP.12CONTRACTOR SHALL VISIT THE SITE, VERIFY SITE CONDITIONS, IDENTIFY ALLOBSTRUCTIONS, EXACT ROUTING OF DUCTWORK SHALL BE CONTRACTORSRESPONSIBILITY. PROVIDE REQUIRED TRANSITIONS DUCT FITTINGS ETC. TOAVOID ANY OBSTRUCTIONS.REMOVE (E) NATURAL AIR ROOF VENTILATOR.SHEET NOTES:KEYED NOTES:3.1.2.4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netM-3.0MECHANICAL ROOFPLAN SCALENONE1/2" THROUGHBOLT W/ WASHER &LOCK NUT AS REQ'D.WOOD MEMBER, ADDBLOCKING AS REQ'D.ANGLE IRONANGLE IRON TO WOOD1/2" LAG BOLTSWOOD MEMBER, ADDBLOCKING AS REQ'D.1-1/8"x 18 GAHANGER STRAPHANGER STRAPCONNECTION TO WOOD1/2" THROUGHBOLT W/ WASHER &LOCK NUT AS REQ'D.WOOD MEMBER, ADDBLOCKING AS REQ'D.NUT ANDBACKNUT1/2" THREADEDHANGER RODROD CONNECTION TO WOODR=DSPIGOT45° LATERAL FITTINGWELD90° TEE FITTINGCMAIN DUCTNOTES: 1.LATERAL TAPSHEET METAL ORFLEXIBLE DUCTROUND VOLUME DAMPERAS SPECIFIEDSEE DETAILWHERE BRANCH DUCT IS ROUND FROM ROUNDMAIN AND BRANCH DUCT AIR QUANTITY IS 50 %OR LESS OF TOTAL AIR FLOW.DUCT COLLAR WITH DRAW BAND,SQUARE, ROUND OR RECTANGULARDUCT- SEE PLANS FOR SIZESMACNA OR APPROVED EQUAL.DIFFUSER WITH S.M.S, CANVASCONNECT PLENUM TO CEILING& ARABOL. REFER TO FIG. 2-171. TYPICAL FOR RETURN AND EXH. REGISTERSNOTES:CEILINGCANVAS & ARABOL SEALAS FLEXIBLE DUCT, 4'-0" O.C.22 GA. PLATE-SAME DIAMETERCIRCULAR FLEX DUCT CONNECTOR- SEESHOWN (MAX. LENGTH 5'-0").SPECIFICATIONS FOR DUCT CONNECTION(INSULATED) EQUIV. AREA TO DUCT SIZELINED PLENUMEQUAL TO DIFFUSER INSIDE DIMENSIONSNECK18" NO BENDS1"6"FOR UPPER ATTACHMENT, REFERTO DETAIL2M-3.0SEE PLAN FOR SIZESCREWS (2)EACH SIDE.#10x1/2" LONG "TECO"2. ALL FIXTURES AND AIR TERMINALS SUPPORTED ON INTERMIDIATE DUTY GRID SYSTEMSMUST BE INDEPENDENTLY SUPPORTED BY NOT LESS THAN FOUR(4) TAUT #12 GAGE WIRES EACH ATTACHED TO THE FIXTURE OR TERMINAL , AND TO THE STRUCTURE ABOVE.SAFETY WIRE AT EACHCORNER SEE NOTE 2FOR UPPER ATTACHMENT, REFERTO DETAIL2M-3.0EXHAUST FAN DIAGRAMSPIRAL/ROUND DUCT TEE ANDLATERAL FITTING DET.CD/CR MOUNTING DETAILCONNECTION TO STRUCTURALMEMBER ABOVESCALENONESCALENONESCALENONESCALENONESCALENONESCALENONECEILING MOUNTED EXHAUSTFAN DETAILDUCT HANGAR DETAILROOFINGFIBER CANTFACTORY SUPPLIEDROOF CAP#8 SCREW & WASHER3/8" LAG SCREW ANCHOREDTO WOOD BLOCKINGWOOD BLOCKINGFACTORY SUPPLIEDROOF CURBFLOOR PLAN FOR SIZE.EXHAUST DUCT. SEE(E) ROOF(E)ROOF JOISTSEE STRUCTURALEXHAUST CAP DETAIL76425314343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.netCEILING GRILLE (FURNISHED BYFAN MANUFACTURER) CEILINGEF-BACKDRAFT DAMPERFLEX CONNECTOREXHAUST DUCT SEEPLAN FOR SIZE(S)AND LOCATIONMAX 8"øMAX WEIGHT: 35#FAN MOUNTING BRACKET (TYP 4)1" WIDE x 16 GA.STRAP2M-3.0FOR CONNECTION TOSTRUCTURE SEELIGHTBY MECHANICALFURNISHED AND INSTALLED BY MECHANICAL CONTRACTOR.FURNISHED AND INSTALLED BY ELECTRICAL CONTRACTOR.CIRCUIT BREAKEROR FUSEDDISCONNECTAT WALLLIGHT SWITCHBY ELECTRICALDISCONNECT115/120V-1PH-60HZBATHROOMLEGEND:ROUND DUCTTYPICALGALVANIZED SHEETMETAL STRAP OR RODHANGER (REFER TO SCHEDULE BELOW)WHEN REQ'DBRACING3/8"ØMACHINEBOLTTO NOTE #2 BELOWDIAGONAL BRACING REFERPROVIDE TRANSVERSE BRACING AT 3O FT. AND LONGITUDINAL BRACING AT 60 FT. WHEN EXCERPT FROM TABLE 5-2 MINIMUM HANGER SIZE FOR ROUND DUCT OF SMACNAREQUIRED PER TABLE 7-1 2008 SMACNA SEISMIC RESTRAINT MANUAL, 3RD EDITION.2005 HVAC DUCT CONSTRUCTION STANDARDS METAL AND FLEXIBLE, 3RD EDITION 2.NOTES:1.12 FT.12 FT.11" THRU 18"10" & SMALLERDUCT DIA.MAXIMUMTWO 12 GA. OR ONE 8 GA.ONE 12 GA.1/4"1/4"1"X 22 GA.1"X 22 GA.12 FT.19" THRU 24"TWO 10 GA.1/4"1"X 22 GA.SPACINGWIREDIA.RODSTRAP12 FT.25" THRU 36"TWO 8 GA.3/8"1"X 20 GA.2M-3.02M-3.0M-4.0MECHANICAL DETAILS FE-1.0ELECTRICAL NOTES,ABBREVIATIONS, SYM.LIST, & KEY PLAN.4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net 5.19.49.55.73.52.66.311.311.06.65.55.74.05.55.55.47.611.63.24.38.613.72.13.15.67.83.24.66.25.66.57.712.412.811.68.710.111.113.47.85.75.38.15.43.73.2CALC =ONE 1CALC =ONE 2STATISTICSDHVFULSWLRQ S\PEROAYJMD[MLQMD[MLQAYJMLQCALC =ONE 16.5 IF13.7 IF2.1 IF6.513.11EMERGENC< L8MINAIRE SCHED8LES\PEROLDEHO4W\LXPHQVLLF:DWWVCDWDORJ NXPEHUDHVFULSWLRQLDPSF;2A%SOL8TE0.76LITHONIALEDLH4M-LED-R-M6LED E;IT EMERGENC< COM%OCALC =ONE 27.7 IF13.4 IF3.2 IF4.212.41E-2.0PARTIAL FLOOR PLANLIGHTING & EMPHOTOMETRICarchitectureand planningwww.rsharch.comARCHITECTS1725 GARDENA AV. 2nd. FLOORGLENDALE, CA. 91204RSHERMANPh No. (323) 465-7066Fax No. (323) 465-80664343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net™ E-3.0PARTIAL FLOOR PLANPOWER & SINGLE LINE4343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net E-4.0TITLE-244343 ENCINITA AVE. ROSEMEAD, CA. 91770 ROSEMEAD PARK RESTROOMS RENOVATION1106 W. Magnolia Blvd. Burbank, CA 91506Tel: (818)842-7285email: admin1@idengineers.net APPENDIX B – FEDERAL REQUIREMENTS APPENDIX A – FEDERAL COMMUNITY DEVELOPMENT BLOCK GRANT REQUIREMENTS TABLE OF CONTENTS 1.Approval of Contractor by the Federal Government ............................................... 2.Labor Compliance Pre-Construction Conference ................................................... 3.United States Department of Labor Wage Rates .................................................... 4.Federal Restrictions on Lobbying ........................................................................... 5.Section 3 ................................................................................................................. 6.Section 3 Bid Preference ........................................................................................ 7.Conflict of Interest ................................................................................................... LIST OF EXHIBITS EXHIBIT 1 – Federal Labor Standards Provisions EXHIBIT 2 – Federal Equal Employment Opportunity/Affirmative Action Requirements EXHIBIT 3 – Contracting with Small and Minority Firms, Women’s Business Enterprise, And Labor Surplus Area Firms EXHIBIT 4 – Compliance with Clean Air and Water Acts EXHIBIT 5 – Section 3 Clause EXHIBIT 6 – Non-Segregated Facilities Certification (Submit with Bid) EXHIBIT 7 – Past Performance Certification (Submit with Bid) EXHIBIT 8 – County Lobbyist Certification (Submit with Bid) EXHIBIT 9 – Workers’ Compensation Certification (Submit with Bid) EXHIBIT 10 – Contractor List of Proposed Subcontractors (Submit with Bid) EXHIBIT 11 – Report of Additional Classification and Rate – HUD Form 4230A (Submit with Bid) EXHIBIT 12 – Notice of Equal Employment Opportunity Commitment (Submit with Bid) EXHIBIT 13 – Notice of Section 3 Commitment (Submit with Bid) EXHIBIT 14 – Section 3 Economic Opportunity Plan (Submit with Bid) EXHIBIT 15 – Section 3 Resident Certification (Submit with Bid) EXHIBIT 16 – Section 3 Business Certification (Submit with Bid) EXHIBIT 17 – Federal Lobbying Certification (Submit with Bid) EXHIBIT 18 – Section 3 Economic Opportunity Report (Submit with FINAL Payroll Report) EXHIBIT 19 – Section 3 Bid Evaluation Memorandum EXHIBIT 20 – Agency Report of Contract Award EXHIBIT 21 – Certification of Understanding & Authorization EXHIBIT 22 – Payroll Report, Statement of Compliance & Fringe Benefit Statement EXHIBIT 23 – Federal Job-site Postings EXHIBIT 24 – Federal Wage Decision 1.APPROVAL OF CONTRACTOR BY THE FEDERAL GOVERNMENT This project is being financed from Federal Funds under the Community Development Block Grant Program of the Department of Housing and Urban Development (HUD). A requirement of this program is that the Contractor and all Subcontractors for this Project must be approved by the Federal Government before award of the Contract can be made. 2.LABOR COMPLIANCE PRE-CONSTRUCTION CONFERENCE The Contractor and all its Subcontractors shall meet with representatives of the Agency before the issuance of the notice to proceed for the start of construction. Discussion will include Equal Employment Opportunity requirements, State and Federal safety requirements, and labor compliance requirements. The Contractor will be notified regarding the exact time and place of the meeting 3.UNITED STATES DEPARTMENT OF LABOR WAGE RATES This is a Federally-assisted construction contract. Federal Labor Standards Provisions, including prevailing wage requirements of the Davis-Bacon and related Acts will be enforced. In the event of a conflict between Federal and State wage rates, the higher of the two will prevail. The Contractor’s duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment. The Contractor shall be responsible for complying and ensuring compliance with the Federal Labor Standards Provisions by all Subcontractors. 4.FEDERAL RESTRICTIONS ON LOBBYING The Contractor shall complete and submit to the Agency the Federal Lobbying Certification Form which is included as part of the Bid Proposal. The language of this certification shall also be included in all subcontracts for this Project. A copy of Standard Form LLL, which is referred to in Part 2 of this certification, along with instructions for filling out this form, are included as an attachment and also included as part of the Bid Proposal. Standard Form LLL shall be submitted, if the Contractor meets the stated criteria, to the following prior to the start of construction. William G. Vasquez, CPD Director U.S. Department of Housing & Urban Development 611 W. 6th St., #800 Los Angeles, CA 90017 F-1 5.SECTION 3 Section 3 is a provision of the Housing and Urban Development (HUD) Act of 1968 that helps foster local economic development, neighborhood economic improvement, and the individual self-sufficiency. The Section 3 program requires that recipients of certain HUD financial assistance, to the greatest extent feasible, provide job training, employment, and contracting opportunities for low or very-low income residents in connection with projects and activities in their neighborhoods. 6.SECTION 3 BID PREFERENCE This Federally-assisted, Section 3 qualified construction project is subject to creating economic opportunities to low- and moderate-income businesses and residents within the Project area as required by the Housing Development Act of 1968 (as amended). To receive consideration for the Section 3 bid preference, a bidder must submit the following forms, completed and signed, with their bid proposal (forms are included in the bid proposal): Section 3 Responsive Bidder is a bidder that submits a Section 3 Business Certification from with the bid, and: •Is 51% owned by low-income residents, or •30% or more of its permanent full-time employees are low-income residents, and •Provides the Section 3 Resident Certification form(s) for each qualified employee. First preference will be given to a bidder who provides a reasonable bid within the Zone of Consideration, (refer to the formula detailed in Exhibit 5) and submits a Section Business Certification form reporting that the business is a qualified Section 3 Business Concern and submits completed Section 3 Resident Certification form. 7.CONFLICT OF INTEREST In the procurement of supplies, equipment, construction, and services by sub-recipients, the conflict of interest provisions in 24 CFR 85.36. OMB Circular A-110, and CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub-recipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. F-2 HUD-4010 (06/2022) Previous editions are obsolete. Page 1 of 5 ref. Handbook 1344.1 HUD-4010 U.S. Department of Housing and Urban Development Federal Labor Standards Provisions Office of Davis-Bacon and Labor Standards A. APPLICABILITY The Project or Program to which the construction work covered by this Contract pertains is being assisted by the United States of America, and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. (1) MINIMUM WAGES (i)All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment, computed at rates not less than those contained in the wage determination of the Secretary of Labor (which is attached hereto and made a part hereof), regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH1321)) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place, where it can be easily seen by the workers. (ii) Additional Classifications. (A)Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1)The work to be performed by the classification requested is not performed by a classification in the wage determination; (2)The classification is utilized in the area by the construction industry; and (3)The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B)If the contractor, the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division (“Administrator”), Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget (“OMB”) under OMB control number 1235-0023.) (C)In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, or HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1235-0023.) EXHIBIT - 1 HUD-4010 (06/2022) Previous editions are obsolete. Page 2 of 5 ref. Handbook 1344.1 (D)The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (1)(ii)(B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this Contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1235-0023.) (2) Withholding. HUD or its designee shall, upon its own action or upon written request of an authorized representative of the U.S. Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The U.S. Department of Labor shall make such disbursements in the case of direct Davis-Bacon Act contracts. (3) Payrolls and basic records. (i) Maintaining Payroll Records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification(s), hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found, under 29 CFR 5.5(a)(1)(iv), that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1235-0023 and 1215-0018) (ii) Certified Payroll Reports. (A)The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead, the payrolls only need to include an individually identifying number for each employee (e.g., the last four digits of the employee’s social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at https://www.dol.gov/agencies/whd/forms or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. HUD-4010 (06/2022) Previous editions are obsolete. Page 3 of 5 ref. Handbook 1344.1 Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the U.S. Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1235-0008.) (B)Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; (2)That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract; and (C)The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by subparagraph (a)(3)(ii)(b). (D)The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 3729 of Title 31 of the United States Code. (iii)The contractor or subcontractor shall make the records required under subparagraph (a)(3)(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the U.S. Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency (where appropriate), to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the contractor’s or subcontractor’s registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice’s level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. HUD-4010 (06/2022) Previous editions are obsolete. Page 4 of 5 ref. Handbook 1344.1 If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed, unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this Contract. (6) Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs (1) through (11) in this paragraph (a) and such other clauses as HUD or its designee may, by appropriate instructions, require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this Contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this Contract shall not be subject to the general disputes clause of this Contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of Eligibility. (i)By entering into this Contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor’s firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. HUD-4010 (06/2022) Previous editions are obsolete. Page 5 of 5 ref. Handbook 1344.1 (ii) No part of this Contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) Anyone who knowingly makes, presents, or submits a false, fictitious, or fraudulent statement, representation or certification is subject to criminal, civil and/or administrative sanctions, including fines, penalties, and imprisonment (e.g., 18 U.S.C. §§ 287, 1001, 1010, 1012; 31 U.S.C. §§ 3729, 3802. (11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic, to whom the wage, salary, or other labor standards provisions of this Contract are applicable, shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The provisions of this paragraph (b) are applicable where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms “laborers” and “mechanics” include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work, which may require or involve the employment of laborers or mechanics, shall require or permit any such laborer or mechanic in any workweek in which the individual is employed on such work to work in excess of 40 hours in such workweek, unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph B(1) of this paragraph, the contractor, and any subcontractor responsible therefor, shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph B(1) of this paragraph, in the sum set by the U.S. Department of Labor at 29 CFR 5.5(b)(2) for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in subparagraph B(1) of this paragraph. In accordance with the Federal Civil Penalties Inflation Adjustment Act of 1990 (28 U.S.C. § 2461 Note), the DOL adjusts this civil monetary penalty for inflation no later than January 15 each year. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall, upon its own action or upon written request of an authorized representative of the U.S. Department of Labor, withhold or cause to be withheld from any moneys payable on account of work performed by the contractor or subcontractor under any such contract, or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages, as provided in the clause set forth in subparagraph B(2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph B(1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs B(1) through (4) of this paragraph. C. HEALTH AND SAFETY The provisions of this paragraph (c) are applicable where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his or her health and safety, as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to 29 CFR Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96), 40 U.S.C. § 3701 et seq. (3) The contractor shall include the provisions of this paragraph in every subcontract, so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 1 FEDERAL EQUAL EMPLOYMENT OPPORTUNITY / AFFIRMATIVE ACTION REQUIREMENTS 1.EQUAL OPPORTUNITY CLAUSE. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but notbe limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to beprovided setting forth the provisions of this nondiscrimination clause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, ornational origin. c. The contractor will send to each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union orworkers’ representative of the contractor’s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The contractor will comply with all provisions of Executive Order 11246 ofSeptember 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, andorders of the Secretary of Labor, or pursuant thereto, and will permit access to his/her books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. f. In the event of the contractor’s noncompliance with the nondiscrimination clause of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole, or in part, and the contractor may be declared ineligible for further government EXHIBIT - 2 F-8 2 contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will include the provisions of Paragraph 1a through 1g in everysubcontract or purchase order unless exempted by rule, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administeringagency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into suchlitigation to protect the interests of the United States. 2.NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (Executive Order 11246) a. The Offeror’s or Bidder’s attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Specifications set forth herein. b. The goals and timetables for minority and female participation, expressed inpercentage terms for the contractor’s aggregated work force in each trade on all construction work in the covered area, are as follows: Goals for Minority Goals for Female Participation for Participation in Timetables Each Trade Each Trade 28.3% 6.9% These goals are applicable to all the contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction. The contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmation action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the EXHIBIT - 2 F-9 3 goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the contractor’s goals shall be a violation of the contract, the Executive Order, and the regulations of 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. c. The contractor shall provide written notification to the Director of the Office ofFederal Contract Compliance Programs within ten (10) working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimateddollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. d. As used in this notice, and in the contract resulting from this solicitation, thecovered area is the Standard Metropolitan Statistical Area of Los Angeles- Long Beach, specifically the County of Los Angeles, State of California. 3.STANDARD FEDERAL EQUAL EMPLOYMENT SPECIFICATIONS (Executive Order 11246). a. As used in these specifications: (1) Covered area means the geographical area described in the solicitation from which this contract resulted; (2) Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; (3) Employer Identification Number (EIN) means the Federal Social Security Number used on the Employer’s Quarterly Federal Tax Return, United States Treasury Department Form 941. (4) Minority includes: (a) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin) (b) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central EXHIBIT - 2 F-10 4 or South American or other Spanish culture or origin, regardless of race); (c) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the pacific Islands); and (d) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). b. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals for minorityand female participation and which is set forth in the solicitations from which this contract resulted. c. If the contractor is participating (pursuant to 41 CFR Part 60-4.5) in a Hometown Plan approved by the United States Department of Labor in thecovered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and time tables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any suchHometown Plan. Each contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO Clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in anapproved Plan does not excuse any covered contractor’s or subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables. d. The contractor shall implement the specific affirmative action standards provided in paragraphs 3g (1) through 3g (16) of these specifications. Thegoals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonable be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work ingeographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs EXHIBIT - 2 F-11 5 office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. e. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement,to refer either minority or women shall excuse the contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. f. In order for the nonworking training hours of apprentices and trainees to becounted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programsapproved by the United States Department of Labor. g. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor’s compliance with these specifications shall be based upon its effort to achieve maximumresults from its actions. The contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: (1) Ensure and maintain working environment free of harassment,intimidation, and coercion at all sites, and in all facilities at which the contractor’s employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the contractor’s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. (2) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organization’s responses. (3) Maintain a current file of the name, address, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for EXHIBIT - 2 F-12 6 referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the contractor may have taken. (4) Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or woman sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor’s efforts to meet its obligations. (5) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 3g (2) above. (6) Disseminate the contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (7) Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (8) Disseminate the contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor’s EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. EXHIBIT - 2 F-13 7 (9) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations; to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment sources, the contractor shall send written notification to organizations such as the above, describing the opening, screening procedures, and tests to be used in the selection process. (10) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth, both on the site and in other areas of a contractor’s work force. (11) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3, Uniform Guidelines on Employee Selection Procedures. (12) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (13) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the EEO policy and the contractor’s obligations under these specifications are being carried out. (14) Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. (15) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (16) Conduct a review, at least annually, of all supervisors’ adherence to and performance under the contractor’s EEO policies and affirmative action obligations. h. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations 3g(1) EXHIBIT - 2 F-14 8 through (16). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 3g(1) though (16) of these specifications provided that the contractor actively participates in the group, makes every effort to ensure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor’s minority and female work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor’s, and failure of such a group to fulfill an obligation shall not be a defense for the contractor’s noncompliance. I. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). j. The contractor shall not use the goals and timetables of affirmative action standards to discriminate against any person because of race, color, religion,sec or national origin. k. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. l. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract CompliancePrograms. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. m. The contractor, in fulfilling its obligations under these specifications, shallimplement specific affirmative actions steps, at least as extensive as those standards prescribed in Paragraph 3g of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the EXHIBIT - 2 F-15 9 Director shall proceed in accordance with 41 CFR Part 60-1.8 (Show Cause Notice). n. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to be required by the Government and to keep records. Recordsshall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations atwhich the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. o. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). p. The Director, from time to time, shall issue goals and timetables for minority and female utilization which shall be based on appropriate work force, demographic or other relevant data and which shall cover construction projects or construction contracts performed in specific geographic areas.The goals, which shall be applicable to each construction trade in a covered contractor’s or subcontractor’s entire work force which is working in the area covered by the goals and timetables, shall be published as notices in the Federal Register, and shall be inserted by the contracting officers and applicants, as applicable, in the Notice required by 41 CFR 60-4.2. 4.SPECIFIC EEO REQUIREMENTS. For a federally assisted construction contract inexcess of $10,000, the contractor/subcontractor shall: a. Forward the following EEO certification forms to the contract awardingauthority prior to contract award: Certification of Non-segregated Facilities and Certification with Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing of Required Reports. b. Submit a notification of subcontracts awarded to the Director, Office of Federal Contract Compliance Programs, United States Department of Labor - ESA, 200 Constitutional Avenue, NW, Room C3325, Washington, D.C., 20210, within 10 working days of award of any subcontract in excess of $10,000, listing the name, address, and telephone number of the EXHIBIT - 2 F-16 10 subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting date and completion dates of the subcontract; and the geographical area in which the contract is to be performed. c. Send a notice of the contractor’s commitment to equal employment opportunity to labor unions or representatives of workers prior tocommencement of construction work. d. Display an equal employment opportunity poster in a conspicuous place available to employees and applicants for employment. e. For contracts in excess of $10,000, bind subcontractors to the Federal Equal Employment Opportunity requirements by including the provisions of Paragraphs 1 through 3, above, in the subcontract. f. Upon commencement of construction work and until the work is completed,forward the Monthly Employment Utilization Report (Form CC-257) to the contract awarding authority by the end of each work month. With the initial monthly report, the contractor/subcontractor shall attach the Contractor’s List of Federal and Non-Federal Work in Bid Condition Area to the monthly report. 5.CIVIL RIGHTS ACT OF 1964. Under Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded fromparticipation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 6.SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974. No person in the United States on the grounds of race, color, national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 7.THE AGE DISCRIMINATION ACT OF 1975. No person in the Unites States shall,on the basis of age, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 8.REHABILITATION ACT OF 1973. No otherwise qualified individual with handicaps in the United States shall, solely by reason of his or her handicap, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination underany program or activity receiving Federal assistance. EXHIBIT - 2 F-17 1. It is national policy to award a fair share of contracts to Small Business and Minority Firms. Accordingly, affirmative steps must be taken to assure that Small Business and Minority Firms are utilized, when possible, as sources of supplies, equipment, construction and services. Affirmative steps include the following: a. Including qualified Small Business and Minority Firms on solicitation lists. b. Assuring that Small Business and Minority Firms are solicited whenever they are potential sources. c. When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit maximum Small Business and Minority Firm participation. d. Where the requirement permits, establishing delivery schedules which will encourage participation by Small Business and Minority Firms. e. Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce, as required. f. If any subcontracts are to be let, requiring the prime contractor to take the affirmative steps in 1a through 1e above. 2. Grantees shall take similar appropriate affirmative action in support of Women’s Business Enterprises. 3. Grantees are encouraged to procure goods and services from Labor Surplus Areas. CONTRACTING WITH SMALL BUSINESS MINORITY FIRMS, WOMEN’S BUSINESS ENTERPRISE AND LABOR SURPLUS AREA FIRMS EXHIBIT - 3 F-18 COMPLIANCE WITH CLEAN AIR AND WATER ACTS (Applicable to federally assisted construction contracts and related subcontracts exceeding $100,000) During the performance of this contract, the contractor and all subcontractors shall comply with the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal. Water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFR Part 15, as amended. In addition to the foregoing requirements, all nonexempt contractors and subcontractors shall furnish to the owner, the following: 1. A stipulation by the contractor or subcontractors, that any facility to be utilizes) in the performance of any non exempt contract or subcontract,. is not listed on the List of Violating Facilities issued by the Environmental Protection Agency (EPA) pursuant to 40 CFR 15.20. 2. Agreement by the contractor to comply with all the requirements of Section 114 of the Clean Air Act, as amended, (42 USC 1857c-8) and Section 308 of the Federal Water Pollution Control Act, as amended, (33 USC 1318) relating to inspection, monitoring, entry, reports and information, as well as all other requirements specified in said Section 114 and Section 308, and all regulations and guidelines issued there under. 3. A stipulation that as a condition for the award of the contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, EPA, indicating that .a facility utilized, or to be utilized for the contract, is under consideration to be listed on the EPA List of Violating Facilities. 4. Agreement by the contractor that he will include, or cause to be included, the criteria and requirements in paragraph (1) through (4) of this section in every nonexempt subcontract and requiring that the contractor will take such action as the government may direct as a means of enforcing such provisions. EXHIBIT - 4 F-19 SECTION 3 CLAUSE (All Section 3 covered contracts shall include the Section 3 Clause) Section 3 Clause a. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by the U.S. Department of Housing and Urban Development (HUD) assistance or HUD assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. b. The parties to this contract will comply with HUD's regulations as set forth in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. c. The contractor agrees to send to each labor organization or representative of workers which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 Clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall; describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each, and the name and location of the persons) taking applications foe each of the positions, and the anticipated date the work shall begin. d. The contractor agrees to include this Section 3 Clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 Clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of regulations under 24 CFR Part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected, but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, where not filled to circumvent the contractor's obligations under 24 CFR Part 135. f. Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. g. With respect to work performed in connection with Section 3 covered Indian Housing Assistance, Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that the greatest extent feasible; (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b). EXHIBIT - 5 F-20 A Section 3 Responsive bidder is a bidder that submits a Section 3 Business Certification form with the bid, and 1.Qualifies as a Section 3 Business concern because the business •Is 51% owned by low-income residents, or •30% or more of its permanent full-time employees are low-income residents, and •Provides the Section 3 Resident Certification form(s) for each qualified employee. Preference will be given to a bidder who provides a reasonable bid and is a qualified Section 3 Business Concern. A Section 3 Non-responsive bidder is a bidder that: ►Fails to provide a Section 3 Business Certification form documenting Section 3 qualifications with a bid response, or ►Fails to provide a Section 3 Business Certification form and an Economic Opportunity Plan with a bid response. However, if the lowest bid of a qualified Section 3 Responsive Bidder is not reasonable (not within the Zone of Consideration), as defined below, the construction contract shall be awarded to the lowest bid from any responsive and responsible bidder. A REASONABLE bid is a bid that is not more then the value of “X” higher than the LOWEST BID. 1. The actual dollar amount of bid received from any responsible bidder, PLUS 2. The “X” FACTOR, which is the lesser of; a. The dollar amount of the required percentage listed on the chart below of the Bid submitted, or b. The actual dollar amount listed on the chart below. 3. Equal the MAXIMUM ACCEPTABLE BID. ZONE OF CONSIDERATION If the Lowest Bid is At Least But Less Than The “X” FACTOR is the Lesser than $100,000 N/A 10% $9,000 $100,000 $200,000 9% $16,000 $200,000 $300,000 8% $21,000 $300,000 $400,000 7% $24,000 $400,000 $500,000 6% $25,000 $500,000 $1,000,000 5% $40,000 $1,000,000 $2,000,000 4% $60,000 $2,000,000 $4,000,000 3% $80,000 $4,000,000 $7,000,000 2% $105,000 $7,000,000 1.5% F-21 NON-SEGREGATED FACILITIES CERTIFICATION FEDERALLY-ASSISTED CONSTRUCTION PROJECTS The federally-assisted construction contractor certifies that he/she DOES NOT and WILL NOT: 1. Maintain or provide, for his/her employees, any segregated facilities at any of his/herestablishments. 2. Permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally-assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally-assisted contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will retain such certifications in his/her files. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date: ________________________ Project Number: ________________________ Company: ________________________________________________________________________ Address: _________________________________________________________________________ By: ______________________________________________________________________________ Title: ____________________________________________________________________________ EXHIBIT - 6 F-22 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The …bidder, …proposed sub-contractor, hereby certifies that he/she …has, …has not, participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he/she …has, …has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President’s Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: __________ Project Number: _____________ Contract Award: $_______________ Awarding Agency: ________________________________________________________________ Contractor Name: ___________________________________ Total Number of Employees______ Affiliate Company: _______________________________________________________________ By: ___________________________________________________________________________ Title: __________________________________________________________________________ NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt). Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF-100 (EEO-1) must be filed by; (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2)Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60-1.5 (2) Have 50 or more employees, and a.Are prime contractors or first-tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b.Serve as a depository of Government funds in any amount, or c.Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. EXHIBIT - 7 F-23 County Lobbyist Certification Name of Firm: Date: Address: Telephone: ( ) Acting on behalf of the above named firm, as its Authorized Official, I make the following certification to the County of Los Angeles, to the Community Development Commission, County of Los Angeles, and to the City of Rosemead, as the local contracting agency (LCA); . 1) It is understood that each person, entity, or firm who applies for a Community Development Commission contract, and as part of that process, shall certify that they are familiar with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County Ordinance 93-0031) and; 2)That all persons/entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3) That any person, entity, or firm who seeks a contract with the Community Development Commission shall be disqualified therefrom and denied the contract and, shall be liable in civil action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on behalf of the named firm fails to comply with the provisions of the County Code. This certification is material representation of facts upon which reliance was placed when this transaction was made or entered into. Authorized Official: (Print Name of Contractor’s Authorized Representative)(Signature of Contractor’s Authorized Representative) (Title)(Date) EXHIBIT - 8 F-24 WORKER’S COMPENSATION CERTIFICATION I certify, by signature below, that I am 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 I will comply with such provisions before commencing the performance of the work of this contract. Date: ________________ Project Number: ________________________ Project Name: ____________________________________________________________ Company Name: __________________________________________________________ Address: _______________________________________________________________ Print Name: ______________________________________________________________ Title: __________________________________________________________________ Signature: _______________________________________________________________ EXHIBIT - 9 F-25 CONTRACTOR LIST OF PROPOSED SUBCONTRACTORS ______________________________________________________________________________________________________PROJECT NAMEAWARDING AGENCYLocation: _________________________________________________________________Project Number: ___________________________________________ SUBCONTRACTORS: Name, Address, and Telephone Number Employer Identification Number Contractor License Number Contract Amount Estimated Start Date Estimated Completion Date TRADES TO BE USED ____________________________________________________________________________________________________________________SignatureName and Title____________________________________________________________________________________________________________________DateCompany NameEXHIBIT - 10F-26 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT REPORT OF ADDITIONAL CLASSIFICATION AND RATE HUD FORM 4230A OMB Approval Number 2501-0011 (Exp. 8/31/2022) 1. FROM (name and address of requesting agency)2. PROJECT NAME AND NUMBER 3. LOCATION OF PROJECT (City, County and State) 4. BRIEF DESCRIPTION OF PROJECT 5. CHARACTER OF CONSTRUCTION Building Heavy Highway Residential Other (specify) 6. WAGE DECISION NO. (include modification number, if any) COPY ATTACHED DATE of WAGE DECISION: 7. WAGE DECISION EFFECTIVE DATE (LOCK-IN): 8. WORK CLASSIFICATION(S)HOURLY WAGE RATES BASIC WAGE FRINGE BENEFIT(S) (if any) 9. PRIME CONTRACTOR (name, address)9a. Agree Disagree 10. SUBCONTRACTOR/EMPLOYER, IF APPLICABLE (name, address) 9b. SIGNATURE DATE Check All That Apply: The work to be performed by the additional classification(s) is not performed by a classification in the applicable wage decision. The proposed classification is utilized in the area by the construction industry. The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage decision. The interested parties, including the employees or their authorized representatives, agree on the classification(s) and wage rate(s). Supporting documentation attached, including applicable wage decision. Check One: Approved, meets all criteria. DOL confirmation requested. One or more classifications fail to meet all criteria. DOL decision requested. FOR HUD USE ONLY LR2000: Agency Representative (Typed name and signature) Date Log in: Log out: Phone Number HUD-4230A (8-19) PREVIOUS EDITION IS OBSOLETE EXHIBIT - 11 EXHIBIT - 12 EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT TO: ________________________________ (Name of Labor Union, Workers Representative, etc. ________________________________ (Address) Name of Business (Contractor): ____________________________________________________ Project Name: ______________________________ Project Number: ____________________ The Undersigned currently holds a contract with _____________________________, involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1. Hiring, placement, upgrading, transfer or demotion; 2. Recruitment, advertising or solicitation for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensation; 5. Selection for training, including apprenticeship; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. ___________________________________ By: _______________________________________ (Print Name) (Signature) ___________________________________ _______________________________________ (Date) (Title) F-28 NOTICE OF SECTION 3 COMMITMENT TO: ________________________________________________________ (Name of Labor Union, Workers Representative, etc. ________________________________________________________ (Address) Name of Business (Contractor): ____________________________________________________ Project Name: ______________________________ Project Number: ____________________ The Undersigned currently holds a contract with ________________________________________ involving Block Grant (CDBG) funds from the U. S. Department of Housing and Urban Development or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Section 3 of the Housing and Urban Development Act of 1968, the undersigned is obligated to the greatest extent feasible, to give opportunities for employment and training to lower income residence of the CDBG-assisted project area and to award contracts for work on the project to business concerns which are located in or are owned in substantial part by project area residence. Regarding employment opportunities for Section 3, the minimum number and job titles are: Minimum Number Job Classification Regarding job referrals, request that consideration be given, to the greatest extent feasible, to assignment of persons residing in the service area or neighborhood in which the project is located. The anticipated date the work will begin is ___________ . For additional information, you may contact ________________________ , _____________________ at ( ). Contact Person’s Name Title This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Section 3 of the Housing and Urban Development Act of 1968. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. ___________________________________ By: _______________________________________ (Print Name) (Signature) ___________________________________ _______________________________________ (Date) (Title) EXHIBIT - 13 F-29 SECTION 3 ECONOMIC OPPORTUNITY PLAN (04/03/17) Business Name Bidder:Contractor Dollar Amount of Bid Contract: $ Date Plan Submitted to LCA: Business Address Name of Owner or Authorized Agent Signature Owner or Authorized Agent Local Contracting Agency (LCA): Section 3 Coordinator: Contact Information for Section 3 Coordinator: CDBG Project Number Project Name: Project Location: Employment & Training Opportunities (Minimum goal: 30% of total new hires must be income qualified. Attach completed Resident Certification form for each new hire) WORK CLASSIFICATIONS Number of Positions Proposed advertising and outreach strategies (see reverse side of this form for assistance) Professionals Technicians Office/Clerical Trade: Trade: Trade: Trade: Subcontracting Opportunities (attach a completed Section 3 Business Certification form for each contract) Name of BUSINESS Basic Trade Type of Contract Proposed advertising and outreach strategies (refer to the list of proposed subcontractors or see reverse side of this form for assistance) Construction Non-Construction Contract Construction Non-Construction Contract Construction Non-Construction Contract Construction Non-Construction Contract Construction Non-Construction Contract Construction Non-Construction Contract Total Subcontracting Dollars: $ Total amount of Bid: $ Minimum goal is 25% of the prime contract award % EXHIBIT - 14 F-30 TRACKING OUTREACH EFFORTS FOR CONTRACTORS Attach supporting documentation for each ‘good faith effort’ accomplishment Entered into a first-source hiring agreement with organizations representing income-qualified residents (such as Work Source Center or San Gabriel Valley Conservation Corps; http://sgvcorps.org/ ) and provide the contractor Provide contractor with the address of the local Work Source Center: Posted training and/or employment position flyers in; public housing developments – (Name of Public Housing ______________________________________________________), offices of the local government, (Name of Office __________________________________________________________), and other conspicuous places – Name & Place _________________________________________________________________ ). Advertised positions to be filled through; local media, such as community television networks (Name of media source ___________________________________________) newspapers of general circulation, or commonly-used job placement websites such as www.monster.com (Website used _______________________________ ) Contacted an agency administering a HUD Youthbuild Program and requested their assistance to recruit income- qualified participants who are in need of permanent placement. Provide contractor with the address of the local Youthbuild Center: Sponsor a HUD-certified “Step-Up” employment and training program for income-qualified residents. Contacted agencies administering a Section 3 Program for a list of qualified business concerns. (List names below) EXHIBIT - 14 F-31 2022 INCOME CERTIFICATION (Section 3 of the Housing & Urban Development Act of 1968, as amended) Name: Address: I hereby certify that I am (Check the applicable statement below):  A Public Housing resident (Specify the Name of the Public Housing site); _______________________________________________________________________________ A low-income resident of the metropolitan area of Los Angeles/Orange County, based on the following: Check  Family Size and the gross annual Income from all sources below; Not a public housing or low-income resident of the metropolitan area of Los Angeles/Orange County. Certified by signature below, under penalty of perjury under the laws of the State of California; that the foregoing is true and correct. Print Full Name Signature Date THIS SECTION MUST BE COMPLETED BY THE AUTHORIZED BUSINESS OWNER/AGENT The above-named person is; an applicant a permanent full-time a new-hire employee / Date of hire: N/A This person’s Work Classification is: Business Name Print Name of Owner/Agent Signatrue of Owner/Agent Date THIS SECTION MUST BE COMPLETED BY THE LOCAL CONTRACTING AGENCY (LCA) Name of LCA Project Name Project Number Income Level: Extremely Low Very Low Low Over the qualifying income limit Not income qualified for the following reason(s): Preference Category: Targeted Service Area – Provide Census Tract and Block Group Youth Build Program McKinney Homeless Program Other qualified Program: Print Name of Section 3 Coordinator Signature Date FAMILY SIZE INCOME LIMITS 1 $25,050 or less $25,051 to $41,700 $41,701 to $66,750 $66,751 or more 2 $28,600 or less $28,601 to $47,650 $47,651 to $76,250 $76,251 or more 3 $32,200 or less $32,201 to $53,600 $53,601 to $85,800 $85,801 or more 4 $35,750 or less $35,751 to $59,550 $52,201 to $95,300 $95,301 or more 5 $38,650 or less $38,651 to $64,350 $64,351 to $102,950 $102,951 or more 6 $41,500 or less $41,501 to $69,100 $69,101 to $110,550 $110,551 or more 7 $44,350 or less $44,351 to $73,850 $73,851 to $118,200 $118,201 or more 8 $47,200 or less $47,201 to $78,650 $78,651 to $125,800 $125,801 or more EXHIBIT - 15 F-32 SECTION 3 BUSINESS CERTIFICATION Contractor Subcontractor Business Name: Bid or Contract Amount: Business Address: Email Address: The above business concern is or is not a Section 3-qualified business based on the following: 51% of this business is owned by income-qualified resident(s) A completed Resident Certification form for each owner must be attached to and submitted with this form. Total number of owners ______, Number of income-qualified owners ______ 30% or more, permanent, full-time employees are income-qualified residents A completed Resident Certification form for each employee must be attached to and submitted with this form. Total number of all full-time employees ______, Number of income-qualified employees ______ The owner/authorized representative of the above listed business concern certifies under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Name of Owner/Principal Signature of Owner/Principal Title Date SECTION 3 BUSINESS CONCERN DETERMINATION TO BE COMPLETED BY THE LOCAL CONTRACTING AGENCY SECTION 3 COORDINATOR Based on the support documentation submitted for our review, we have determined that this business concern; is or is not a qualified business concern, and does or does not qualify for a bid preference for the federally-funded construction project identified below. CDBG Project Number Project Name Project Location Comments: Local Contracting Agency Section 3 Coordinator Date of Determination EXHIBIT - 16 F-33 FEDERAL LOBBYIST CERTIFICATION Name of Firm: _______________________________________________________________________________ Address: _________________________________________________________________________________ State: ___________ Zip Code: _____________ Telephone Number: ( ) _______________________ Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the U. S. Department of Housing and Urban Development and the Community Development Commission, County of Los Angeles. 1) No Federal appropriated funds have been paid by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions, and; 3) The above name firm shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreement) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Authorized Official: ___________________________________ By: _______________________________________ (Contractor/Subcontractor) (Signature) ___________________________________ _______________________________________ (Date) (Title) EXHIBIT - 17 F-34 SECTION 3 ECONOMIC OPPORTUNITY REPORT …Contractor …Subcontractor: Contract Amount: Reporting Period $ FROM TO Business Address: Name of Owner or Authorized Agent: Signature Owner or Authorized Agent: Local Contracting Agency (LCA): Section 3 Coordinator: Telephone Number: CDBG Project Number: Project Name: Project Location: Employment Accomplishments (attach completed Resident Certification form for each new hire) WORK CLASSIFICATIONS TOTAL NEW HIRES Income- qualified NEW HIRES Efforts made to generate economic opportunities …Advertised through local media, television, radio, newspaper …Signs prominently displayed at the project site …Contacts with community organizations …Other ___________________________________________________ Barriers encountered in meeting goals … No jobs were available during this reporting period. …Other ___________________________________________________ Professionals Technicians Office/Clerical Trade: Trade: Trade: Totals: Minimum goal is 30% of the total new hires The “to date” percentage of aggregate new hires who are Section 3 qualified residents that were hired for this project is:% Subcontracting Accomplishments (attach a completed Business Certification form and supporting Resident Certification forms) SECTION 3 qualified BUSINESS NAME Type of Contract Supporting Documentation Performance CONTRACT AMOUNT …Construction or …Non-Construction …Business Certification …Resident Certifications …Responsive to Section 3 requirements …Non-Responsive $ …Construction or …Non-Construction …Business Certification …Resident Certifications …Responsive to Section 3 requirements …Non-Responsive $ …Construction or …Non-Construction …Business Certification …Resident Certifications …Responsive to Section 3 requirements …Non-Responsive $ Subtotal of “to date” Section 3 subcontract dollars $ Non-SECTION 3 BUSINESS NAME Type of Contract …Construction or …Non-Construction $ …Construction or …Non-Construction $ Subtotal of “to date” non-Section 3 subcontract dollars $ Total “to date” subcontracting dollars: $ Minimum Goal is 25% of the total subcontracting dollars The “to date” percentage of the amount of the total subcontracts awarded to qualified Section 3 Business Concerns is: % Check this box if this is your Final Report and submit it with your final Certified Payroll Report DATE OF REPORT Signature of Authorized Representative EXHIBIT - 18 F-35 TO: Contract Compliance Officer, Program Management Unit EXHIBIT - 19 Date of Evaluation: ___________________Community Development Commission, County of Los Angeles SECTION 3 BID EVALUATION MEMORANDUM 04/03/17) Local Contracting Agency: Section 3 Coordinator Name Project Name: CDBG Project Number: Bid Opening Date: RESPONSIVENESS TO SECTION 3 REQUIREMENTS YES NO Bid Amount (List Low Bid First BUSINESS NAME: $ A Section 3 Business Certification form was submitted with the bid and the LCA has determined that this contractor is; 51% Owned by income-qualified resident(s) and Resident Certification forms are in file., OR 30% or more of their workforce are income qualified workers and Resident Certification forms are in file BUSINESS NAME: $ A Section 3 Business Certification form was submitted with the bid and the LCA has determined that this contractor is; 51% Owned by income-qualified resident(s) and Resident Certification forms are in file., OR 30% or more of their workforce are income qualified workers and Resident Certification forms are in file BUSINESS NAME: $ A Section 3 Business Certification form was submitted with the bid and the LCA has determined that this contractor is; 51% Owned by income-qualified resident(s) and Resident Certification forms are in file., OR 30% or more of their workforce are income qualified workers and Resident Certification forms are in file BUSINESS NAME: $ A Section 3 Business Certification form was submitted with the bid and the LCA has determined that this contractor is; 51% Owned by income-qualified resident(s) and Resident Certification forms are in file., OR 30% or more of their workforce are income qualified workers and Resident Certification forms are in file Guidelines for completing the above: 1st Check the proposer’s eligibility with the SAM website and ensure that they are responsive to the bid, are a responsible bidder, and hold a contractor current license. 2nd Identify the lowest responsive and responsible bidder first in order to calculate the Zone of Consideration. 3rd Determine the Maximum Acceptable Bid by using the X-Factor listed on the reverse side of this form. 4th List all bidders that are within the zone of consideration, starting with the lowest bid. Finally, Identify Section 3 responsive bidders within the Zone of Consideration, document you recommendation below and provide CDC with a copy of this memorandum. The contractor listed below is a Section 3 Responsive Bidder within the “Zone of Consideration” (Print Name of Contracting Officer) OR (Signature of Contracting Officer) No bidders were able to meet the Section 3 responsive and reasonable bidding requirements for a bid preference. Therefore, a construction contract will be awarded to the lowest responsive and responsible bidder in accordance with our policy and consistent with public contract code (Date) REASONABLENESS OF BID (See the back side of this form for assistance with calculating the Zone of Consideration) X-FACTOR 1 Enter the lowest bid amount here: $ 2 ADD the Lesser of $__________ ( ____ % of Low Bid) OR $___________ $ 3 In order to receive a preference a Reasonable Bid cannot exceed this amount: $ F-36 GUIDELINES FOR COMPLETING THE SECTION 3 BID EVALUATION MEMORANDUM SECTION 3 BID PREFERENCE may be given to a bidder who is a qualified Section 3 Business Concern; and provides a reasonable bid. A Section 3 Business is a business where fifty-one percent (51%) of the business is owned by a resident of Los Angeles/Orange County that meets the income guidelines; or 30% or more of the permanent workforce are residents who live in Los Angeles/Orange County and meet the income guidelines. A Section 3 RESPONSIVE BIDDER is a bidder that submits a Section 3 Business Certification form with their bid, documenting that they qualify as a Section 3 business concern because they are; a)51% of the business is owned by a resident of Los Angeles County/Orange County who meet the income guidelines; or b)30% or more of the permanent workforce is comprised of residents who live in Los Angeles/Orange County that meet income guidelines. A Section 3 NON-RESPONSIVE BIDDER is a bidder that fails to provide a Section 3 Business Certification form and all signed Resident Certification supporting forms with a bid response, A Section 3 REASONABLE BID is a bid that is not more then the value of “X” HIGHER than the LOWEST BID. The X- FACTOR; a standard formula used to determine the maximum dollar amount that can be add to the lowest bid when considering a bid preference for Section 3 qualified business concern. Calculate the maximum acceptable bid or highest dollar amount that can be considered in awarding the contract to a Section 3 qualified business concern by adding the lesser of the percentage (dollar amount of the lowest bid) or the dollar amount provided in the row for the bid range column (see chart below). The lowest bid can be increased by the calculated dollar amount resulting from this computation when you are applying the bid a preference. BID RANGE – if the Lowest Bid is The X-FACTOR is the lesser than At Least But Less Than $100,000 N/A 10% $9,000 $100,000 $200,000 9% $16,000 $200,000 $300,000 8% $21,000 $300,000 $400,000 7% $24,000 $400,000 $500,000 6% $25,000 $500,000 $1,000,000 5% $40,000 $1,000,000 $2,000,000 4% $60,000 $2,000,000 $4,000,000 3% $80,000 $4,000,000 $7,000,000 2% $105,000 $7,000,000 1.5% NOTE: If the lowest bid of a qualified Section 3 Responsive Bidder is not reasonable (not within the Zone of Consideration), OR no bidders are responsive to Section 3 requirements, no preference should be given and the contract will be awarded to the lowest bid from any responsive and responsible bidder in accordance with the LCA’s policy and procedures, consistent with California Public Contracting Code. When awarding a contract to the lowest and responsible the contractor must commit to documenting good-faith efforts to achieve Section 3 goals of: •Hiring 30% of aggregate new hires who reside in Los Angeles/Orange County and are income qualified,•Subcontract 25% of the total subcontracting dollars to Section 3 qualified business concerns This commitment is accomplished by submitting a signed Section 3 Commitment form and with a detailed Economic Opportunity Plan attached to the commitment prior to signing a contract. The contractor will be required to provide the LCA with a completed Economic Opportunity Report with their final Certified Payroll Report. NOTE: This Section 3 Bid Evaluation Memorandum form is required during procurement when;  The project budget includes $200,000 or more of housing & development funds (such as CDBG or HOME funds), AND  The Local Contracting Agency (LCA) anticipates awarding a contract in the amount of $100,000 or more EXHIBIT - 19 F-37 AGENCY REPORT OF CONTRACT AWARD TO: Program Manager/Contract Compliance Officer, Grants Management Unit Date: ______________ Community Development Commission, County of Los Angeles _________________________________________________ _________________ ____________________________ Project Name Project Number Agency’s Primary Contact Person _________________________________________________ ____________________________ __________________ Name of the Local Contracting Agency (LCA)LCA – Labor Standards Officer’s Name LSO Initials 1. This Agency reports the date for formal bid opening, or informal solicitation for this construction contract was: _______________ 2. This Contract Subcontract was awarded to the contractor identified below on _____________ (Date) The contract amount for the construction activity to be performed by this Contractor, as detailed below, is: $ ___________________ IDENTIFY THE SPECIFIC SCOPE OF WORK FOR THIS CONTRACTOR Estimated Start Date: Estimated Completion Date: IDENTIFY THE TRADES TO BE USED BY THIS CONTRACTOR AT THE CONSTRUCITON SITE Estimated Workforce: Asbestos Worker Equipment Operator Group Lather Roofer Bricklayer Glazier Marble setter Sheet metal worker Carpenter Ironworker Painter Terrazzo Worker Cement Mason Laborer Group Plasterer Tile layer Electrician Labor/Striper Group Plumber (other) 3. This is a Section 3 qualified contract and a Section 3 Pre-Bid Meeting was held on ____________ (Date)N/A A copy of the completed Section 3 Bid Evaluation form was provided to the CDC on ___________ (Date)N/A 4. The LCA verified this Contractor’s Eligibility prior to contract award and documented the project file with search results from: The List of Parties Excluded from federal contract award internet website (https://www.sam.gov) on ___________ (Date) The California Contractors State Licensing Board (CSLB) internet website (http://www.cslb.ca.gov) on ___________ (Date) The California Department of Industrial Relations (DIR) internet website (https://efiling.dir.ca.gov) on ___________ (Date) 5. The Contractor(s) acknowledge, by signature below, that: “This construction project is funded in whole or in part with Federal funds.” 6. A copy of the Federal Labor Standards Provisions (HUD-4010 form), is attached to the contractor’s copy of this form. 7. A copy of the applicable Federal Wage Decision (identified below) is attached to the contractor’s copy of this form. Federal Wage Decision Number: CA _____________ Mod. ____, DATED _____________ (http://www.wdol.gov/). 8. The Contractor(s) further acknowledge that federal prevailing wage and fringe benefit rates must be paid to all workers each week. 9. The LCA sent a Notice of Contract Award letter to the U.S. Dept. of Labor, OFCCP (contracts $10,000 or more) on ________ (Date) N/A _______________________________________________________________________________________________ PRINT – Prime Contractor Subcontractor Company Name PRINT –Prime Sub Lower-tier Contractor Company Name Signature: ______________________________________ Print Name: ____________________________________ Title: __________________________________________ Address: ______________________________________ ______________________________________ Employer Identification Number: _____________________ Contractor License Number: ________________________ Signature: ______________________________________ Print Name: ____________________________________ Title: __________________________________________ Address: ______________________________________ ______________________________________ Employer Identification Number: _____________________ Contractor License Number: ________________________ Black American White American Hispanic American Women Owned Business Minority Owned Business Section 3 Qualified Business Native American Hasidic Jews Asian/Pacific American Black American White American Hispanic American Women Owned Business Minority Owned Business Section 3 Qualified Business Native American Hasidic Jews Asian/Pacific American EXHIBIT - 20 F-38 GUIDELINES FOR COMPLETING THE AGENCY REPORT OF CONTRACT AWARD FORM The Agency Report of Contract Award (ARCA) form is designed to protect the interest of all parties concerned and should be completed at the preconstruction conference. Send a copy of the completed form to the GMU Program Manager/Contract Compliance Officer via email. The ARCA will be processed as follows: Local Contracting Agency (LCA) must; o Enter the basic project information on the form, o Enter the dollar amount of the Prime Contract o Explain the prevailing wage requirements as outlined in the specifications, o Do not sign the form until it is returned, completed by the prime and/or sub, o Collect form from the contractor and review for accuracy, o Sign and fax or email completed forms to the CDBG Reporting Unit. Prime Contractor must; o Provide an estimated start and end date, and a summary the Scope of Work, o Identify the basic trades and number of workers to be used on site, o Complete lower left section – business address and EEO portion, and o Sign and return the form to the LCA. o For Subcontractor form, provide the dollar amount of each subcontract Ensure subcontractor has a copy of the HUD-4010 form & Federal Wage Decision Collect form from the subcontractor, review it for accuracy, and forward to LCA. Subcontractor must; o Provide an estimated start and end date, and a summary the Scope of Work, o Identify the basic trades and number of workers to be used on site, o Complete lower right section – business address and EEO portion, and o Sign and return the form to the Prime Contractor. 1.Date of formal Bid Opening or Informal Solicitation Date: LCA identifies the date of formal bid opening was held. For an informal solicitation,the date that the contractor signed a construction contract with the LCA. 2.Contract Award Date:Prime Contracts, the date an agreement was signed with the LCA. Subcontracts, the date an agreement was signed with the prime contractor. 3.Section 3 Qualified Contracts: The agency’s LSO or Section 3 Coordinator will conduct a presentation at the Section 3 Pre-Bid Meeting. The meetingmust be held by the LCA to inform prospective bidders of hiring and employment requirements and the bid preference opportunity allowed by the Section 3 requirements. Also, during the bid evaluations, the LCA will include a Section 3 analysis to determine each bidder’s Section 3 Responsiveness and provide CDC with a copy of their evaluation. 4.Contractor Eligibility: Prior to awarding any contract or subcontract the LCA must ensure that each contractor is eligible to receive a federally-fundedconstruction contract. Ensuring that each contractor’s license is current and active is part of the LCA bid evaluation process and the eligibility check includes: 1. Obtaining the state license number of each bidder and proposed sub-contractor 2. Contact the CA Contractor State License Board at (800) 321-2752 or on-line at http://www.cslb.ca.gov3. Enter the contractor’s license number and click on “Check License”4. The License Detail page will display; Business Information, License Status, Personnel List, etc.5. Print a copy of this page to assist in completing the contractor’s eligibility verification.6.Access the CA Department of Industrial Relations website (https://efiling.dir.ca.gov/PWCR/Search.action)7. Access the Federal List of Excluded Parties on-line at https://www.sam.gov/8. Enter the business name and all personnel as they appear on the license search9. The results of your search will be displayed, print a copy and place it in your Labor Standards Enforcement file 5.Contractor Acknowledgement: acknowledges that the project is federally-funded and the prevailing wage requirements of the Davis-Bacon and Related Acts will be administered, monitored, and enforced by the LCA, or their assigned representative, in accordance with the Federal Labor Standards Provisions. 6.Federal Labor Standards Provisions: A copy of the current HUD-4010 form that outlines the labor requirements for each contractor must be includedin the bid specifications for all formal competitive bids, or physically attached to each Prime Contract awarded for informal contracts under $25,000. The PrimeContractor must attach a current copy of the HUD-4010 form to each subcontract. 7.Federal Wage Decision: A copy of the current Wage Decision that identifies the minimum hourly wage and fringe benefit payments to workers must alsobe included in the bid specifications for all formal competitive bids, or physically attached to each Prime Contract awarded for informal contracts under $2,000.The Prime Contractor must attach a copy of the applicable Wage Decision and HUD-4010 form to each subcontractor ARCA to ensure that each subcontractorwas informed of his/her obligation to pay prevailing hourly wages and fringe benefits to workers each week. 8.Contractor’s Acknowledgement: Federal prevailing wage and fringe benefits rates must be paid to workers each week. 9.Notice of Contract Award: For all contracts awarded in the amount of $10,000 or more, the LCA must ensure that a “Notice of Contract Award” letter issent to the Office of Federal Contract Compliance Programs (OFCCP) at the address below and a copy of the signed letter must be placed in the project file. U.S. Department of Labor, Office of Federal Contract Compliance Programs 1640 South Sepulveda Boulevard, Suite 440 Los Angeles, CA 90024 EXHIBIT - 20 F-39 CERTIFICATION OF UNDERSTANDING AND AUTHORIZATION Project Name Contracting Agency Project Number: This is to certify that the principal and the authorized payroll officer(s), listed below, have received and read and a copy of the Federal Labor Standards Provisions (HUD-4010) and a copy of the Contractor’s Guide to prevailing Wage Requirements for Federally-Assisted Construction Projects, and that they understand the labor standards clauses pertaining to the above listed projects. The following person(s) is/are designated as payroll officer for the undersigned and is/are authorized to sign the Statement of Compliance forms which will accompany each weekly payroll report for contractor listed below during the duration of this project. Contractor Subcontractor Business Name License Number Payroll Officer Name (Print) Payroll Officer (Signature) Payroll Officer Name (Print) Payroll Officer (Signature) Name of Person Authorized to Sign (Print) (Authorized Signature) Title Date EXHIBIT - 21 F-40 S = STRAIGHT TIME *OTHER – Any other deductions, contributions and/or payments whether or not included or required by prevailingCERTIFICATION MUST be completed Form A-1-131 (New 2-80) O = OVERTIME wage determinations must be separately listed. Use extra sheet(s) if necessary (See reverse side) SDI = STATE DISABILITY INSURANCE CaliforniaDepartment ofIndustrial RelationsPage ______ of ______ NAME OF CONTRACTOR:CONTRACTOR'S LICENSE NO.:ADDRESS: OR SUBCONTRACTOR: SPECIALITY LICENSE NO.: PAYROLL NO.: FOR WEEK ENDING: SELF-INSURED CERTIFICATE NO.: PROJECT OR CONTRACT NO.: (4) DAY (5) (6) WORKERS' COMPENSATION POLICY NO.: PROJECT AND LOCATION: (2) M T W TH F S S (9) DATE (1) NAME, ADDRESS AND SOCIAL SECURITY NUMBER OF EMPLOYEE NO. OF WITH-HOLDING EXEMPTIONS (3) WORK CLASSIFICATION HOURS WORKED EACH DAY TOTAL HOURS HOURLY RATE OF PAY (7) GROSS AMOUNT EARNED (8) DEDUCTIONS, CONTRIBUTIONS AND PAYMENTS NET WGS PAID FOR WEEK CHECK NO. THIS PROJECT ALL PROJECTS FED. TAX FICA (SOC. SEC.) STATE TAX SDI VAC/ HOLIDAY HEALTH & WELF. PENSION S TRAING. FUND ADMIN DUES TRAV/ SUBS. SAVINGS OTHER* TOTAL DEDUC-TIONS O THIS PROJECT ALL PROJECTS FED. TAX FICA (SOC. SEC.) STATE TAX SDI VAC/ HOLIDAY HEALTH & WELF. PENSION S TRAING. FUND ADMIN DUES TRAV/ SUBS. SAVINGS OTHER* TOTAL DEDUC-TIONS O THIS PROJECT ALL PROJECTS FED. TAX FICA (SOC. SEC.) STATE TAX SDI VAC/ HOLIDAY HEALTH & WELF. PENSION S TRAING. FUND ADMIN DUES TRAV/ SUBS. SAVINGS OTHER* TOTAL DEDUC-TIONS O THIS PROJECT ALL PROJECTS FED. TAX FICA (SOC. SEC.) STATE TAX SDI VAC/ HOLIDAY HEALTH & WELF. PENSION S TRAING. FUND ADMIN DUES TRAV/ SUBS. SAVINGS OTHER* TOTAL DEDUC-TIONS O PUBLIC WORKS PAYROLL REPORTING FORM EXHIBIT - 22F-41F-41 Date I,(Name of Signatory Party) (Title) do hereby state: (1) That I pay or supervise the payment of the persons employed by on the (Contractor or Subcontractor) ; that during the payroll period commencing on the (Building or Work) day of,, and ending theday of,, all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said from the full (Contractor or Subcontractor) weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 C.F.R. Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948, 63 Stat. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. § 3145), and described below: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classificationsset forth therein for each laborer or mechanic conform with the work he performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeshipprogramregistered with a State apprenticeship agency recognized by the Bureau of Apprenticeship andTraining, United States Department of Labor, or if no such recognized agency exists in a State, are registeredwith the Bureau of Apprenticeship and Training, United States Department of Labor. (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS − in addition to the basic hourly wage rates paid to each laborer or mechanic listed inthe above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in section 4(c) below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH − Each laborer or mechanic listed in the above referenced payroll has been paid,as indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in section 4(c) below. (c) EXCEPTIONS REMARKS: EXCEPTION (CRAFT)EXPLANATION NAME AND TITLE SIGNATURE THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE. EXHIBIT - 22F-42 FRINGE BENEFIT PAYMENT CERTIFICATION _______________________________________________ ____________________________________________ PROJECT NAME LOCAL CONTRACTING AGENCY Location: CDBG Project Number: Work Classification HOURLY FRINGE BENEFITS PROVIDED Name, Address, and Telephone Number of the Approved Plan, Fund, or Program Health & Welfare $ Pension $ Vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ I Certify under penalty of perjury that: I make payments to approved fringe benefit plans, funds, or programs as listed above. OR I DO NOT make payments to approved fringe benefit plans, funds, or programs. Benefits are added to hourly rates and paid each week to the employees. __________________________________________ __________________________________________ (Print Company Name) (Print Name of Person Authorized to Sign) Contractor License Number: ______________________By: ______________________________________________ Date: ________________________________________ Title: ____________________________________________ EXHIBIT - 22 F-43 EMPLOYEE RIGHTS UNDER THE DAVIS-BACON ACT fOR LABORERS AND MECHANICS EMPLOYED ON fEDERAL OR fEDERALLY ASSISTED CONSTRUCTION PROjECTS THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION PREVAILING WAGES OVERTIME ENFORCEMENT APPRENTICES PROPER PAY You must be paid not less than the wage rate listed in the Davis-Bacon Wage Decision posted with this Notice for the work you perform. You must be paid not less than one and one-half times your basic rate of pay for all hours worked over 40 in a work week. There are few exceptions. Contract payments can be withheld to ensure workers receive wages and overtime pay due, and liquidated damages may apply if overtime pay requirements are not met. Davis-Bacon contract clauses allow contract termination and debarment of contractors from future federal contracts for up to three years. A contractor who falsifies certified payroll records or induces wage kickbacks may be subject to civil or criminal prosecution, fines and/or imprisonment. Apprentice rates apply only to apprentices properly registered under approved Federal or State apprenticeship programs. If you do not receive proper pay, or require further information on the applicable wages, contact the Contracting Officer listed below: or contact the U.S. Department of Labor’s Wage and Hour Division. 1-866-4-USWAGE (1-866-487-9243) TTY: 1-877-889-5627 WWW.WAGEHOUR.DOL.GOV U.S. Department of Labor Employment Standards Administration Wage and Hour Division WH 1321(Revised April 2009) For additional information: EXHIBIT - 23 F-44 1-866-4-USWAGE (1-866-487-9243) TTY: 1-877-889-5627 WWW.WAGEHOUR.DOL.GOV U.S. Department of Labor Employment Standards Administration Wage and Hour Division WH 1321 SPA (Revised April 2009) Para obtener información adicional: BAJO LA LEY DAVIS-BACON PARA OBREROS Y MECÁNICOS EMPLEADOS EN PROYECTOS DE CONSTRUCCIÓN FEDERAL O CON ASISTENCIA FEDERAL DERECHOS DEL EMPLEADO No se le puede pagar menos de la tasa de pago indicada en la Decisión de Salarios Davis-Bacon fijada con este Aviso para el trabajo que Ud. desempeña. Se le ha de pagar no menos de tiempo y medio de su tasa básica de pago por todas las horas trabajadas en exceso de 40 en una semana laboral. Existen pocas excepciones. Se pueden retener pagos por contratos para asegurarse que los obreros reciban los salarios y el pago de sobretiempo debidos, y se podría aplicar daños y perjuicios si no se cumple con las exigencias del pago de sobretiempo. Las cláusulas contractuales de Davis-Bacon permiten la terminación y exclusión de contratistas para efectuar futuros contratos federales hasta tres años. El contratista que falsifique los registros certificados de las nóminas de pago o induzca devoluciones de salarios puede ser sujeto a procesamiento civil o criminal, multas y/o encarcelamiento. Las tasas de aprendices sólo se aplican a aprendices correctamente inscritos bajo programas federales o estatales aprobados. Si Ud. no recibe el pago apropiado, o precisa de información adicional sobre los salarios aplicables, póngase en contacto con el Contratista Oficial que aparece abajo: o póngase en contacto con la Sección de Horas y Sueldos del Departamento de Trabajo de EEUU. SalarioS PrevalecienteS SobretiemPo cumPlimiento aPrendiceS Pago aProPiado LA SECCIÓN DE HORAS Y SUELDOS DEL DEPARTAMENTO DE TRABAJO DE EEUU EXHIBIT - 23 F-45 Equal Employment Opportunity is THE LAW Employers Holding Federal Contracts or Subcontracts Applicants to and employees of companies with a Federal government contract or subcontract are protected under the following Federal authorities: RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN Executive Order 11246, as amended, prohibits job discrimination on the basis of race, color, religion, sex or national origin, and requires affirmative action to ensure equality of opportunity in all aspects of employment. INDIVIDUALS WITH DISABILITIES Section 503 of the Rehabilitation Act of 1973, as amended, prohibits job discrimination because of disability and requires affirmative action to employ and advance in employment qualified individuals with disabilities who, with reasonable accommodation, can perform the essential functions of a job. VIETNAM ERA, SPECIAL DISABLED, RECENTLY SEPARATED, AND OTHER PROTECTED VETERANS The Vietnam Era Veterans’ Readjustment Assistance Act of 1974, as amended, 38 U.S.C., 4212, prohibits job discrimination and requires affirmative action to employ and advance in employment qualified Vietnam era veterans, qualified special disabled veterans, recently separated veterans, and other protected veterans. A recently separated veteran is any veteran during the three-year period beginning on the date of such veteran's discharge or release from active duty in the U.S. military, ground, naval or air service. RETALIATION Retaliation is prohibited against a person who files a charge of discrimination, participates in an OFCCP proceeding, or otherwise opposes discrimination under these Federal laws. Any person who believes a contractor has violated its nondiscrimination or affirmative action obligations under the authorities above should contact immediately: The Office of Federal Contract Compliance Programs (OFCCP), Employment Standards Administration, U.S. Department of Labor, 200 Constitution Avenue, N.W., Washington, DC 20210, (202) 693-0101 or call an OFCCP regional or district office listed in most telephone directories under U.S. Government, Department of Labor. For individuals with hearing impairment, OFCCP’s TTY number is (202) 693-1337. Private Employment, State and Local Governments, Educational Institutions, Employment Agencies and Labor Organizations Applicants to and employees of most private employers, state and local governments, educational institutions, employment agencies and labor organizations are protected under the following Federal laws: RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN Title VII of the Civil Rights Act of 1964, as amended, prohibits discrimination in hiring, promotion, discharge, pay, fringe benefits, job training, classification, referral, and other aspects of employment, on the basis of race, color, religion, sex (including pregnancy and sexual harassment) or national origin. Religious discrimination includes failing to reasonably accommodate an employee’s religious practices where the accommodation does not impose undue hardship. DISABILITY Title I and Title V of the Americans with Disabilities Act of 1990 (ADA), as amended, protect qualified applicants and employees with disabilities from discrimination in hiring, promotion, discharge, pay, job training, fringe benefits, classification, referral, and other aspects of employment on the basis of disability. The law also requires that covered entities provide qualified applicants and employees with disabilities with reasonable accommodations, unless such accommodations would impose an undue hardship on the employer. AGE The Age Discrimination in Employment Act of 1967, as amended, protects applicants and employees 40 years of age or older from discrimination on the basis of age in hiring, promotion, discharge, compensation, terms, conditions or privileges of employment. SEX (WAGES) In addition to sex discrimination prohibited by Title VII of the Civil Rights Act of 1964, as amended, the Equal Pay Act of 1963, as amended, prohibits sex discrimination in payment of wages to women and men performing substantially equal work, in jobs that require equal skill, effort and responsibility under similar working conditions, in the same establishment. RETALIATION Retaliation is prohibited against a person who files a charge of discrimination, participates in a discrimination proceeding, or otherwise opposes discrimination under these Federal laws. If you believe that you have been discriminated against under any of the above laws, and to ensure that you meet strict procedural timelines to preserve the ability of EEOC to investigate your complaint and to protect your right to file a private lawsuit, you should immediately contact: The U.S. Equal Employment Opportunity Commission (EEOC), Washington, DC 20507 or an EEOC field office by calling toll free (1-800) 669-4000. For individuals with hearing impairments, EEOC’s toll free TTY number is 1-800 669-6820. Programs or Activities Receiving Federal Financial Assistance RACE, COLOR, SEX, NATIONAL ORIGIN In addition to the protection of Title VII of the Civil Rights Act of 1964, as amended, Title VI of the Civil Rights Act prohibits discrimination on the basis of race, color or national origin in programs or activities receiving Federal financial assistance. Employment discrimination is covered by Title VI if the primary objective of the financial assistance is provision of employment, or where employment discrimination causes or may cause discrimination in providing services under such programs. Title IX of the Education Amendments of 1972 prohibits employment discrimination on the basis of sex in educational programs or activities which receive Federal assistance. INDIVIDUALS WITH DISABILITIES Section, 504 of the Rehabilitation Act of 1973, as amended, prohibits employment discrimination on the basis of disability in any program or activity which receives Federal financial assistance in the federal government, public or private agency. Discrimination is prohibited in all aspects of employment against persons with disabilities who, with or without reasonable accommodation, can perform the essential functions of a job. If you believe you have been discriminated against in a program of any institution which receives Federal assistance, you should contact immediately the Federal agency providing such assistance. Publication OFCCP 1420 Revised August 2008 EXHIBIT - 23 F-46 LA IGUALDAD DE OPORTUNIDADES DE EMPLEO ES LA LEY Empleadores que tienen contratos o subcontratos con el Gobierno Federal Los empleados o postulantes a empleos de compañías que tienen contratos o subcontratos del gobierno federal gozan de la protección otorgada por las siguientes instituciones federales: RAZA, COLOR, RELIGIÓN, SEXO, NACIONALIDAD El Decreto 11246 (Executive Order 11246), con sus modificaciones, prohíbe la discriminación laboral en razón de raza, color de piel, religión, sexo o nacionalidad, y requiere la acción afirmativa para garantizar la igualdad de oportunidades en todos los aspectos laborales. PERSONAS CON DISCAPACIDADES El Artículo 503 de la Ley de Rehabilitación de 1973(The Rehabilitation Act of 1973), con sus modificaciones, prohíbe la discriminación laboral por discapacidad y requiere la acción afirmativa de emplear y avanzar en el empleo de personas discapacitadas idóneas que, mediante una adaptación razonable, puedan llevar a cabo las funciones esenciales de un trabajo. VETERANOS DE VIETNAM CON DISCAPACIDADES ESPECIALES, RECIENTEMENTE RETIRADOS Y OTROS VETERANOS BAJO PROTECCIÓN La Ley de Asistencia a la Readaptación de Veteranos de Vietnam de 1974 (The Vietnam Era Vererans’ Readjustment Assistance Act of 1974), y sus modificaciones, 38 U.S.C., 4212, prohíbe toda discriminación laboral y requiere la acción afirmativa de emplear y avanzar en el empleo de veteranos de Vietnam idóneos, veteranos idóneos con discapacidades especiales, veteranos recientemente retirados y otros veteranos bajo protección. Un veterano recientemente retirado es todo veterano durante el período de tres años a partir de la fecha en que fue dado de baja o dejó el servicio activo en el Ejército, la Marina o la Fuerza Aérea de los EE. UU. REPRESALIA Queda prohibida toda represalia contra una persona que presenta un cargo de discriminación, participa en un procedimiento del Programa OFCCP o, de alguna otra manera, se opone a la discriminación de conformidad con las leyes federales. Toda persona que cree que un contratista ha violado sus obligaciones de no discriminación o acción afirmativa, según las fuentes anteriores, debe ponerse en contacto de inmediato con: La Oficina de Programas de Cumplimiento de Contratos Federales (The Office of Federal Contract Compliance Programs-OFCCP), Employment Standards Administration, U.S. Department of Labor, 200 Constitution Avenue, N.W., Washington, DC 20210, (202) 693-0101 o llamar a una oficina de la OFCCP regional o de distrito consignada en la mayor parte de los directorios telefónicos en U.S. Government, Department of Labor (Gobierno de los EE.UU., Departamento de Trabajo). Para personas con discapacidad auditiva, el número TTY de la OFCCP es (202) 693-1337. Empleo privado, gobiernos estatales y locales, instituciones educativas, agencias de empleo y organizaciones laborales Los empleados y postulantes a empleos de la mayor parte de los empleadores privados, gobiernos estatales y locales, instituciones educativas, agencias de empleo y organizaciones laborales gozan de la protección otorgada por las siguientes leyes federales: RAZA, COLOR, RELIGIÓN, SEXO, NACIONALIDAD La Ley de Derechos Civiles de 1964, Título VII (The Civil Rights Act of 1990), y sus modificaciones, prohíbe toda discriminación en relación con la contratación, ascenso, despido, remuneración, compensaciones adicionales, capacitación, clasificación, referencias, y otros aspectos laborales, en razón de la raza, el color de la piel, la religión, el sexo (incluidos embarazo y acoso sexual) o la nacionalidad. Por discriminación religiosa se entiende, entre otros, la falta de adaptación razonable para las prácticas religiosas de un empleado siempre que la adaptación no provoque una dificultad económica excesiva. DISCAPACIDAD La ley de Estadounidenses con Discapacidades de 1990 (The Americans with Disabilities Act of 1990-ADA), Títulos I y V, con sus modificaciones, protege a empleados y postulantes idóneos con discapacidades contra la discriminación en relación con la contratación, ascenso, despido, remuneración, capacitación, beneficios adicionales, clasificación, referencias y otros aspectos laborales en razón de la discapacidad. La ley también requiere que las entidades contempladas provean las adaptaciones razonables que necesiten los empleados y postulantes con discapacidades, a menos que esas adaptaciones causen una dificultad económica excesiva al empleador. EDAD La Ley de Discriminación Laboral por Edad de 1967 (The Age Discrimination in Employment Act of 1967), con sus modificaciones, protege a los empleados y postulantes de 40 años o más contra la discriminación por edad en relación con la contratación, ascenso, despido, compensaciones, condiciones o privilegios laborales. SEXO (SALARIOS) Además de la discriminación sexual prohibida por la Ley de Derechos Civiles de 1964, Título VII, y sus modificaciones, la Ley de Igualdad en las Remuneraciones de 1963, con sus modificaciones, prohíbe la discriminación sexual en el pago de salarios a mujeres y hombres que básicamente realicen igual trabajo, en empleos que requieren igual capacidad, esfuerzo y responsabilidad, en condiciones laborales similares y en el mismo establecimiento. REPRESALIA Queda prohibida toda represalia contra una persona que presenta un cargo de discriminación, participa en un procedimiento de contra la discriminación o, de alguna otra manera, se opone a la discriminación de conformidad con las leyes federales. Si cree que ha sufrido alguna discriminación, de conformidad con algunas de las leyes anteriores, y para garantizar que cumple con los estrictos cronogramas procesales a fin de preservar la capacidad de la EEOC para investigar su queja y para proteger su derecho a iniciar una demanda privada, debe ponerse en contacto de inmediato con: La Comisión Federal de Igualdad de Oportunidades de Empleo de los EE.UU. (The US Equal Employment Opportunity Commission-EEOC), Washington, DC 20507 ó con una oficina de la EEOC telefónicamente a la línea gratuita (1-800) 669-4000. Para las personas con discapacidad auditiva, la línea gratuita TTY de la EEOC es 1-800 669-6820. Programas o actividades que reciben apoyo financiero federal RAZA, COLOR, SEXO, NACIONALIDAD Además del Título VII de la Ley de Derechos Civiles de 1964, con sus modificaciones, el Título VI de la misma ley prohíbe la discriminación por raza, color de piel o nacionalidad en programas y actividades que reciben apoyo financiero federal. La discriminación laboral está contemplada en el Título VI si el objetivo principal del apoyo financiero es la provisión de empleo, o siempre que la discriminación laboral cause, o pueda causar, discriminación en la provisión de servicios en el marco de esos programas. El Titulo IX de las Modificaciones de 1972 a la Ley de Educación (Education Amendments of 1972) prohíbe la discriminación laboral en razón de sexo en los programas o actividades educativas que reciben apoyo federal. PERSONAS CON DISCAPACIDADES El Artículo 504 de la Ley de Rehabilitación de 1973 , con sus modificaciones, prohíbe la discriminación laboral por discapacidad en todo programa o actividad que recibe apoyo financiero federal en el gobierno federal y las agencias públicas o privadas. Queda prohibida la discriminación en todos los aspectos laborales contra personas con discapacidades que puedan realizar las tareas esenciales relacionadas con ese puesto, sin perjuicio de que resulte o no necesario efectuar una adaptación razonable Si cree que ha sufrido discriminación en relación con un programa de cualquier institución que reciba apoyo federal, debe contactarse de inmediato con la agencia federal que brinda ese apoyo. Publicación OFCCP 1420 Se revisó en agosto de 2008 EXHIBIT - 23 F-47 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 1/25 "General Decision Number: CA20220022 09/02/2022 Superseded General Decision Number: CA20210022 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Los Angeles County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). ______________________________________________________________ |If the contract is entered |. Executive Order 14026 | |into on or after January 30, | generally applies to the | |2022, or the contract is | contract. | |renewed or extended (e.g., an |. The contractor must pay | |option is exercised) on or | all covered workers at | |after January 30, 2022: | least $15.00 per hour (or | | | the applicable wage rate | | | listed on this wage | | | determination, if it is | | | higher) for all hours | | | spent performing on the | | | contract in 2022. | |______________________________|_____________________________| |If the contract was awarded on|. Executive Order 13658 | |or between January 1, 2015 and| generally applies to the | |January 29, 2022, and the | contract. | |contract is not renewed or |. The contractor must pay all| |extended on or after January | covered workers at least | |30, 2022: | $11.25 per hour (or the | | | applicable wage rate listed| | | on this wage determination,| | | if it is higher) for all | | | hours spent performing on | | | that contract in 2022. | |______________________________|_____________________________| The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 2/25 Modification Number Publication Date 0 01/07/2022 1 01/14/2022 2 01/21/2022 3 02/25/2022 4 03/04/2022 5 04/01/2022 6 04/29/2022 7 08/05/2022 8 08/12/2022 9 08/19/2022 10 09/02/2022 ASBE0005-002 09/01/2021 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 47.25 24.45 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)...........................$ 32.09 19.66 ---------------------------------------------------------------- ASBE0005-004 07/05/2021 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)....$ 22.40 13.07 ---------------------------------------------------------------- BOIL0092-003 01/01/2021 Rates Fringes BOILERMAKER......................$ 46.03 38.81 ---------------------------------------------------------------- * BRCA0004-007 05/01/2020 Rates Fringes BRICKLAYER; MARBLE SETTER........$ 41.53 19.48 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ---------------------------------------------------------------- BRCA0018-004 06/01/2021 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 3/25 Rates Fringes MARBLE FINISHER..................$ 35.90 14.11 TILE FINISHER....................$ 30.47 12.52 TILE LAYER.......................$ 43.09 18.31 ---------------------------------------------------------------- BRCA0018-010 09/01/2021 Rates Fringes TERRAZZO FINISHER................$ 35.43 14.10 TERRAZZO WORKER/SETTER...........$ 43.61 14.63 ---------------------------------------------------------------- CARP0213-001 07/01/2021 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer...................$ 51.60 16.28 (2) Millwright..............$ 52.10 16.48 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial)................$ 51.73 16.28 (4) Pneumatic Nailer, Power Stapler...............$ 51.85 16.28 (5) Sawfiler...............$ 51.69 16.28 (6) Scaffold Builder.......$ 42.80 16.28 (7) Table Power Saw Operator....................$ 51.70 16.28 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------------- CARP0213-002 07/01/2021 Rates Fringes Diver (1) Wet.....................$ 834.40 16.28 (2) Standby.................$ 445.84 16.28 (3) Tender..................$ 437.84 16.28 (4) Assistant Tender........$ 413.84 16.28 Amounts in ""Rates' column are per day ---------------------------------------------------------------- CARP0213-004 07/01/2021 Rates Fringes Drywall DRYWALL INSTALLER/LATHER....$ 51.60 16.28 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 4/25 STOCKER/SCRAPPER............$ 22.16 8.62 ---------------------------------------------------------------- CARP0721-001 07/01/2021 Rates Fringes Modular Furniture Installer......$ 21.85 7.15 ---------------------------------------------------------------- ELEC0011-004 07/25/2022 Rates Fringes ELECTRICIAN (INSIDE ELECTRICAL WORK) Journeyman Electrician......$ 55.05 3%+29.37 ELECTRICIAN (INTELLIGENT TRANSPORTATION SYSTEMS Street Lighting, Traffic Signals, CCTV,and Underground Systems) Journeyman Transportation Electrician.................$ 55.05 3%+29.37 Technician..................$ 41.29 3%+29.37 FOOT NOTE: CABLE SPLICER & INSTRUMENT PERSON: Recieve 5% additional per hour above Journeyman Electrician basic hourly rate. TUNNEL WORK: 10% additional per hour. SCOPE OF WORK - TRANSPORTATION SYSTEMS ELECTRICIAN: Installation of street lights and traffic signals,including electrical circuitry, programmable controllers, pedestal-mounted electrical meter enclosures and laying of pre-assembled multi-conductor cable in ducts, layout of electrical systems and communication installation, including proper position of trench depths and radius at duct banks, location for man holes, pull boxes, street lights and traffic signals. Installation of underground ducts for electrical,telephone, cable television and communication systems. Pulling,termination and splicing of traffic signal and street lighting conductors and electrical systems including interconnect,detector loop, fiber optic cable and video/cable. TECHNICIAN: Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and communication systems. Pulling, terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, detector loop, fiber optic cable and video/data. ---------------------------------------------------------------- * ELEC0011-005 12/27/2021 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 5/25 Installer...................$ 43.87 3%+15.03 Technician..................$ 33.30 3%+27.82 SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for TV monitoring and surveillance, background foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi-media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms and low voltage master clock systems. A. Communication systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems SCADA (Supervisory control/data acquisition PCM (Pulse code modulation) Inventory control systems Digital data systems Broadband & baseband and carriers Point of sale systems VSAT data systems Data communication systems RF and remote control systems Fiber optic data systems B. Sound and Voice Transmission/Transference Systems Background-Foreground Music Intercom and Telephone Interconnect Systems Sound and Musical Entertainment Systems Nurse Call Systems Radio Page Systems School Intercom and Sound Systems Burglar Alarm Systems Low-Voltage Master Clock Systems Multi-Media/Multiplex Systems Telephone Systems RF Systems and Antennas and Wave Guide C. *Fire Alarm Systems-installation, wire pulling and testing. D. Television and Video Systems Television Monitoring and Surveillance Systems Video Security Systems Video Entertainment Systems Video Educational Systems CATV and CCTV E. Security Systems, Perimeter Security Systems, Vibration Sensor Systems Sonar/Infrared Monitoring Equipment, Access Control Systems, Card Access Systems *Fire Alarm Systems 1. Fire Alarms-In Raceways: Wire and cable pulling in raceways performed at the current electrician wage rate and fringe benefits. 2. Fire Alarms-Open Wire Systems: installed by the Technician. ---------------------------------------------------------------- ELEC1245-001 06/01/2022 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 64.40 22.58 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 6/25 underground distribution line equipment).............$ 50.00 21.30 (3) Groundman...............$ 38.23 20.89 (4) Powderman...............$ 51.87 18.79 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- ELEV0018-001 01/01/2022 Rates Fringes ELEVATOR MECHANIC................$ 61.34 36.885+a+b FOOTNOTE: a. PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGI0012-003 07/01/2020 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 48.25 27.20 GROUP 2....................$ 49.03 27.20 GROUP 3....................$ 49.32 27.20 GROUP 4....................$ 50.81 27.20 GROUP 5....................$ 48.96 25.25 GROUP 6....................$ 51.03 27.20 GROUP 8....................$ 51.14 27.20 GROUP 9....................$ 49.29 25.25 GROUP 10....................$ 51.26 27.20 GROUP 11....................$ 49.41 25.25 GROUP 12....................$ 51.43 27.20 GROUP 13....................$ 51.53 27.20 GROUP 14....................$ 51.56 27.20 GROUP 15....................$ 51.64 27.20 GROUP 16....................$ 51.76 27.20 GROUP 17....................$ 51.93 27.20 GROUP 18....................$ 52.03 27.20 GROUP 19....................$ 52.14 27.20 GROUP 20....................$ 52.26 27.20 GROUP 21....................$ 52.43 27.20 GROUP 22....................$ 52.53 27.20 GROUP 23....................$ 52.64 27.20 GROUP 24....................$ 52.76 27.20 GROUP 25....................$ 52.93 27.20 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1....................$ 49.60 27.20 GROUP 2....................$ 50.38 27.20 GROUP 3....................$ 50.67 27.20 GROUP 4....................$ 50.81 27.20 GROUP 5....................$ 51.03 27.20 GROUP 6....................$ 51.14 27.20 GROUP 7....................$ 51.26 27.20 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 7/25 GROUP 8....................$ 51.43 27.20 GROUP 9....................$ 51.60 27.20 GROUP 10....................$ 52.60 27.20 GROUP 11....................$ 53.60 27.20 GROUP 12....................$ 54.60 27.20 GROUP 13....................$ 55.60 27.20 OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ 50.10 27.20 GROUP 2....................$ 50.88 27.20 GROUP 3....................$ 51.17 27.20 GROUP 4....................$ 51.31 27.20 GROUP 5....................$ 51.53 27.20 GROUP 6....................$ 51.64 27.20 GROUP 7....................$ 51.76 27.20 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 8/25 (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds. struck); 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 9/25 Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat.); Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber-tired self- loading scraper operator (paddle-wheel-auger type self-loading - two (2) or more units) GROUP 13: Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth-moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber-tired earth-moving equipment operator, 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 10/25 operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds. struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 11/25 GROUP 24: Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 12/25 including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power-driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 13/25 Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 14/25 $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- ENGI0012-004 08/01/2020 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 56.40 30.00 (2) Dredge dozer............$ 50.43 30.00 (3) Deckmate................$ 50.32 30.00 (4) Winch operator (stern winch on dredge)............$ 49.77 30.00 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand...................$ 49.23 30.00 (6) Barge Mate..............$ 49.84 30.00 ---------------------------------------------------------------- IRON0433-006 07/01/2020 Rates Fringes IRONWORKER Fence Erector...............$ 34.58 24.81 Ornamental, Reinforcing and Structural..............$ 41.00 33.45 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 15/25 Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LABO0300-001 07/01/2022 Rates Fringes Brick Tender.....................$ 37.32 23.18 ---------------------------------------------------------------- * LABO0300-003 07/01/2022 Rates Fringes LABORER (TUNNEL) GROUP 1.....................$ 45.68 23.30 GROUP 2.....................$ 46.00 23.30 GROUP 3.....................$ 46.46 23.30 GROUP 4.....................$ 47.15 23.30 LABORER GROUP 1.....................$ 36.39 21.04 GROUP 2.....................$ 36.94 21.04 GROUP 3.....................$ 37.49 21.04 GROUP 4.....................$ 39.04 21.04 GROUP 5.....................$ 39.39 21.04 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 16/25 pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials (""applying"" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot-Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 17/25 person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.) GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars;; Vibrator person, jack hammer, pneumatic tools (except driller); Bull gang mucker, track person; Concrete crew, including rodder and spreader GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ---------------------------------------------------------------- * LABO0300-005 08/01/2022 Rates Fringes Asbestos Removal Laborer.........$ 39.23 23.28 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO0345-001 07/01/2022 Rates Fringes LABORER (GUNITE) GROUP 1.....................$ 48.50 21.37 GROUP 2.....................$ 47.55 21.37 GROUP 3.....................$ 44.01 21.37 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0"" above base level and which work must be performed in whole or in part more than 75'-0"" above base level, that work performed above the 75'-0"" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 18/25 GROUP 3: Reboundmen ---------------------------------------------------------------- LABO1184-001 07/01/2022 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 40.69 18.25 (2) Vehicle Operator/Hauler.$ 40.86 18.25 (3) Horizontal Directional Drill Operator..............$ 42.71 18.25 (4) Electronic Tracking Locator.....................$ 44.71 18.25 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 41.90 21.32 GROUP 2.....................$ 43.20 21.32 GROUP 3.....................$ 45.21 21.32 GROUP 4.....................$ 46.95 21.32 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---------------------------------------------------------------- LABO1414-001 08/03/2022 Rates Fringes LABORER PLASTER CLEAN-UP LABORER....$ 38.92 23.32 PLASTER TENDER..............$ 41.47 23.32 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 19/25 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-001 07/01/2020 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County)...............$ 29.59 17.12 (2) All Other Work..........$ 33.12 17.24 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---------------------------------------------------------------- PAIN0036-006 10/01/2021 Rates Fringes DRYWALL FINISHER/TAPER Antelope Valley North of the following Boundary: Kern County Line to Hwy. #5, South on Hwy. #5 to Hwy. N2, East on N2 to Palmdale Blvd., to Hwy. #14, South to Hwy. #18, East to Hwy. #395...........$ 39.50 22.92 Remainder of Los Angeles County......................$ 43.63 22.92 ---------------------------------------------------------------- PAIN0036-015 01/01/2020 Rates Fringes GLAZIER..........................$ 43.45 23.39 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ---------------------------------------------------------------- PAIN1247-002 01/01/2021 Rates Fringes SOFT FLOOR LAYER.................$ 38.75 14.03 ---------------------------------------------------------------- PLAS0200-009 08/03/2022 Rates Fringes PLASTERER........................$ 47.37 19.64 ---------------------------------------------------------------- PLAS0500-002 07/01/2020 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 38.50 25.91 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 20/25 ---------------------------------------------------------------- * PLUM0016-001 09/01/2022 Rates Fringes PLUMBER/PIPEFITTER Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space.................$ 53.51 25.28 Work ONLY on strip malls, light commercial, tenant improvement and remodel work........................$ 40.95 23.61 All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work........................$ 55.18 26.26 ---------------------------------------------------------------- * PLUM0345-001 09/01/2022 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 38.20 25.65 Sewer & Storm Drain Work....$ 42.29 23.03 ---------------------------------------------------------------- ROOF0036-002 08/01/2022 Rates Fringes ROOFER...........................$ 43.47 19.52 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour ""pitch premium"" pay. ---------------------------------------------------------------- SFCA0669-013 04/01/2022 DOES NOT INCLUDE THE CITY OF POMONA, CATALINA ISLAND, AND THAT PART OF LOS ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER.................$ 43.25 26.77 ---------------------------------------------------------------- SFCA0709-005 01/01/2021 THE CITY OF POMOMA, CATALINA ISLAND, AND THAT PART OF LOS ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 21/25 Rates Fringes SPRINKLER FITTER (Fire)..........$ 48.71 29.15 ---------------------------------------------------------------- SHEE0105-002 07/01/2021 LOS ANGELES (South of a straight line between Gorman and Big Pines including Catalina Island) Rates Fringes SHEET METAL WORKER (1) Light Commercial: Work on general sheet metal and heating and AC up to 4000 sq ft.......................$ 30.14 10.74 (2) Modernization : Excluding New Construction - Under 5000 sq. ft. Does not include modification, upgrades, energy management, or conservation improvements of central heating and AC equpment....................$ 27.47 10.72 ---------------------------------------------------------------- SHEE0105-003 01/01/2022 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Rates Fringes SHEET METAL WORKER (1) Commercial - New Construction and Remodel work........................$ 50.23 29.60 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort...$ 48.28 29.46 ---------------------------------------------------------------- SHEE0105-004 01/01/2022 KERN (Excluding portion East of Hwy 395) & LOS ANGELES (North of a straight line drawn between Gorman and Big Pines including Cities of Lancaster and Palmdale) COUNTIES Rates Fringes SHEET METAL WORKER...............$ 39.08 28.84 ---------------------------------------------------------------- TEAM0011-002 07/01/2020 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 22/25 Rates Fringes TRUCK DRIVER GROUP 1....................$ 32.59 30.59 GROUP 2....................$ 32.74 30.59 GROUP 3....................$ 32.87 30.59 GROUP 4....................$ 33.06 30.59 GROUP 5....................$ 33.09 30.59 GROUP 6....................$ 33.12 30.59 GROUP 7....................$ 33.37 30.59 GROUP 8....................$ 33.62 30.59 GROUP 9....................$ 33.82 30.59 GROUP 10....................$ 34.12 30.59 GROUP 11....................$ 34.62 30.59 GROUP 12....................$ 35.05 30.59 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumpcrete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumpcrete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 23/25 GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 24/25 Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal 9/22/22, 10:16 AM SAM.gov https://sam.gov/wage-determination/CA20220022/10#history 25/25 process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISIO"