Loading...
HomeMy WebLinkAbout01-05-2016 Item 7 Fire Station 2 Remodel Specs Reading File CONTRACT DOCUMENTS FOR CITY OF SAN LUIS OBISPO FIRE STATION 2 REMODEL SPECIFICATION NO. 91258 January 2016 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 CONTRACT DOCUMENTS FOR CITY OF SAN LUIS OBISPO FIRE STATION 2 REMODEL SPECIFICATION NO. 91258 Approval Date: January 5, 2016 Approval Date 12.xx.15 Approval Date 12.xx.15 TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS NOTICE TO BIDDERS .................................................................................................................................. 1  BID SUBMISSION ........................................................................................................................................ 1  Bid Documents ............................................................................................................................................ 1  Project Information ..................................................................................................................................... 2  Qualifications ............................................................................................................................................... 2  AWARD ......................................................................................................................................................... 3  ACCOMMODATION ..................................................................................................................................... 4  INSTRUCTIONS TO BIDDERS .................................................................................................................... 5  1. BIDDERS REPRESENTATION ........................................................................................ 5  2. EXAMINATION OF CONTRACT DOCUMENTS AND WORK SITE ................................. 5  3. BIDDING PROCEDURES ................................................................................................. 6  4. AWARD AND EXECUTION OF CONTRACT ................................................................... 9  5. START OF WORK AND CONTRACT TIME ................................................................... 11  INFORMATION AVAILABLE TO BIDDERS .............................................................................................. 12  1. EXISTING CONDITIONS. ................................................................................................ 12  2. RECORD DRAWINGS. ................................................................................................... 12  3. SOILS REPORTS. .......................................................................................................... 12  4. TEST RESULTS. ............................................................................................................ 12  PROPOSAL SUBMITTAL FORMS ............................................................................................................ 13  PROPOSAL ............................................................................................................................ 14  BID ITEM LIST FOR City Hall Administration Remodel, Specification No. 91290 ............................. 14  Qualifications ...................................................................................................................................... 18  ATTACH BIDDER'S BOND TO ACCOMPANY BID ........................................................................... 20  (Rev. 6-30-14) .............................................................................................................................................. 20  REQUEST FOR INTERPRETATION OF CONTRACT DOCUMENTS ...................................................... 21  INSURANCE REQUIREMENTS ................................................................................................................. 22  SAMPLES OF FORMS ............................................................................................................................... 27  AGREEMENT ......................................................................................................................... 28  PERFORMANCE BOND ......................................................................................................... 30  PAYMENT BOND ................................................................................................................... 32  ESCROW AGREEMENT ........................................................................................................ 34  GUARANTEE OF WORK ........................................................................................................ 37  RELEASE................................................................................................................................ 38  MAINTENANCE BOND ........................................................................................................... 39  NOTICE OF POTENTIAL CLAIM FORMS .............................................................................. 41  Notice to Bidders 1 CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, California 93401, until 2:00 p.m. on February 4, 2016 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Fire Station 2 Remodel, Specification No. 91258 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Contract Documents. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. BID DOCUMENTS A copy of the plans and contract documents may be downloaded, free of charge, from the City’s website at: http://www.slocity.org/publicworks/bids.asp A printed copy may be obtained at the office of the City Engineer by paying a non-refundable fee of: 1. $50.00 if picked up in person, or 2. $80.00 if by mailing from the office of the City Engineer Request must include Specification Number. The office of the City Engineer is located at: Notice to Bidders 2 919 Palm Street San Luis Obispo, CA 93401 Standard Specifications and Engineering Standards referenced in the Contract Documents may be downloaded, free of charge, from the City’s website at: http://www.slocity.org/publicworks/slostandards.asp A printed copy may be obtained by paying a non-refundable of: 1. $16.00 if picked up in person, or 2. $21.00 if by mailing to the office of the City Engineer You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Mike McGuire at (805) 783-7716 or Public Works Department at (805) 781- 7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: http://www.slocity.org/publicworks/bids.asp. PROJECT INFORMATION In general the project consists of remodel and tenant improvement of the restrooms and dorm room of the existing Fire Station 2 along with required ADA facility upgrades. The project estimated construction cost is $129,000. Contract time is established as 40 working days. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor web site: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. There will be a mandatory walkthrough on January 28, 2015. Bidders should meet in front of Fire Station 2 at 136 North Chorro Street at 10:00 AM or 2:00 PM. QUALIFICATIONS You must possess a valid Class B Contractor's License at the time of the bid opening. You and any subcontractors must be registered with the Department of Industrial Relations pursuant to Section 1725.5. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must be completed within the last five years from this project’s bid opening date. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. All referenced projects must be for commercial non-residential remodels/tenant improvements. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. Notice to Bidders 3 The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. In the event that protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BASE BID. As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. Notice to Bidders 4 ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Kathryn Stanley at (805) 781-7200. Telecommunications Device for the Deaf (805) 781-7107. Requests should be made as soon as possible to allow time for accommodation. Instructions to Bidders 5 INSTRUCTIONS TO BIDDERS 1. BIDDERS REPRESENTATION 1.1 Bidders Interested In More Than One Bid: You may submit more than one bid for the same work whereby the last bid amends and supersedes all prior bids. If you submit a sub-proposal to a bidder, or quote prices on materials to a bidder, you are not thereby disqualified from submitting a sub-proposal or quoting prices to other bidders. 1.2 Contractor's Licensing Laws. Chapter 9 of Division 3 of the Business and Professions Code contains information regarding the licensing of contractors. You are required to be licensed in accordance with the laws of this State and are subject to the penalties imposed by such laws for failure to comply with this requirement. For projects where Federal funds are involved, Public Contract Code Section 10164 requires you to be properly licensed at the time the contract is awarded. Business and Professions Code Section 7028.15(e) prohibits you from submitting a bid unless: 1. Your contractor's license number appears clearly on the bid 2. The license expiration date is stated 3. The bid contains a statement that the representations are made under penalty of perjury. Any bid not containing this information, or a bid containing false information, will be considered nonresponsive and shall be rejected by the City. 1.3 Competency and Responsibility of Bidders. The City reserves the right to determine whether or not any bidder is sufficiently competent and responsible professionally and/or financially, to execute the contract. The City may request any and all information it deems appropriate from an apparent low bidder in order to determine whether or not the bidder is competent and responsible, and it is your duty to respond to all such inquiries in a full, frank and timely manner. If the City finds that you are not competent or responsible professionally and/or financially to execute the particular contract for which you have submitted a bid, you must not seek judicial action to delay or stop contract performance by any other contractor as a means of enforcing any claim by you that the City may have made an erroneous determination as to your competency or responsibility. 1.4 Design Engineers May Not Bid on Construction Contract. If you have provided design services for a project, including work as the prime consultant, subconsultant, or affiliate performing more than 10% of the design, you are not eligible to submit a proposal to construct the project or to subcontract for any portion of the work An affiliate is a firm which is subject to the control of the same persons, through joint ownership or otherwise. 2. EXAMINATION OF CONTRACT DOCUMENTS AND WORK SITE 2.1 Duty to Carefully Examine These Instructions. It is your responsibility to carefully examine the instructions contained herein and to comply with the conditions for submitting a proposal and those that affect the award of contract. 2.2 Inspection of Site of Work. It is your responsibility, prior to submitting a bid, to inspect the site of the work in order to your satisfaction, by personal examination or by such other means, as you may prefer, of the location of the proposed work and as to the actual conditions in, at and about the work site and the building or buildings, if any. If, during the course of this examination, you find facts or conditions which appear to conflict with the letter or spirit of the contract documents, or with any other data furnished to you, request additional information and explanation before submitting your bid. Your submittal of a proposal constitutes the acknowledgment that, if awarded the contract, you have relied and are relying on your own examination of: 1. The site of the work 2. The access to the site 3. All other data, matters, and things requisite to the fulfillment of the work, Instructions to Bidders 6 and on your own knowledge of existing services and utilities on and in the vicinity of the site of the work to be constructed under the contract, and not on any representation or warranty of the City. You will not be provided additional compensation for a claim which is based upon a lack of knowledge of the above items. 2.3 Examination of Contract Documents. It is your responsibility to thoroughly examine and be familiar with 1. Legal and procedural documents 2. General conditions 3. Specifications 4. Drawings 5. Addenda (if any). Through submitting a proposal, you acknowledge that you have thoroughly examined and are familiar with the contract documents. Your failure to receive or examine any of the contract documents does not relieve your from any obligations with respect to your proposal or to the contract. You will not be provided additional compensation for a claim which is based upon a lack of knowledge of any contract document. 2.4 Subsurface Investigations. Where the City has made investigations of subsurface conditions and that information is made available to bidders, such information represents only the statement by the City as to the character of material that has been actually encountered in the investigations, and is included only for your convenience. The City assumes no responsibility whatsoever in respect to the sufficiency or accuracy of borings or of the log of test borings or other preliminary investigations or any interpretation of the above. There is no guarantee or warranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the site or any part of it or that unforeseen developments may not occur. Making such information available is not to be construed in any way as a waiver of this provision. It is your responsibility to perform your own investigations, as you deem necessary, as to the actual conditions to be encountered, for the purpose of submitting a proposal. 2.5 Interpretation of Contract Documents: If you are in doubt as to the true meaning of any part of the drawings, specifications, or other portions of the Contract Documents, or if you find discrepancies in, or omissions from the drawings or specifications, submit a written request to the City for an interpretation or correction thereof, using the form entitled “Request for Interpretation”. This form can be found in these Contract Documents immediately after the Proposal Submittal Forms section. Submit this form no later than 3:00 PM on the tenth (10th) calendar day preceding the bid opening. Any interpretation or correction of the Contract Documents will be made only by Addendum. Any other explanation or interpretation of the Contract Documents whether oral or written will not be binding on the City or any of its agents. 3. BIDDING PROCEDURES 3.1 Securing Documents: Copies of the proposed Contract Documents are on file at the Public Works Office, City of San Luis Obispo, 919 Palm Street, San Luis Obispo, California and may be obtained for bidding purposes upon the conditions set forth in the Notice to Bidders. 3.2 Substitutions Prior to Bid Opening. Pursuant to Public Contracts Code Section 3400a, you may submit requests for substitutions of “or equal” materials or products during the bidding period. Submit such requests and accompanying data to the Public Works Office a minimum of 10 working days prior to the Bid Opening for review and possible approval. Requests submitted without sufficient information will automatically be rejected. If the request for substitution is approved, an addendum will be issued at least 72 hours prior to Bid Opening, identifying the equipment and materials deemed equivalent to those specified in the Contract Documents. 3.3 Addenda: Any issued addenda form a part of the Contract Documents. It is your responsibility to verify that you have received all of the addenda issued prior to the bid opening, and to confirm receipt of any and all addenda in the space provided in the Signature Page of the Proposal Form. Instructions to Bidders 7 3.4 Proposal Submittal Package. In order to receive consideration, bids must be made in accordance with this section. Alternate proposals will not be considered unless specifically called for. Bids must be prepared on the forms provided in these Contract Documents, properly executed and with all items filled out. A complete proposal submittal package must include the following items: A. Proposal Forms. The proposal forms are found in the “Proposal Submittal Forms” section of these Contract Documents. Do not modify the forms in any manner. Do not erase or use white-out on any of your work on the bid sheet, rather, simply cross out and initial any corrections which you make. Bids not prepared on the proper forms will be disregarded. Any submitted proposal which makes exceptions, changes, or in any manner makes reservations to the terms of the drawings or specifications will be considered non- responsive. . (1) Bid Sheet. Proposal must include the prices proposed in the manner required by the proposal. (2) Public Contract Code Statements 1. Public Contract Code Section 10162 Previous Disqualification, Removal or Other Prevention of Bidding. You must complete, under penalty of perjury, the questionnaire in the Proposal Form relating to previous disqualification, removal or other prevention of bidding of the bidder, or officers or employees of the bidder because of violation of law or a safety regulation. A bid may be rejected on the basis of a bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in such bidder, having been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local project because of a violation of law or a safety regulation. 2. Public Contract Code Section 10232 Compliance with Orders of the National Labor Relations Board. Pursuant to this section, you must swear by a statement, under penalty of perjury, that no more than one final, unappealable finding of contempt of court by a Federal court has been issued against you within the immediately preceding 2-year period due to your failure to comply with an order of a Federal court which ordered your to comply with an order of the National Labor Relations Board. For purposes of said Section 10232, a finding of contempt does not include any finding, which has been vacated, dismissed, or otherwise removed by the court because you have complied with the order that was the basis for the finding. The State may rescind any contract in which you have been found to falsely swear to the truth of the statement required by said Section 10232. The statement required by said Section 10232 is included as part of the required Proposal Forms. 3. Public Contract Code Section 10285.1 Ineligibility to Contract. Any state agency may suspend, for a period of up to three years from the date of conviction, any person from bidding upon, or being awarded, a public works or services contract with the agency under this part or from being a subcontractor at any tier upon the contract, if that person, or any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, has been convicted by a court of competent jurisdiction of 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 Section 1101, with any public entity, as defined in Section 1100, including, for the purposes of this article, the Regents of the University of California or the Trustees of the California State University. A state agency may determine the eligibility of any person to enter into a contract under this article by requiring the person to submit a statement under penalty of perjury declaring that neither the person nor any subcontractor to be engaged by the person has been convicted of any of the offenses referred to in this section within the preceding three years. The statement required by Section 10285.1 is included as part of the required Proposal Forms. Instructions to Bidders 8 (3) Non-Collusion Declaration. Submit with your bid a fully executed Non-Collusion Declaration in compliance with Section 7106 of the California Public Contract Code. Use the form furnished for this purpose. (4) Listing of Proposed Subcontractors. In accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code, each proposal is required to have listed therein the name, address and portion of work for each subcontractor who will perform work or labor or render service to you in an amount in excess of one-half of one percent (0.5%) of the Total Bid or, in the case where alternate bid items are required, the Base Bid, or $10,000, whichever is greater. Only one subcontractor shall be listed for each portion of work. Use the form furnished in the Contract Documents. Any additional information required on the subcontractor’s listing beyond that required under the Public Contract Code Section 4100, may be submitted after the deadline for submittal of bids as provided for in the above code section. (5) Signature Sheet. The proposal must be submitted in the same name as is used on your contractor’s license. The signature of all persons must be in longhand and signed by the bidder or duly authorized representative. If an individual makes the proposal, his name and post office address must be shown. If made by a firm or a partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation was chartered, the names, titles, and business addresses of the president, secretary and treasurer. B. Proposal Guaranty (Bidders Bond). Each bid must be accompanied by a certified check, cashier's check or a bidder's bond. The bidder’s bond must be issued by an admitted California Surety and U.S. Treasure listed. Said check or bond must be for an amount not less than ten percent (10%) of the base bid and said checks or bond shall be made payable to the order of the City of San Luis Obispo as liquidated damages in the event the successful bidder fails to file satisfactory contract bonds or insurance as otherwise required by the contract documents, or fails to or refuses to enter into a contract within the specified time. No bid will be considered unless such certified check, cashier's check, or bidder's bond is enclosed therewith. 3.5 Disqualification of Bidders. If there is reason for believing that collusion exists among the bidders, any or all proposals may be rejected. Proposals in which the prices obviously are unbalanced may be rejected. 3.6 Submission of Proposals. Submit your proposal to the office indicated on the Notice to Bidders. It is your responsibility to verify that your bid is received prior to the bid deadline. If your bid is received after the scheduled closing time for receipt of bids, it will be returned to you unopened. Submit your proposal under sealed cover, plainly identified as a proposal for the project being bid upon and addressed as directed in the Notice to Bidders. Proposals that are not properly marked may be disregarded. 3.7 Withdrawal of Bids. You may withdraw your bid at any time prior to the time fixed in the public notice for the opening of bids only by a written request, filed with the City, by you or your authorized representative. The withdrawal of a bid does not prejudice your right to file a new bid. You may not withdraw your bid after the time fixed in the public notice for the openings of bids. 3.8 Public Opening of Proposals. Proposals will be publicly opened and read at the time and place indicated in the Notice to Bidders. You or your agents are invited to be present. 3.9 Relief of Bidder Due to Clerical Error: Your attention is directed to the provisions of Public Contract Code Sections 5100 to 5107, inclusive, concerning relief of bidders and in particular to the requirement therein, that if you claim a mistake was made in your bid, you may submit to the City written notice within 5 working days after the opening of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. You may not be relieved of your bid unless by consent of the awarding authority. 3.10 Inconsistencies. Wherever in the proposal an amount is stated in both words and figures, in case of a discrepancy between words and figures, the words will prevail; if all or any portion of the bid is required to be given in unit prices and totals and a discrepancy between words and Instructions to Bidders 9 figures occurs, the words will prevail; if all or any portion of the bid is required to be given in unit prices and totals and a discrepancy exists between any such unit prices and totals so given, the unit prices will prevail. 3.11 Rejection of Irregular Proposals. Your proposal may be rejected if it shows any 1. alterations of form 2. additions not called for 3. conditional bids 4. incomplete bids 5. erasures, or 6. irregularities of any kind. If the bid amount is changed after the amount has been once inserted, the change should be initialed. The City reserves the right to reject any and all proposals, and may re-advertise at its discretion. 3.12 Waiver of Irregularities. The City reserves the right to waive any irregularities in proposals submitted. 4. AWARD AND EXECUTION OF CONTRACT 4.1 Contract Documents. The complete Contract shall consist of the following identified documents herein referred to as the Contract Documents: Notice to Bidders, Instructions to Bidders, Information Available to Bidders, Proposal Form, Listing of Subcontractors, Non- Collusion Declaration, Bidder's Bond, Agreement, Performance Bond, Payment Bond, Maintenance Bond, Escrow Agreement for Security Deposits in Lieu of Retention, Insurance Requirements, Guarantee of Work, Release, General Conditions, Specifications, referenced documents, City Standard Specifications and Engineering Standards, Drawings, any Addenda, and any Change Orders, Field Orders, or City 's Directives issued thereto and all are intended to cooperate and be complementary so that any work called for in one and not mentioned in the other, or vice versa, shall be executed the same as if mentioned in all said documents. You are responsible to include all labor, materials, equipment, transportation, and services necessary for the proper execution of the work. 4.2 Form of Agreement. The form of Agreement that you, if you are the successful bidder, as Contractor, will be required to execute and the form of bonds which you will be required to furnish are included in the Contract Documents and should be carefully examined. 4.3 Contractor’s Representations by Executing the Contract Agreement: By executing the Agreement, you acknowledge that you have done the following: (1) Familiarized yourself and assume full responsibility for having familiarized yourself as to the nature and location of the Work, the general and local conditions, including without limitation those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment, and facilities needed preliminary to and during prosecution of the Work. (2) Satisfied yourself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the City as well as from information presented by the Contract Documents. If you fail to acquaint yourself with the available information, you will not be relieved from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The City assumes no responsibility for any conclusions or interpretations made by you on the basis of the information supplied by the City. (3) Carefully scheduled and agree that you will supply sufficient materials, labor and equipment required to complete the Work according to the Contract Documents within the time limits set forth in the Notice to Bidders, and acknowledges that those time limits are of the essence, and by executing the Agreement confirms that the contract time is a reasonable period for performing the Work. Instructions to Bidders 10 4.4 Award of Contract. The City of San Luis Obispo reserves the right to reject any and all proposals. The award of contract, if it is awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. The award, if made, will be made within the time limit specified in the Notice to Bidders after the opening of the proposals. This period of time within which the award of contract may be made will be subject to extension for such further period as may be agreed upon in writing between the City and the bidder. 4.5 Additive (Deductive) Bid Alternate(s). When the Proposal Form contains additive and/or deductive bid alternates, the City reserves the right to award the contract including or omitting some or all of the alternates. All requirements in the Contract Documents and those shown on the Plans apply to the work required to complete the additive (deductive) alternate(s). Unless otherwise stated in the Notice to Bidders, the lowest bid will be determined based on the lowest Base Bid without consideration given to the bid alternates in accordance with Section 20103.8 of the Public Contract Code After the lowest bid has been determined, the Engineer shall make the determination as to whether the additive (deductive) alternate(s) will be included in the award of the contract. Factors in the determination will be whether the addition (deletion) of the item(s) places the bid over budget and the reasonableness of the item price. 4.6 Insurance. You are directed to the Section titled “Insurance Requirements” of these Contract documents. If you are the successful bidder, you must obtain and provide evidence of insurance as required in theses Contract Documents, before the City will execute the contract. Furthermore, you must not allow any subcontractor to commence work until the insurance required of the subcontractor has been obtained. 4.7 Contract Bonds. If you are the successful bidder, you must furnish two (2) surety bonds satisfactory to the City in amounts and for the purposes noted below prior the execution of the contract. The Bonding Company must be an admitted California Surety. Bonds must be issued by a surety who is listed in the latest revision of U. S. Department of Treasury Circular 570, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the contract. Each bond must incorporate, by reference, the contract and be signed by both the Bidder and Surety. The signature of the authorized agent of the Surety must be notarized. The bidder must pay all bond premiums, costs and incidentals. The bond forms are provided in the Section titled “Samples of Contract Forms” found within these Contract Documents. All alterations, extensions of time, extra and additional work, and other changes authorized by these contract documents may be made without securing the consent of the surety or sureties on the contract bonds. Performance Bonds shall cover the guarantee period. Refer to General Conditions Section 7.35, A. Performance Bond: The Performance bond must be for 100% of the Contract price to guarantee your faithful performance. B. Payment Bond Pursuant to Section 3247, et seq, of the California Civil Code, the Payment Bond must be for 100% of the Contract Price to satisfy claims of material suppliers, mechanics and laborers employed on the work under the contract. 4.8 Execution of Contract. The Contract is required to be signed by the successful bidder and returned, together with the contract bonds and proof of insurance coverage, within ten (10) days, (not including Saturdays, Sundays, and legal holidays), after the bidder has received notice that the Contract has been awarded. No proposal will be considered binding upon the City until the execution of the Contract. 4.9 Failure to Execute the Contract. If you are the lowest regular responsible bidder and you fail to execute the contract and file acceptable contract bonds and the proof of insurance coverage within the time period specified, this failure will be just cause for the annulment of the award and the forfeiture of the proposal guaranty. 4.10 Return of Proposal Guaranties. The bidder's security of the second and third lowest responsible bidders may be withheld until the contract has been fully executed. The cashier's checks and certified checks submitted by all other unsuccessful bidders will be returned to them within ten (10) calendar days after the contract is awarded, and their bidders' bonds will be of no further effect. Instructions to Bidders 11 5. START OF WORK AND CONTRACT TIME 5.1 Contract Time. Contract Time will be as specified in the Notice to Bidders. 5.2 Start of Contract Time. Upon execution of the contract the City will issue the Notice to Proceed. The start of the Contract Time and the date for the pre-construction conference will be as stated in the Notice to Proceed. Generally, the pre-construction conference will be scheduled to occur within 21 calendar days after the execution of the contract. Start of Contract Time will begin the second Monday following the pre-construction conference. 5.3 Start of Work. You must commence operations within 14 calendar days after the start of Contract Time. END OF INSTRUCTIONS TO BIDDERS Information Available to Bidders 12 INFORMATION AVAILABLE TO BIDDERS 1. EXISTING CONDITIONS. You must carefully study the Contract Documents and investigate existing site conditions, and report to the City any error, inconsistency, or omission you discover. 2. RECORD DRAWINGS. Existing architectural plans and improvement plans of past Fire Station 2 projects are available for review by appointment at the Public Works Office. These plans are for information only. The City does not guarantee the accuracy of these drawings. Contact the City’s Project Manager for an appointment. 3. SOILS REPORTS. None. 4. TEST RESULTS. Asbestos and Lead Paint reports by West Coast Safety Consultants, dated March 22, 2014, are included in these documents. Proposal Submittal Forms 13 PROPOSAL SUBMITTAL FORMS PLEASE NOTE: A complete Proposal Submittal Package must consist of the following documents:  Proposal Submittal Forms: o Bid Sheet(s) o List of Subcontractors o Public Contract Code Statements o Non-Collusion Declaration o References/Experience o Signature Sheet  Bidders Bond  All spaces must be filled out.  Don’t erase or use White Out.  Initial line outs  Initial all pages  Please staple forms together  Signed by authorized representative Failure to submit these forms in the proper manner may be cause to reject the bid as non-responsive. Proposal Submittal Forms 14 PROPOSAL TO THE CITY OF SAN LUIS OBISPO, CITY COUNCIL, STATE OF CALIFORNIA FOR CITY HALL ADMINISTRATION REMODEL SPECIFICATION NO. 91290 All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond will be cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 1. materials 2. labor to complete all the required work satisfactorily in compliance with 1. plans 2. specifications 3. contract documents and technical specifications for the prices set forth in the bid item list: BID ITEM LIST FOR City Hall Administration Remodel, Specification No. 91290 Item Item Unit of Estimated Item Price Total No. Description Measure Quantity (in figures) (in figures) 1 Remodel LS 1 Base Bid$ Company Name: Proposal Submittal Forms 15 LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. Proposal Submittal Forms 16 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance 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, or any subcontractor to be engaged by 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 check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitutes 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 compliance with Public Contract Code Section 10162, the Bidder must 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, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitutes signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Proposal Submittal Forms 17 NONCOLLUSION DECLARATION I, , declare that I am of , 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 refrained 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. Executed on , 20 , in I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ Proposal Submittal Forms 18 Qualifications Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached, but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address) Is this similar to the project being bid or did this project include remodeling activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address) Is this similar to the project being bid or did this project include remodeling activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address) Is this similar to the project being bid or did this project include remodeling activity? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Proposal Submittal Forms 19 Bidder Acknowledgements By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor  Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date Proposal Submittal Forms 20 ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (REV. 6-30-14) Request for Interpretation of Contract Documents 21 REQUEST FOR INTERPRETATION OF CONTRACT DOCUMENTS PROJECT: DATE: TIME: COMPANY: ADDRESS: TELEPHONE: FAX NO.: SPECIFICATIONS SECTION PLAN SHEET INTERPRETATION REQUESTED: REPLY: TO ARCHITECT/ENGINEER: Insurance Requirements 22 INSURANCE REQUIREMENTS 1.1 General. Attention is invited to the provisions of the Insurance Code of the State of California with reference to the writing of insurance policies and bonds covering risks located in this state, and the premiums and commissions thereon. You must obtain all the insurance required by this section within the time period allowed for contract execution as defined in Section 4.8 of the Instructions to Bidders herein. You will not receive the Notice to Proceed and may not commence work, until the City has approved such insurance. You must not allow any subcontractor to commence work on his subcontract until all similar insurance required for the subcontractor has been obtained. Such insurance must be maintained in full force and in effect at all times during the prosecution of the work and until the final completion and acceptance thereof. 1.2 Notice of the Cancellation, Assignment or Change in Policy: You must include, on any policy of insurance, the City as additional insured. Subcontractors must name the Contractor and the City as additional insureds. The Additional Insured Endorsement included on all such insurance policies must state that coverage is afforded the additional insured with respect to claims arising out of operations performed by or on behalf of the insured. If the additional insureds have other insurance that is applicable to the loss, such other insurance will be excess to any policy of insurance required in the Contract Documents. The amount of the insurer’s liability must not be reduced by the existence of such other insurance. Approval of the insurance by the City does not relieve or decrease the liability of the Contractor hereunder. 1.3 Certificates of Insurance: Within the time period specified in Section 4.8 of the Instructions to Bidders, submit to the City certificates of insurance evidencing that you are in possession of the insurance required by this Article, and that such insurance names the City as an additional insured. Said certificates must state that the policy will not be non-renewed, assigned, canceled, or reduced in coverage or amounts of insurance without thirty (30) days written notice to the City, and, in addition, said certificates are to show the type, amount, class of operations covered, effective dates, and the dates of expiration of the insurance policy or policies and that such insurance will be primary to any insurance or self-insurance maintained by City. You must produce a certified copy of any insurance policy required by the Contract Documents upon written request of the City. 1.4 Acceptability of Insured: Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Any deductible or self-insured retention must be declared to and approved by the City. At the option of the City, either the insurer must reduce or eliminate such deductibles or self-insured retentions as respects the City, its City Council, officers, employees, agents and volunteers; or the Contractor must procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 1.5 General Liability and Automobile Liability Insurance: The Contractor must maintain in full force and effect for the duration of this contract, bodily and personal injury, (including death resulting therefrom), property damage, and automobile liability insurance with an insurance carrier satisfactory to City. This insurance must include, but not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property, resulting from any act or occurrence arising out of Contractor's operations in the performance of this contract, including, without limitation, acts involving vehicles. A. Minimum Scope of Insurance Coverage must be at least as broad as:  Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City).  Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile Liability, code 1 (any auto).  Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. B. Minimum Limits of Insurance Maintain insurance limits no less than: Insurance Requirements 23  General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit must apply separately to this project/location or the general aggregate limit must be twice the required occurrence limit.  Automobile Liability: $1,000,000 per accident for bodily injury and property damage.  Employer’s Liability: $1,000,000 per accident for bodily injury or disease. The Contractor must either: (1) require each of its subcontractors to procure and to maintain during the life of its subcontract bodily and personal injury liability and property damage insurance of the type and in the same amounts as specified above, or (2) insure the activities of its subcontractors in its own policy. 1.6 Endorsement Requirements: The following endorsements must be submitted with certificates of insurance. A. If the insurance policy covers on an "accident" basis, it must be changed to "occurrence". B. The policy must cover PERSONAL INJURY as well as bodily injury. C. BROAD FORM Property Damage Liability must be afforded. D. The City must be named as an additional insured under the coverage afforded with respect to the work being performed under the contract. The City's officials, officers, directors and employees and agents or volunteers must also be included as additional insured. E. An endorsement must be attached which states that the coverage is PRIMARY INSURANCE and that no other insurance maintained by the City will be called upon to contribute to a loss covered by this policy effected by the Contractor. F. Thirty (30) days notice of change or cancellation must be afforded the City. G. Contractual liability coverage identifying this agreement within a contractual liability endorsement. H. "Cross Liability" such that each insured is covered as if separate policies had been issued to each insured. I. Any failure to comply with reporting or other provisions of the policies including breaches of warranties must not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. J. The endorsements are to be signed by a person authorized by the insurer to bind coverage on its behalf. 1.7 Worker's Compensation and Employer's Liability Insurance: In accordance with the provisions of Section 3700 of the California Labor Code, the Contractor will be required to secure the payment of compensation to his employees. The Contractor must sign and file with the City the following certification: "I am aware of the provisions of Section 3700 of the 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." Notwithstanding the foregoing provision, before the Contract is executed on behalf of the City, a bidder to whom a contract has been awarded must furnish certificate of insurance or certificate of permission to self-insure. Said certificates must provide that 30 days notice of cancellation or change will be afforded to the City. Employer's liability insurance limits must be no less than $1,000,000 per accident for bodily injury or disease. In case any class of employees engaged in work under the Contract Documents on or at the site of the Project is not protected under the Worker’s Compensation laws, the Contractor must provide or cause a subcontractor to provide adequate insurance coverage for the protection of those employees not otherwise protected. If the Contractor fails to maintain Worker’s Compensation insurance, the City may take out compensation insurance which the City might be liable to pay under the provisions of the Act by reason of an employee of the Contractor being injured or killed, and deduct and retain the amount of the premium for such insurance from any sums due the Contractor. 1.8 Indemnification: The Contractor must defend, indemnify and hold harmless the City, its officers, agents, consultants, employees, volunteers, trustees, Board of Trustees from any and all claims, demands, damages, costs, expenses (including without limitation attorneys' fees and court costs) or liabilities (collectively "Claims") arising out of or related to the performance or attempted performance of the Work by the Contractor, or any of its employees, agents or Insurance Requirements 24 subcontractors, the Contractor’s or its subcontractors’ use of the Site, the Contractor’s or its subcontractors’ construction of the Project, or failure to construct the Project, or any portion thereof; the use, misuse, erection, maintenance, operation, or failure of any machinery or equipment including, but not limited to scaffolds, derricks, ladders, hoists, and rigging supports, whether or not such machinery or equipment was furnished, rented, or loaned by any of the Indemnities or in any way arising out of or relating to the Contract Documents, including without limitation any Claims for inverse condemnation, equitable relief, any wrongful or negligent act or omission to act on the part of Contractor, its employees, agents or subcontractors, or any wrongful or negligent acts or omissions to act committed jointly or concurrently by Contractor, its employees, agents or subcontractors and the City , its employees, agents, consultants or independent contractors. Nothing contained in the foregoing indemnity provisions will be construed to require the Contractor to indemnify the City against any responsibility or liability in contravention of Section 2782 of the Civil Code. 1.9 Compliance with Laws and Regulations - Indemnity: The Contractor must keep fully informed of the ordinances and regulations of the City, and of all Federal and State laws in any manner affecting the performance of this Contract or those engaged therein, and any and all orders and decrees of governmental bodies or officials having any authority or jurisdiction over the same. The Contractor must observe and comply with, and must cause all his agents, employees and subcontractors to observe and comply with all such ordinances, regulations, laws, orders, and decrees. The Contractor must hold harmless and indemnify the City and all its officers and employees against any liability or claim arising from or based upon the violation of any such ordinance, regulation, law, order, or decree, whether by himself, his agents, employees, or his subcontractors. 1.10 State Laws and Regulations: The project must be constructed under the complete jurisdiction of all laws of the State of California governing construction including, without limitation, the following: A. The California Health and Safety Code and all applicable administrative code regulations pursuant thereto. B. All laws governing the employment of labor, qualifications for employment of aliens, payment of employees, convict-made materials, domestic and foreign materials and accident prevention. C. Title 19 of the California Administrative Code entitled "Public Safety" Chapter 1, State Fire Marshall, Sub-Chapter 1, "General Fire and Panic Safety". D. General Industrial Safety Orders: Each and every Contractor must observe and conform to the provisions of Title 8, California Administrative Code bearing upon safe and proper use, construction, disposal, etc., of materials, machinery, and building appurtenances as therein set forth. E. Code Rules and Safety Orders: All work and materials must be in full accordance with the latest substantive rules and regulations of the State Fire Marshall, the safety orders of the Division of Industrial Safety, Department of Industrial Relations; the California Building Code, the California Electrical Code, the California Mechanical Code, the California Plumbing Code, and other applicable State Laws or Regulations. Nothing in these plans and specifications is to be construed to permit work not conforming to these codes. Note: The procedural aspects of the Codes referred to above may not apply to the Work of this Contract, but the substantive provisions do apply. 1.11 Law; Venue: This agreement has been executed and delivered in the State of California and the validity, enforceability and interpretation of any of the clauses of this Agreement will be determined and governed by the laws of the State of California. The duties and obligations of the parties created hereunder are performable in SAN LUIS OBISPO COUNTY and such COUNTY must be the venue for any action of proceeding that may be brought or arise out of, in connection with or by reason of this Agreement. 1.12 Conflicts of Interests: No official of The City who is authorized on behalf of The City to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any engineering, inspection, construction, or material supply contract or any subcontract in connection with the construction of the project, will become directly or indirectly interested personally in this Contract or in any part thereof. No officer, employee, architect, attorney, engineer, or inspector of or for The City who is authorized on behalf of the City to exercise any executive, supervisory or other similar function in connection with the construction Insurance Requirements 25 of the project will become directly or indirectly interested personally in this Contract or in any part thereof. 1.13 Partial Occupancy or Use: Partial occupancy or use in accordance with the Contract Documents will not commence until the insurance company providing property insurance has consented to such partial occupancy or use by endorsement or otherwise. The City and the Contractor must take reasonable steps to obtain consent of the insurance company and must, without mutual consent, take no action with respect to partial occupancy or use that would cause cancellation, lapse, or reduction of the insurance. 1.14 Failure to Furnish and Maintain Insurance: In the event of the failure of any Contractor to furnish and maintain any insurance required by the Contract Documents, the Contractor will be in default under the Contract Documents. Compliance by the Contractor with the requirement to carry insurance and furnish certificates or policies evidencing the same will not relieve the Contractor from liability assumed under any provision of the Contract Documents, including, without limitation, the obligation to defend and indemnify the City and the Architect. 1.15 Other Insurance: The Contractor must provide all other insurance required to be maintained under applicable laws, ordinances, rules, and regulations. Insurance Requirements 26 CONTRACTOR INSURANCE INFORMATION This form is designed to encourage bidders to determine prior to bidding whether or not their insurance meets the City’s requirements; and, whether they will face any additional costs to obtain acceptable insurance. It is informational only and is not used as a basis for rejection of bids, nor is it to be construed as an acceptance by the City of bidders insurance. The Contractor must obtain the insurance required per the Contract Documents in order to obtain award of the contract. 1. General Liability Insurance Company Name: __________________________________ Insurers A.M. Best Rating. ___________________________ $ per occurrence for bodily injury, personal injury and property damage. General aggregate limit must apply separately to this project/location OR General aggregate limit must be twice the required occurrence limit. _______Additionally insured endorsement available. 2. Automobile Liability Insurance Company Name: _______________________________ Insurers A.M. Best Rating. ___________________________ $ per accident for bodily injury and property damage. _______ Additionally insured endorsement available. 3. Employer's Liability Insurance Company Name: _______________________________ Insurers A.M. Best Rating. ___________________________ $_______________ per accident for bodily injury or disease. 4. Builders Risk Insurance: _______ 100% of the replacement value of the Work. _______ “All risk” policy. 5. Fire Insurance: ______ Covers entire structure. 6. List any Deductibles and Self-Insured Retentions. END OF INSURANCE REQUIREMENTS Samples of Forms 27 SAMPLES OF FORMS  Agreement  Performance Bond  Payment Bond  Escrow Agreement  Guarantee  Release  Maintenance Bond  Notice of Potential Claim Sample Agreement 28 CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California, hereinafter called the Owner, and <COMPANY NAME> , hereinafter called the Contractor. WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of City Hall Administration Remodel, Specification No.91290 in strict accordance with the plans and specifications therefore, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item Total (in figures) Remodel BASE BID Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract: Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The full, complete and exclusive contract between the parties hereto shall consist of the following identified documents (the "Contract Documents") all of which are as fully a part thereof as if herein set out in full, if not attached, as if hereto attached: Notice to Bidders, Instructions to Bidders, Information Available to Bidders, Proposal Form, Listing of Subcontractors, Non-Collusion Declaration, Bidder's Bond, this Agreement, Escrow Agreement for Security Deposits in Lieu of Retention, Performance Bond, Payment Bond, Insurance Requirements, Guarantee of Work, Release, General Conditions, Specifications, City Standard Specifications and Engineering Standards, any addenda, and any change orders, field orders or directives issued pursuant to and in accordance with this Agreement. ARTICLE IV, CONFLICTS: It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE V, BINDING AGREEMENT; ASSIGNMENT: Contractor, by execution of this Agreement and the other Contract Documents, understands them, and agrees to be bound by their terms and conditions. The Sample Agreement 29 Contract Documents shall inure to the benefit of and shall be binding upon the Contractor and the Owner and their respective successors and assigns. ARTICLE VI, SEVERABILITY: If any provision of the Contract Documents shall be held invalid or unenforceable by a court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision hereof. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation ____________________________________ Katie Lichtig, City Manager APPROVED AS TO FORM: CONTRACTOR Name of Company By: J. Christine Dietrick Name of CAO/President City Attorney Its: CAO/President Sample Performance Bond 30 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENT: WHEREAS, the City of San Luis Obispo, State of California (the "City") and ________________________ (the "Contractor") have entered into an Agreement whereby Contractor agrees to install and complete certain designated public improvements, which Agreement is dated _________________, 20_____ and is identified as follows: Fire Station 2 Remodel Specification No. 91258 AND WHEREAS, Contractor is required under the terms of said Agreement to furnish a bond for the faithful performance of said Agreement. NOW, THEREFORE, we, the Contractor, and _________________________, as Surety, are held and firmly bound unto the City, in the sum of_______________ ($_____________), in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, assigns and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that if the Contractor will well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of said Agreement during the original term of said Agreement and any extensions thereof that may be granted by the City, with or without notice to the Surety, and will also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreement of any and all covenants, terms, conditions and agreement of any and all duly authorized modifications of said Agreement that may hereafter be made, and will indemnify, defend and save harmless the City , its City Council, its officers, agents, consultants, employees, and volunteers, then this obligation is to be void, otherwise to remain in full force and virtue. In case suit or other proceeding is brought upon this bond, Surety will pay costs and reasonable attorney’s fees to be awarded and fixed by the Court, and to be taxed as costs and to be included in the judgment therein rendered. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same, will in any manner affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration or additions. Death of the Principal will not relieve Surety of its obligations hereunder. IN WITNESS WHEREOF, Contractor and Surety have duly executed this instrument on this _____________ day of _______________, 20____. CONTRACTOR: Name: _____________________________________ Address: _____________________________________ _____________________________________ Phone No.: _____________________________________ (Corporate Seal) By: _____________________________________ Sample Performance Bond 31 SURETY: Name: _____________________________________ Address: _____________________________________ _____________________________________ Phone No.: _____________________________________ By: _____________________________________ (Attorney-in-fact) NOTE: This bond must be executed by both parties, and, in the case of a corporation, with the corporate seal affixed. ALL SIGNATURES MUST BE NOTARIZED. Attach notarial acknowledgments. Sample Payment Bond 32 PAYMENT BOND (Labor and Material) KNOW ALL MEN BY THESE PRESENT: That WHEREAS, ______________________________________________________________ and _________________________________________________________________________, hereinafter designated as the "Principal", have entered into a contract for the furnishing of all materials and labor, services and transportation, necessary, convenient, and proper to construct: Fire Station 2 Remodel Specification No. 91258 Which said agreement dated _______________________, 20____, and all of the Contract Documents are hereby referred to and made a part hereof; AND WHEREAS, the Principal is required, before entering upon the performance of the Work, to file a good and sufficient bond with the body by whom the contract is awarded to secure the claims arising under said agreement. NOW, THEREFORE, THESE PRESENT WITNESSETH: That the said Principal and the undersigned _________________________________ are held and firmly bound unto all laborers, material men, and other persons referred to in Civil Code section 3248, subdivision (b), in the sum of ____________________________________ Dollars ($__________) which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors, or assigns, jointly and severally, by these presents. The condition of this obligation is that if the said Principal or any of its subcontractors, or the heirs, executors, administrators, successors, or assigns of any, all, or either of them, will fail to pay any of the persons named in Civil Code section 3181, or any of the amounts due as specified in Civil Code section 3248, subdivision (b), to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for, or about the performance of the work contracted to be done, that said Surety will pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit or other legal proceeding is brought upon this bond, will pay costs and reasonable attorney's fees to be awarded and fixed by the Court, and to be taxed as costs and to be included in the judgment therein rendered. It is hereby expressly stipulated and agreed that this bond will inure to the benefit of any and all persons, companies, and corporations entitled to file claims so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation will become null and void, otherwise it will be and remain in full force and effect. And the said Surety, for value received, thereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of said contract or the specifications accompanying the same will in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition. Death of the Principal will not relieve surety of its obligations hereunder. IN WITNESS WHEREOF, the Principal and Surety have duly executed this instrument this ____________________ day of _____________________, 20____. Sample Payment Bond 33 CONTRACTOR: Name: _____________________________________ Address: _____________________________________ _____________________________________ Phone No.: _____________________________________ (Corporate Seal) By: _____________________________________ SURETY: Name: _____________________________________ Address: _____________________________________ _____________________________________ Phone No.: _____________________________________ By: _____________________________________ (Attorney-in-fact) NOTE: This bond must be executed by both parties, and, in the case of a corporation, with the corporate seal affixed. ALL SIGNATURES MUST BE NOTARIZED. Attach notarial acknowledgments. Sample Escrow Agreement 34 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of San Luis Obispo, whose address is 990 Palm Street, San Luis Obispo, California, 93401 (hereinafter called “City”), _________________________whose address is _______________________ (hereinafter called “Contractor”); and ____________________________, a state or federally chartered bank in California whose address is_______________________________ (hereinafter called “Escrow Agent”). For the consideration hereinafter set forth, the City, Contractor, and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Contract entered into between the City and Contractor for ___________________________________ in the amount of ___________________ Dollars ($_________________), and dated _______________, 2000, (the “Contract”). Alternatively, on written request of the Contractor, the City will make payments of the retention earnings directly to the Escrow Agent. When Contractor deposits the securities as a substitute for retention earnings, the Escrow Agent must notify the City within ten (10) calendar days of the deposit. The market value of the securities at the time of the substitution, as valued by the City, must be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. If the City determines that the securities are not adequate it will notify Contractor and Escrow Agent, and Contractor must deposit additional security as further determined by the City. Securities must be held in the name of the City and must designate the Contractor as the beneficial owner. 2. Thereafter, City will make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent must hold them for benefit of the Contractor until such time as the escrow created under this Escrow Agreement is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this Escrow Agreement and the rights and responsibilities of the parties must be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor must be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms will be determined by the City, Contractor, and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest will be for the sole account of Contractor and will be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor will have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City will have the right to draw upon the securities or any amount paid directly to Escrow Agent in the event of default by the Contractor. Upon seven (7) days written notice to the Escrow Agent from the City of the default, the Escrow Agent must immediately convert the securities to cash and shall distribute the cash. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent will release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account pursuant to the terms in Section 10263 of the Public Contracts Code. The escrow will be closed immediately upon disbursement of all moneys and securities on deposit and payment of fees and charges. 9. Escrow Agent must rely on the written notifications from the City and Contractor pursuant to Sections (5), (6), (7), and (8) of this Agreement and the City and Contractor will hold Escrow Agent harmless from Escrow Agent’s release and disbursement of the securities and interest as set forth above. 10. Pursuant to Public Contract Code section 22300, Contractor must pay to each subcontractor, not later than twenty (20) days after receipt of the payment, the respective amount of interest earned, net of Sample Escrow Agreement 35 costs attributed to retention withheld from each subcontractor, on the amount of retention withheld to insure the performance of the Contractor. 11. Securities eligible for investment under this Agreement, as provided by Public Contract Code section 22300, will be those listed in section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City. 12. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the City, the Contractor, and the Escrow Agent in connection with the foregoing, and exemplars of their respective signatures are as follows: Sample Escrow Agreement 36 ON BEHALF OF CITY: ON BEHALF OF CONTRACTOR: ______________________________ ______________________________ Title Title ______________________________ ______________________________ Name Name ______________________________ ______________________________ Signature Signature ON BEHALF OF ESCROW AGENT: ______________________________ Title ______________________________ Name ______________________________ Signature At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. CITY: CONTRACTOR: ______________________________ ______________________________ Title Title ______________________________ ______________________________ Name Name ______________________________ ______________________________ Signature Signature ESCROW AGENT: ______________________________ Title ______________________________ Name ______________________________ Signature Guarantee of Work 37 GUARANTEE OF WORK A guarantee in the form of written warranty must be supplied by Contractor on Contractor's own letterhead as follows: WARRANTY FOR: Fire Station 2 Remodel Specification No. 91258 Contractor hereby unconditionally guarantees the work under this contract to be in conformance with the contract requirements and to be and remain free of defects in workmanship and materials for a period of 1 year from the date of Formal Acceptance of the project pursuant to Section 9.7.2 of the General Conditions, unless a longer guarantee period is stipulated in the Contract Documents. By this guarantee Contractor agrees, within the guarantee period, to repair or replace any work, together with any adjacent work which may be displaced in so doing which is not in accordance with the requirements of the contract or which is defective in its workmanship or material, all without any expense whatsoever to the City, ordinary wear and tear and unusual abuse or neglect excepted. Special guarantees that are required by the contract must be signed by Contractor who is responsible for the entire work and countersigned by the subcontractor who performs the work. Contractor further agrees that within 10 calendar days after being notified in writing by the City of any work not in accordance with the requirements of the Contract or of any defects in the work, it must commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee and to complete the work within a reasonable period of time. Contractor, in the event of failure to so comply, does hereby authorize City to proceed to have the work done at Contractor's expense and it agrees to pay the cost thereof upon demand. City will be entitled to all costs including reasonable attorney's fees necessarily incurred upon Contractor's refusal to pay the above cost. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to health or safety of the City, employees, property, or licenses, City may undertake at Contractor's expense, without prior notice, all work necessary to correct such hazardous conditions caused by work of Contractor not being in accordance with the requirements of this contract. Signed:______________________________ Signature ______________________________ Name and Title ______________________________ License No. ______________________________ Date Release 38 RELEASE AGENT: City of San Luis Obispo CONTRACTOR: ______________________________ WORK: Fire Station 2 Remodel Specification No. 91258 In consideration of final payment of undisputed contract amounts relating to the above-referenced work, Contractor hereby releases the City of San Luis Obispo, State of California (the "City") from any and all claims for payment on the work, except for the disputed work and the disputed amounts set forth below: DESCRIPTION OF DISPUTED WORK DISPUTED AMOUNTS ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ CHECK IF NONE: ______________ Contractor acknowledges that it has been advised by its attorneys concerning, and is familiar with, the provisions of California Civil Code Section 1542, which provides as follows: A general release does not extend to claims which the creditor does not know or suspect to exist in his favor at the time of executing the release, which if known by him must have materially affected his settlement with the debtor. Contractor, in that connection, acknowledges that it may have sustained damages, losses, costs or expenses that are presently unknown to Contractor or damages, losses, costs or expenses which have already been sustained but which may give rise to additional damages, losses, costs or expenses in the future. Nevertheless, Contractor acknowledges that this Release has been negotiated and agreed upon in light of that situation, and hereby expressly waives any and all rights which it may have under California Civil Code Section 1542 or under any other state or federal statutes or common law principle of similar effect. CONTRACTOR: By: _________________________ ____________________________ Signature Date _________________________ Print Name Maintenance Bond 39 MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENT: WHEREAS, the City of San Luis Obispo, State of California, and _______________________________________, (hereinafter designated as "Principal") have entered into an agreement for the furnishing of all materials, labor, services and transportation, necessary, convenient, and proper to_________________________________________, which said Agreement dated ____________, 20_____, and all of the Contract Documents attached or forming a part of said Agreement, are hereby referred to and made a part hereof; and WHEREAS, pursuant to law, the Principal is required after completion of the Work, and before the filing and recordation of a Notice of Completion for the Work, to file a good and sufficient bond with the body by whom the contract is awarded, to secure claims for Maintenance equal to ten percent (10%) of the total amount of the Contract which will hold good for a period of one year after the completion and acceptance of the Work, to protect the City against the result of faulty material or workmanship during that time. NOW, THEREFORE, said Principal and the undersigned _______________________________ as corporate surety, are held and firmly bound unto the City of San Luis Obispo, for repair or replacement of any and all of our work together with any other adjacent work which may be displaced by so doing, that prove to be defective in its workmanship or material for the period of one (1) year (except when otherwise required in the Contract to be for a longer period) from date of formal acceptance of the above mentioned structure by City, ordinary wear and tear and unusual abuse or neglect excepted. Said date of formal acceptance will be as defined in Article 9.7.2 FINAL COMPLETION AND ACCEPTANCE OF THE WORK of the GENERAL CONDITIONS of these Contract Documents, in the sum of __________________________________________ Dollars ($___________________), lawful money of the United States, for the payment of which sum well and truly made, we bind ourselves, our heirs, executors, administrators, successors, or assigns, jointly and severally by these presents. The condition of this obligation is such that if the said Principal or any of his or its subcontractors, or the heirs, executors, administrators, successors, or assigns of any, all or either of them, will fail to execute within a reasonable amount of time, or fail to respond within seven (7) calendar days with a written schedule acceptable to the City for same, repair or replacement of any and all of our work together with any other adjacent work which may be displaced by so doing, that prove to be defective in its workmanship or material for the period of one (1) year (except when otherwise required in the Contract to be for a longer period) from date of acceptance of the above mentioned structure by City , ordinary wear and tear and unusual abuse or neglect excepted. With respect to such work and labor, that the surety herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation will be void. In case suit is brought upon this bond, the said surety will pay a reasonable attorney's fee to be fixed by the court. Should the condition of this bond be fully performed, then this obligation will become null and void, otherwise it will be and remain in full force, virtue, and effect. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of said contract or to the Work to be performed thereunder or the specifications accompanying the same will in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition. Death of the Principal will not relieve Surety of its obligations hereunder. IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety above named, on the _____ day of ______, 20____. PRINCIPAL: Name:_______________________________________ Maintenance Bond 40 Address:____________________________________ ____________________________________________ Phone No.:__________________________________ (Seal) By:_________________________________________ SURETY: Name:_______________________________________ Address:____________________________________ ____________________________________________ Phone No.:__________________________________ By:_________________________________________ (Attorney-in-fact) NOTE: This bond must be executed by both parties, and, in the case of a corporation, with the corporate seal affixed. All signatures must be notarized. Attach notarial acknowledgments. Notice of Potential Claim Forms 41 NOTICE OF POTENTIAL CLAIM FORMS Initial Notice of Potential Claim Supplemental Notice of Potential Claim Full and Final Documentation of Potential Claim Notice of Potential Claim Forms 42 Notice of Potential Claim Forms 43 Notice of Potential Claim Forms 44 TABLE OF CONTENTS General Conditions GENERAL CONDITIONS TABLE OF CONTENTS 1. DEFINITIONS AND TERMS .................................................................................................... 1  2. NOT USED ............................................................................... Error! Bookmark not defined.  3. NOT USED ............................................................................... Error! Bookmark not defined.  4. SCOPE OF WORK .................................................................................................................... 6  4.1 Intent of Plans and Specifications. .................................................................................. 6  4.2 Project Sign, Advertising. ................................................................................................. 6  4.3 Clean Up of Project Site (Housekeeping). ..................................................................... 6  4.4 Record Drawings and Specifications. ............................................................................. 7  4.5 Changes in the Work. ........................................................................................................ 7  4.5.1 General. .............................................................................................................. 7 4.5.2 Change Order Procedures. ................................................................................. 8  4.5.3 Agreement of Change Order Costs. ................................................................... 9  4.5.4 Failure to Agree with Proposed Costs & Force Account Work ............................ 9  4.5.5 Change Order Acknowledgements. .................................................................. 10  4.5.6 Allowable Costs and Markups for Change Orders and Force Account Work .... 10  4.5.7 Allowable Time Extensions. .............................................................................. 13  4.5.8 Emergency Changes. ....................................................................................... 13  4.5.9 Minor Changes in the Work .............................................................................. 13  4.5.10 Eliminated Items. .............................................................................................. 13  4.5.11 Protest of Change Orders. ................................................................................ 13  5. CONTROL OF WORK ............................................................................................................ 15  5.1 Administrators of the Contract. ...................................................................................... 15  5.1.1 Authority of the City. ......................................................................................... 15  5.1.2 Role of the Architect.......................................................................................... 15  5.1.3 Role of the City Representative. ....................................................................... 15  5.1.4 Role of the Inspector. ........................................................................................ 16  5.2 City’s Right to Stop Work ................................................................................................ 16  5.3 Conformity with Contract Documents and Allowable Deviations ............................. 16  5.4 Coordination and Interpretation of Contract Documents ........................................... 17  TABLE OF CONTENTS General Conditions 5.4.1 Conflicts. ........................................................................................................... 17  5.4.2 Omissions. ........................................................................................................ 18  5.4.3 Product Designation. ......................................................................................... 19  5.4.4 Reference Standards. ....................................................................................... 19  5.5 Issuance of Documents After Contract Award - Interpretations, Clarifications, Changes. ....................................................................................................................................... 19  5.5.1 Request for Information (RFI). .......................................................................... 19  5.5.2 Cost Request Bulletins (CRB). .......................................................................... 20  5.5.3 Field Orders. ..................................................................................................... 20  5.5.4 Change Orders. ................................................................................................ 20  5.5.5 City 's Directives. .............................................................................................. 21  5.6 Work Beyond the Scope. ................................................................................................ 21  5.7 Order of work. ................................................................................................................... 21  5.8 Superintendence and Labor Force. .............................................................................. 21  5.9 Lines and Grades. ........................................................................................................... 22  5.9.1 General ............................................................................................................. 22  5.9.2 Survey Reference Points. ................................................................................. 22  5.9.3 Project Survey Requirements. .......................................................................... 22  5.10 Inspection .......................................................................................................................... 23  5.11 Uncovering of work .......................................................................................................... 23  5.12 Inspection of the Work of Other Contractors ............................................................... 24  5.13 Removal of Rejected and Unauthorized Work ............................................................ 24  5.14 Alternate Methods of Construction ................................................................................ 24  5.15 Differing Site Conditions. ................................................................................................ 24  5.16 Archaeological Monitoring. ............................................................................................. 25  5.17 Discovery of Asbestos and Hazardous Substances. ................................................. 26  5.18 Hazardous Material Work Limitations. .......................................................................... 26  5.19 City’s/Contractor’s Responsibility for Hazardous Materials on the Work Site. ...... 26  5.20 Character of Workers. ..................................................................................................... 27  5.21 Cost Reduction Incentive. .............................................................................................. 27  6. CONTROL OF MATERIALS .................................................................................................. 30  6.1 Source of Supply and Quality of Materials. ................................................................. 30  6.2 Contractor’s Responsibility for Submittals and Shop Drawings. .............................. 30  TABLE OF CONTENTS General Conditions 6.3 Storage of Materials. ....................................................................................................... 30  6.4 Defective Materials. ......................................................................................................... 30  6.5 Trade Names, Alternatives and Substitutions of “or Equal” Materials. ................... 31  6.6 Plant Inspection. .............................................................................................................. 31  6.7 Testing of Materials. ........................................................................................................ 31  6.8 Hazardous and Contaminated Materials Furnished by the Contractor. .................. 32  7. LEGAL RELATIONS AND RESPONSIBILITY .................................................................... 33  7.1 Laws to be Observed. ..................................................................................................... 33  7.2 Payments to Sub-contractors. ....................................................................................... 33  7.3 Labor Code Requirements. ............................................................................................ 33  7.3.1 Hours of Labor. ................................................................................................. 33  7.3.2 Prevailing Wage. ............................................................................................... 34  7.3.3 Travel and Subsistence Payments.................................................................... 36  7.3.4 Payroll Records. ............................................................................................... 36  7.3.5 Labor Nondiscrimination. .................................................................................. 39  7.3.6 Apprentices. ...................................................................................................... 39  7.3.7 Workers’ Compensation. ................................................................................... 43  7.3.8 Suits to Recover Penalties and Forfeitures. ...................................................... 43  7.4 Vehicle Code. ................................................................................................................... 43  7.5 Trench Safety (More than 5 Feet Deep). ..................................................................... 43  7.6 Air Pollution Control. ........................................................................................................ 44  7.7 Water Pollution. ................................................................................................................ 44  7.8 Compliance with Regulatory Agency Requirements. ................................................. 45  7.9 Use of Pesticides. ............................................................................................................ 46  7.10 Sound Control Requirements. ....................................................................................... 46  7.11 Encroachment Permits. .................................................................................................. 46  7.12 Traffic Control. .................................................................................................................. 46  7.13 Fire Department Permits. ............................................................................................... 47  7.14 Temporary Use Permit. ................................................................................................... 47  7.15 Assignment of Antitrust Actions. .................................................................................... 47  7.16 Payment of Taxes. ........................................................................................................... 47  7.17 Permits and Licenses. ..................................................................................................... 47  TABLE OF CONTENTS General Conditions 7.18 Patents. ............................................................................................................................. 48  7.19 Safety and Health Provisions. ........................................................................................ 48  7.20 Public Notification. ........................................................................................................... 48  7.21 Public Convenience. ........................................................................................................ 49  7.22 Protection of the Public and Adjacent Property: ......................................................... 49  7.23 Safety. ................................................................................................................................ 50  7.24 Use of Explosives. ........................................................................................................... 50  7.25 Preservation of Property. ................................................................................................ 50  7.26 Indemnification and Insurance. ...................................................................................... 51  7.26.1 Indemnification. ................................................................................................. 51  7.26.2 Insurance. ......................................................................................................... 52  7.27 Disposal of Material. ........................................................................................................ 52  7.28 Cooperation and Coordination with Other Contractors. ............................................ 53  7.29 Occupancy by City Prior to Acceptance. ...................................................................... 53  7.30 Contractor’s Responsibility for the Work and Materials. ............................................ 54  7.31 Damage by Storm, Flood, Tsunami or Earthquake. ................................................... 55  7.32 Acceptance of Contract. ................................................................................................. 57  7.33 Property Rights in Materials. .......................................................................................... 57  7.34 Rights in Land and Improvements. ............................................................................... 57  7.35 Contractor's Use of Site and Public Right-of-Way. ..................................................... 57  7.36 Personal Liability. ............................................................................................................. 58  7.37 Ownership and Use of Documents. .............................................................................. 58  7.38 Guarantee. ........................................................................................................................ 58  8. PROSECUTION AND PROGRESS ..................................................................................... 60  8.1 Subcontracting. ................................................................................................................ 60  8.1.1 General. ............................................................................................................ 60  8.1.2 Loss or Damage to Subcontractor. ................................................................... 60  8.1.3 Assignment of Subcontracts. ............................................................................ 60  8.1.4 Substitution of Subcontractor. ........................................................................... 61  8.1.5 Requests for Substitution of Subcontractor. ...................................................... 62  8.1.6 No Change in Contract. .................................................................................... 62  8.2 Assignment. ...................................................................................................................... 63  8.3 Beginning of Work and Contract Time. ........................................................................ 63  TABLE OF CONTENTS General Conditions 8.3.1 Contract Time. .................................................................................................. 63  8.3.2 Pre-construction Conference. ........................................................................... 63  8.3.3 Start of Contract Time. ...................................................................................... 63  8.3.4 Beginning of Work............................................................................................. 63  8.4 Progress Schedule. ......................................................................................................... 64  8.5 Temporary Suspension of Work. ................................................................................... 64  8.6 Time of Completion. ........................................................................................................ 65  8.7 Adjustment of Contract Time and Allowable Time Extensions. ................................ 66  8.7.1 Changes in Work. ............................................................................................. 66  8.7.2 Acts of God and Unusual Action of the Elements. ............................................ 66  8.7.3 Acts of the City and Emergency Changes. ....................................................... 66  8.7.4 City’s Right to Extend. ....................................................................................... 67  8.7.5 Procurement of Materials. ................................................................................. 67  8.7.6 Delays Due to Litigation. ................................................................................... 67  8.8 Liquidated Damages. ...................................................................................................... 68  8.9 City-Caused Delays. ........................................................................................................ 68  8.10 Utilities and Site Facilities. .............................................................................................. 69  8.10.1 General. ............................................................................................................ 69  8.10.2 Utilities Identified for Rearrangement. ............................................................... 69  8.10.3 Unidentified/Inaccurately Identified Utilities. ...................................................... 70  8.11 Termination of Contract. ................................................................................................. 72  8.11.1 Termination of Contract for Cause. ................................................................... 72  8.11.2 Termination of Contract for Convenience. ........................................................ 73  9. PAYMENT AND COMPLETION ............................................................................................ 76  9.1 Scope of Payment. .......................................................................................................... 76  9.2 Force Account Payment. ................................................................................................ 76  9.3 Notice of Potential Claim ................................................................................................ 76  9.4 Stop Notices. .................................................................................................................... 76  9.5 Partial Payments. (Progress Payments) ...................................................................... 76  9.5.1 Schedule of Values. .......................................................................................... 76  9.5.2 Application for Payment. ................................................................................... 77  9.5.3 Withholding of Retention. .................................................................................. 77  TABLE OF CONTENTS General Conditions 9.5.4 Monthly Payment. ............................................................................................. 78  9.5.5 Interest Due. ..................................................................................................... 78  9.5.6 Correction of Statement and Withholding of Payment. ..................................... 78  9.6 Substitution of Securities ................................................................................................ 78  9.7 Project Completion and Final Payments. ..................................................................... 79  9.7.1 Substantial Completion: .................................................................................... 79  9.7.2 Final Completion And Acceptance Of The Work. .............................................. 80  9.7.3 Final Payment and Claims. ............................................................................... 80  9.8 Non-Waiver: ...................................................................................................................... 81  DEFINITIONS AND TERMS General Conditions 1 GENERAL CONDITIONS 1. DEFINITIONS AND TERMS 1.1 The following terms used in the contract documents are defined as follows: Addendum: A document issued by the City during the bidding period that may modify, supersede or supplement portions of the contract documents. Architect: Any person, firm, or corporation hired or employed by the City, as a licensed Architect or Engineer for the purpose of preparing the plans and specifications for the Work and who will represent the City as Architect or Engineer for the Project. Any references to Architect or Engineer for the purposes of authorizations or approvals will be interpreted to mean “City.” Bid Date: The day on which bid proposals for a project are opened. Bidder: Any person or business entity acting directly or through an authorized representative who submits a proposal for the work. Change Order: A written agreement entered into after the award of this contract that alters or amends the executed contract. City: The City Engineer or other such representative authorized to act on behalf of the City. City Holiday: Any day designated by action of the City as a City Holiday. City Office: The office of the Public Works Department, City of San Luis Obispo located at 919 Palm Street, San Luis Obispo, California, 93401. City Representative: Any person, firm, agent or corporation employed by or hired by the City to act as Project Manager, Construction Manager, Project Administrator and/or Project Coordinator for the work. Contract: The contract document which represents the entire agreement between City and Contractor, and which supersedes any prior negotiations, representations, or agreements either written or verbal. Contract Documents: The full, complete and exclusive contract between the parties hereto consisting of the following identified documents (the "Contract Documents"): Notice to Bidders, Instructions to Bidders, Information Available to Bidders, Proposal Forms, Listing of Subcontractors, Non-Collusion Declaration, Bidder's Bond, Agreement, Escrow Agreement for Security Deposits in Lieu of Retention, Performance Bond, Payment Bond, Maintenance Bond, Insurance Requirements, Guarantee of Work, Release, General Conditions, Specifications, referenced documents, City Standard Specifications and Engineering Standards, any addenda, and any change orders, field orders or directives issued pursuant to and in accordance with the Agreement. Contract Sum: The actual bid amount including additive or deductive Bid Alternates, if applicable, as selected for Award of Bid by the City and as subsequently adjusted by Change Orders. DEFINITIONS AND TERMS General Conditions 2 Contractor: The person, firm, partnership, or corporation to whom this Contract is awarded by City and who is subject to the terms hereof. The Contractor is referred to throughout the Contract Documents as if singular in number. The term “contractor” means the Contractor or its authorized representative. Days: The term “day” as used in the Contract Documents means calendar day unless otherwise specifically defined. Drawings: The Drawings are graphic and pictorial portions of the Contract Documents prepared for the Project and approved changes thereto, wherever located and whenever issued, showing the design, location, and scope of the Work, generally including plans, elevations, sections, details, schedules, and diagrams as drawn or approved by the Architect. Engineer: The City Engineer of the City of San Luis Obispo, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties delegated to them. Engineering Standards: The Engineering Standards of the City of San Luis Obispo, dated February 2014. Inspector: Any person, firm, or corporation employed by or hired by the City to perform Resident Inspection or part time inspection during construction of the Work. Legal Holidays: Those days designated as State holidays in the Government Code. Liquidated Damages: The amount prescribed in the specifications, pursuant to the authority of Public Contract Code Section 10226, 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. Owner: Will mean the City of San Luis Obispo, California acting through the City Engineer or its authorized agent. Plans: The drawings approved by the City which include elevations, sections, details, schedules, diagrams, information, notes, or reproductions or any of these, and which show the location, character, dimension, or details of the work. Project: The entire Work of improvement proposed by City to be constructed in whole or in part pursuant to this Contract. Proposal: The offer of the bidder for the work when made out and submitted on the prescribed proposal forms, properly signed and guaranteed. Proposal Forms: The approved forms upon which the City requires formal bids be prepared and submitted for the work. Proposal Guaranty: The cash, cashier's check, certified check, or bidder's bond accompanying the proposal submitted by the bidder, as a guaranty that the bidder will enter into a contract with the City for the performance of the work if the contract is awarded to him. DEFINITIONS AND TERMS General Conditions 3 Site: The area specified in the contract for the project and the area made available for Contractor's operation. Specifications: The Specifications are that portion of the Contract Documents consisting of the written requirements for material, equipment, construction systems, instructions, quality assurance standards, workmanship, and performance of related services. Standard Specifications (State or City): Shall mean the Standard Specification of the City of San Luis Obispo, dated February 2014 which modify the 2010 Standard Specifications of the California Department of Transportation. Subcontractor: A person, firm, partnership, or corporation having a direct contract with Contractor for the performing of work or labor or the rendering of service to Contractor for the Work. Superintendent: The executive representative of the Contractor present at the work site at all times during progress, who is authorized to direct performance of the work and receive and fulfill instructions from the City Representative. Supplier: Any person or business entity who contracts with Contractor to provide materials or equipment. Surety: Any person, firm, partnership, or corporation that executes as Surety for Contractor's Performance Bond and/or the Contractor's Payment Bond and/or the Bidder's Bond and/or Maintenance Bond. Unusual Action of the Elements: The term "unusual action of the elements" is limited to extraordinary adverse weather conditions or conditions immediately resulting therefrom that cause a cessation in the progress of the work that will delay the time of completion of the contract. The written conditions will be monitored at the closest location of the City of San Luis Obispo equipment and interpolated to the construction site. Work: Work to be performed on or in connection with the Project under this Contract including, but not limited to work normally done at the site of the Project plus labor and materials. It will include the initial obligation of the Contractor and any subcontractor, who performs any portion of the Work, to visit the site of the proposed Work, a continuing obligation after the commencement of the Work to fully acquaint and familiarize itself with the conditions as they exist and the character of the operations to be carried on under the Contract Documents, and make such investigation as it may see fit so that it will fully understand the facilities, physical conditions, and restrictions attending the Work under the Contract Documents. The Contractor and any subcontractor will also thoroughly examine and become familiar with the Drawings, Specifications, and associated bid documents. The "site" refers to the grounds of the Project as defined in the Contract Documents and such adjacent lands as may be directly affected by the performance of the Work. 1.2 Specification Interpretation. Titles. The Specifications are separated into titled sections for convenience only DEFINITIONS AND TERMS General Conditions 4 and not to dictate or determine the trade or craft involved. As Shown, Etc. Where “as shown,” “as indicated,” “as detailed,” or words of similar import are used, reference is made to the Drawings accompanying the Specifications unless otherwise stated. Where “as directed,” as required, “as permitted,” “as authorized,” permission, authorization, approval, acceptance, or selection by Architect/Project Engineer is intended unless otherwise stated. Provide. “Provide” means “provided complete in place,” that is, furnished, installed, tested, and ready for operation and use. General Conditions. The General Conditions are a part of each and every section of the Specifications. Abbreviations. In the interest of brevity, the Specifications are written in an abbreviated form and may not include complete sentences. Nevertheless, the requirements of the Specifications are mandatory. Omitted words or phrases will be supplied by inference in the same manner as they are when a “note” occurs on the Drawings. Plural. Words in the singular will include the plural whenever applicable or the context so indicates. Standard Specification. Any reference to standard specifications of any society, institute, association, or governmental authority is a reference to the organization’s standard specifications, which are in effect at the date of your bid. If applicable specifications are revised prior to completion of any part of the Work, you may, if acceptable to the City, perform such Work in accordance with the revised specifications. The standard specifications, except as modified in the Specifications for the Project, have full force and effect as though printed in the Specifications. The City will furnish, upon request, information as to how copies of the standard specifications may be obtained. Absence of Modifiers. In the interest of brevity, the Contract Documents frequently omit modifying words such as “all” and “any” and articles such as “the” and “an,” but the fact that a modifier or an article is absent from one statement and appears in another is not intended to affect the interpretation of either statement. 1.3 Style Variations The City is gradually standardizing the style of the specifications. The use of the new style does not change the meaning of a Contract not using this style. The new style includes the use of: 1. Imperative mood 2. Introductory modifiers 3. Conditional clauses 4. Industry-standard terms. The new style also includes the elimination of: 1. Language variations DEFINITIONS AND TERMS General Conditions 5 2. Definitions for industry-standard terms 3. Redundant specifications 4. Needless cross-references. Because of this transition, some terms or clauses may be different or inconsistent from others used throughout this document, but for the purpose of this Contract, may be considered to have the same meaning. 2. NOT USED 3. NOT USED SCOPE OF WORK General Conditions 6 4. SCOPE OF WORK 4.1 Intent of Plans and Specifications. The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work. The Contract documents are complementary, and what is required by one will be as binding as if required by all. Where the Contract Documents describe portions of the work in general terms, but not in complete detail, it is understood that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Words and abbreviations that have well-known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. Work not covered in the Contract Documents will not be required unless it is consistent therewith and is reasonably inferred there from as being necessary to produce the intended results. Unless otherwise specified, you will be required to furnish all labor, materials, tools, equipment, and incidentals, and do all the work involved in executing the contract in a satisfactory and workmanlike manner. It is your responsibility to obtain and maintain at the job site a copy of the project plans, specifications and all current applicable standard drawings and specifications for reference during the course of the work. 4.2 Project Sign, Advertising. If required as part of the work under the contract, it will be your responsibility to furnish and install a project sign. No advertising is permitted on the project or site without written permission from the City. 4.3 Clean Up of Project Site (Housekeeping). You must maintain the work site in a safe, clean and neat condition at all times. Clean up all work at frequent intervals and at other times when directed by the Engineer. All crates, cartons, paper, and other flammable waste materials must be removed from work areas and properly disposed of at the end of each day. Additionally, prior to the end of each workday, all equipment and material must be removed from the public right-of-way and the public right-of-way must be cleaned, made safe and restored to a normal operating status. Remove from and about the Site all waste materials, rubbish, tools, construction equipment, machinery, and materials no longer required for the Work. Upon completion of the work, remove from the premises construction equipment and any waste materials not previously disposed of, leaving the premises thoroughly clean and ready for occupancy. When another Contractor is engaged in work at or near the site, both of you will be responsible for cleanup and removal of your own rubbish, equipment, and any waste materials not previously disposed of. If a dispute arises as to which contractor is responsible for cleaning up, or if you fail to maintain the Work in a clean and safe manner in the opinion of the Engineer, the Engineer may clean up and withhold the expense incurred from payments. SCOPE OF WORK General Conditions 7 4.4 Record Drawings and Specifications. You will be given one extra set of working drawings and specifications for you to keep at the site of the Work at all times. During the course of construction, maintain working drawings, kept up each day, to show the project as it is actually constructed. The following are to be inserted and dimensioned on said drawings and specifications in RED: exact locations of all pipes and conduits, all changes in construction, materials and installed equipment. All change orders are to be shown by reference to sketch drawings, and any supplementary drawings or change order drawings must be included. The altered contract drawings must be sufficiently detailed so that future work on the project or in adjacent areas may be conducted with a minimum of difficulty. Prior to Final Inspection of the Work, submit the completed record drawings to the Engineer. 4.5 Changes in the Work. 4.5.1 General. The Engineer may order additions, deletions or revisions in the general scope of the Work or extensions or deletions to the time for completion of the contract without invalidating the Contract Documents and without notice to your sureties. The difference in cost of the work affected by any such change will be added to or deducted from the Contract Sum, as the case may be, by a fair and reasonable valuation, determined by one or more of the following methods: (1) By unit prices stated in the Contract Documents or the approved Schedule of Values; (2) By unit prices negotiated and agreed to between the parties: (3) By a lump sum amount negotiated and agreed to between the parties: (4) By Force Account Payment when directed in writing by the Engineer. The changes will be set forth in a Change Order which will specify, in addition to the work to be done in connection with the change made, adjustment of contract time, if any, and the basis of compensation for that work. A Change Order will not become effective until approved by the Engineer. You may request changes in the work, but must not act on the changes until approved in writing by the Engineer. Any change made without authority in writing from the Engineer will be your responsibility, and no increase in compensation will be provided to you. Any changes not authorized in writing, involving greater or lesser expense, may be rejected by the Engineer with the consequent responsibility on you to replace at your own expense the changed work with that originally specified On the basis set forth herein, the Contract Sum will be adjusted for any Change and the partial payments (progress payments) to you will be adjusted to reflect the change. SCOPE OF WORK General Conditions 8 Whenever the necessity for change arises, and when so ordered by the Engineer in writing, you must take all necessary steps to halt such other work in the area of the change that might be affected by the ultimate change. Changed work is to perform all changed work in accordance with the original contract requirements unless stated otherwise by the Change Order. Except as herein provided, you will not be compensated due to change in the work. Upon receipt of an approved Change Order, proceed with the ordered work. If ordered in writing by the Engineer, proceed with the ordered work prior to actual receipt of an approved change order. In those cases, the Engineer will, as soon as practicable, issue an approved Change Order for the ordered work and the provisions in Section 4.5.11, "Protest of Change Orders.," will be fully applicable to the subsequently issued Change Order. The Engineer will not be held liable for any delays caused by factors beyond its control, including but not limited to any other local, State or federal agency’s review of bids, change orders, RFI’s or any other documents. 4.5.2 Change Order Procedures. The Engineer will issue to you a Cost Request Bulletin (CRB) for a proposed Change Order describing the intended change. The CRB will require you to provide a proposed amount to be added to or subtracted from the Contract Sum due to the change. When requested by the Engineer, your proposed amount must be accompanied with an itemized breakdown and supporting data of the quantities and prices used in computing the detailed estimate of cost. Upon request by the Engineer, you must allow the inspection of the original contract estimate, subcontract agreements, or purchase orders relating to the change. Allowable costs and markups used to compute the estimated costs must be in accordance with Section 4.5.6, “Allowable Costs and Markups for Change Orders and Force Account Work. Any costs incurred to acquire information relative to a proposed change order are your responsibility. Include in the proposed cost any request for time extension to the contract that is directly attributable to the proposed changed work. Failure to request adjustment of time on the response to the CRB will result in your waiving of any right to subsequently claim an adjustment of the time for final completion based on the changed work. Submit the response to the CRB with supporting data and any time extension request to the Engineer within 15 calendar days after issuance of the CRB. If you have not submitted the response within the required time and you have not obtained the Engineer’s permission for a delay in submission, the Engineer may issue an order in writing for you to begin the work immediately, and the contract price will be adjusted in accordance with Engineer’s estimate of cost, unless you present proof, within 15 calendar days following completion of the changed work, that the Engineer’s estimate was in error. SCOPE OF WORK General Conditions 9 Proposed Change Orders may be presented to you for consideration prior to approval by the Engineer. If you signify acceptance of the terms and conditions of the proposed Change Order by executing the document and if the Change Order is approved by the Engineer and issued to you, payment in accordance with the provisions as to compensation therein set forth will constitute full compensation for all work included therein or required thereby. A Change Order executed by you and approved by the Engineer is an executed Change Order. An approved contract change order will supersede a proposed, but unapproved, contract change order covering the same work. 4.5.3 Agreement of Change Order Costs. When you and the Engineer agree on the amount to be added to or deducted from the contract sum and the time to be added to or deducted from the contract time, and the change order is fully executed, immediately proceed with the changed work. If agreement is reached as to the adjustment in compensation for the performance of changed work but agreement is not reached as to the time adjustment for such work, proceed with the work at the agreed price, reserving the right to further pursue his claim for a time adjustment per Section 4.5.7, “Allowable Time Extensions.” 4.5.4 Failure to Agree with Proposed Costs & Force Account Work (1) For Added Work - Notwithstanding the failure of you and the Engineer to agree with the cost of the proposed change order or when extra or unforeseen work is ordered by the Engineer to be performed as Force Account Work, you must, upon written order from the Engineer, proceed immediately with the changed work. At the completion of each day's work, furnish to the Engineer, a detailed summary of all labor, materials, and equipment employed in the changed work. The Engineer will compare his records with your daily summary and may make any necessary adjustments to the summary. After you and the Engineer agree upon and sign the daily summary, the summary will become the basis for determining costs for the additional work. The sum of these costs with the allowable mark-ups will constitute the payment for the changed work. The Engineer, however, may make subsequent adjustments, based on later audits. When changed work is performed at locations away from the job site, furnish in lieu of the daily summary, a summary submitted at the completion of the work containing a detailed statement of labor, material, and equipment used in the work. You must sign and certify that the information provided in the summary is true. You must also maintain and furnish on demand of Engineer itemized statements of cost from all vendors or subcontractors who perform changed work or furnish materials and equipment for such work. The vendors and subcontractors must sign all statements. SCOPE OF WORK General Conditions 10 (2) The Engineer reserves the right to use other forces to complete the ordered change in work upon determination by the Engineer that it is in the best interests of the City. For Deleted Work. When a proposed change order contains a deletion of any work and you and the Engineer are unable to agree upon the cost thereof, the Engineer’s estimate will be deducted from the contract price and may be withheld from any payment due until you present proof that Engineer’s estimate was in error. The amount to be deducted will be the costs for labor, materials, and equipment that would have been used on the deleted work. The guidelines set forth in Section 4.5.6, “Allowable Costs and Markups for Change Orders and Force Account Work," will be used in computing the amounts involved. (3) Duty to Proceed with the Project. Notwithstanding any dispute that may arise in connection with a claim for adjustment of contract price, time for completion of the contract or any other cause, always continue to proceed with the Work promptly and directly. 4.5.5 Change Order Acknowledgements. By agreeing to a Change Order, you irrevocably acknowledge that you have given careful consideration to the changes proposed and agrees by the Change Order to provide all equipment, furnish all labor and materials, and perform all work and services necessary for the changes specified, and will accept as full payment, the price approved by such Change Order. 4.5.6 Allowable Costs and Markups for Change Orders and Force Account Work The following is a breakdown of allowable costs and mark ups for estimating change orders and actual force account work. Submit substantiating documentation with an itemized breakdown of direct costs pertaining to such changed work. The only estimated or actual costs that will be allowed because of changed work and the manner in which such costs will be computed are as follows: (1) Labor. You will be paid the direct cost of labor for the workers, including foremen who are directly assigned to the work, used in the actual and direct performance of the work. This cost of labor will be the sum of the following: a. The actual wages paid to the worker including employer payments to or on behalf of the worker for health and welfare, pension, vacation and similar purposes. No labor cost will be compensated at a rate in excess of the wages prevailing in the locality at the time the work is performed, nor will the use of a classification that would increase the labor cost be permitted unless you establish, to the satisfaction of the Engineer, the necessity for payment at a higher rate. Payment for Foreman wages will be the prevailing wage rate of the highest paid worker used on the changed work plus $1.00 hour. SCOPE OF WORK General Conditions 11 Payment for an owner, superintendent or other salaried employee performing direct labor on the project will be at the prevailing wage rate corresponding to the type of direct labor they performed. Labor markup as defined in 4.5.6(4) constitutes full compensation for all supervision cost and no separate payment will be made therefor. b. To the actual wages as defined in Section 4.5.6(1)a. will be added an 11% labor surcharge which constitutes full compensation for all payments imposed by state and federal laws and for all payments made to, or on behalf of, the workers, other than actual wages as defined in Section 4.5.6(1)a, and sustenance and travel allowance as specified in Section 4.5.6(1)b. (2) Materials. The cost for the materials directly required for the performance of the changed work. Such cost of materials may include the costs of procurement, transportation, and delivery if necessarily incurred. If a trade discount by the actual supplier is available, it will be credited to City. If the materials are obtained from a supply or source which you have complete or partial ownership, payment therefor will not exceed the current wholesale price for such materials. If, in the opinion of the Engineer, the cost of materials is excessive, or if you fail to furnish satisfactory evidence of the cost from the actual supplier thereof, then the cost of the materials will be deemed to be the lowest wholesale price at which similar materials are available in the quantities required at the time they were needed. The Engineer reserves the right to furnish such materials as it deems advisable, and you will not be compensated for costs or lost profits on material furnished by the Engineer. (3) Equipment. For equipment you own, you will be paid for the use of the equipment at the rental rates listed in the State Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates that is in effect on the date the contract is awarded. If rented equipment or your equipment is not listed in the Rental Rate publication, a suitable rental rate established by a local rental agency will be used. No cost will be recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The rates paid for equipment will include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance and all incidentals. The rental time will include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid. However, neither moving time nor loading and transportation costs will be paid if the SCOPE OF WORK General Conditions 12 equipment is used on the project in any other way than upon the changed work. No payment will be made for time while equipment is idle or inoperative due to breakdowns or for non-working days. Individual pieces or equipment having a replacement value of $500.00 or less are considered to be small tools or equipment, and no payment will be made therefor. At the pre-construction conference, submit a list of equipment anticipated to be used on the project and the associated Caltrans Equipment Rental Rate. Identify equipment that does not have an established rate. The most current Caltrans Equipment Rental Rate publication at the date of Contract Award will be used for the entire project. (4) Markups for Changed Work. You will be paid the direct costs for labor, materials and equipment used in performing the changed work as determined in the previous subsections (1), (2) and (3) above. To the total of the direct costs the following markups will be added: a. Labor 35% b. Materials 15% c. Equipment 15% The above markups constitute full compensation for all delay costs, overhead costs, supervision, bonds, profit, labor liability, site costs, and other fixed administrative costs including but not limited to job trailers and portable toilets, and profit deemed to include all items of expense not specifically designated as cost in Section 4.5.6 (1), (2) & (3). The total payment made constitutes full compensation therefor. (5) Market Values. Cost for added work will be based on market values prevailing at the time of the change unless you can establish to the satisfaction of the Engineer that you have investigated all possible means of obtaining work at prevailing market values and that the excess cost could not be avoided by it. When a change order deletes work from the contract, the computation of the cost thereof will be the values that prevailed at the time bids for the work were opened. (6) Work by Subcontractors. For any portion of the changed work that is performed by a subcontractor, furnish to the Engineer a detailed estimate prepared by the subcontractor in accordance with the allowable costs and mark-ups as stated above in sub-sections (1), (2), (3) and (4). At the option of the Engineer, a lump sum estimate of such cost to subcontractor may be accepted in lieu of the detailed estimate. You are entitled to add an additional markup of 10% to the total cost of the subcontracted work. This additional 10% markup is for additional SCOPE OF WORK General Conditions 13 administrative costs, including bonds, and no other additional payment will be made for changed work performed by a subcontractor. 4.5.7 Allowable Time Extensions. Time extensions due to changes in work will be provided in accordance with Section 8.7, “Adjustment of Contract Time and Allowable Time Extensions.” 4.5.8 Emergency Changes. Changes in the work made necessary due to unforeseen site conditions, discovery of errors in plans or specifications requiring immediate clarification in order to avoid a work stoppage, changes of a kind where the extent cannot be determined until completed, or under any circumstances whatsoever when deemed necessary by the Engineer are types of emergency changes which may be authorized by the Engineer in writing. Commence performance of the emergency change immediately upon receipt of a written authorization. Within 15 days after receiving the authorization to proceed with the emergency change, submit a detailed estimate of cost and any proposed extension in contract time in accordance with Section 4.5.6, “Allowable Costs and Markups for Change Orders and Force Account Work” 4.5.9 Minor Changes in the Work The Engineer retains the right to request that you make minor changes in the Work by Field Order and/or by Engineer's Directive. Minor changes generally do not impact the cost of the performance of the Work or detrimentally or significantly impact the Contract Time. 4.5.10 Eliminated Items. Should any item of the work be eliminated in its entirety, payment will be made to you for actual costs incurred in connection with the eliminated item if incurred prior to the date of notification in writing by the Engineer of the elimination unless otherwise addressed in an executed change order. If acceptable material is ordered by you for the eliminated item prior to the date of notification of the elimination by the Engineer, and if orders for that material cannot be canceled, the material will be paid for at the actual cost you incurred. In this case, the material paid for will become the property of the City, and the actual cost of any further handling will be paid for. If the material is returnable to the vendor, and if the Engineer so directs, the material must be returned to the vendor, and you 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 City as provided in this Section will be in accordance with Section 4.5.6, “Allowable Costs and Markups for Change Orders and Force Account Work.” 4.5.11 Protest of Change Orders. A Change Order approved by the Engineer may be issued at any time. Should you disagree with any terms or conditions set forth in an approved SCOPE OF WORK General Conditions 14 Change Order, submit a written protest to the Engineer within 15 days after the receipt of the approved Change Order. The protest must identify the points of disagreement, and, if possible, the contract specification references, quantities and costs involved. If a written protest is not submitted, payment will be made as set forth in the approved contract change order, and that payment will constitute full compensation for all work included therein or required thereby. Unprotested approved Change Orders will be considered as executed Change Orders. Where the protest concerning an approved Change Order relates to compensation, the compensation payable for all work specified or required by that Change Order to which the protest relates will be determined as provided in Sections 4.5.4, “Failure to Agree with Proposed Costs & Force Account Work,” and 4.5.6, “Allowable Costs and Markups for Change Orders and Force Account Work.” Keep full and complete records of the cost of that work and allow the Engineer to have access thereto as may be necessary to assist in the determination of the compensation payable for that work. Where the protest concerning an approved Change Order relates to the adjustment of Contract Time for the completion of the Work, the time to be allowed therefor will be determined as provided in Section 8.7, “Adjustment of Contract Time and Allowable Time Extensions.” CONTROL OF WORK General Conditions 15 5. CONTROL OF WORK 5.1 Administrators of the Contract. 5.1.1 Authority of the City. The Engineer will decide all questions which may arise as to the quality or acceptability of materials furnished and work performed and as to the manner of performance and rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as to the acceptable fulfillment of the contract on your part; and all questions as to compensation. The Engineer may rely on the Architect for assistance in interpretations and questions involving the intent of the plans and specifications. The Engineer’s decision will be final, and the Engineer will have authority to enforce and make effective those decisions and orders which you fail to carry out promptly. The Engineer may grant authority to the City’s Representative and/or Inspector to act on their behalf. 5.1.2 Role of the Architect. The Architect is the person lawfully licensed to practice Architecture or Engineering in the State of California and who has entered into an agreement with the City to serve as Architect or Engineer for the Work or may be an employee of the City or other governmental entity. The Architect will be the interpreter of the requirements of the Drawings and Specifications. The Architect/Project Engineer will communicate only with you through the City's Representative and will have no authority to direct your work, issue or approve Change Orders. All Change Orders, Field Orders and Cost Request Bulletins will be approved and issued by the Engineer to you through the City’s Representative. 5.1.3 Role of the City Representative. The City’s Representative is the person or entity who has been identified by the Engineer to serve as construction project manager for the Engineer. They are empowered by the City to act on its behalf with respect to the proper execution of the Work and will give instructions to require such corrective measure as may be necessary, in his opinion, to ensure the proper execution of the contract or to protect the City’s interest. Except as otherwise provided herein, the City's Representative will determine the amount, quality, acceptability, fitness and progress of the Work covered by the Contract without, however, assuming any of the Architect's or Engineer’s statutory or customary obligation. The City’s Representative will have no authority to obligate or otherwise bind the City. The City’s Representative will have the authority to reject Work that does not conform to the Contract Documents and to require any Special Inspection and Testing. The City’s Representative must, at all times, have access to the Work wherever it is in preparation and progress. When directed by the City’s CONTROL OF WORK General Conditions 16 Representative, you must provide facilities for such access so the City’s Representative may perform his functions under the Contract Documents. In no event will any act or omission on the part of the City’s Representative relieve you from your obligation to perform your Work in full compliance with the Contract. 5.1.4 Role of the Inspector(s). All Work must be under the observation of or with the knowledge of Inspectors. Inspectors must be provided free access to any or all parts of the Work at any time. You must furnish Inspectors such information as may be necessary to keep the Inspector fully informed regarding progress and manner of work and character of materials. Such observations will not, in any way, relieve you from responsibility for full compliance with all terms and conditions of the Contract, or be construed to lessen to any degree your responsibility for providing efficient and capable superintendence. The Inspector’s observations of the Work and methods will not relieve you of responsibility for the correction of subsequently discovered defects, or from its obligation to comply with the Contract Documents. The Inspector has the authority to reject work that does not comply with the provisions of the Contract Documents 5.2 City’s Right to Stop Work The Engineer has the authority to stop work whenever provisions of contract documents are not being complied with. If you fail to correct Work that is not in conformance with the requirements of the Contract Documents or persistently fail to carry out Work in accordance with the Contract Documents, the Engineer, by written order, may instruct you to stop the Work, or any portion thereof, until the cause of such order has been eliminated. The right of the Engineer to stop the Work does not give rise to any duty on the part of the Engineer to exercise this right to stop the Work for your benefit. You will bear all costs and will not be entitled to any time extension of such Work stoppage unless it is determined by the Engineer that no fault existed in your Work. 5.3 Conformity with Contract Documents and Allowable Deviations Work and materials must conform to the lines, grades, elevations, sections, details, dimensions and material requirements, including tolerances, shown on the plans or indicated in the specifications. Although measurement, sampling and testing may be considered evidence as to conformity, the Engineer will be the sole judge as to whether the work or materials deviate from the plans and specifications. If found to be in its best interest, the Engineer has the right to accept Work that is not in accordance with the requirements of the Contract Documents, instead of requiring its removal and correction, in which case the total amount of the contract will be reduced as agreed between the Engineer and you. Such adjustment will be effected whether or not payment had been made. The Engineer’s decision as to any allowable deviations will be final. CONTROL OF WORK General Conditions 17 5.4 Coordination and Interpretation of Contract Documents Before commencing any portion of the Work, carefully examine all Drawings and Specifications and other information given to you as to materials and methods of construction and other Project requirements. You must immediately notify the Engineer in writing of any perceived or alleged error, inconsistency, ambiguity, or lack of detail or explanation in the Drawings and Specifications in the manner provided herein. If you or your Subcontractors, suppliers, or officers, agents, and employees perform, permit, or cause the performance of any work under the Contract Documents, which are known or should have been known to be in error, inconsistent, or ambiguous, or not sufficiently detailed or explained, you will bear any and all costs arising there from including, without limitation, the cost of correction thereof without increase or adjustment to the Contract Sum or the time for performance. If you perform, permit, or cause the performance of any work under the Contract Documents prepared by or on behalf of you in error, inconsistent or ambiguous, or not sufficiently detailed or explained, you will bear any and all resulting costs, including, without limitation, the cost of correction, without increase to or adjustment in the Contract Sum or the time for performance. In no case must any Subcontractor proceed with the work if uncertain without your written direction and/or approval. 5.4.1 Conflicts. (1) Any work called for by the drawings and not mentioned in the specifications, or vice versa, is to be furnished as though fully set forth by both. Where not specifically stated otherwise, all work and materials necessary for each unit of construction, including special construction for any specific brand or shape of materials called for, even though only briefly mentioned or indicated, is to be furnished and installed fully and completely, including, but not limited to, manufacturer's instructions and/or recommendations, as part of this Contract. (2) Should a conflict occur within or between any of the following, the more stringent applies: o Supplementary Conditions o General Conditions o Specifications (Divisions 1 through 16) o City Standard Specifications (current version) o Referenced Specifications o Drawings o City Engineering Standards o Manufacturer’s Recommendations o Codes and Ordinances (3) In case of conflicts the following documents take precedence in the following order: a. Change Orders/Written Amendments b. Field Orders CONTROL OF WORK General Conditions 18 c. Addenda (4) If there is a conflict between addenda, the most recent addendum takes precedence. (5) Figured dimensions prevail over scaled dimensions, and detailed drawings prevail over general drawings. (6) Schedules, when identified as such, govern over all other portions of the plans. (7) Specific notes govern over all other notes and all other portions of the plans except the schedules noted above. (8) In the event of conflict between specific notes or details, the more stringent governs. (9) Project Specifications govern over the project plans. Project plans will govern over City Engineering Standards and City Standard Specifications. 5.4.2 Omissions. (1) Work not particularly shown or specified will be the same as similar parts that are shown or specified or as directed. (2) Should it appear that the work to be done, or any of the matter relative thereto is not sufficiently detailed or explained in the Contract Documents, it is your responsibility to request from the Engineer further explanations as may be necessary, and to conform thereto as part of the Contract so far as may be consistent with the terms thereof. (3) The Engineer will provide direction for any work which is not dimensioned on the plans. (4) If Contract Documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts, materials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail will be deemed to be an implied requirement of Contract Documents in accordance with such standard. "Minor detail" includes the concept of substantially identical components, where the price of each such component is small even though the aggregate cost or importance is substantial, and includes a single component which is incidental, even though its cost or importance may be substantial. The quality and quantity of the parts or material so supplied must conform to trade standards and be compatible with the type, composition, strength, size, and profile of the parts of materials otherwise set forth in Contract Documents. CONTROL OF WORK General Conditions 19 5.4.3 Product Designation. When descriptive catalog designations, including manufacturer's name, product brand name, or model number are referred to in the contract, such designations are to be considered as being those found in industry publications of current issue at date of first Invitation to Bid. 5.4.4 Reference Standards. When standards of the federal government, trade societies, or trade associations are referred to in the contract by specific date of issue, these will be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first Invitation to Bid will be considered a part of this contract. 5.5 Issuance of Documents After Contract Award - Interpretations, Clarifications, Changes. The following documents will be used for resolving conflicts, errors or omissions in the plans and specifications, or if you have any question concerning interpretation or clarification of the contract. If you proceed with the work affected before receipt of the interpretation, clarification, or instructions from the Engineer, you must replace or adjust any work not in conformance therewith and will be responsible for any resultant damage or added cost. It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action be promptly taken. You as contractor hereby agrees that you have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. 5.5.1 Request for Information (RFI). An RFI is a written request prepared by you asking the Engineer to provide additional information necessary to clarify an item that you feel is not clearly shown or called for in the drawings or specifications, or to address problems which have arisen under field conditions. A RFI is to be used as a tool to add specific information that may be needed to complete the work but does not change the intent of the design or work required to give a complete and finished product. An RFI cannot modify the Contract Cost, Contract Time, or the Contract Documents. A RFI in no way automatically justifies additional time, money or a delay to the project. The RFI must reference all the applicable Contract Documents including specification section, detail, page numbers, drawing numbers, and sheet numbers, etc. You will make suggestions and/or interpretations of the issue raised by the RFI. You must write an RFI clearly with enough information so that the City Representative/Architect understands what information is needed. RFI’s must be numbered in sequence. If an RFI is resubmitted for CONTROL OF WORK General Conditions 20 additional information it will include a sequential number assigned to the original RFI. (RFI # 3 (2) would be the second request for RFI #3) You must use the Short Interval Schedule (3 weeks) for coordinating work and RFI’s as needed to complete the work as intended without causing delays. At the Engineer’s discretion, the Engineer may invoice you for any costs incurred for professional services if an RFI requests an interpretation or decision of a matter where the information sought is equally available to the party making such request. Such costs will be deducted from the next progress payment. The Engineer will make every effort to respond to RFI’s as quickly as possible but you must allow up to two weeks for a response without considering the response a delay to the project. Within these 2 weeks, the Engineer will either issue a response in the form of a clarification when there is no time or cost impacts involved in the response or the Engineer will issue a Cost Request Bulletin as outlined below. 5.5.2 Cost Request Bulletins (CRB). The Engineer may, from time to time during the course of the Work, issue Cost Request Bulletins (CRB) describing additional Work that may be desirable to include or delete from the Contract, by subsequent Change Order. You must respond to Cost Request Bulletins in a thorough and timely manner, identifying separately and fully the costs of the proposed additional or deleted work as described in the Change Order provisions. Failure by you to respond within 2 weeks or to adequately describe the costs fully to Cost Request Bulletins and as a result, delaying the timely performance of the Contract will not constitute justification for time extension or additional costs. 5.5.3 Field Orders. The Engineer will retain the right to issue Field Orders to you describing changes necessary or desirable to the work that may not involve additional cost or extension of the Contract time. Field Orders must be promptly executed and are not grounds for adjustment to the time or cost of Contract. Should you determine that there is cost or time impact to the Work due to the Field Order, you must immediately notify that fact in writing to the Engineer, describing the anticipated impacts, and request issuance of a Change Order. Each Field Order must receive a written response from you, acknowledging receipt, describing the action and time of completion for the work. A subsequent written notice must be submitted by you to the Engineer upon completion of the Work required by the Field Order stating that the work is complete and ready for inspection. 5.5.4 Change Orders. The Engineer reserves the right to require you to process and implement Change Orders in a timely fashion to add to or delete from the Work of the CONTROL OF WORK General Conditions 21 Contract. Provisions for change orders and methods of implementation are described in Section 4.5, “Changes in the Work.” 5.5.5 City's Directives. The Engineer reserves the right to issue City’s Directives, such as Correction Notices and Punch Lists, to require correction or repairs to the Work, or to require you to bring into conformity with any laws, codes, ordinances, safety orders or practices determined to be deficient at the work site and surrounding areas affected by the Work, or to correct deficiencies in the Work in regard to compliance with the Contract Documents. City’s Directives must be promptly executed and are not grounds for adjustment to the time or cost of Contract. Each City’s Directive must receive a written response from you, acknowledging receipt, describing the action and the time of completion for the Work. A subsequent written notice must be submitted by you to the Engineer upon completion of the Work required stating that the Work is complete and ready for inspection. 5.6 Work Beyond the Scope. Should any supplemental detail, clarification, field order, directive or additional detailed instructions, in your opinion, constitute work beyond the scope of the contract, you must submit a written notice of potential claim to the Engineer in accordance with Section 9.3, “Notice of Potential Claim,” of these General Conditions. The written notice of potential claim must set forth the reasons for which you believe additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. If, in the judgment of the Engineer, the claim is justified, the clarification, field order, directive or additional detailed instructions will be revised and the extra work authorized via an authorized change order. If the Engineer decides that the claim is not justified and you still fail to agree, you must nevertheless perform such work upon receipt from the Engineer of a written order to do so. In such case, you will have the right to have the claim later determined pursuant to Section 9.7.3, "Final Payment and Claims" you will have no claim for additional compensation because of such clarification, field order, directive or additional detailed instructions, unless he gives written notice to the Engineer in accordance with Section 9.3, “Notice of Potential Claim.”. 5.7 Order of work. When required by the specifications or plans, you must follow the sequence of operations as set forth therein. Full compensation for conforming to those requirements will be considered as included in the contract price paid for the work and no additional compensation will be allowed therefore. 5.8 Superintendence and Labor Force. You must supervise and direct the Work, using the best skill and attention. You must be solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of Work under the Contract. Before starting work, you must designate in writing, a competent, English-speaking, CONTROL OF WORK General Conditions 22 Superintendent who will have the authority to represent and act for you and who will be present at the site of the work at all times while work is in progress on the contract. The Superintendent must represent you in your absence and all directions given to him will be as binding as if given to you. The Superintendent must not be changed except with the consent of the Engineer, unless the Superintendent proves to be unsatisfactory to you and ceases to be in your employ. If the Superintendent proves to be unsatisfactory to the Engineer, he must be replaced within 10 calendar days after written notice from the Engineer to you. You must: furnish a competent and adequate staff as necessary for the proper administration, coordination, supervision, and superintendence of the Work; organize the procurement of all materials and equipment so that the materials and equipment will be available at the time they are needed for the Work. At all times you must provide sufficient labor to properly carry on the Work and to insure completion of each part in accordance with the schedule and within the contract time. You will make certain that competent workers are employed who are skilled in the type of work required and that workmanship is of the best, regardless of the quality of material. The Engineer has the right, but not the obligation, to require the removal from the Project of any superintendent or employee of yours who in the Engineer’s opinion the Engineer has cause to remove. 5.9 Lines and Grades. 5.9.1 General You will be responsible to provide such stakes or marks required for the completion of the Work. You must retain a qualified licensed Land Surveyor or a registered Civil Engineer to establish on the site the required reference points and bench marks, establish building lines and elevations, check structural framework for plumbness, and establish basic grid lines from which work must be laid out. Stakes and marks must be provided in the units, metric or English, that are shown on the plans. 5.9.2 Survey Reference Points. Locate and protect control points prior to starting work and preserve permanent reference points during construction. Should any existing survey monument be disturbed or destroyed during construction, it must be reset at the previous location. Should any existing benchmark be disturbed or destroyed during construction, a new one must be set at a nearby, but different, location than the existing, as determined by the Engineer. Monuments and benchmarks must be set by a Licensed Land Surveyor or a Registered Civil Engineer. The Engineer reserves the right to review the Land Surveyor or Engineer's license to determine its validity. For monuments, a Corner Record must be filed with the County and a copy delivered to the Engineer. For benchmarks, documentation of the benchmark and how it was reset must be delivered to the Engineer. 5.9.3 Project Survey Requirements. You must establish lines and levels; locate and lay out site improvements by establishing stakes for grading, fill, topsoil placement and invert elevations; locate CONTROL OF WORK General Conditions 23 and lay out batter boards for structures; and controlling lines and levels required for mechanical and electrical work. From time to time, you will verify layouts and new work to ensure conformance with the Contract Documents. 5.10 Inspection All work done and all materials furnished will be subject to inspection and observation by the Engineer. Inspection of the Work or materials must not relieve you from any obligation to fulfill this contract. Work and materials not meeting the requirements must be made good, and unsuitable work or materials may be rejected, despite that the work or materials have been previously inspected or that payment therefore has been included in a progress payment. Whenever you change the normal agreed-to hours of work, you must give a 24-hour notice to the Inspector, so that proper inspection may be provided. If you fail to properly notify the Inspector as specified above, any work performed by you outside the normal hours of work and in the absence of the Inspector will be subject to rejection. Normal hours of work must fall between 7:00 A.M. and 4:00 P.M. Monday through Friday unless otherwise stated in the Contract Documents. The Engineer must approve any hours worked outside of these indicated. If you elect to perform work outside the Inspector’s regular working hours, costs of any inspections required outside regular working hours will be invoiced to you by the Engineer and deducted from the next Progress Payment. 5.11 Uncovering of work If a portion of the Work is covered contrary to the Inspector's or Architect's request, or to requirements specifically expressed in the Contract Documents, it must, if required in writing by the Inspector or the Architect, be uncovered for the Inspector's or the Architect's observation and be replaced at your expense without change in the Contract Price or Time. If a portion of the Work has been covered which the Inspector or the Architect has not specifically requested to observe prior to its being covered, the Inspector or the Architect may request to see such work, and it must be uncovered by you. If such work is in accordance with the Contract Documents, costs of uncover and replacement will, by appropriate Change Order, be charged to the Engineer. If such work is not in accordance with Contract Documents, you must pay such costs unless the Engineer caused the condition, in which event the Engineer will be responsible for payment of such costs to you. You must promptly correct the Work rejected by the Inspector or the Engineer upon recommendation of the Architect or failing to conform to the requirements of the Contract Documents, whether observed before or after Completion and whether or not fabricated, installed, or completed. You must bear costs of correcting the rejected work, including additional testing, inspections, and compensation for the Inspector's or the Architect's services and expenses made necessary thereby. CONTROL OF WORK General Conditions 24 5.12 Inspection of the Work of Other Contractors It will be your duty and each Subcontractor before beginning any of this work, to examine all construction and work of other Contractors and Subcontractors that may affect their work and to satisfy itself that everything is in proper condition to receive its work. You must notify the Engineer in writing of any exception. Failure on your part to do so will constitute acceptance of the construction as suitable in all ways to receive their work 5.13 Removal of Rejected and Unauthorized Work All work that has been rejected must be remedied, or removed and replaced by you in an acceptable manner, and no compensation will be allowed to you for the removal, replacement or remedial work. Any work done beyond that required by the contract or authorized by the Engineer, will be considered as unauthorized work and will not be paid for. Upon order of the Engineer, unauthorized work must be remedied, removed or replaced at your expense. Upon your failure to comply promptly with any order of the Engineer made under this Section, the Engineer may cause rejected or unauthorized work to be remedied, removed or replaced, and to deduct the costs from any moneys due or to become due to you. Engineer may retain the cost of the rejected work from any payments due to you until such time as the work is made acceptable to the Engineer. 5.14 Alternate Methods of Construction Whenever the plans or specifications provide that more than one specified method of construction or more than one specified type of material or construction equipment may be used to perform portions of the work and leave the selection of the method of construction or the type of material or equipment to be used up to you, it is understood that the Engineer does not guarantee that every specified method of construction or type of material or equipment can be used successfully throughout all or any part of any project. It will be your responsibility to select and use the alternative or alternatives that will satisfactorily perform the work under the conditions encountered. In the event some of the alternatives are not feasible or it is necessary to use more than one of the alternatives on any project, full compensation for any additional cost involved will be considered as included in the contract price paid and no additional compensation will be allowed therefore. 5.15 Differing Site Conditions. During the progress of the Work, you must promptly, and before the following conditions are disturbed, notify the Engineer, in writing, of any: (1) Material that you believe may be material that is hazardous material or waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. (2) Subsurface or latent physical conditions at the site differing from those CONTROL OF WORK General Conditions 25 indicated. (3) Unknown physical conditions at the Site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. (4) Hidden or buried Cultural Resources of an archaeological nature. The Engineer must promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in your cost of, or the time required for, performance of any part of the work, must issue a change order under the procedures described Section 4.5, “Changes in the Work.” In the event that a dispute arises between the Engineer and you whether the conditions materially differ, or involve hazardous waste or materials, or cause a decrease or increase in your cost of, or time required for, performance of any part of the Work, you will not be excused from any scheduled completion date provided for by the Contract Documents, but must proceed with all work to be performed under the Contract Documents. You must retain any and all rights provided either by Contract Documents or by law that pertain to the resolution of disputes and protests between the contracting parties. 5.16 Archaeological Monitoring. When Archeological monitoring is required for construction operations involving excavation, such monitoring will be performed by an archaeologist retained by the Engineer to work in conjunction with the project. The Archaeologist has no authority to direct your work. Any costs incurred by you resulting from work done at the direction of the Archaeologist will be your responsibility. You must give the Engineer written notice 10 days in advance of the date that you intend to begin excavation to allow for scheduling of the archaeologist. If such date changes, or if you perform excavation on an intermittent basis, you must notify the Engineer 2 days in advance of the date that the excavation will be performed. If remains of an archaeological nature are discovered during excavation, you must cease work in the area of discovery until the archaeologist can evaluate the significance of the find. If, in the opinion of the Engineer, the controlling operation is delayed due to archaeological monitoring, an extension of time, determined pursuant to the provisions in Section 4.5.6(6), "Allowable Time Extensions", will be granted. If, as a result of the archeological recovery, you sustain loss which could not have been avoided by the judicious handling of forces and equipment, you will be paid such amount as the Engineer may find to be a fair and reasonable compensation for such part of your actual loss, as, in the opinion of the Engineer, was unavoidable, determined in the same manner as set forth in Section 4.5.6, "Allowable Costs Upon Change Orders.” CONTROL OF WORK General Conditions 26 5.17 Discovery of Asbestos and Hazardous Substances. When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and you encounter materials which you reasonably believe to be asbestos or a hazardous substance as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, you may continue work in unaffected areas reasonably believed to be safe. You must immediately cease work in the affected area and report the condition to the Engineer in writing. In conformance with Section 25914.1 of the Health and Safety Code, removal of asbestos or hazardous substances including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract. If delay of work in the area delays the current controlling operation, you will be compensated for the delay in conformance with the provisions in Section 8.9, "City- Caused Delays.” 5.18 Hazardous Material Work Limitations. In the event that the presence of hazardous materials is suspected or discovered on the Site, the Engineer will retain an independent testing laboratory to determine the nature of the material encountered and whether corrective measures or remedial action is required. You will not be required to perform without consent any work in the affected area of the Site relating to asbestos or other hazardous material, until any known or suspected hazardous material has been removed, or rendered harmless, or determined to be harmless by the Engineer, as certified by an independent testing laboratory and/or approved by the appropriate government agency. 5.19 City’s/Contractor’s Responsibility for Hazardous Materials on the Work Site. In the event the presence of hazardous materials on the project site is not caused by you, the Engineer will pay for all costs of testing and remediation, if any, and will compensate you for any additional costs incurred or Project delay in accordance with the applicable provisions herein. In addition, the Engineer must defend, indemnify and hold you harmless and its agents, officers, directors and employees from and against any and all claims, damages, losses, costs and expenses incurred in connection with or arising out of, or relating to, the performance of the Work in the area affected by the hazardous material. In the event the hazardous materials on the Project Site is caused by you, Subcontractors, material men or suppliers, you must pay for all costs of testing and remediation, if any, and must compensate the City for any additional costs incurred as a result of your generation of hazardous material on the Project Site. In addition, you must defend, indemnify and hold harmless the City and its agents, officers, and employees from and against any and all claims, damages, losses, costs and expenses incurred in connection with, arising out of, or relating to, the presence of hazardous material on the Project Site. CONTROL OF WORK General Conditions 27 5.20 Character of Workers. If, in the judgment of the Engineer, any person is incompetent, disorderly, or fails to comply with any of the contract provisions after receiving written or oral communication as to the lack of compliance, you must promptly remove such person from the project and also must not be reemployed thereon. You must enforce strict discipline and good order among your employees and other persons carrying out the Contract including, but not limited to, Subcontractors, and material or equipment suppliers retained for the Project. You will not permit employment of unfit persons or persons not skilled in tasks assigned to them. 5.21 Cost Reduction Incentive. You may submit in writing to the Engineer, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the total cost of construction. The cost reduction proposal must not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, or design and safety standards. Cost reduction proposals must contain the following information: (1) A description of both the existing contract requirements for performing the work and the proposed changes. (2) An itemization of the contract requirements that must be changed if the proposal is adopted. (3) A detailed estimate of the cost of performing the work under the existing contract and under the proposed change. The estimates of cost must be determined in the same manner as a change order or extra work as provided in Section 4.5, "Changes in the Work." (4) A statement of the time within which the Engineer must make a decision thereon. (5) The contract items of work affected by the proposed changes, including any quantity variation attributable thereto. The provisions of this Section proposal will not be construed to require the Engineer to consider any cost reduction which may be submitted hereunder and the Engineer will not be liable to you for failure to accept or act upon any cost reduction proposal submitted pursuant to this section nor for any delays to the work attributable to any cost reduction proposal. If a cost reduction proposal is similar to a change in the plans or specifications, under consideration by the Engineer for the project, at the time the proposal is submitted or if the proposal is based upon or similar to Standard Specifications or Engineering Standards adopted by the Engineer after the advertisement for the contract, the Engineer will not accept the proposal, and reserves the right to make the changes without compensation to you under the provisions of this section. You will continue to perform the work in accordance with the requirements of the contract until an executed change order, incorporating the cost reduction proposal CONTROL OF WORK General Conditions 28 has been issued. If an executed change order has not been issued by the date upon which your cost reduction proposal specifies that a decision thereon should be made, or such other date as you may subsequently have specified in writing, the cost reduction proposal must be deemed rejected. The Engineer will be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings in construction costs from the adoption of all or any part of the proposal. In determining the estimated net savings, the right is reserved to disregard the contract bid prices if in the judgment of the Engineer, those prices do not represent a fair measure of the value of work to be performed or to be deleted. The Engineer reserves the right where it deems such action appropriate, to require you to share in the City's costs of investigating a cost reduction proposal submitted by you as a condition of considering the proposal. Where this condition is imposed, you must indicate acceptance thereof in writing, and that acceptance must constitute full authority for the Engineer to deduct amounts payable to the City from any moneys due or that may become due to you under the contract. If your cost reduction proposal is accepted in whole or in part the acceptance will be by a Change Order, which will specifically state that it is executed pursuant to this Section. The Change Order must incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or that part of it as has been accepted to be put into effect, and must include any conditions upon which the Engineer’s approval thereof is based if the approval of the Engineer is conditional. The Change Order must also set forth the estimated net savings in construction costs attributable to the cost reduction proposal effectuated by the Change Order, and must further provide that you be paid 50% of that estimated net savings amount. Your cost of preparing the cost reduction incentive proposal and the Engineer’s costs of investigating a cost reduction incentive proposal, including any portion thereof paid by you, will be excluded from consideration in determining the estimated net savings in construction costs. Acceptance of the cost reduction proposal and performance of the work thereunder must not extend the time of completion of the contract unless specifically provided for in the contract change order authorizing the use of the cost reduction proposal. The amount specified to be paid to you in the change order that effectuates a cost reduction proposal must constitute full compensation to you for the cost reduction proposal and the performance of the work thereof pursuant to the change order. The Engineer expressly reserves the right to adopt a cost reduction proposal for general use on contracts administered by the City when it determines that the proposal is suitable for application to other contracts. When an accepted cost reduction proposal is adopted for general use, only you who first submitted that proposal will be eligible for compensation pursuant to this section, and in that case, only as to those contracts awarded to you prior to submission of the accepted cost reduction proposal and as to which the cost reduction proposal is also submitted and accepted. Cost reduction proposals identical or similar to previously submitted proposals will be eligible for consideration and compensation under the provisions of CONTROL OF WORK General Conditions 29 this Section if the identical or similar previously submitted proposals were not adopted for general application to other contracts administered by the Department. Subject to the provisions contained herein, the State or any other public agency will have the right to use all or any part of any submitted cost reduction proposal without obligation or compensation of any kind to you. This Section of the specifications will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. CONTROL OF MATERIALS General Conditions 30 6. CONTROL OF MATERIALS 6.1 Source of Supply and Quality of Materials. You must furnish all materials required to complete the work. Only materials conforming to the requirements of the specifications will be incorporated in the work. The materials furnished and used must be new, except as may be indicated otherwise in the specifications or on the plans. The materials must be manufactured, handled and used in a workmanlike manner to ensure completed work in accordance with the plans and specifications. Materials to be used in the work will be subject to inspection and tests by the Engineer or the Engineer’s designated representative. You must furnish without charge such samples as may be required. You are directed to Division 1, “Submittals,” and “Quality Control,” for additional requirements. 6.2 Contractor’s Responsibility for Submittals and Shop Drawings. You must obtain and must submit to the Engineer all required shop drawings and samples in accordance with Division 1 “Submittals” and with such promptness as to cause no delay in its own work or in that of any other contractor or subcontractor but in no event later than specified in Division 1 “Submittals,” after the Notice to Proceed has been issued. No extensions of time will be granted to you or any Subcontractor because of its failure to have shop drawings and samples submitted in accordance with the schedule. 6.3 Storage of Materials. Articles or materials to be incorporated in the work must be stored in such a manner as to ensure the preservation of their quality and fitness for the work, and to facilitate inspection. Stockpiling materials in the street must be kept to a minimum and will be utilized or removed by the end of each day. Provisions must be made for control of dust, arising for whatever reason, from stockpiles of materials. You must be responsible for maintaining all of your stockpile areas in a neat condition and as dust-free as possible. 6.4 Defective Materials. All materials that the Engineer has determined do not conform to the requirements of the plans and specifications will be rejected whether in place or not. The rejected materials must be removed immediately from the site of the work, unless otherwise permitted by the Engineer. No rejected material, the defects of which have been subsequently corrected, will be used in the work, unless approval in writing has been given by the Engineer. Upon failure of you to comply promptly with any order of the Engineer made under the provisions in this Section, the Engineer will have authority to cause the removal and replacement of rejected material and to deduct the cost thereof from any moneys due or to become due to you. CONTROL OF MATERIALS General Conditions 31 6.5 Trade Names, Alternatives and Substitutions of “or Equal” Materials. For convenience in designation on the plans or in the specifications, certain materials, products or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other identifying information, hereinafter referred to generically as "designated by brand name." You may substitute alternative material, products or equipment that is of equal quality and of the required characteristics for the purpose intended provided you comply with the requirements of Division 1 “Substitutions.” 6.6 Plant Inspection. The Engineer may inspect the production of material or the manufacture of products at the source of supply. Plant inspection, however, will not be undertaken until the Engineer is assured of the cooperation and assistance of both you and the material producer. The Engineer or the Engineers authorized representative will have free entry at all times to those parts of the plant as concerns the manufacture or production of the materials. Adequate facilities must be furnished free of charge to make the necessary inspection. The Engineer assumes no obligation to inspect materials at the source of supply. 6.7 Testing of Materials. Materials, articles, equipment or other work requiring tests are specified in the contract. Materials, articles and equipment requiring tests must be delivered to the site in ample time before intended use to allow for testing and will not be used prior to testing and receipt of written approval. You must be solely responsible for notifying the Engineer at least two (2) working days prior where and when materials, articles, equipment and work are ready for testing. Should any such materials, articles, equipment or work be covered without testing and approval, if required, they will be uncovered at your expense. The Engineer has the right to order the testing of any other materials, articles, equipment or work any time during the progress of the work. Unless otherwise directed, all samples for testing must be taken by the Inspector or the testing laboratory and must be taken from materials, articles or equipment to be used on the project or from work performed. All tests will be under the supervision of, and at locations convenient to, the Engineer. Decisions regarding the adequacy of materials, articles, equipment or work must be issued to the Engineer in writing. All costs of the initial required tests will be borne by the Engineer except where otherwise specified in the Contract Documents. Whenever the Engineer exercises their option to take further samples and tests and the results show that the work was not defective, the City will bear the costs of such samples and tests. If such work is found not in accordance with contract documents, you must reimburse such costs. Samples that are of value after testing will remain your property. You must, at your own expense, furnish, package, mark and deliver all samples to be tested, when so directed by the inspector, testing laboratory or as required by the specifications. Delivery of samples to the testing laboratory must be made in ample time to allow tests to be made without delaying construction. No extra time will be allowed for the completion of the work by reason of delay in testing samples. You CONTROL OF MATERIALS General Conditions 32 must allow free access at all times to the representatives of the testing laboratory to the sources from which samples are taken. All test reports must be sent to all parties designated by the Engineer. 6.8 Hazardous and Contaminated Materials Furnished by the Contractor. For new construction and for all your furnished supplies and equipment that may contain hazardous materials, you must develop and implement a written Hazard Communication Program (HCP) for its employees in accordance with the California Code of Regulations. Two copies of your written HCP must be submitted to the Engineer prior to the start of work at the site. The HCP must be revised and kept current as required by the continuing progress of the work. Two copies of any revisions must be delivered to the Engineer prior to the material arrival on site. Your HCP must include the MSDS for all hazardous materials you will be using at the site. One copy of the original HCP and all revisions must be retained on site. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 33 7. LEGAL RELATIONS AND RESPONSIBILITY 7.1 Laws to be Observed. You must be fully informed of all existing and future State and Federal laws and county and municipal ordinances 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 way 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. You must at all times observe and comply with, and must cause all your agents and employees to observe and comply with all such existing and future laws, ordinances, regulations, orders and decrees of bodies or tribunals having any jurisdiction or authority over the work; and protect and indemnify the City of San Luis Obispo, and all officers and employees thereof connected with the work, including but not limited to the Engineer; against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by yourself or your employees. Before commencing any portion of the Work, check and review the Drawings and Specifications for such portion for conformance and compliance with all laws, ordinances, codes, rules and regulations of all governmental authorities and public utilities affecting the construction and operation of the physical plant of the Project, all quasi-governmental and other regulations affecting the construction and operation of the physical plant of the Project, and other special requirements, if any, designated in the Contract Documents. In the event you observe any violation of any law, ordinance, code, rule or regulation, or inconsistency with any such restrictions or special requirements of the Contract Documents, promptly notify the Engineer in writing of same and ensure that any such violation or inconsistency will be corrected in the manner provided hereunder prior to the construction of that portion of the Project. Where requirements of the Contract Documents exceed those of the applicable building codes and ordinances, the Contract Documents govern. The project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7.2 Payments to Sub-contractors. In accordance with Section 7108.5 of the Business and Professions Code, You must promptly pay all subcontractors within ten (10) days of receipt of each progress payment, unless otherwise agreed to in writing by the parties, the respective amounts allowed you on account of the work performed by its subcontractors, to the extent of each such subcontractor's interest therein. 7.3 Labor Code Requirements. 7.3.1 Hours of Labor. Eight hours labor constitutes a legal day's work. You or any subcontractor under you must forfeit, as a penalty to the City, $25 for each workman employed in the execution of the contract by you or subcontractor for each calendar day during which that workers required or permitted to work more LEGAL RELATIONS AND RESPONSIBILITY General Conditions 34 than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the requirements of the Labor Code, and in particular, Section 1810 to Section 1815, thereof, inclusive, except that work performed by your employees in excess of 8 hours per day, and 40 hours during any one week, must be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half times the basic rate of pay, as provided in said Section 1815. Any violations of this article must be reported to the State Division of Labor Standards Enforcement. 7.3.2 Prevailing Wage. You and any of your subcontractors must comply with Labor Code Sections 1774 and 1775. Pursuant to said Section 1775 you and any of your subcontractors must forfeit to the City or political subdivision on whose behalf the contract is made or awarded a penalty of not more than fifty dollars ($50.00) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director of Industrial Relations for the work or craft in which the worker is employed for any public work done under the contract by you or by any subcontractor in violation of the requirements of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. The amount of this forfeiture will be determined by the Labor Commissioner and will be based on consideration of the mistake, inadvertence, or neglect by you or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of you or subcontractor in meeting their respective prevailing wage obligations, or the willful failure by you or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if you or subcontractor had knowledge of the obligations under the Labor Code. In addition to said penalty and pursuant to said Section 1775, the difference between such prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate must be paid to each worker by you. If a worker employed by a subcontractor on a public works project is not paid the general prevailing per diem wages by the subcontractor, the prime contractor of the project is not liable for the penalties described above unless the prime contractor had knowledge of that failure of the subcontractor to pay the specified prevailing rate of wages to those workers or unless the prime contractor fails to comply with all of the following requirements: (1) The contract executed between you and the subcontractor of the performance of work on the public works project must include a copy of the requirements in Sections 1771, 1775, 1776, 1777.5, 1813 and 1815 of the Labor Code. (2) You must monitor the payment of the specified general prevailing rate of per diem by the subcontractor to the employees, by periodic review of the certified payroll records of the subcontractor. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 35 (3) Upon becoming aware of the subcontractor’s failure to pay the specified prevailing rate of wages to the subcontractor’s workers, you must diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for work performed on the public works project. (4) Prior to making final payment to the subcontractor for work performed on the public works project, you must obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages to the subcontractor’s employees on the public works project and any amounts due pursuant to Section 1813 of the Labor Code. Pursuant to Section 1775 of the Labor Code, the Division of Labor Standards Enforcement will notify you on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a subcontractor on that public works project to pay workers the general prevailing rate of per diem wages. If the Division of Labor Standards Enforcement determines that employees of a subcontractor were not paid the general prevailing rate of per diem wages and if the Engineer did not retain sufficient money under the contract to pay those employees the balance of wages owed under the general prevailing rate of per diem wages, you must withhold an amount of moneys due the subcontractor sufficient to pay those employees the general prevailing rate of per diem wages if required by the Division of Labor Standards Enforcement. You will pay any money retained from and owed to a subcontractor upon receipt of notification by the Division of Labor Standards Enforcement that the wage complaint has been resolved. If notice of the resolution of wage complaint has not been received by you within 180 days of the filing of a valid notice of completion or acceptance of the public works project, whichever occurs later, you must pay all moneys retained from the subcontractor to the City. The Engineer will retain these moneys pending the final decision of an enforcement action. Pursuant to the provisions of Section 1773 of the Labor Code, the Engineer has obtained the general prevailing rate of wages (which rate includes employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in Section 1773.8 of said Code, apprenticeship or other training programs authorized by Section 3093 of said Code, and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. The holiday wage rate listed must be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. The general prevailing wages rates and any applicable changes to these wage rates are available at the Public Works Office. General prevailing wage rates are also available from the California Department of Industrial Relations’ Internet Web Site at: http://www.dir.ca.gov. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 36 The wage rates determined by the Director of Industrial Relations for the project refer to expiration dates. Prevailing wage determinations with a single asterisk after the expiration date are in effect on the date of advertisement for bids and are good for the life of the contract. Prevailing wage determinations with double asterisks after the expiration date indicate that the wage rate to be paid for work performed after this date has been determined. If work is to extend past this date, the new rate must be paid and incorporated in the contract. You must contact the Department of Industrial Relations as indicated in the wage rate determinations to obtain predetermined wage changes. Pursuant to Section 1773.2 of the Labor Code, genera prevailing wage rates must be posted by you at a prominent place at the site of the work. Changes in general prevailing wage determinations that conform to Labor Code Section 1773.6 and Title 8 California Code of Regulations Section 16204 must apply to the project when issued by the director of Industrial Relations at least 10 days prior to the date of the Notice to Contractors for the project The City will not recognize any claim for additional compensation because of the payment by you of any wage rate in excess of the prevailing wage rate set forth in the contract. The possibility of wage increases is one of the elements to be considered by you in determining your bid, and will not under any circumstances be considered as the basis of a claim against the City on the contract. 7.3.3 Travel and Subsistence Payments. You must 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 with the Department of Industrial Relations pursuant to Labor Code Section 1773.8. 7.3.4 Payroll Records. Attention is directed to the requirements in Labor Code Section 1776, a portion of which is quoted below. Regulations implementing Labor Code Section 1776 are located in Sections 16016 through 16019 and Sections 16207.10 through 16207.19 of Title 8, California Code of Regulations. "(a) Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: (1) The information contained in the payroll record is true and correct. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 37 (2) The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by his or her employees on the public works project. "(b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) Upon request by the public, a certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or for copies thereof. However, a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the contractor. "(c) The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as the forms provided by the division. "(d) A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested the records within 10 days after receipt of a written request. "(e) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be marked or obliterated in a manner so as to prevent disclosure of an individual's name, address and social security number. The name and address of the contractor awarded the contract or the subcontractor performing the contract shall not be marked or obliterated. "(f) The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five working days, provide a notice of a change of location and address. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 38 "(g) The contractor or subcontractor shall have 10 days in which to comply subsequent to receipt of a written notice requesting the records enumerated in subdivision (a). In the event that the contractor or subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this section.” The penalties specified in subdivision (g) of Labor Code Section 1776 for noncompliance with the requirements in Section 1776 may be deducted from any moneys due or which may become due to you. A copy of all payrolls must be submitted weekly to the Engineer. Payrolls must contain the full name, address and social security number of each employee, the employee's correct classification, rate of pay broken down into base pay rate and fringe benefit pay rate, daily and weekly number of hours worked, itemized deductions made and actual wages paid. They must also indicate apprentices and ratio of apprentices to journeymen. The employee's address and social security number need only appear on the first payroll on which that name appears. The payroll must be accompanied by a "Statement of Compliance" signed by the employer or the employer's agent indicating that the payrolls are correct and complete and that the wage rates contained therein are not less than those required by the contract. The "Statement of Compliance" must be on forms furnished by the Department or on any form with identical wording. You will be responsible for the submission of copies of payrolls of all subcontractors. You must also furnish the Engineer one Portable Document Format (PDF) Adobe Acrobat file which contains all certified payroll records for the prior month’s work. The PDF file must be redacted making your employee social security number and address illegible. Failure to submit a PDF file with other monthly payroll records will be considered an incomplete payroll submission and penalties will be assessed per this Section. In addition to the above, the first payroll received from you of subcontractor must include a Statement of Fringe Benefits clearly defining which benefits are paid directly to the employees and part of their hourly rate and which benefits are paid into an approved program. Fringe benefit statements must be signed by the employer or the employer’s agent certifying the fringe benefit statement is correct and the employer has been authorized to make any payments on behalf of the employee to approved programs. If by the 15th of the month, you have not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1st of that LEGAL RELATIONS AND RESPONSIBILITY General Conditions 39 month, the Engineer will retain an amount equal to 10 percent of the estimated value of the work performed (exclusive of Mobilization) during the month from the next monthly estimate, except that this retention must not exceed $10,000 nor be less than $1,000. Retentions for failure to submit satisfactory payrolls will be additional to all other retentions provided for in the contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. You and each subcontractor must preserve your payroll records for a period of 3 years from the date of completion of the contract. 7.3.5 Labor Nondiscrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." 7.3.6 Apprentices. Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the Labor Code. All apprentices employed by you to perform services under the Contract must be paid the standard wage paid to apprentices under the regulations of the craft or trade at which he or she is employed, and must be employed only at the Work of the craft or trade to which he or she is registered. Only apprentices, as defined in section 3077 of the Labor Code, who are in training under apprenticeship standards and written apprenticeship agreements under Chapter 4 (commencing with §3070) of Division 3, are eligible to be employed under this Contract. The employment and training of each apprentice will be in accordance with the apprenticeship standards and apprentice agreements under which he or she is training. When you to whom the Contract is awarded by the Engineer, or any Subcontractor under him or her, in performing any of the Work under the Contract or subcontract, employs workers in any apprenticeable craft or trade, you and Subcontractor must apply to the joint apprenticeship committee administering the apprenticeship standards of the craft or trade in the area of the Site of the Project, for a certificate approving your Subcontractor under the apprenticeship standards for the employment and training of apprentices in the area or industry affected. However, approval as established by the joint apprenticeship committee or committees will be subject to the approval of the Administrator of Apprenticeship. The joint LEGAL RELATIONS AND RESPONSIBILITY General Conditions 40 apprenticeship committee or committees, subsequent to approving the subject Contractor or Subcontractor, must arrange for the dispatch of apprentices to you or Subcontractor in order to comply with this section. You and the Subcontractor must submit the contract award information to the applicable joint apprenticeship committee that must include an estimate of journeyman hours to be performed under the Contract, the number of apprentices to be employed, and the approximate dates the apprentices will be employed. There will be an affirmative duty upon the joint apprenticeship committee or committees administering the apprenticeship standards of the crafts or trade in the area of the Site of the Project, to ensure equal employment and affirmative action and apprenticeship for women and minorities. You or Subcontractors will not be required to submit individual applications for approval to local joint apprenticeship committees provided they are already covered by the local apprenticeship standards. The ratio of work performed by apprentices to journeymen, who must be employed in the craft or trade on the Project, may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship committee operates, but, except as otherwise provided in this section, in no case will the ratio be less than one (1) hour of apprentice work for every five (5) hours of labor performed by a journeyman. However, the minimum ratio for the land surveyor classification will not be less than one (1) apprentice for each five (5) journeymen. Any ratio will apply during any day or portion of a day when any journeyman, or the higher standard stipulated by the joint apprenticeship committee, is employed at the Site and must be computed on the basis of the hours worked during the day by journeymen so employed, except for the land surveyor classification. You will employ apprentices for the number of hours computed as above before the end of the Contract. However, you must endeavor, to the greatest extent possible, to employ apprentices during the same time period that the journeymen in the same craft or trade are employed at the Site. Where an hourly apprenticeship ratio is not feasible for a particular craft or trade, the Division of Apprenticeship Standards, upon application of a joint apprenticeship committee, may order a minimum ratio of not less than one (1) apprentice for each five (5) journeymen in a craft or trade classification. You or the Subcontractor, if he or she is covered by this section upon the issuance of the approval certificate, or if he or she has been previously approved in the craft or trade, will employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the apprenticeship standards. Upon proper showing by you that he or she employs apprentices in the craft or trade in the state on all of his or her contracts on an annual average of not less than one (1) hour of apprentice work for every five (5) hours of labor performed by a journeyman, or in the land surveyor classification, one (1) apprentice for each five (5) journeymen, the Division of Apprenticeship Standards may grant a certificate exempting you from the one (1)-to-five (5) hourly ratio as set forth in this section. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 41 This section will not apply to contracts of general contractors or to contracts of specialty contractors not bidding for work through a general or prime contractor, when the contracts of general contractors or those specialty contractors involve less than Thirty Thousand Dollars ($30,000) or twenty (20) working days. Any work performed by a journeyman in excess of eight (8) hours per day or forty (40) hours per week, will not be used to calculate the hourly ratio required by this section. "Apprenticeable craft or trade" as used herein means a craft or trade determined as an apprenticeable occupation in accordance with the rules and regulations prescribed by the Apprenticeship Council. The joint apprenticeship committee will have the discretion to grant a certificate, which will be subject to the approval of the Administrator of Apprenticeship, exempting you from the one (1)-to-five (5) ratio set forth herein when it finds that any one of the following conditions is met: (5) Unemployment for the previous three-month period in the area exceeds an average of fifteen percent (15%). (6) The number of apprentices in training in such area exceeds a ratio of one (1)-to-five (5). (7) There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth (1/30) of its journeymen annually through the apprenticeship training, either on a statewide basis or on a local basis. (8) Assignment of an apprentice to any work performed under this contract would create a condition which would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large or if the specific task to which the apprentice is to be assigned is of such a nature that training cannot be provided by a journeyman. When exemptions are granted to an organization that represents contractors in a specific trade from the 1-to-5 ratio on a local or statewide basis, the member contractors will not be required to submit individual applications for approval to local joint apprenticeship committees, if they are already covered by the local apprenticeship standards. You to whom the Contract is awarded or any Subcontractor under him or her, who, in performing any of the Work under the Contract, employs journeymen or apprentices in any apprenticeable craft or trade and who is not contributing to a fund or funds to administer and conduct the apprenticeship program in any such craft or trade in the area of the site of the Project, to which fund or funds other contractors in the area of the site of the Project are contributing, must contribute to the fund or funds in each craft or trade in which he or she employs journeymen or apprentices on the Project in the same amount or upon the same basis and in the same manner as the other contractors do, but where the trust fund administrators are unable to accept the funds, contractors not signatory to the trust agreement must pay a like amount to the California Apprenticeship Council. You or the subcontractor may add the LEGAL RELATIONS AND RESPONSIBILITY General Conditions 42 amount of the contributions in computing his or her bid for the contract. The Division of Labor Standards Enforcement is authorized to enforce the payment of the contributions to the fund or funds as set forth in the Labor Code §227. The responsibility of compliance with Section 1777.5 of the Labor Code for all apprenticeable occupations is with the prime contractor. All decisions of the Joint Apprenticeship Committee under Labor Code section 1777.5 are subject to Labor Code section 3081. It is unlawful for an employer or a labor union to refuse to accept otherwise qualified employees as registered apprentices on any public works on the grounds of race, religious creed, color, national origin, ancestry, sex, or age, except as provided in the Labor Code section 3077. Pursuant to Labor Code section 1777.7, in the event you or Subcontractor willfully fails to comply with the provisions of Labor Code section 1777.5, the Director of Industrial Relations will deny to you or Subcontractor, both individually and in the name of the business entity under which you or subcontractor is doing business, the right to bid on, or to receive, any public works contract for a period of up to one year for the first violation and for a period of up to three years for the second and subsequent violations. Each period of debarment will run from the date the determination of noncompliance by the Administrator of Apprenticeship becomes an order of the California Apprenticeship Council. You or the Subcontractor who violates section 1777.5 will forfeit as a civil penalty the sum of $50 for each calendar day of noncompliance. Notwithstanding section 1727, upon receipt of a determination that a civil penalty has been imposed, the awarding body must withhold the amount of the civil penalty from the contract progress payments then due or to become due. In lieu of the penalty provided for in subdivision (1) or (2), the director may for a first time violation and with the concurrence of the joint apprenticeship committee, order you or the subcontractor to provide apprentice employment equivalent to the work hours that would have been provided for apprentices during the period of noncompliance. Any funds withheld by the awarding body pursuant to this section must be deposited in the General Fund if the awarding body is a state entity or in the equivalent fund of an awarding body if the awarding body is an entity other than the state. The interpretation and enforcement of section 1777.5 and this section will be in accordance with the rules and procedures of the California Apprenticeship Council. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 43 7.3.7 Workers’ Compensation. You will be required to secure payment of Workers' Compensation to its employees in accordance with Labor Code Section 3700 and will file with the Engineer prior to performing the work the certification required in Labor Code Section 1861. 7.3.8 Suits to Recover Penalties and Forfeitures. Attention is directed to Sections 1730 to 1733, inclusive, of the Labor Code concerning suits to recover amounts withheld from payment for failure to comply with requirements of the Labor Code or contract provisions based on those laws. Those sections provide that a suit on the contract for alleged breach thereof in not making the payment is the exclusive remedy of you or your assignees with reference to amounts withheld for those penalties or forfeitures; and that the suit must be commenced and actual notice thereof received by the awarding authority prior to 90 days after completion of the contract and the formal acceptance of the job. Submission of a claim under Section 7.8.3, “Final Payment and Claims," for the amounts withheld from payment for those penalties and forfeitures is not a prerequisite for those suits, and these claims will not be considered. 7.4 Vehicle Code. Pursuant to the authority contained in Vehicle Code Section 591, the City has determined that within those areas that are within the limits of the project and are open to public traffic, you must comply with all the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. Attention is directed to the statement in Vehicle Code Section 591 that this section must not relieve you or any person from the duty of exercising due care. You must take all necessary precautions for safe operation of your equipment and the protection of the public from injury and damage from your equipment. 7.5 Trench Safety (More than 5 Feet Deep). Pursuant to Labor Code section 6705, if the Contract Price exceeds $25,000 and involves the excavation of any trench or trenches five (5) feet or more in depth, you must, in advance of excavation, submit to the Engineer, a detailed plan showing the design of shoring for protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the Shoring System Standards established by the Construction Safety Orders, the plan must be prepared by a registered civil or structural engineer, but in no case will such plan be less effective than that required by the Construction Safety Orders. No excavation of such trench or trenches will be commenced until said plan has been accepted by the Engineer or by the person to whom authority to accept has been delegated by the Engineer. Pursuant to Labor Code section 6705, nothing herein will impose tort liability upon the City or any of its employees LEGAL RELATIONS AND RESPONSIBILITY General Conditions 44 7.6 Air Pollution Control. You must comply with all air pollution control rules, regulations, ordinances and statutes which apply to the work performed under the contract, including any air pollution control rules, regulations, ordinances and statutes, adopted under the authority of Section 11017 of the Government Code. In the absence of any applicable air pollution control rules, regulations, ordinances or statutes governing solvents, all solvents, including but not limited to the solvent portions of paints, thinners, curing compounds, and liquid asphalt used on the project, must comply with the applicable material requirements of the South Coast Air Quality Management District. All containers of solvent, paint, thinner, curing compound or liquid asphalt must be labeled to indicate that the contents fully comply with these requirements. Unless otherwise provided in the Contract Documents, material to be disposed of must not be burned either inside or outside the premises. 7.7 Water Pollution. All work by you under this contract must comply with City Storm Water Ordinance Chapter 12.08 of the Municipal Code, and with the requirements of Section 20-3, “Erosion Control” of the City Standard Specifications. You must exercise every reasonable precaution to protect streams, lakes, reservoirs, bays, and coastal waters from pollution with fuels, oils, bitumens, calcium chloride and other harmful materials and must conduct and schedule operations so as to avoid or minimize muddying and silting of streams, lakes, reservoirs, bays and coastal waters. All drainage inlets will be considered as flowing to a waterway protected under this section. You must not allow anything but storm water to flow into a drainage inlet. Water pollution control work is intended to provide prevention, control and abatement of water pollution to streams, waterways and other bodies of water, and will consist of constructing those facilities that may be shown on the plans, specified herein or directed by the Engineer. In order to provide effective and continuous control of water pollution it may be necessary for you to perform the contract work in small or multiple units, on an out of phase schedule, and with modified construction procedures. You must provide temporary water pollution control measures including but not limited to, dikes, basins, ditches, and applying straw and seed, which become necessary as a result of your operations. You must coordinate water pollution control work with all other work done on the contract. Nothing in the terms of the contract or in these provisions will relieve you of the responsibility for compliance with Fish and Game codes, the Water Quality Control Board regulations, or other applicable statutes relating to prevention or abatement of water pollution. The requirements of this section will apply to all work performed under the contract and to all non-commercially operated borrow or disposal sites used for the project. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 45 You must also conform to the following provisions: (1) Water containing mud or silt from your operations must be treated by filtration, or retention in a settling pond, or ponds, adequate to prevent muddy water from entering live streams and/or storm drains. (2) Oily or greasy substances originating from your operations will not be allowed to enter or be placed where they will later enter a live stream or storm drain. (3) Portland cement or fresh Portland cement concrete will not be allowed to enter streams or storm drains. Under NO conditions must concrete trucks or other vehicles be allowed to wash out causing wastewater to enter a stream or storm drain. (4) Material derived from earthwork operations or from stockpiling must not be deposited in such a manner where it could wash or migrate into a stream or storm drain. (5) Where work is occurring in the vicinity of a drainage inlet the inlet must be covered to prevent materials such as stockpiles, fog seals or tack coats from entering the drain. You must submit a Water Pollution Control Plan for work anticipated on the project. The plan must include control for inclement weather when the project work will occur between October 15th and April 30th and will identify how runoff from the site is to be controlled in the event of inclement weather or an unanticipated spill. Hay bales will not be allowed for filtering runoff. You must keep enough sand bags or other filler bags at the job site at all times to cover and protect nearby drainage inlets in the event of an unanticipated spill. Approval of the plan by the Engineer does not release you from responsibility of allowing only clean rainwater to leave the construction site. You are responsible to make immediate changes in the control system as needed. Any penalties levied against you and/or the Engineer will be your responsibility. Compliance with the provisions in this section will in no way relieve you from the responsibility to comply with the other provisions of the contract, in particular the responsibility for damage and for preservation of property. Full compensation for conforming to the provisions in this section will be considered as included in the prices paid for the various items of work and no additional compensation will be allowed therefore. Retention for penalties will be made in accordance with the provisions in Section 7.8 below for permit violations. 7.8 Compliance with Regulatory Agency Requirements. You are responsible to comply with the requirements of any permits obtained by the City necessary to complete the work and included in the project Contract Documents. You are also responsible to comply with Local, State and Federal regulations regarding air and water pollution and proper disposal of materials in accordance with the requirements of the Standard Specifications. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 46 Should you fail to meet the requirements of a permit or regulation as it pertains to work for the City, and the City has notice of an impending fine or mitigation measure against the City, the City will retain a portion of the work item in an amount sufficient to satisfy any fine or mitigation measure that may be imposed on the City in addition to the 10% retention held until work is complete. This retention will be held until such time as you have resolved the fine or mitigation measure to the satisfaction of the agency, or for up to 2 years, whichever is the lesser. 7.9 Use of Pesticides. You must comply with all rules and regulations of the Department of Food and Agriculture, the Department of Health, the Department of Industrial Relations and all other agencies that govern the use of pesticides required in the performance of the work on the contract. Pesticides must include but will not be limited to herbicides, insecticides, fungicides, rodenticides, germicides, nematocides, bactericides, inhibitors, fumigants, defoliants, desiccants, soil sterilants and repellents. Any substance or mixture of substances intended for preventing, repelling, mitigating, or destroying weeds, insects, diseases, rodents, or nematodes and any substance or mixture of substances intended for use as a plant regulator, defoliant or desiccant will be considered a pesticide. 7.10 Sound Control Requirements. You must comply with all local sound control and noise level rules, regulations and ordinances that apply to any work performed pursuant to the contract. Each internal combustion engine, used for any purpose on the job or related to the job, must be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine will be operated on the project without a muffler. 7.11 Encroachment Permits. You are required to obtain a no-fee encroachment permit for all work within the City right-of-way. All conditions and requirements of the permit are a part of this contract and no additional compensation will be allowed therefore. 7.12 Traffic Control. For any work which impacts public vehicular, pedestrian or bicycle traffic, you must submit to the Engineer a Traffic Control plan for approval by the Engineer prior to any construction activities and/or issuance of an encroachment permit. Separate Traffic Control Plans must be submitted for each phase of the work requiring a change in control. The Engineer will allow a minimum of 5 working days for review of the submitted Traffic Control plan and 5 working days for review of any resubmitted plans. You will not be allowed to begin any work until the traffic control plan has been approved by the Engineer. Limited work hours may be imposed at any time. In general, if the work affects the flow of traffic on any major route, or in the vicinity of schools or the downtown, you should anticipate that work hour restrictions may be imposed by the Engineer. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 47 The Engineer must approve street or traffic lane closures. Permittee will not restrict the roadway without an approved traffic delineation plan. The Engineer will review traffic control and delineation for compliance with the approved plan, prior to the start of any work. On streets with bicycle lanes, you must provide for adequate width to allow for a bike lane adjacent to the travel lane or provide clear posting that the bicycle lane is closed. 7.13 Fire Department Permits. You are required to obtain a Fire Department permit prior to crossing any liquid petroleum or high pressure gas main. 7.14 Temporary Use Permit. The work area is designated on the drawings and you must confine your operations to this area and along those adjacent public areas under the control of and with express permission of the Engineer through the issuance of an encroachment permit. You must be responsible for obtaining additional sites for storage or staging at your own expense. You are responsible to obtain use permits as required by local ordinances for temporary construction yards/staging areas not zoned for such use. You must obtain Use Permits in a timely fashion so as not to delay work. No time extensions will be given for failure to obtain permits in a timely fashion. 7.15 Assignment of Antitrust Actions. Your attention is directed to the following requirements in Public Contract Code 7103.5 and Government Code Sections 4553 and 4554, which will be applicable to you and your subcontractors: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment must be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 7.16 Payment of Taxes. You must pay all taxes imposed by law which are levied or become payable as a result of your performance under this contract. 7.17 Permits and Licenses. You must procure all permits and licenses, pay all charges and fees that are required by any political subdivision, public utility, telephone company, special district, or quasi-governmental entity, and give all notices necessary and incident to LEGAL RELATIONS AND RESPONSIBILITY General Conditions 48 the due and lawful prosecution of the work. It is your responsibility to ascertain the necessity of such permits and licenses in preparing its bid and include in its bid the cost thereof. The Environmental Quality Act (Public Resources Code, Sections 21000 to 21176, inclusive) may be applicable to permits, licenses and other authorizations that you must obtain from local agencies in connection with performing the work of the contract. You must provide to state and federal agencies all information necessary for environmental clearances and other authorizations necessary for this project as set forth in the plans and work specifications. You must comply with the provisions of those statutes in obtaining the permits, licenses and other authorizations and they must be obtained in sufficient time to prevent delays to the work. You will not be compensated for the delays in obtaining said permits, licenses and authorizations; however, an extension of time will be granted pursuant to the provisions in Section 8.7, "Adjustment of Contract Time of Completion," of these General Conditions. In the event that the Engineer has obtained permits, licenses or other authorizations, applicable to the work, in conformance with the requirements in the Environmental Quality Act, you must comply with the provisions of those permits, licenses and other authorizations 7.18 Patents. You will assume all costs arising from the use of patented or copyrighted materials, equipment, devices, or processes used on or incorporated in the project and agree to hold harmless, defend, and indemnify the City, and their officers or employees from all suits, actions, or claims for, or on account of, the use of any patented or copyrighted materials, equipment, devices, or processes. 7.19 Safety and Health Provisions. You must comply with all the provisions of the federal Occupational Safety and Health Act (OSHA) of 1970 (29 U.S.C. Section 651 et seq.) and all rules, regulations, and orders adopted pursuant thereto. You must comply with all the provisions of the California Occupational Safety and Health Act (CAL-OSHA) of 1973 (Labor Code Section 6300 et seq.) and all rules, regulations and orders adopted pursuant thereto. These laws provide for job safety and health protection for workers. You must provide yourself with copies of such safety orders as are applicable to the type of work to be performed and must be governed by their requirements in all construction operations. You must fully inform each subcontractor and material supplier as to the requirements of the applicable safety orders. 7.20 Public Notification. You must supply and deliver notices of the work to all properties adjacent to and within 100 feet of the work areas. The notice must briefly describe the work, potential impacts on the adjacent property, and will include your Project Manager’s name and phone number where they can be reached or a message can be left. You must respond to phone calls received within 18 hours of receipt with the requested information. Notices must be placed at least 48 hours in advance of the work and LEGAL RELATIONS AND RESPONSIBILITY General Conditions 49 must state the dates work will take place adjacent to that particular property. The dates in the notice must represent only those dates when work is anticipated at the specific address. The project duration must not be used as a substitute for actual site dates. Hangers without proper dates must be reissued to adjacent property owners at your expense. The Engineer must approve wording for the notice prior to distribution. Notices will NOT be placed inside mail boxes. Placing notices in mail boxes is prohibited by law. Notices should be hand delivered or made up as a door hanger. This notice is in addition to notice required for service shut downs. 7.21 Public Convenience. You must so conduct operations as to offer the least possible obstruction and inconvenience to the public and will have under construction no greater length or amount of work than can be prosecuted properly with due regard to the rights of the public. You at your expense must immediately remove spillage resulting from hauling operations along or across any public traveled way. Construction operations will be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners. You must provide access to and from all property adjacent to the proposed work area where normal access exists and may be altered by such work. Traffic lanes, driveways, sidewalks and street crossing must be useable at night. Streets must not be closed to traffic without written permission from the Engineer. However, in the absence of the Engineer, if the necessity for closing a street is absolute to prevent immediate danger to the public, you must immediately notify the Engineer, the Police and Fire Departments. Sidewalks must not be blocked. Where excavations in pedestrian walkways are of sufficient area to restrict pedestrian walking area and create a hazard to the pedestrian, structurally sound walkways with safety railing will be provided over or around the excavated area, and will comply with State and Federal accessibility codes. In the Downtown Business District or other high pedestrian areas, temporary walkways must be a minimum of 4 feet wide. At no time must pedestrians be diverted onto a portion of a street used for vehicular traffic. At locations where adjacent alternate walkways cannot be provided, appropriate signs and barricades must be installed at the limits of construction and in advance of the closure at the nearest crosswalk or intersection to divert pedestrians across the street. 7.22 Protection of the Public and Adjacent Property: All laws and ordinances for the protection of the public must be complied with. You are responsible for any damage of any kind to adjacent property. The Engineer may reject any means, methods, techniques, sequences or procedures proposed by you which might constitute or create a hazard to the Work or to persons or property, or which will not provide Work in accordance with the Contract Documents. However, neither the acceptance nor the failure to reject any means, techniques, sequences and procedures by the Engineer will relieve you of your responsibilities to safely and properly complete the Work. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 50 You must protect adjoining property and nearby buildings, structures, sidewalks, curbs, pavements, utilities, and other facilities and improvements from damage, dust, dirt, debris and other nuisances arising out of your operations or storage practices. Dust must be controlled by sprinkling or other effective methods acceptable to the Engineer. In addition to any requirements imposed by law, you must shore up, brace, underpin, and protect as may be necessary, all foundations and other parts of all existing structures adjacent to and adjoining the site of the work which are in any way affected by the excavations or other operations connected with the completion of the work under this Contract. Whenever any notice is required to be given by the Engineer or you to any adjoining or adjacent landowner or other party before commencement of any work under this Contract, such notice will be given by you. You must defend, indemnify, and hold harmless the City from any damages on account of settlement or the loss of lateral support of adjoining property and from all loss or expense and all damages for which City may become liable consequence of such injury or damage to adjoining or adjacent structures and premises. 7.23 Safety. You must exercise precaution at all times for the protection of persons and property. You must install adequate safety guards and protective devices for all equipment and machinery, whether used in the work or permanently installed as part of the project. You must also provide and adequately maintain all proper temporary walks, roads, guards, railings, lights, and warning signs. You must comply with all applicable laws relating to safety precautions, including the safety regulations of the California Division of Industrial Safety. Unless you designate other employees, the Superintendent will have the duty of prevention of accidents. It is recommended that you institute a safety program that includes all trades on the site. In the event of an accident, you must make available to the Engineer copies of its accident report to its insurance carrier. You must determine the cause of the accident and immediately correct any equipment, procedure, or condition in any way contributing to such accident. 7.24 Use of Explosives. Explosives must not be used without first obtaining written permission from City Fire Department, and then will be used only with the utmost care and within the limitations set in the written permission and in accordance with safety standards required by law. Storage of explosives on the project site is prohibited. Powder activated tools are not explosive for purposes of this Article; however, such tools will only be used in conformance with State safety regulations. 7.25 Preservation of Property. Attention is directed to Section 7.26, “Indemnification and Insurance.” and to Section 8.10, “Utilities and Site Facilities." Due care must be exercised to avoid injury to existing site improvements or facilities, utility facilities, adjacent property, and trees, shrubs and other plants that are not to be removed. Trees, shrubs and other plants that are not to be removed, and pole lines, fences, signs, markers and monuments, buildings and structures, conduits, pipelines under LEGAL RELATIONS AND RESPONSIBILITY General Conditions 51 or above ground, sewer and water lines, all site facilities and any other improvements or facilities within or adjacent to the work site must be protected from injury or damage, and if ordered by the Engineer, you must provide and install suitable safeguards, approved by the Engineer, to protect the objects from injury or damage. Trees or tree roots in the work area must be protected in accordance with Section 20, “Tree Protection” of the Standard Specifications. If the objects are injured or damaged by reason of your operations, the objects must be replaced or restored at your expense. The facilities must be replaced or restored to a condition as good as when you entered upon the work, or as good as required by the specifications accompanying the contract, if any of the objects are a part of the work being performed under the contract. The Engineer may make or cause to be made those temporary repairs that are necessary to restore to service any damaged site facility. The cost of the repairs will be borne by you and may be deducted from any moneys due or to become due to you under the contract. The fact that any underground facility is not shown upon the plans will not relieve you of the responsibility under Section 8.10, "Utilities and Site Facilities.." It will be your responsibility, pursuant thereto, to ascertain the location of those underground improvements or facilities that may be subject to damage by reason of your operations. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in protecting or repairing property as specified in this Section, will be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore. 7.26 Indemnification and Insurance. 7.26.1 Indemnification. With the exception that this section must in no event be construed to require indemnification by you to a greater extent than permitted by law, you agree to defend, indemnify and hold harmless the City of San Luis Obispo and its officers, officials, employees and agents from and against any and all claims, damages, losses and expenses including attorney fees, fines or mitigation measures imposed on the City arising out of the performance of the work described herein, caused in whole or in part by any negligent act or omission by you, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of San Luis Obispo. The City of San Luis Obispo and all employees thereof connected with the work, including but not limited to the Engineer, will not be answerable or accountable in any manner: for any loss or damage that may happen to the work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the work; for injury to or death of any person, either workmen or the public; or for damage to property from any cause which might have been prevented by you, or your workmen, or anyone LEGAL RELATIONS AND RESPONSIBILITY General Conditions 52 employed by you. You are responsible for any liability imposed by law and for injuries to or death of any person including but not limited to workmen and the public, or damage to property resulting from defects or obstructions or from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance. Nothing in the Contract is intended to create the public or any member thereof a third party beneficiary hereunder, or is any term and condition or other provision of the contract intended to establish a standard of care owed to the public or any member thereof. 7.26.2 Insurance. Bidder's attention is directed to the section entitled “Insurance Requirements” in these Contract Documents. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. You must procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by you, your agents, representatives, employees or subcontractors. The cost of such insurance must be included in your bid. The certificates and endorsements are to be on forms specified by the Engineer in these Contract Documents. Where by statute, the City's workers' compensation related forms cannot be used and equivalent forms approved by the Insurance Commissioner are to be substituted. All certificates and endorsements are to be received and approved by the Engineer before the Engineer will execute the contract. The Engineer reserves the right to require complete, certified copies of all required insurance policies, at any time. 7.27 Disposal of Material. If you elect to dispose of materials at locations other than those where arrangements have been made by the Engineer, or, if material is to be disposed of and the Engineer has not made arrangements for disposal of the material, you must make arrangements for disposing of the materials outside the project site and must pay all costs involved. Arrangements will include, but not be limited to, entering into agreements with property owners and obtaining necessary permits, licenses and environmental clearances. Before disposing of any material outside the project site, you must furnish to the Engineer satisfactory evidence that you have entered into agreements with the property owners of the site involved and have obtained the permits, licenses and clearances. All materials must be disposed of in a legal manner. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 53 In addition to the provisions of this section, your attention is directed to the provisions of the City of San Luis Obispo's Construction Code and Municipal Code dealing with the stockpiling of materials in the City limits. All materials must be disposed of in a legal manner. 7.28 Cooperation and Coordination with Other Contractors. The Engineer reserves the right to let other contracts in connection with this work. You must afford other contractors reasonable opportunity for introduction and storage of their materials and execution of their work and must properly connect and coordinate your work with theirs. If any part of your work depends for proper execution or results upon work of any other contractor, you must inspect and promptly report to the Engineer any defects in such work that render it unsuitable for proper execution and results. Your failure so to inspect and report will constitute your acceptance of other contractor's work as fit and proper for reception of your work, except as to defects that may develop in other contractor’s work after execution of your work. To insure proper execution of their subsequent work, you must measure and inspect work already in place and must at once report to the Engineer any discrepancy between executed work and contract documents. You must ascertain to your own satisfaction the scope of the project and nature of any other contracts that have been or may be awarded by City in prosecution of project to the end that you may perform this contract in the light of such other contracts, if any. Nothing herein contained will be interpreted as granting to you exclusive occupancy at site of project. You will not cause any unnecessary hindrance or delay to any other contractor working on project. If simultaneous execution of any contract for project is likely to cause interference with performance of some other contract or contracts. Engineer will decide which contractor must cease work temporarily and which contractor will continue or whether work can be coordinated so that contractors may proceed simultaneously. City will not be responsible for any damages suffered or extra costs incurred by you or any other contractor, subcontractor or workman resulting directly or indirectly from the award or performance or attempted performance of the contracts awarded for the completion of the Work, or caused by any decision or omission of the Engineer respecting the order of precedence in performance of contracts and you agree to defend, indemnify and hold City harmless against any claims for such damages or costs. Should you cause damage to the Work or property of any separate contractor on the Project, or cause any delay to any such contractor, you must defend, indemnify and hold City harmless for such damage or delay. The Engineer reserves the right to back-charge you and all other contractors for the delay or damage each causes to the other. 7.29 Occupancy by City Prior to Acceptance. Whenever, in the opinion of the Engineer, the Work, or any part thereof, is in a condition suitable for use, and the best interest of City requires such use, the Engineer may take possession of, connect to, open for public use, or use the Work LEGAL RELATIONS AND RESPONSIBILITY General Conditions 54 or such part thereof. Through the issuance of a Contract Change Order, the Engineer and you must agree as to the responsibilities assigned to each of them for payments, security, maintenance, heat, utilities, damage to the Work, insurance, the period for correction of the Work, and the commencement of warranties required by the Contract Documents. Such occupancy will not constitute acceptance by the Engineer either of the project as completed or of any portion thereof, nor will it relieve you of your responsibilities under this Contract, nor act as a waiver by the Engineer of any of the terms and conditions hereof. Additionally, such occupancy will not relieve you of full responsibility for correcting defective work or materials found at any time before the formal written acceptance of the project by the Engineer or during the full guarantee period after such acceptance. However, when the project includes several separate facilities, and one or more of such facilities is entirely occupied by the City, then upon written request by you, the guarantee period for the occupied facility may commence from the date of occupancy subject to written consent thereto by the Engineer. 7.30 Contractor’s Responsibility for the Work and Materials. You must take and assume all responsibility for the Work. As between you and City, you will bear all losses and damages directly or indirectly resulting to you, to City, or to others on account of the character or performance of the Work. All persons engaged in the work will be considered your employees. You must give your personal attention to the fulfillment of the contract and keep all phases of the work under your control. You must be responsible to the City for the acts and omissions of your employees and all your Subcontractors, material men and equipment suppliers, and their agents and employees and other persons performing any of the Work under contract with you. When any subcontractor fails to perform a portion of the work in a manner satisfactory to the Engineer, you must remove such subcontractor immediately upon written request of the Engineer and such subcontractor will not again be employed on the project. The Engineer will not arbitrate disputes among subcontractors nor between you and one or more subcontractors concerning responsibility for performing any part of the project. From the issuance of the official notice to proceed until the formal acceptance of the project by the Engineer, you must have the charge and care of and will bear the risk of damage to the project and materials for the project by the action of the elements or from any other cause whether arising from the execution or from the non- execution of any work except as otherwise provided in Section 7.29, “Occupancy by City Prior to Acceptance.” You, at your own expense, must promptly rebuild, repair, restore, and make good all such damages to any portion of the project and materials therefore occasioned by any of such causes before the acceptance of the project by the Engineer except for such damages as are proximately caused by acts of federal government or public enemy. In case of suspension of work from any cause whatever, you must be LEGAL RELATIONS AND RESPONSIBILITY General Conditions 55 responsible for all materials, and must properly store them, if necessary, and will provide suitable drainage and erect temporary structures where necessary. If you damage any property belonging to the City, Engineer may retain from the money due to you an amount sufficient to insure repair of the damage. 7.31 Damage by Storm, Flood, Tsunami or Earthquake. Attention is directed to Section 7.30, "Contractor's Responsibility for the Work and Materials." In the event damage to the work is caused by a storm, flood, tsunami, earthquake or other natural disaster which constitutes an "Occurrence," as hereinafter defined, the provisions in this Section will be applicable, and you may apply in writing to the Engineer for the City to pay or participate in the cost of repairing damage to the work from that cause or, in lieu thereof, and at the sole discretion of the Engineer, terminate the contract and relieve you of further obligation to perform the work, subject to the following: (1) Occurrence - "Occurrence" shall include tsunamis, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms, floods and other natural disasters as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which the proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. (2) Application by Contractor - Your written request for the City to pay or to participate in the cost of rebuilding, repairing, restoring or otherwise remedying the damage to the work caused by the Occurrence must be submitted to the Engineer before performing any work other than emergency work, including emergency work necessary to provide for passage of public traffic. (3) Protecting the Work from Damage - Nothing in this section will be construed to relieve you of the responsibility to protect the work from damage. You must bear the entire cost of repairing damage to the work caused by the Occurrence which the Engineer determines was due to your failure to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and those repair costs will be excluded from consideration under the provisions of this section. (4) Repair Work - Repair of damaged work under the provisions of this section must be pursuant to a contract change order issued hereunder and specifying the repair work to be performed on the damaged facility. The repair work will consist of restoring the in-place construction (for the purposes of this section erected falsework and formwork will be considered in-place construction) to the same state of completion to which the work had advanced prior to the Occurrence. Emergency work LEGAL RELATIONS AND RESPONSIBILITY General Conditions 56 that the Engineer determines would have been part of the repair work if it had not previously been performed will be considered to be part of the repair work. The Engineer reserves the right to make changes in the plans and specifications applicable to the portions of the work to be repaired, and if those changes will increase the cost of repairing the damage over the Engineer’s estimate of the cost of repair without the changes, you will be paid for the increased costs in accordance with Subsection (5) and the increased cost amount will not be considered in determining the cost of repair to be borne by you under Subsection (5). Nothing in this section will be construed to relieve you of full responsibility for the risk of injury, loss or damage to materials not yet incorporated in the work and to materials, tools and equipment (except erected falsework and formwork) used to perform the work, or to relieve you of responsibility under Section 7.26, "Indemnification and Insurance." The provisions of this section will not be applicable to the repair of damage caused by an Occurrence to any portion of the work as to which you have been granted relief from maintenance and responsibility pursuant to Section 7.29, “Occupancy by City Prior to Acceptance.” (5) Determination of Costs - Unless otherwise agreed between the Engineer and you, the cost of the work performed pursuant to this Section will be determined in conformance with the provisions in Section 4.5.6, "Allowable Costs and Markups for Change Orders and Force Account Work," except there must be no markup allowance pursuant to Subsection 4.5.6(4), "Markups of Changed Work," unless the Occurrence that caused the damage was a tsunami or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work that was not in compliance with the requirements of the plans and specifications will be borne solely by you, and those costs must not be considered in determining the cost of repair under this Subsection. (6) Payment for Repair Work - When the Occurrence that caused the damage was a tsunami or earthquake, the State will pay the cost of repair determined as provided in Subsection (5) that exceeds 5% of the amount of your bid for bid comparison purposes. When the Occurrence that caused the damage was a storm, flood or other natural disaster, the State will participate in the cost of the repair determined as provided in Subsection (5) in accordance with the following: a. On projects for which the amount of your bid for bid comparison purposes is $2,000,000 or less, the City will pay 90% of the cost of repair that exceeds 5% of the amount of your bid for bid comparison LEGAL RELATIONS AND RESPONSIBILITY General Conditions 57 purposes. b. On projects for which your bid for bid comparison purposes is greater than $2,000,000, the City will pay 90% of the cost of repair that exceeds $100,000. (7) Termination of Contract - If the Department elects to terminate the contract, the termination and the determination of the total compensation payable to you will be governed by the provisions of Section 8.11, "Termination of Contract." 7.32 Acceptance of Contract. When the Engineer has made the final inspection, and determines that the contract work has been completed in all respects in accordance with the plans and specifications, the Engineer will formally accept the contract, and immediately upon and after such acceptance by the Engineer, you will be relieved of the duty of maintaining and protecting the work as a whole, and will not be required to perform any further work thereon; and you will be relieved of your responsibility for injury to persons or property or damage to the work which occurs after the Formal Acceptance. 7.33 Property Rights in Materials. Nothing in the contract must be construed as vesting in you any property right in the materials or equipment after they have been attached to or permanently placed in or upon the work or the soil or after payment has been made for 50% or more of the value of the materials or equipment delivered to the site of the work whether or not they have been so attached or placed. All such materials or equipment will become the property of the City of San Luis Obispo upon being so attached or placed or upon payment of 50% or more of the value of the materials or equipment delivered on the site but not yet installed and you warrant that all such property must pass to the City free and clear of all liens, claims, security interests, or encumbrances. 7.34 Rights in Land and Improvements. Nothing in these specifications must be construed as allowing you to make any arrangements with any person to permit occupancy or use of any land, structure, or building within the limits of the contract for any purpose whatsoever, either with or without compensation, in conflict with any agreement between the City and any owner, former owner, or tenant of the land, structure, or building. 7.35 Contractor's Use of Site and Public Right-of-Way. You must confine all apparatus, material, and equipment required in the performance of this Agreement to the limits indicated by law, ordinances, permits, or directions of the Engineer, and will not unreasonably encumber the premises therewith. Material and equipment must be brought and used upon the premises in such manner as to leave driveways and parking areas for regular use of the public and employees of City. You must not unnecessarily, in the judgment of the Engineer, obstruct or otherwise interfere with travel over any public streets, way or sidewalk, nor will you store, LEGAL RELATIONS AND RESPONSIBILITY General Conditions 58 stockpile or place thereon any equipment, materials or supplies without first obtaining the authorization of the Engineer, and then only within such limits as the Engineer may designate. Those parts of public streets, ways and sidewalks that are occupied by you must be immediately vacated by you and returned to public use when your use thereof is no longer necessary for the prosecution of the Work. The City and their agents must at all times have complete access to the Work wherever it is in preparation and progress. When directed by the Engineer, you must provide facilities for such access so that the City and their agents may observe the Work and perform necessary or desired inspections, monitoring, and testing to assure compliance with the Contract Documents. 7.36 Personal Liability. Neither the City, nor any other officer or authorized employee of the City of San Luis Obispo, nor any officer or employee of any county, city or district will be personally responsible for any liability arising under or by virtue of the contract. 7.37 Ownership and Use of Documents. All Drawings, Specifications and copies furnished are and must remain property of the City. They are to be used with respect to this project and are not to be used on any other project. With the exception of one contract set for each party to the Agreement, such documents are to be returned or suitably accounted for to the Engineer on request at completion of the Work. Submission or distribution to meet official regulatory requirements or for other purposes in connection with the Project is not to be construed as publication in derogation of the City's common law copyright or other reserved rights. Neither you nor any Subcontractor, Sub- subcontractor, or material or equipment supplier will own or claim a copyright in the Drawings, Specifications, and other documents prepared by the Architect, and unless otherwise indicated the Architect must be deemed the author of them. You, Subcontractors, Sub-subcontractors, and material or equipment suppliers are granted a limited license to use and reproduce applicable portions of the Drawings, Specifications, and other documents prepared by the Architect appropriate to and for use in the execution of their work under the Contract Documents. 7.38 Guarantee. You hereby unconditionally guarantee the work under this contract to be in conformance with the contract requirements and to be and remain free of defects in workmanship and materials for a period of 1 year from the date of Formal Acceptance of the project pursuant to Section 9.7.2, unless a longer guarantee period is stipulated in the Contract Documents. By this guarantee you agree, within the guarantee period, to repair or replace any work, together with any adjacent work which may be displaced in so doing which is not in accordance with the requirements of the contract or which is defective in its workmanship or material, all without any expense whatsoever to the City, ordinary wear and tear and unusual abuse or neglect excepted. LEGAL RELATIONS AND RESPONSIBILITY General Conditions 59 Special guarantees that are required by the contract must be signed by you who is responsible for the entire work and countersigned by the subcontractor who performs the work. Contract bonds must remain in full force and effect during the guarantee period. You further agree that within 10 calendar days after being notified in writing by the Engineer of any work not in accordance with the requirements of the Contract or of any defects in the work, it must commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee and to complete the work within a reasonable period of time. In the event you fail to so comply, does hereby authorize the Engineer to proceed to have the work done at your expense and it agrees to pay the cost thereof upon demand. City will be entitled to all costs including reasonable attorney's fees necessarily incurred upon your refusal to pay the above cost. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to health or safety of the City, employees, property, or licenses, the Engineer may undertake at your expense, without prior notice, all work necessary to correct such hazardous conditions caused by your work not being in accordance with the requirements of this contract. PROSECUTION AND PROGRESS General Conditions 60 8. PROSECUTION AND PROGRESS 8.1 Subcontracting. 8.1.1 General. You must give personal attention to the fulfillment of the contract and must keep the work under your control. If you will subcontract any of the Work under this Contract, you are as fully responsible to City for the acts and omissions of your subcontractor and of the persons either directly or indirectly employed by your subcontractor, as they are for the acts and omissions of persons directly employed by them. No subcontractor will be recognized as such, and all persons engaged in the work of construction will be considered as your employees and you will be held responsible for their work, which must be subject to the provisions of the contract and specifications. Nothing contained in this Contract will create any contractual relation between any subcontractor and City. You must bind every subcontractor (and every subcontractor of a subcontractor) by the terms of this Contract applicable to their work unless specifically noted to the contrary in the subcontract in question and approved in writing by Engineer. Subcontracts must include provisions that the contract between the City and you are a part of the subcontract, and that all terms and provisions of the contract are incorporated in the subcontract. Subcontracts must also contain certification by the subcontractor that the subcontractor is experienced in and qualified to do, and knowledgeable about, the subcontracted work. Copies of subcontracts must be available to the Engineer upon written request, and must be provided to the Engineer at the time any litigation against the City concerning the project is filed. Pursuant to the provisions of Section 6109 of the Public Contract Code, you must not perform work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 8.1.2 Loss or Damage to Subcontractor. If, through acts of neglect on your part, any other contractor, subcontractor or workman will suffer loss or damage on the Work, you agree to settle with such other contractor, subcontractor or workman by agreement or arbitration. If such other contractor, subcontractor or workman must assert any claim against City on account of any damage alleged to have been so sustained, Engineer must notify you, who must defend, indemnify and hold harmless City against such claim. 8.1.3 Assignment of Subcontracts. Each subcontract agreement for a portion of the work will be assigned by you to the Engineer provided that: PROSECUTION AND PROGRESS General Conditions 61 (1) Assignment is effective only after termination of the Agreement with you by the Engineer for cause and only for those subcontract agreements which the Engineer accepts by notifying the Subcontractor in writing; and (2) Assignment is subject to the prior rights of the surety, if any, obligated under any bond relating to the Agreement. 8.1.4 Substitution of Subcontractor. In accordance with Public Contract Code 4107 and 4107.5, a prime Contractor whose bid is accepted must not: (1) Permit a subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the original bid, without the consent of the awarding body or its authorized officer. (2) Sublet or subcontract any portion of the work in excess of ½% of your total bid as to which his or her original bid did not designate a subcontractor, other than in the performance of Change Orders causing changes or deviations from the original contract. (3) Substitute any person or entity as a Subcontractor in place of the Subcontractor designated in the original bid except in the following situations when authorized by the awarding body or its authorized officer. Any assignment or substitution made without the prior written consent of the awarding authority will be void, and the assignees will acquire no rights in the Contract. Any consent, if given, must not relieve you from your obligations under the terms of the Contract Documents. a. When the Subcontractor listed in the bid after having a reasonable opportunity to do so, fails or refuses to execute a written Contract when that written Contract, based upon the general terms, conditions, plans and specifications for the Project involved or the terms of that Subcontractor’s written bid, is presented to the Subcontractor by the prime contractor. b. When the listed Subcontractor becomes bankrupt or insolvent; c. When the listed Subcontractor fails or refuses to perform his or her Subcontract; d. When the listed Subcontractor fails or refuses to meet the bond requirements of the prime contractor set forth in Public Contract Code 4108, e. When you demonstrate to the awarding authority, or its duly authorized representative, subject to the further provisions of Public Contract Code 4107.5, that the name of the Subcontractor was listed as the result of inadvertent clerical error; f. When the listed Subcontractor is not licensed pursuant to the Contractor’s License Law; or PROSECUTION AND PROGRESS General Conditions 62 g. When the awarding authority, or its duly authorized representative, determines that the Work being performed by the listed Subcontractor is substantially unsatisfactory and not in substantial accordance with the plans and specifications, or the Subcontractor is substantially delaying or disrupting the progress of the Work. h. When the listed subcontractor is ineligible to work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. i. When the awarding authority determines that a listed subcontractor is not a responsible contractor. 8.1.5 Requests for Substitution of Subcontractor. You, as a condition of asserting a claim of inadvertent clerical error in the listing of a Subcontractor, must, pursuant to Public Contract Code 4107.5, within 2 working days after the time of the prime bid opening by the awarding authority, give written notice to the awarding authority and copies of such notice to both the Subcontractor it claims to have listed in error, and the intended Subcontractor who had bid to you prior to bid opening. Any listed Subcontractor who has been notified by you in accordance with the provisions of this section as to an inadvertent clerical error, will be allowed 6 working days from the time of the prime bid opening within which to submit to the awarding authority written objection to the claim of inadvertent clerical error. In other cases not involving a clerical error, you must make a request in writing to the awarding authority for the substitution of a subcontractor, giving reasons therefor. The awarding authority will mail a written notice to the listed Subcontractor giving reasons for the proposed substitution. The listed Subcontractor will have 5 working days from the date of such notice within which to file with the awarding authority written objections to the substitution. Failure to file written objections pursuant to the provisions of this section within the times specified herein must constitute a waiver of objection to the substitution by the listed Subcontractor and, where the ground for substitution is an inadvertent clerical error, an agreement by the listed Subcontractor that an inadvertent clerical error was made. If written objections are filed, the awarding authority must give five 5 working days notice to you and to the listed Subcontractor of a hearing by the awarding authority on your request for substitution as provided in Public Contract Code 4107. Failure in the part of the listed Subcontractor to appear at the hearing will constitute a waiver of objection to the substitution. The determination by the awarding authority will be final. 8.1.6 No Change in Contract. Any substitutions of Subcontractors must not result in any increase in the Contract Price or result in the granting of any extension of time for the completion of the Project. PROSECUTION AND PROGRESS General Conditions 63 8.2 Assignment. The performance of the contract may not be assigned, except upon the written consent of the Engineer. Consent will not be given to any proposed assignment that would relieve the original Contractor, or your surety, of the responsibilities under the contract nor will the Engineer consent to any assignments of a part of the work under the contract. You may assign moneys due or to become due the Contractor under the contract and the assignment will be recognized by the Engineer, if given proper notice thereof, to the extent permitted by law, but any assignment of monies must be subject to all proper set-offs in favor of the City and to all deductions provided for in the contract and particularly all money withheld, whether assigned or not, must be subject to being used by the City for the completion of the work in the event that you should be in default therein. No such assignment will be valid unless it contains a provision that the funds to be paid to the assignee under the assignment are subject to a prior lien for services rendered or material supplied for performance of the Work called for under this Contract in favor of all persons, firms, or corporations rendering such services or supplying such materials, and a further provision that said assignment is subordinate to rights of City under this Contract. 8.3 Beginning of Work and Contract Time. 8.3.1 Contract Time. Contract Time will be as specified in the Notice to Bidders plus any extensions of time granted through approved Change Orders. 8.3.2 Pre-construction Conference. Upon execution of the contract, the Engineer will issue the Notice to Proceed. The start of the Contract Time and the date for the pre-construction conference must be stated in the Notice to Proceed and will be scheduled by the Engineer to occur within 15 working days after the execution of the contract. Attendance by your representative is required. 8.3.3 Start of Contract Time. Start of Contract Time must begin the second Monday following the pre- construction conference unless otherwise authorized by the Engineer. 8.3.4 Beginning of Work. You must commence operations no later than 10 working days from the start of the Contract Time stated in the Notice to Proceed. Failure to do so without written approval of the Engineer will be considered abandonment of the work and the Engineer may terminate your control of the work under the provisions of Section 8.11, “Termination of Contract.” You must notify the Engineer, in writing, of your intent to begin work at least 72 hours before operations are scheduled to begin. The notice must be delivered to the Public Works Office and must specify the date you intend to start. If the project has more than one location of work, a separate notice will be given for each location. PROSECUTION AND PROGRESS General Conditions 64 Should you begin work in advance of receiving notice that the contract has been executed as above provided, any work performed by you in advance of the said date of execution will be considered as having been done by you at your own risk and as a volunteer. 8.4 Progress Schedule. The progress schedule must be in accordance with this section and as addressed in Division 1 of these Contract Documents. You must submit to the Engineer a realistic progress schedule before work begins and monthly updates there after showing the status of the preceding months completed work. Unless otherwise addressed in Division 1, you must furnish a Type B schedule in accordance with Section 8-045C “Type B Schedule” of the Standard Specifications. Subsequent to the time that submittal of a progress schedule is required in accordance with these specifications, no progress payments will be made for any work until a satisfactory schedule has been submitted to the Engineer. Failure to comply with the schedule requirements as called for in these Contract Documents will prejudice the Engineer of its right to manage the project duration and any impacts for added or stated work. Liquidated Damages in the amount of $200 per day will be deducted from the contract for your failure to comply with the schedule requirements. You will not be entitled to any additional compensation associated with time impacts to the schedule if the schedule requirements have not been met. Failure by you to comply with the schedule requirements as called for in these Contract Documents constitutes a default by you of its obligations under this Contract sufficient for termination of you if it is determined to be in the best interest of the City. 8.5 Temporary Suspension of Work. The Engineer will have the authority to suspend the work wholly or in part, for such period as may be deemed necessary, due to such conditions as are considered unfavorable for the prosecution of the work, or for such time as may be deemed necessary due to the failure on your part to carry out orders given, or to perform any provision of the contract. You must immediately comply with the written order of the Engineer to suspend the work wholly or in part. The suspended work must be resumed when conditions are favorable and methods are corrected, as ordered or approved in writing by the Engineer. If a suspension of work is ordered by the Engineer, due to the failure on your part to carry out orders given or to perform any provision of the contract, the days on which the suspension order is in effect must be considered contract days. If the Engineer orders a suspension of all of the work or a portion of the work which is the current controlling operation or operations, due conditions considered unfavorable to the suitable prosecution of the work, the days on which the suspension is in effect will not be considered contract days. If a portion of work at the time of the suspension is not a current controlling operation or operations, but PROSECUTION AND PROGRESS General Conditions 65 subsequently does become the current controlling operation or operations, the consideration for a time extension will be made on the basis of the then current controlling operation or operations. In addition to the requirements specified above, the following must apply: If the performance of all or any portion of the work is suspended or delayed by the Engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and you believe that additional compensation or contract time or additional compensation and contract time is due as a result of that suspension or delay, you must submit to the Engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request must set forth the reasons and support for the adjustment. Upon receipt, the Engineer will evaluate your request. If the Engineer agrees that the cost or time or cost and time required for the performance of the contract has increased as a result of the suspension and the suspension was caused by conditions beyond the control of and not your fault, its suppliers, or subcontractors at any approved tier, and not caused by weather, the Engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The Engineer will notify you of the Engineers determination whether or not an adjustment of the contract is warranted. No contract adjustment will be allowed unless you have submitted the request for adjustment within the time prescribed. No contract adjustment will be allowed under the provisions specified in this section to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided for or excluded under any term or condition of this contract. Any contract adjustment warranted due to suspension of work ordered by the Engineer will be made in the same manner as provided for delays in Section 8.9, "City-Caused Delays." In the event of a suspension of work under any of the conditions set forth in this Section, the suspension of work must not relieve you of the responsibilities as set forth in Chapter 7, "Legal Relations and Responsibility." 8.6 Time of Completion. You must complete all or any designated portion of the work called for under the contract in all parts and requirements within the time set forth in the Notice to Bidders plus any extensions granted by approved Change Order. The Engineer will furnish the current status of the working days: total days, days used, days remaining, as part of the progress payment each month. You are responsible to verify the days are correctly shown on the pay estimate. If you believe an error has been made, you must notify the Engineer in writing within 15 days of receipt of the progress payment, or the statement of days will be deemed to have been accepted as correct by you. PROSECUTION AND PROGRESS General Conditions 66 8.7 Adjustment of Contract Time and Allowable Time Extensions. Any unresolved disputes and/or claims arising under this section will be resolved pursuant to Section 7.8.3, “Final Payment and Claims.” 8.7.1 Changes in Work. For any change in the work, you will be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. However, no extension of time will be granted for a change in the Work unless you demonstrate, through a revised critical path schedule, to the satisfaction of the Engineer that he is making, or has made, every reasonable effort to guarantee completion of the additional work called for by the change within the time originally allotted for the contract. Any additional costs to you resulting from such efforts necessary to complete the work without the allowance of additional time will be considered in arriving at the price for the change in the work. Adjustment in contract time will be on a calendar day basis, except that if the new contract completion date falls on a Saturday, Sunday, or legal holiday, it will be extended through the next full working day. 8.7.2 Acts of God and Unusual Action of the Elements. You will not be assessed contract days during any delay in the completion of the project caused by acts of God, the public enemy, fire flood, epidemic, quarantine restriction, strike, freight embargo, or unusual action of the elements; provided that you must notify the Engineer in writing of the causes of delay within fifteen (15) calendar days from the beginning of any such delay. The Engineer will determine the facts with regard to the delay and determine a reasonable period of time by which the date of completion will be extended by reason thereof. The findings of the Engineer will be final and conclusive. The term "Unusual Action of the Elements" is limited to extraordinary adverse weather conditions or conditions immediately resulting therefrom that cause a cessation in the progress of the work that will delay the time of completion of the Contract. The term "usual action of the elements" is defined as weather that exceeds the California Polytechnic State University’s twenty-year average for rain days and rain amounts for San Luis Obispo. You will have no right to an adjustment in the time of completion due to weather conditions that are normal for the locality of the site. The time period for completion of the project has been determined with consideration given to the twenty-year average climatic range prevailing in the locality of the site. You must be responsible for proving that climatic conditions both exceeded the twenty-year average and also affected the critical path of the project. "Mud" days will be considered a normal occurrence; you will not be allowed any extension for delays due to "mud" days. 8.7.3 Acts of the City and Emergency Changes. If you are delayed in completing the work by reason of any act of the City or PROSECUTION AND PROGRESS General Conditions 67 its Agents not provided by the contract, or by reason of changes made pursuant to Section 4.5.8, “Emergency Changes.” without agreement being reached as to any time adjustments, the time for completion of the work will be extended for a period commensurate in the Engineer’s opinion with the delay. You must notify the Engineer in writing of the causes of the delay within the time period specified above which should be subject to the same determinations as above stated. No extension of time will be granted for any of the causes for which extensions are granted unless you demonstrate to the satisfaction of the Engineer that you have made every reasonable effort to complete all work under the contract not later than the date prescribed or as soon as possible thereafter, notwithstanding delay in the work due to any such cause. 8.7.4 City’s Right to Extend. Even though you have no right to an extension of time for completion, the Engineer may extend the time at your request if the Engineer determines it to be in the best interest of the City. If the time is extended, the Engineer may charge you, its heirs, assigns, or sureties, and deduct from the final extended payment for the work all or any part, as the Engineer may deem proper, of the value of the lost use of the completed project, and of the actual cost to the City of engineering, inspection, project coordination, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the period of such extension. 8.7.5 Procurement of Materials. No extension of time will be granted for a delay caused by a shortage of materials unless you furnish to the Engineer documentary proof that you have made every effort to obtain such materials from all known sources within reasonable reach of the work in a diligent and timely manner, and further proof, in the form of a revised critical path schedule, that the inability to obtain such materials when originally planned, did in fact cause a delay in final completion of the entire work which could not have been avoided by revising the sequence of your operations. The term "shortage of materials," as used in this section, will apply only to materials, parts, articles or equipment which are standard items and are made, constructed, fabricated or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. 8.7.6 Delays Due to Litigation. Should the Engineer be prevented or enjoined from proceeding with work either before or after the start of construction by reason of any litigation or other reason beyond their control, you will not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the work will be extended to such reasonable time as the Engineer may determine. Any such determination will be set forth in writing. PROSECUTION AND PROGRESS General Conditions 68 8.8 Liquidated Damages. It is agreed by the parties to the contract that in case all the work called for under the contract in all parts and requirements is not finished or completed within the contract time as set forth in these Contract Documents, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that you will pay to the City of San Luis Obispo the sum set forth in the Notice to Bidder’s for each and every calendar days delay in finishing the work in excess of the number of contract days prescribed. You agree to pay said liquidated damages herein provided for, and further agree that the Engineer may deduct the amount thereof from any moneys due or that may become due you under the contract. It is further agreed that in case the work called for under the contract is not finished and completed in all parts and requirements within the number of working days specified, the Engineer will have the right to increase the number of working days or not, as may be deemed best to serve the interest of the City, and if the Engineer decides to increase the contract time, the Engineer will further have the right to you, his heirs, assigns or sureties and to deduct from the final payment for the work all or any part, as may be deemed proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the period of such extension, except that cost of final surveys and preparation of final estimate will not be included in such charges. You must not be charged liquidated damages because of any delays in the completion of the Work due to unforeseeable causes beyond the control and without the fault or negligence of you (including, but not restricted to, acts of God, the public enemy, fire, flood, epidemic, quarantine restriction, strike, labor disputes, freight embargo, or an unusual action of the elements) provided you will, within fifteen (15) calendar days from the beginning of any such delay, notify Engineer in writing of the cause of the delay; whereupon the Engineer must ascertain the facts and the extent of the delay and extend the time for completing the Work when in its judgment the findings of fact justify such an extension. The Engineer’s findings of fact thereon will be final and conclusive on the parties hereto. 8.9 City-Caused Delays. If, through delays caused by the City, you sustain loss which could not have been avoided by the judicious handling of forces and equipment, there must be paid to you that amount that the Engineer may find to be a fair and reasonable compensation for that part your actual loss, that, in the opinion of the Engineer, was unavoidable, determined as follows: Compensation for idle time of equipment will be determined in the same manner as determinations are made for equipment used in the performance of force account work, as provided in Subsection 4.5.6(3), "Equipment," with the following exceptions: (1) The “delay factor” for each classification of equipment shown in the Department of Transportation publication entitled Labor Surcharge And PROSECUTION AND PROGRESS General Conditions 69 Equipment Rental Rates, which is a part of the contract, will be applied to that equipment rental rate. (2) The time for which the compensation will be paid will be the actual normal working time during which the delay condition exists, but in no case will exceed 8 hours in any one day. (3) The days for which compensation will be paid will be the calendar days, excluding Saturdays, Sundays and legal holidays, during the existence of the delay. Actual loss must be understood to include no items of expense other than idle time of equipment and necessary payments for idle time of workers, cost of extra moving of equipment and cost of longer hauls. Compensation for idle time of equipment will be determined as provided in this Section and compensation for idle time of workers will be determined as provided in Section 4.5.6(1), "Labor," and no markup will be added in either case for overhead and profit. The cost of extra moving of equipment and the cost of longer hauls will be paid for as force account work as provided in Section 4.5.6. If performance of your work is delayed as the result of the City, an extension of time will be granted pursuant to the provisions in Section 8.7.3, "Acts of the City and Emergency Changes." 8.10 Utilities and Site Facilities. 8.10.1 General. It will be your sole responsibility to timely notify all public and private utilities serving the Site prior to commencing work. You must notify and receive clearance from any cooperative agency, such as Underground Service Alert, in accordance with Government Code section 4216, et seq. You must provide a copy of all such notifications to the Engineer. You will protect from damage, utility and other facilities that are to remain in place, be installed, relocated or otherwise rearranged. The City of San Luis Obispo is not responsible for any damages, costs, delay and expenses to you resulting from a third party (not City-owned) underground facility operator’s failure to comply with the stipulations as set forth in 4216.7.(c) of California Government Code. You are cautioned that the utilities encountered at the site may include communication cables or electrical cables conducting high voltage. When excavating in the vicinity of the ducts enclosing such cables, special precautions are to be observed by you at your own cost and will include the following: All cables and their enclosure ducts must be exposed by careful hand excavation so as not to damage the ducts or cables nor cause injury to persons, and suitable warning signs, barricades, and safety devices must be erected whenever necessary or appropriate. 8.10.2 Utilities Identified for Rearrangement. It is anticipated that some or all of the utility and other facilities, both above PROSECUTION AND PROGRESS General Conditions 70 ground and below ground, that are required to be rearranged (as used herein, rearrangement includes installation, relocation, alteration or removal) as a part of the project will be rearranged in advance of construction operations. Where it is not anticipated that the rearrangement will be performed prior to construction, or where the rearrangement must be coordinated with your construction operations, the existing facilities that are to be rearranged will be indicated on the plans or specifications. Where a rearrangement is indicated on the plans or in the specifications, you will have no liability for the costs of performing the work involved in the rearrangement. The right is reserved to the Engineer and the owners of facilities, or their authorized agents, to enter upon the project site for the purpose of making those changes that are necessary for the rearrangement of their facilities or for making necessary connections or repairs to their properties. You must cooperate with forces engaged in this work and will conduct operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by the other forces. Wherever necessary your work must be coordinated with the rearrangement of utility or other facilities, and you must make arrangements with the owner of those facilities for the coordination of the work No additional compensation will be allowed to you if you are required to work around the utility facilities that were identified in the Contract Documents to be rearranged. However, if your work is delayed due to the utility rearrangement, an extension of time, agreeable to both you and the Engineer, will be granted. 8.10.3 Unidentified/Inaccurately Identified Utilities. Attention is directed to the possible existence of underground main or trunk line facilities not indicated on the plans or specifications and to the possibility that underground main or trunk lines may be in a location different from that which is indicated on the plans or in the specifications. You must ascertain the exact location of underground main or trunk lines whose presence is indicated on the plans or specifications, the location of their service laterals or other appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any of the facilities or interfere with their service. In accordance with Government Code 4215, the City assumes responsibility for the removal, relocation and protection of existing main or trunk line utilities located on the site of the construction project if such utilities were not identified in the plans and specifications with reasonable accuracy. You will not be assessed liquidated damages for delay in the completion of the project which is caused by the failure of the City or the owner of the utility to provide for removal or relocation of such unidentified utility facilities. If you cannot locate an underground facility whose presence is indicated on the plans or in the specifications, you must so notify the Engineer in writing. If PROSECUTION AND PROGRESS General Conditions 71 the facility for which the notice is given is in a substantially different location from that indicated on the plans or in the specifications, the additional cost of locating the facility will be paid for as force account work as provided in Section 4.5.4. If you discover underground main or trunk lines not indicated on the plans or in the specifications, you must immediately give the Engineer and the Utility Company written notification of the existence of those facilities. The main or trunk lines must be located and protected from damage as directed by the Engineer, and the cost of that work will be paid for as force account work as provided in Section 4.5. You must, if directed by the Engineer, repair any damage that may occur to the main or trunk lines. The cost of that repair work, not due to you exercising reasonable care, will be paid for as force account work as provided in Section 4.5.6. Damage due to your failure to exercise reasonable care will be repaired at your cost and expense. Where it is determined by the Engineer that the rearrangement of an underground facility is essential in order to accommodate the project and the plans and specifications do not provide that the facility is to be rearranged, the Engineer will provide for the rearrangement of the facility by other forces or the rearrangement will be performed by you and will be paid for as force account work as provided in Section 4.5.6. When ordered by the Engineer in writing, you must rearrange any utility or site facility necessary to be rearranged as a part of the project, and that work will be paid for as extra work as provided in Section 4.5.6. Should you desire to have any rearrangement made in any utility facility, or other improvement, your convenience in order to facilitate your construction operations, which rearrangement is in addition to, or different from, the rearrangements indicated on the plans and specifications, you must make whatever arrangements are necessary with the owners of the utility or other site facility for the rearrangement and bear all expenses in connection therewith. You must immediately notify the Engineer of any delays to your operations as a direct result of underground main or trunk line facilities which were not indicated on the plans or in the specifications or were located in a position substantially different from that indicated on the plans or in the specifications, or as a direct result of utility or other site facilities not being rearranged as herein provided (other than delays in connection with rearrangements made to facilitate your construction operations or delays due to a strike or labor dispute). These delays will be considered City-caused delays within the meaning of Section 8.9, "City-Caused Delays.," and compensation for the delay will be determined in conformance with the provisions of said section. You will be entitled to no other compensation for that delay. Any delays to your operations as a direct result of utility or other site facilities not being rearranged as provided in this Section, due to a strike or labor dispute, will entitle your to an extension of time as provided in Section 8.8, PROSECUTION AND PROGRESS General Conditions 72 “Liquidated Damages..” You will be entitled to no other compensation for that delay. 8.11 Termination of Contract. 8.11.1 Termination of Contract for Cause. If you should: (1) be adjudged as bankrupt, or (2) make a general assignment for the benefit of his creditors, or (3) be appointed a receiver on account of his insolvency, or (4) or any of his subcontractors should violate any of the provisions of the Contract, or (5) persistently or repeatedly refuse or should fail to supply enough properly skilled workmen or proper materials, or otherwise fail to prosecute the work with the diligence and force specified by the contract (6) fail to make prompt payment to subcontractors or for material or for labor, or (7) persistently disregard laws, ordinances or the instructions of the Engineer, then the Engineer, upon the determination that sufficient cause exists to justify such action, may, without prejudice to any other right or remedy, give written notice to you and his Surety of its intention to terminate the Contract, and unless within 7 calendar days after the giving of such notice such violation must cease and satisfactory arrangements for correction thereof be made, the Contract must, upon expiration of said 7 calendar days, cease and terminate. In the event of any such termination, Engineer must immediately give written notice thereof to the Surety and you, and the Surety will have the right to take over and perform the Contract, provided, however, that if the Surety within the 10 calendar days after the giving of notice of termination does not give the Engineer written notice of its intention to take over and perform the Contract or does not commence performance thereof within the 10 calendar days stated above from the date of the giving of such notice, the Engineer may take over the work and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at your expense, and you and his Surety will be liable to City for any excess cost occasioned by the Engineer thereby, and in such event the Engineer may without liability for so doing, take possession of and utilize in completing the work, such as may be on the site of the Work and necessary therefore and complete the work by whatever reasonable method the Engineer may deem expedient. In such cases you will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Sum exceeds costs of completing the Work, including compensation for professional services and expenses made PROSECUTION AND PROGRESS General Conditions 73 necessary thereby, such excess must be paid to you. If such costs exceed the unpaid balance, you must pay the difference to the City. The amount to be paid to you, or City, as the case may be, will be certified by the City Representative upon application. This payment obligation will survive completion of the Project. 8.11.2 Termination of Contract for Convenience. The Engineer may terminate the contract when termination is authorized by provisions of the contract, or for discovery of unforeseen or unusual conditions or at any time upon a determination by the Engineer that termination of the contract is in the best interest of the Engineer. If the Engineer elects to terminate the contract, the termination of the contract and the total compensation payable to you will be governed by the following: (1) The Engineer will issue you a written notice signed by the awarding body, specifying that the contract be terminated. Upon receipt of the written notice, you will be relieved of further responsibility for damage to the work (excluding materials) as specified in Section 7.30, "Contractor’s Responsibility for the Work and Materials.," and, except as otherwise directed in writing by the Engineer, you must: a. Stop all work under the contract except that specifically directed to be completed prior to acceptance. b. Perform work the Engineer deems necessary to secure the project for termination. c. Remove equipment from the site of the work. d. Take action that is necessary to protect materials from damage. e. Notify all subcontractors and suppliers that the contract is being terminated and that their contracts or orders are not to be further performed unless otherwise authorized in writing by the Engineer. f. Provide the Engineer with an inventory list of all materials previously produced, purchased or ordered from suppliers for use in the work and not yet used in the work, including its storage location, and such other information as the Engineer may request. g. Dispose of materials not yet used in the work as directed by the Engineer. It must be your responsibility to provide the Engineer with good title to all materials purchased by the City hereunder, including materials for which partial payment has been made and with bills of sale or other documents of title for those materials. h. Subject to the prior written approval of the Engineer, settle all outstanding liabilities and all claims arising out of subcontracts or orders for materials terminated hereunder. To the extent directed by the Engineer, you must assign to the Engineer all your right, title and interest under subcontracts or orders for materials terminated hereunder. i. Furnish the Engineer with the documentation required to be furnished by you under the provisions of the contract including, on projects as PROSECUTION AND PROGRESS General Conditions 74 to which Federal funds are involved, all documentation required under the Federal requirements included in the contract. j. Take other actions directed by the Engineer. (2) Acceptance of the contract as hereinafter specified must not relieve you of responsibility for damage to materials. You must continue to be responsible for damage to materials after issuance of the Notice of Termination, except as follows: a. Your responsibility for damage to materials for which partial payment has been made and for materials furnished by the City for use in the work and unused will terminate when the Engineer certifies that those materials have been stored in the manner and at the locations the Engineer has directed. b. Your responsibility for damage to materials purchased by the City subsequent to the issuance of the notice that the contract is to be terminated must terminate when title and delivery of those materials has been taken by the Engineer. When the Engineer determines that you have completed the work under the contract directed to be completed prior to termination and such other work as may have been ordered to secure the project for termination, the Engineer will formally accept the contract, and immediately upon and after the acceptance by the Engineer, you will not be required to perform any further work thereon and will be relieved of the contractual responsibilities for injury to persons or property which occurs after the formal acceptance of the project. (3) Termination of the contract will not relieve the Surety of its obligation for any just claims arising out of the work performed. (4) The total compensation to be paid to you will be determined by the Engineer on the basis of the following: a. The reasonable cost to you, without profit, for all work performed under the contract, including mobilization, demobilization and work done to secure the project for termination. In determining the reasonable cost, deductions will be made for the cost of materials to be retained by you, amounts realized by the sale of materials, and for other appropriate credits against the cost of the work. Deductions will also be made, when the contract is terminated under the authority of Section 7.31, "Damage by Storm, Flood, Tsunami or Earthquake." for the cost of materials damaged by the "occurrence." When, in the opinion of the Engineer, the cost of a contract item of work is excessively high due to costs incurred to remedy or replace defective or rejected work, the reasonable cost to be allowed will be the estimated reasonable cost of performing that work in compliance with the requirements of the plans and specifications and the excessive actual cost will be disallowed. b. A reasonable allowance for profit on the cost of the work performed as determined under Subsection (a.), provided you establish to the PROSECUTION AND PROGRESS General Conditions 75 satisfaction of the Engineer that it is reasonably probable that you would have made a profit had the contract been completed and provided further, that the profit allowed must in no event exceed 4% of the cost. c. The reasonable cost to you of handling material returned to the vendor, delivered to the Engineer or otherwise disposed of as directed by the Engineer. d. A reasonable allowance for your administrative costs in determining the amount payable due to termination of the contract. All records of you and your subcontractors, necessary to determine compensation in conformance with the provisions in this Section, will be open to inspection or audit by representatives of the City at all times after issuance of the notice that the contract is to be terminated and for a period of 3 years, thereafter, and those records must be retained for that period. The provisions in this Section will be included in all subcontracts. PAYMENT AND COMPLETION General Conditions 76 9. PAYMENT AND COMPLETION 9.1 Scope of Payment. You must accept the compensation provided in the contract as full payment for furnishing all labor, materials, tools, equipment, and incidentals necessary to the completed work and for performing all work contemplated and embraced under the contract; also for loss or damage arising from the nature of the work, or from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the acceptance by the Engineer and for all risks of every description connected with the prosecution of the work, also for all expenses incurred in consequence of the suspension or discontinuance of the work as provided in the contract; and for completing the work according to the Contract Documents. Neither the payment of any estimate nor of any retained percentage will relieve you of any obligation to make good any defective work or material. No compensation will be made in any case for loss of anticipated profits. 9.2 Force Account Payment. Payment for Force Account Work will be subject to the approval of the Engineer and compensation will be determined per Section 4.5.4, “Failure to Agree with Proposed Costs & Force Account Work,” and Section 4.5.6, “Allowable Costs and Markups for Change Orders and Force Account Work” of these General Conditions. 9.3 Notice of Potential Claim Claims for disputes between the parties arising under and by virtue of the contract must be brought to the attention of the Engineer at the earliest possible time. Notices of Potential Claims will be submitted and processed in accordance with Section 9-1.04 of the Standard Specifications. References to Section 4-1.03 “Changes” will mean Section 4-1.05 “Changes and Extra Work”; references to Section 5-1.116 “Differing Site Conditions” will mean Section 4- 1.06; references to 8-1.06 “Time of Completion” will mean Section 1-1.07 “Definitions”; references to Section 8-1.07 “Liquidated Damages” will mean Section 8-1.10; references to 8-1.10, “Utility and Non-highway Facilities” will mean Section 5-1.36D “Nonhighway Facilities”. Referenced forms CEM- 6201A, B and C can be found elsewhere in these Contract Documents. 9.4 Stop Notices. The City Finance Department will retain out of any money due or that may become due to you, 125% of the value of any Stop Notice filed pursuant to Civil Code, Section 3082 et seq. 9.5 Partial Payments. (Progress Payments) 9.5.1 Schedule of Values. You must prepare a schedule of the estimated values of each of the various parts of the job and the total of all parts that must equal the contract sum. Said schedule will be on AIA Form G703 or similar form PAYMENT AND COMPLETION General Conditions 77 and will be subject to the Engineer’s approval. Submit the Schedule of Values for review by the Engineer at or before the pre-construction conference. The Engineer will use the Schedule of Values for verifying the amount of each progress payment. Provide a breakdown of the contract sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate the Schedule of Values line items with the Construction Schedule detailed tasks. Provide several line items for principal subcontract amounts, where appropriate. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. Each item in the Schedule of Values and Applications for Payment must be complete. Include total cost and proportionate share of general overhead and profit for each item. Temporary facilities, mobilization, demobilization, and other major cost items that are not direct cost of actual work-in-place must be shown as separate line items in the Schedule of Values. Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 9.5.2 Application for Payment. Once each month, you must prepare and forward to the Engineer, a statement in writing, updating the approved Schedule of Values, indicating the total amount of the work completed and the acceptable materials furnished and delivered by you on the ground and not used, or acceptable materials furnished and stored (if such storage is subject to or under the control of City), for use in the performance of this Contract to the time of such statement and the value thereof. Submit one (1) signed original copy of the Application for Payment to City Representative by the 5th day of each month. 9.5.3 Withholding of Retention. City must retain 5% of the value of the work done, and 50% of the value of the materials so estimated to have been furnished and delivered and unused or furnished and stored as aforesaid as part security for the fulfillment of this Contract by you and any amounts to be retained under provisions of the contract. In accordance with Section 9.6, “Substitution of Securities,” you, at your expense, may create an escrow account in accordance with Public Contracts Code and Civil Code specifically for this project. PAYMENT AND COMPLETION General Conditions 78 9.5.4 Monthly Payment. Upon your written approval of the Application for Payment, the Engineer must, within 30 calendar days of receipt, pay to you, while carrying on the Work, the undisputed balance not retained, as aforesaid, after deducting there from all previous payments and all sums to be kept or retained under the provisions of law or of this Contract. No monthly statement or payment will be required to be made when in judgment of the Engineer, the work is not proceeding in accordance with the provisions of the contract or when in his judgment the total value of the work completed since the last payment amounts to less than $300. No such statement or payment will be construed to be an acceptance of any defective work or improper materials. 9.5.5 Interest Due. Pursuant to Section 20104.5 of the Public Contract Code, failure by the City to make any progress payment within 30 days after receipt of an undisputed and properly submitted payment request must pay interest to you equivalent to the legal rate set forth in Section 685.010 subsection (a) of the code of Civil Procedure. 9.5.6 Correction of Statement and Withholding of Payment. No inaccuracy or error in said statement will operate to release you or any surety from damages arising from such work or from enforcing each and every provision of this Contract. For a period of 3 years after acceptance of the work, all statements and payments will be subject to correction and adjustment for clerical errors. You and the Engineer agree to pay to the other any sum due under the provisions of this section except, however, if the total sum to be paid is less than $200 then no payment will be made. 9.6 Substitution of Securities Upon your request, pursuant to Public Contract Code Section 22300, the Engineer will make payment of funds withheld from progress payments to ensure performance of the contract if you deposit in escrow with the City, or with a bank acceptable to the Engineer, securities equivalent to the amount withheld. You must be beneficial owner of any securities substituted for moneys withheld and will receive any interest thereon. Upon satisfactory completion of the contract, the securities must be returned to you. Alternatively, upon your request, the Engineer will make payment of retentions earned directly to the escrow agent. You may direct the investment of the payments into securities, and you will receive the interest earned on the investments upon the same terms provided for securities deposited by you. Upon satisfactory completion of the contract, you will receive from the escrow agent all securities, interest and payments received by the escrow agent from the City, pursuant to the terms in Section 22300 of the Public Contract Code. PAYMENT AND COMPLETION General Conditions 79 Securities eligible for investment will include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest- bearing demand deposit accounts, standby letters of credit or any other security mutually agreed to by you and the Department. The escrow agreement used pursuant to this Section will be substantially similar to the "Escrow Agreement for Security Deposits In Lieu of Retention" in Section 10263 of the Public Contract Code, deemed as incorporated herein by reference. You must obtain the written consent of the surety to the agreement. 9.7 Project Completion and Final Payments. 9.7.1 Substantial Completion: (1) You must request in writing a Substantial Completion Inspection for the Work when you feel that the Work is sufficiently complete and at least 10 calendar days prior to the expiration of the Contract Time established by the contract. (2) A Punch List of items to be completed and/or corrected must be prepared by you and presented to the Engineer with the request for inspection. You must certify that the remaining items of work will be completed before the expiration of the Contract Time and that the remaining items of work do not in any way negatively impact the City’s full and complete use of the Work. Failure to include any items on the punch lists must not alter your responsibility to complete all the Work in accordance with the Contract Documents. (3) The Engineer will determine the validity of the request and respond stating a time and date of the Substantial Completion Inspection. (4) Prior to the Substantial Completion Inspection and within sufficient time for review by the Engineer, you must submit all catalog data, complete operating and maintenance instructions, certificates, warranties, written guarantees and related documents as required by the Contract Documents. (5) The City, Architect and other consultants responsible for review of the project must conduct an inspection of the Work. The Engineer must review the Punch List, incorporating additional comments from the inspection for completion and/or correction by you for a Final Punch List. (6) Upon completion of all of the Final Punch List items, you must submit a "Contractor's Notice of Final Completion" in accordance with the procedures stated in Section 9.7.2 below. Failure by you to complete any items on the Final Punch List within the Contract time allows the Engineer to require performance of same by your Surety or otherwise arrange for completion of those items of work and to deduct all of the costs thereof and any liquidated PAYMENT AND COMPLETION General Conditions 80 damages or actual damages incurred from the Final Payment by deductive Change Order. 9.7.2 Final Completion And Acceptance Of The Work. Final Completion and Acceptance of the Work will be made in accordance with the following steps and conditions: (1) Contractor's Notice of Final Completion. You must submit to the Engineer written notice that the Work is complete and ready for Final Inspection and acceptance. (2) Contractor Submittals. Before the Final Inspection and after the Final Punch List Corrections have been made, you must submit the following items to the Engineer: a. Contractors Guarantee. See form provided in the Contract Documents. b. Manufacturer’s Guarantees: You must submit any Guarantees required by provisions of the Contract c. Operations and Maintenance Data/Manuals. Provide all operations and maintenance manuals as required per the various specifications. d. Record Drawings and Specifications: You must submit Record Drawings and Specifications in accordance with Section 4.4, “Record Drawings and Specifications of these Contract Documents. (3) Final Inspection: Upon receipt of "Contractor's Notice of Final Completion" and your Submittals listed in the previous section, the Engineer will promptly make the Final Inspection. The Engineer, upon final inspection and determination that the Work provided for in this Contract has been completed, will recommend to the awarding body or their authorized representative, that the project be accepted. (4) Formal Acceptance. The date of acceptance of the work will be the date that the awarding body or their authorized representative formally accepts the work. (5) Notice of Completion: The Engineer will file the Notice of Completion with the County within 5 days of Formal Acceptance. 9.7.3 Final Payment and Claims. Final payment and claims procedures must be in accordance with Section 9-1.07B, “Final Payment and Claims” of the City’s Standard Specifications except as herein modified. References to Section 4-1.03, “Changes” will mean Section 4.5, “Changes in the Work.” References to Section 5-1.116, “Differing Site Conditions,” will mean Section 5.15 References to 8-1.06, “Time of Completion,” will mean Section 8.6. References to Section 8-1.07, “Liquidated Damages,” will mean Section PAYMENT AND COMPLETION General Conditions 81 8.8. References to 8-1.10, “Utility and Non-highway Facilities,” will mean Section 8.10, “Utilities and Site Facilities.” 9.8 Non-Waiver. Neither acceptance of, nor payment for, the Work or any part thereof, nor any extension of time nor any possession taken by the Engineer, will operate as a waiver of any of the provisions of this Contract, nor will a waiver of any breach of this Contract, be held to be a waiver of any other or subsequent breach. In addition, recordation of Notice of Completion will not be deemed an acceptance of latent defects nor will it constitute a waiver of any of the provisions of this Contract END OF GENERAL CONDITIONS Fire Station No. 2 Remodel Specification No. 91258 TABLE OF CONTENTS Page 132 TABLE OF CONTENTS UDIVISION 1 – General Requirements 010100 Summary of Work 010300 Substitutions 010450 Cutting & Patching 010950 Reference Standards & Definitions 013000 Submittals 014000 Quality Control 015000 Construction Facilities & Temporary Controls U DIVISION 2 – Existing Conditions 024119 Selective Structural Demolition DIVISION 3 – Concrete 033000 Cast-in-Place Concrete UDIVISION 6 – Wood & Plastics 061000 Rough Carpentry 062023 Interior Finish Carpentry UDIVISION 7 – Thermal & Moisture Protection (Not Used) UDIVISION 8 – Doors & Windows 081113 Hollow Metal Doors and Frames 087100 Door Hardware UDIVISION 9 – Finishes 092900 Gypsum Board 093000 Tiling 095123 Acoustical Tile Ceilings 096513 Resilient Base and Accessories 096813 Tile Carpeting 099123 Interior Painting UDIVISION 10 – Specialties 101400 Signage 102800 Toilet and Bath Accessories UDIVISION 22 – Plumbing 220517 Sleeves and Sleeve Seals for Plumbing Piping 220518 Escutcheon for Plumbing Piping 220523 General Duty Valves for Plumbing Piping 220553 Identification for Plumbing Piping and Equipments 220719 Plumbing Piping Insulation 221316 Sanitary Waste and Vent Piping 223400 Fuel-Fired Domestic Water Heaters 224100 Residential Plumbing Fixtures 224216 Commercial Sinks Fire Station No. 2 Remodel Specification No. 91258 TABLE OF CONTENTS Page 133 UDIVISION 23 – Mechanical 231123 Facility Natural-Gas Piping 233113 Metal Ducts 233416 Centrifugal HVAC Fans UDIVISION 26 – Electrical 260010 Electrical General Requirements 260050 Basic Construction Materials and Methods 260526 Grounding and Bonding for Electrical Systems 262416 Panelboards 265100 Interior Lighting Systems END OF TABLE OF CONTENTS Fire Station No. 2 Remodel Specification No. 91258 010100 – SUMMARY OF WORK Page 134 SECTION 010100 - SUMMARY OF WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The Project consists of remodels of the existing restrooms and dormitory room at the Fire Station 2 Facility as described below. 1. Project Location: 136 North Chorro Street San Luis Obispo, CA 93401 2. Owner: City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 B. Contract Documents for the remodel, dated October 21, 2015, were prepared for the project by Ravatt Albrecht & Associates, (805) 786-4391. C. The Work consists of but is not limited to: Remodel to the existing restrooms and dormitory room at the Fire Station 2 facility. 1.3 CONTRACTOR USE OF PREMISES (Refer to General Conditions, Section 7.32 for additional information) 1.4 Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. A. Owner Occupancy: The Fire Station will be in use for emergency response by Fire Department staff during the duration of construction for the remodel. B. Driveways and Entrances: Keep driveways and entrances serving the premises clear and available to the City, City employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Parking: Access to the existing driveway is allowed. The Contractor will have access during construction but must allow access for Fire Department vehicles. Deliveries and vehicles that are necessary to the functions of the project may be given priority in the parking spaces adjacent to the Fire Station. All other construction related vehicles will have to park in accordance with local conditions. D. Personnel will not be allowed into other structures or other portions of the building unless necessary for work under the project scope. E. Work hours are Monday through Friday between 8:30 a.m. to 5:30 p.m. unless otherwise approved by the Engineer. Construction noise is limited to the hours of 8:30 a.m. to 7:00 p.m. unless otherwise approved by the Community Development Director. If overtime or weekend work is requested and granted, the Contractor will be responsible to pay overtime hours for inspection staff. F. Toilet Facilities: The Contractor will not be allowed to use the Fire Station facilities. During construction, the Contractor shall make arrangements and provide for adequate Fire Station No. 2 Remodel Specification No. 91258 010100 – SUMMARY OF WORK Page 135 toilet facilities at the work site. The Contractor will secure and maintain the sanitary facilities in acceptable condition from the beginning of work until completion and will remove the facilities and disinfect the premises. The Contractor will secure the toilet facilities at night and when construction is not in operation. 1.5 Use of the Existing Building: Maintain the existing building in a weathertight and secure condition throughout the construction period. Repair damage caused by construction operations. Take all precautions necessary to protect the building during the construction period. Construct temporary barriers prior to demolition and new construction. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 010100 Fire Station No. 2 Remodel Specification No. 91258 010300 – SUBSTITUTIONS Page 136 SECTION 010300 - SUBSTITUTIONS PART 1 - GENERAL 1.1 “Or Equal” Substitutions A. One Product Specified: Unless the Specifications state that no substitution is permitted, whenever in the Contract Documents any specific article, device, equipment, product, material, fixture, patented process, form, method, or type of construction is indicated or specified by name, make, trade name, or catalog number, with or without the words “or equal”, such specification shall be deemed to be used for the purpose of facilitating description of material, process, or article desired and shall be deemed to be followed by the words “or equal”. Contractor may, unless otherwise stated, offer any material, process, or article, which shall be substantially equal or better in every respect to that so indicated or specified and will completely accomplish the purpose of the Contract Documents. B. Two or More Products Specified: When two or more acceptable products are specified for an item of the Work, the choice will be up to the Contractor. Contractor shall utilize the same product throughout the Project. If a timely substitution request as set forth in Section 1.02.A. is not provided and an “or equal” substitution is requested, the City may consider the substitution only if the product specified is no longer commercially available. C. The burden of proof as to the equality of any material, process or article will rest with the Contractor, and the Contractor must submit all data substantiating a request for an “or equal” substitution item as provided in Section 3400 of the Public Contract Code, Specification Section 01600 and other specific sections of the specifications prior to Award of Contract. 1.2 Request for Substitutions A. Substitute Request Form (for form, refer to this section): Requests for substitutions of products, materials, or processes other than those specified must be made on the Substitution Request form attached. Requests must be submitted ten (10) calendar days prior to the date of the Bid Opening to be considered. An addendum will be issued at least 72 hours prior to Bid Opening, identifying all equipment and materials deemed equivalent to those specified and approved by the Architect. B. Substitution Request Content: A substitution request must constitute a representation that the subcontractor/general contractor: 1. Has investigated proposed product and determined that it is equal in quality and serviceability of the specified item. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other work, which may be required for the work to be complete with no additional cost to General Contractor / City. 4. Will be acceptable in consideration of the required design and artistic effect. 5. Will require no excessive or more expensive maintenance including adequacy and availability of replacement parts. 6. Waives claims for additional costs or time extension, which may subsequently become apparent. 7. Will reimburse owner for review or redesign services by the Architect and re- approval fees by authorities, agencies, or the City. Fire Station No. 2 Remodel Specification No. 91258 010300 – SUBSTITUTIONS Page 137 8. List any differences in the proposed product and any modifications that must be made to accommodate the substituted item. C. Substitution Submittal Procedure: 1. Contractor must furnish four (4) copies of the requested information sufficient to determine whether the proposed substitution is equivalent including, but not limited to, all drawings, specifications, samples, performance data, calculations, and other information as may be required to assist the Architect and the City in determining whether the proposed substitution is acceptable. 2. The final decision will be the City’s. The City may condition its approval of the substitution upon delivery to the City of an extended warranty or other assurances of adequate performance of the substitution. D. If the Substitution is Permitted: The Contractor will be solely and directly responsible for fitting approved substituted material and equipment into the available space in a manner acceptable to the City and for the proper operation of the substituted equipment with all other equipment with which it may be associated. The Contractor will bear all costs of meeting the above requirements for presenting a proposed substitution, and if the substitution is accepted, the Contractor must bear all costs involved including costs of Construction Manager’s, Architect’s, and Engineer’s services required in adapting the substituted material or equipment to the installation to the complete satisfaction of the City. Fire Station No. 2 Remodel Specification No. 91258 010300 – SUBSTITUTIONS Page 138 Substitution of “Or Equal” Product DATE: TIME: COMPANY: CONTACT PERSON: ADDRESS: TELEPHONE: FAX: PLAN SHEET: SPECIFICATIONS SECTION: LISTING OF PROPOSED “OR EQUAL” PRODUCTS: TO A/E: END OF SECTION 010300 Fire Station No. 2 Remodel Specification No. 91258 010450 – CUTTING AND PATCHING Page 139 SECTION 010450 - CUTTING AND PATCHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for cutting and patching. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 2 Section "Selective Demolition" for demolition of selected portions of the building for alterations. 2. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. a. Requirements of this Section apply to mechanical and electrical installations. Refer to Division 15 and 16 Sections for other requirements and limitations applicable to cutting and patching mechanical and electrical installations. 1.3 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures well in advance of the time cutting and patching will be performed. Request approval to proceed. Include the following information, as applicable, in the proposal: 1. Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform Work. 4. Indicate dates when cutting and patching will be performed. 5. Utilities: List utilities that cutting and patching procedures will disturb or affect. List utilities that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted. 6. Where cutting and patching involves adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with the original structure. 7. Approval by the Architect to proceed with cutting and patching does not waive the Architect's right to later require complete removal and replacement of unsatisfactory work. Fire Station No. 2 Remodel Specification No. 91258 010450 – CUTTING AND PATCHING Page 140 1.4 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would change their load-carrying capacity or load-deflection ratio. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: a. Foundation construction. b. Bearing and retaining walls. c. Structural concrete. d. Structural steel. e. Lintels. f. Timber and primary wood framing. g. Structural decking. h. Miscellaneous structural metals. i. Equipment supports. j. Piping, ductwork, vessels, and equipment. B. Operational Limitations: Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following operating elements or safety related systems: a. Primary operational systems and equipment. C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner. 1.5 WARRANTY A. Existing Warranties: Replace, patch, and repair material and surfaces cut or damaged by methods and with materials in such a manner as not to void any warranties required or existing. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible if identical materials are unavailable or cannot be used. Use materials whose installed performance will equal or surpass that of existing materials. Fire Station No. 2 Remodel Specification No. 91258 010450 – CUTTING AND PATCHING Page 141 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. 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 temporary support of work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project 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. Avoid cutting existing pipe, conduit, or ductwork serving the building but scheduled to be removed or relocated until provisions have been made to bypass them. 3.3 PERFORMANCE A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. 1. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. B. Cutting: Cut existing construction using methods least likely to damage elements retained or adjoining construction. 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 for security 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. 4. Comply with requirements of applicable Division 2 Sections where cutting and patching requires excavating and backfilling. 5. Where services are required to be removed, relocated, or abandoned, by-pass utility services, such as pipe or conduit, before cutting. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after bypassing and cutting. C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. Fire Station No. 2 Remodel Specification No. 91258 010450 – CUTTING AND PATCHING Page 142 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3. Where removing walls or partitions extends one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform color and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a smooth painted surface, extend final paint coat over entire unbroken surface containing the patch after the area has received primer and second coat. 4. Patch, repair, or rehang existing ceilings as necessary to provide an even-plane surface of uniform appearance. 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 010450 Fire Station No. 2 Remodel Specification No. 91258 010950 – REFERENCE STANDARDS AND DEFINITIONS Page 143 SECTION 010950 - REFERENCE STANDARDS AND DEFINITIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic contract definitions are included in the Conditions of the Contract. B. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on the Drawings, or other paragraphs or Schedules in the Specifications, and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the reader locate the reference. Location is not limited. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by the City, requested by the City, and similar phrases. D. "Approved": The term "approved," when used in conjunction with the City’s action on the Contractor's submittals, applications, and requests, is limited to the City's duties and responsibilities as stated in the Conditions of the Contract. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": The term "furnish" means supply and deliver to the Project Site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": The term "install" describes operations at the Project Site including the actual unloading, unpacking, assembly, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. I. "Installer": An installer is the Contractor or another entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier, to perform a particular construction activity, including installation, erection, application, or similar operations. Installers are required to be experienced in the operations they are engaged to perform. 1. The term "experienced," when used with the term "installer," means having a minimum of 5 previous projects similar in size and scope to this Project, being familiar with the special requirements indicated, and having complied with requirements of authorities having jurisdiction. 2. Trades: Using terms such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name. Fire Station No. 2 Remodel Specification No. 91258 010950 – REFERENCE STANDARDS AND DEFINITIONS Page 144 3. Assigning Specialists: Certain Sections of the Specifications require that specific construction activities must be performed by specialists who are recognized experts in those operations. The specialists must be engaged for those activities, and their assignments are requirements over which the Contractor has no option. However, the ultimate responsibility for fulfilling contract requirements remains with the Contractor. a. This requirement must not be interpreted to conflict with enforcing building codes and similar regulations governing the Work. It is also not intended to interfere with local trade-union jurisdictional settlements and similar conventions. J. "Project Site" is the space available to the Contractor for performing construction activities, either exclusively or in conjunction, with others performing other work as part of the Project. The extent of the Project Site is shown on the Drawings and may or may not be identical with the description of the land on which the Project is to be built. K. "Testing Agencies": A testing agency is an independent entity engaged to perform specific inspections or tests, either at the Project Site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests. 1.3 SPECIFICATION FORMAT AND CONTENT EXPLANATION A. Specification Format: These Specifications are organized into Divisions and Sections based on CSI's 26-Division format and MasterFormat's numbering system. B. Specification Content: This Specification uses certain conventions regarding the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: 1. Abbreviated Language: Language used in Specifications and other Contract Documents is abbreviated. Words and meanings will be interpreted as appropriate. Words implied, but not stated, will be interpolated as the sense requires. Singular words will be interpreted as plural and plural words interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Streamlined Language: The Specifications generally use streamlined language. Requirements expressed in the imperative mood are to be performed by the Contractor. At certain locations in the Text, subjective language is used for clarity to describe responsibilities that must be fulfilled indirectly by the Contractor or by others when so noted. a. The words "will be" are implied where a colon (:) is used within a sentence or phrase. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with the standards in effect as of the date of the Contract Documents, unless otherwise indicated. C. Conflicting Requirements: Where compliance with 2 or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer to the Architect before proceeding for a decision on requirements that are different but apparently equal, and where it is uncertain which requirement is the most stringent. Fire Station No. 2 Remodel Specification No. 91258 010950 – REFERENCE STANDARDS AND DEFINITIONS Page 145 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified will be the minimum acceptable. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of the requirements. Refer uncertainties to the Architect for a decision before proceeding. D. Copies of Standards: Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, the Contractor will obtain copies directly from the publication source. E. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards-generating organization, authorities having jurisdiction, or other entity applicable to the context of the text provision. Refer to Gale Research Co.'s "Encyclopedia of Associations," available in most libraries. F. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Acronyms or abbreviations, as referenced in the Contract Documents, are defined to mean the associated names. Names and addresses are subject to change and are believed, but are not assured, to be accurate and up-to-date as of the date of the Contract Documents. Where acronyms and abbreviations are used in the Specifications or other Contract Documents, they will mean the recognized name of the entities indicated in Gale Research’s “Encyclopedia of Associations” or in Columbia Books’ “National Trade & Professional Associations of the U.S.”. 1.5 GOVERNING REGULATIONS AND AUTHORITIES A. Copies of Regulations: Obtain copies of all applicable regulations and retain at the Project Site to be available for reference by parties who have a reasonable need. 1.6 SUBMITTALS A. Permits, Licenses, and Certificates: For the Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established in conjunction with compliance with standards and regulations bearing upon performance of the Work. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 010950 Fire Station No. 2 Remodel Specification No. 91258 013000 – SUBMITTALS Page 146 SECTION 013000 - SUBMITTALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submittals required for performance of the Work, including the following: 1. Contractor's construction schedule. 2. Submittal schedule. 3. Shop Drawings. 4. Product Data. 5. Samples. 6. Quality assurance submittals. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: 1. Applications for Payment. 2. Performance and payment bonds. 3. Insurance certificates. 4. List of subcontractors. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Applications for Payment" specifies requirements for submittal of the Schedule of Values. 2. Division 1 Section "Project Meetings" specifies requirements for submittal and distribution of meeting and conference minutes. 3. Division 1 Section "Quality Control" specifies requirements for submittal of inspection and test reports. 4. Division 1 Section "Contract Closeout" specifies requirements for submittal of Project Record Documents and warranties at project closeout. 1.3 DEFINITIONS A. Field samples are full-size physical examples erected on-site to illustrate finishes, coatings, or finish materials. Field samples are used to establish the standard by which the Work will be judged. B. Mockups are full-size assemblies for review of construction, coordination, testing, or operation; they are not Samples. Fire Station No. 2 Remodel Specification No. 91258 013000 – SUBMITTALS Page 147 1.4 SUBMITTAL PROCEDURES A. Coordination: 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 City reserves the right to withhold action on a submittal requiring coordination with other submittals until all related submittals are received. 3. Processing: To avoid the need to delay installation as a result of the time required to process submittals, allow sufficient time for submittal review, including time for resubmittals. a. Allow 2 weeks for initial review. Allow additional time if the City must delay processing to permit coordination with subsequent submittals. b. If an intermediate submittal is necessary, process the same as the initial submittal. c. Allow 2 weeks for reprocessing each submittal. d. No extension of Contract Time will be authorized because of failure to transmit submittals to the City sufficiently in advance of the Work to permit processing. B. Submittal Preparation: 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. 1. Provide a space approximately 4 by 5 inches (100 by 125 mm) on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. 2. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. c. Name and address of the Architect. d. Name and address of the Contractor. e. Name and address of the supplier. f. Name of the manufacturer. g. Number and title of appropriate Specification Section. h. Drawing number and detail references, as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the City using a transmittal form. The City will not accept submittals received from sources other than the Contractor. 1. On the transmittal, record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 2. Transmittal Form: Use AIA Document G810. Fire Station No. 2 Remodel Specification No. 91258 013000 – SUBMITTALS Page 148 1.5 SUBMITTAL SCHEDULE A. After development and acceptance of the Contractor's Construction Schedule, prepare a complete schedule of submittals. Submit the schedule within 5 days of the date required for submittal of the Contractor's Construction Schedule. 1. Coordinate Submittal Schedule with the list of subcontracts, Schedule of Values, and the list of products as well as the Contractor's Construction Schedule. 2. Prepare the schedule in chronological order. Provide the following information: a. Scheduled date for the first submittal. b. Related Section number. c. Submittal category (Shop Drawings, Product Data, or Samples). d. Name of the subcontractor. e. Description of the part of the Work covered. f. Scheduled date for resubmittal. g. Scheduled date for the City's final release or approval. B. Distribution: Following response to the initial submittal, print and give copy to the City. 1. When revisions are made, distribute to the City C. Schedule Updating: Revise the schedule after each meeting or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. 1.6 SHOP DRAWINGS A. Submit newly prepared information drawn accurately to 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 a Shop Drawing. B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates and similar Drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full-size Drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 7. Initial Submittal: Submit one correctable, translucent, reproducible print and one blue- or black-line print for the Architect's review. The Architect will return the reproducible print. Fire Station No. 2 Remodel Specification No. 91258 013000 – SUBMITTALS Page 149 8. Final Submittal: Submit 3 blue- or black-line prints; submit 5 prints where required for maintenance manuals. The City will retain 3 prints and return the remainder. a. One of the prints returned will be marked up and maintained as a "Record Document." 9. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.7 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing-in diagrams and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Submittals: Submit 5 copies of each required submittal; submit 5 copies where required for maintenance manuals. The City will retain 3 and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. 4. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.8 SAMPLES A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples 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 or display Samples in the manner to facilitate review of qualities indicated. Prepare Samples to match the Architect's sample. Include the following: a. Specification Section number and reference. b. Generic description of the Sample. c. Sample source. Fire Station No. 2 Remodel Specification No. 91258 013000 – SUBMITTALS Page 150 d. Product name or name of the manufacturer. e. Compliance with recognized standards. f. Availability and delivery time. 2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final check of these characteristics with other elements and a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, texture, or other characteristic is inherent in the material or product represented, submit at least 3 multiple units that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. c. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicate special requests regarding disposition of Sample submittals. d. Samples not incorporated into the Work, or otherwise designated as the City's property, are the property of the Contractor and must be removed from the site prior to Substantial Completion. 3. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation, and similar characteristics, submit 5 sets. The City will return one set marked with the action taken. 4. Maintain sets of Samples, as returned, at the Project Site, for quality comparisons throughout the course of construction. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. b. Sample sets may be used to obtain final acceptance of the construction associated with each set. B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. 1. Field samples are full-size examples erected on-site to illustrate finishes, coatings, or finish materials and to establish the Project standard. a. Comply with submittal requirements to the fullest extent possible. Process transmittal forms to provide a record of activity. 1.9 QUALITY ASSURANCE SUBMITTALS A. Submit quality-control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality-control submittals as required under other Sections of the Specifications. B. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. 1. Signature: Certification must be signed by an officer of the manufacturer or other individual authorized to sign documents on behalf of the company. C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division 1 Section "Quality Control." Fire Station No. 2 Remodel Specification No. 91258 013000 – SUBMITTALS Page 151 1.10 ARCHITECT'S ACTION A. Except for submittals for the record or information, where action and return is required, the Architect will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. B. Action Stamp: The Architect will stamp each submittal with a uniform, action stamp. The Architect will mark the stamp appropriately to indicate the action taken, as follows: 1. NO EXCEPTIONS TAKEN: If the review indicates that the material, equipment, or work method is in conformance with the design concept and complies with the Contract Documents, the copy will be marked as “No exceptions taken”. In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. 2. MAKE CORRECTIONS NOTED: If the review indicates limited corrections are required, the copy will be marked “Make corrections noted”. The Contractor may begin implementing the work method or incorporate the material or equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy must be provided. 3. REVISE AND RESUBMIT: If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked “Revise and resubmit”. Except at his own risk, the Contractor will not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either “No exceptions taken” or “Make corrections noted”. 4. REJECTED: If the review indicates that the material, equipment, or working drawing is not in conformance with the design concept or in compliance with the Contract Documents, the copy will be marked “Rejected”. Except at his own risk, the Contractor will not undertake work covered by such submittals until a new submittal is made and returned marked either “No exceptions taken” or “Make corrections noted”. 5. Do not use, or allow others to use, submittals marked "Not Approved, Revise and Resubmit" at the Project Site or elsewhere where Work is in progress. 6. Other Action: Where a submittal is for information or record purposes or special processing or other activity, the Architect will return the submittal marked "Action Not Required." C. Unsolicited Submittals: The Architect will return unsolicited submittals to the sender without action. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 013000 Fire Station No. 2 Remodel Specification No. 91258 014000 – QUALITY CONTROL Page 152 SECTION 014000 - QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality-control services. B. Quality-control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies, and by governing authorities. They do not include contract enforcement activities performed by Architect. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified inspections, tests, and related actions do not limit Contractor's quality- control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for Contractor to provide quality-control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. E. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Cutting and Patching" specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 2. Division 1 Section "Submittals" specifies requirements for development of a schedule of required tests and inspections. 1.3 RESPONSIBILITIES (Refer to General Conditions 6.7 for additional information) A. City Responsibilities: Unless otherwise indicated as the responsibility of another identified entity, the City will provide inspections, tests, and other quality-control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. 1. Where individual Sections specifically indicate that certain inspections, tests, and other quality-control services are the Contractor's responsibility, the Contractor shall employ and pay a qualified independent testing agency to perform quality- control services. Costs for these services are included in the Contract Sum. Fire Station No. 2 Remodel Specification No. 91258 014000 – QUALITY CONTROL Page 153 2. Where individual Sections specifically indicate that certain inspections, tests, and other quality-control services are the City's responsibility, the City will employ and pay a qualified independent testing agency to perform those services. B. Retesting: The Contractor is responsible for retesting where results of inspections, tests, or other quality-control services prove unsatisfactory and indicate noncompliance with Contract Document requirements, regardless of whether the original test was Contractor's responsibility. 1. The cost of retesting construction, revised or replaced by the Contractor, is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with Contract Document requirements. C. Associated Services: Cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include, but are not limited to, the following: 1. Provide access to the Work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for storage and curing of test samples. 5. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. 7. Provide security and protection of samples and test equipment at the Project Site. D. Duties of the Testing Agency: The independent agency engaged to perform inspections, sampling, and testing of materials and construction specified in individual Sections will cooperate with the City and the Contractor in performance of the agency's duties. The testing agency will provide qualified personnel to perform required inspections and tests. 1. The agency will notify the City of San Luis Obispo and the Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter, or enlarge requirements of the Contract Documents or approve or accept any portion of the Work. 3. The agency will not perform any duties of the Contractor. E. Coordination: Coordinate the sequence of activities to accommodate required services with a minimum of delay. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1. The Contractor is responsible for scheduling times for inspections, tests, taking samples, and similar activities. Fire Station No. 2 Remodel Specification No. 91258 014000 – QUALITY CONTROL Page 154 1.4 SUBMITTALS A. Unless the Contractor is responsible for this service, the independent testing agency shall submit a certified written report, in duplicate, of each inspection, test, or similar service to the City. If the Contractor is responsible for the service, submit a certified written report, in duplicate, of each inspection, test, or similar service through the Contractor. 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. 2. Report Data: Written reports of each inspection, test, or similar service include, but are not limited to, the following: a. Date of issue. b. Project title and number. c. Name, address, and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and an interpretation of test results. j. Ambient conditions at the time of sample taking and testing. k. Comments or professional opinion on whether inspected or tested Work complies with Contract Document requirements. l. Name and signature of laboratory inspector. m. Recommendations on retesting. 1.5 QUALITY ASSURANCE A. Qualifications for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, that are prequalified as complying with the American Council of Independent Laboratories' "Recommended Requirements for Independent Laboratory Qualification" and that specialize in the types of inspections and tests to be performed. 1. Each independent inspection and testing agency engaged on the Project must be authorized by authorities having jurisdiction to operate in the state where the Project is located. PART 2 - PRODUCTS (Not Applicable) Fire Station No. 2 Remodel Specification No. 91258 014000 – QUALITY CONTROL Page 155 PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with Contract Document requirements for Division 1 Section "Cutting and Patching." B. Protect construction exposed by or for quality-control service activities, and protect repaired construction. C. Repair and protection is Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing, or similar services. END OF SECTION 014000 Fire Station No. 2 Remodel Specification No. 91258 015000 – CONSTRUCTION FACILITIES & TEMPORARY CONTROLS Page 156 SECTION 015000 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for construction facilities and temporary controls, including temporary utilities, support facilities, and security and protection. B. Temporary utilities include, but are not limited to, the following: 1. Sanitary facilities, including drinking water. C. Support facilities include, but are not limited to, the following: 1. Waste disposal services. 2. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Barricades, warning signs, and lights. 2. Environmental protection. 1.3 SUBMITTALS A. Temporary Utilities: Submit reports of tests, inspections, meter readings, and similar procedures performed on temporary utilities. B. Implementation and Termination Schedule: Within 5 days of the date established for commencement of the Work, submit a schedule indicating implementation and termination of each temporary utility. 1.4 QUALITY ASSURANCE A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including, but not limited to, the following: 1. Building code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, fire department, and rescue squad rules. 5. Environmental protection regulations. B. Standards: Comply with NFPA 241 "Standard for Safeguarding Construction, Alterations, and Demolition Operations," ANSI A10 Series standards for "Safety Requirements for Construction and Demolition," and NECA Electrical Design Library "Temporary Electrical Facilities." 1. Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70 "National Electric Code." C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. Fire Station No. 2 Remodel Specification No. 91258 015000 – CONSTRUCTION FACILITIES & TEMPORARY CONTROLS Page 157 1.5 PROJECT CONDITIONS A. Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to the Owner, change over from use of temporary service to use of permanent service. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Relocate temporary services and facilities as the Work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire-prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on-site. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide new materials. If acceptable to the City, the Contractor may use undamaged, previously used materials in serviceable condition. Provide materials suitable for use intended. B. Lumber and Plywood: Comply with requirements in Division 6 Section "Rough Carpentry." 1. For job-built temporary offices, shops, and sheds within the construction area, provide UL-labeled, fire-treated lumber and plywood for framing, sheathing, and siding. 2. For signs and directory boards, provide exterior-type, Grade B-B high-density concrete form overlay plywood of sizes and thicknesses indicated. 3. For fences and vision barriers, provide minimum 3/8-inch- (9.5-mm-) thick exterior plywood. 4. For safety barriers, sidewalk bridges, and similar uses, provide minimum 5/8- inch- (16-mm-) thick exterior plywood. C. Gypsum Wallboard: Provide gypsum wallboard on interior walls of temporary offices. D. Roofing Materials: Provide UL Class A standard-weight asphalt shingles or UL Class C mineral-surfaced roll roofing on roofs of job-built temporary offices, shops, and sheds. E. Paint: Comply with requirements of Division 9 Section "Painting." 1. For job-built temporary offices, shops, sheds, fences, and other exposed lumber and plywood, provide exterior-grade acrylic-latex emulsion over exterior primer. 2. For sign panels and applying graphics, provide exterior-grade alkyd gloss enamel over exterior primer. 3. For interior walls of temporary offices, provide 2 coats interior latex-flat wall paint. F. Tarpaulins: Provide waterproof, fire-resistant, UL-labeled tarpaulins with flame-spread rating of 15 or less. For temporary enclosures, provide translucent, nylon-reinforced, laminated polyethylene or polyvinyl chloride, fire-retardant tarpaulins. G. Water: Provide potable water approved by local health authorities. H. Open-Mesh Fencing: Provide 0.120-inch (3-mm) thick, galvanized 2-inch (50-mm) chain link fabric fencing 6 feet (2 m) high and galvanized steel pipe posts, 1-1/2 inches (38 mm) I.D. for line posts and 2-1/2 inches (64 mm) I.D. for corner posts. Fire Station No. 2 Remodel Specification No. 91258 015000 – CONSTRUCTION FACILITIES & TEMPORARY CONTROLS Page 158 2.2 EQUIPMENT A. General: Provide new equipment. If acceptable to the City, the Contractor may use undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. B. Water Hoses: Provide 3/4-inch (19-mm), heavy-duty, abrasion-resistant, flexible rubber hoses 100 feet (30 m) long, with pressure rating greater than the maximum pressure of the water distribution system. Provide adjustable shutoff nozzles at hose discharge. C. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120-Volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground-fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment. D. Electrical Power Cords: Provide grounded extension cords. Use hard-service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length-voltage ratio. E. Lamps and Light Fixtures: Provide general service CFL or LED lamps of wattage required for adequate illumination. Provide guard cages or tempered-glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. F. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. G. Temporary Offices: Provide prefabricated or mobile units or similar job-built construction with lockable entrances, operable windows, and serviceable finishes. Provide heated and air-conditioned units on foundations adequate for normal loading. H. Temporary Toilet Units: Provide self-contained, single-occupant toilet units of the chemical, aerated recirculation, or combustion type. Provide units properly vented and fully enclosed with a glass-fiber-reinforced polyester shell or similar nonabsorbent material. I. Fire Extinguishers: Provide hand-carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand-carried, portable, UL-rated, Class ABC, dry-chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for the exposures. 1. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. PART 3 - EXECUTION 3.1 INSTALLATION A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve the Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, and other temporary construction and support facilities for easy access. Fire Station No. 2 Remodel Specification No. 91258 015000 – CONSTRUCTION FACILITIES & TEMPORARY CONTROLS Page 159 1. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to the Owner. B. Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NFPA 241 for removal of combustible waste material and debris. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 deg F (27 deg C). Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material lawfully. 3.3 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Do not change over from use of temporary security and protection facilities to permanent facilities until Substantial Completion, or longer, as requested by the City. B. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed, provide lighting, including flashing red or amber lights. C. Enclosure Fence: Before excavation begins, install an enclosure fence with lockable entrance gates. Locate where indicated, or enclose the entire site or the portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs, and other animals from easily entering the site, except by the entrance gates. 1. Provide open-mesh, chain link fencing with posts set in a compacted mixture of gravel and earth. (Refer to Section 01010,1.3 for additional information) D. Security Enclosure and Lockup: Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. 1. Storage: Where materials and equipment must be stored, and are of value or attractive for theft, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. E. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted or that other undesirable effects might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of noise-making tools and equipment to hours that will minimize complaints from persons or firms near the site. Fire Station No. 2 Remodel Specification No. 91258 015000 – CONSTRUCTION FACILITIES & TEMPORARY CONTROLS Page 160 3.4 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Protection: Prevent water-filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Unless the City requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the Contractor's property. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where the area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil in the area. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at the temporary entrances, as required by the governing authority. 3. At Substantial Completion, clean and renovate permanent facilities used during the construction period including, but not limited to, the following: a. Replace air filters and clean inside of ductwork and housings. b. Replace significantly worn parts and parts subject to unusual operating conditions. c. Replace lamps burned out or noticeably dimmed by hours of use. END OF SECTION 015000 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TABLE OF CONTENTS Page 1 of 2 TABLE OF CONTENTS SPECIFICATIONS DIVISION 2 – EXISTING CONDITIONS SECTION 024119 – SELECTIVE STRUCTURAL DEMOLITION DIVISION 3 – CONCRETE SECTION 033000 – CAST-IN-PLACE CONCRETE DIVISION 6 – WOOD AND PLASTICS SECTION 061000 – ROUGH CARPENTRY SECTION 062023 – INTERIOR FINISH CARPENTRY DIVISION 8 – DOORS AND WINDOWS SECTION 081113 – HOLLOW METAL DOORS AND FRAMES SECTION 087100 – DOOR HARDWARE DIVISION 9 – FINISHES SECTION 092900 – GYPSUM BOARD SECTION 093000 – TILING SECTION 095123 – ACOUSTICAL TILE CEILINGS SECTION 096513 – RESILIENT BASE AND ACCESSORIES SECTION 096813 – TILE CARPETING SECTION 099123 – INTERIOR PAINTING DIVISION 10 – SPECIALTIES SECTION 101400 - SIGNAGE SECTION 102800 – TOILET AND BATH ACCESSORIES DIVISION 22 – PLUMBING SECTION 220517 – SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING SECTION 220518 – ESCUTCHEON FOR PLUMBING PIPING SECTION 220523 – GENERAL – DUTY VALVES FOR PLUMBING PIPING SECTION 220553 – IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENTS SECTION 220719 – PLUMBING PIPING INSULATION SECTION 221316 – SANITARY WASTE AND VENT PIPING SECTION 223400 – FUEL-FIRED, DOMESTIC WATER HEATERS SECTION 224100 – RESIDENTIAL PLUMBING FIXTURES SECTION 22421616 – COMMERCIAL SINKS SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TABLE OF CONTENTS Page 2 of 2 DIVISION 23 – MECHANICAL SECTION 231123 - FACILITY NATURAL-GAS PIPING SECTION 233113 - METAL DUCTS SECTION 233416 - CENTRIFUGAL HVAC FANS DIVISION 26 – ELECTRICAL SECTION 260010 – ELECTRICAL GENERAL REQUIREMENTS SECTION 260050 – BASIC CONSTRUCTION MATERIALS & METHODS SECTION 260526 – GROUNDING & BONDING FOR ELECTRICAL SYSTEMS SECTION 262416 – PANELBOARDS SECTION 265100 – INTERIOR LIGHTING SYSTEMS END OF TABLE OF CONTENTS SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SELECTIVE STRUCTURE DEMOLITION 024119 - 1 SECTION 024119 - SELECTIVE STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 PREINSTALLATION MEETINGS A. Predemolition Conference: Conduct conference at Project site. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For refrigerant recovery technician. B. Predemolition Photographs or Video: Submit before Work begins. C. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician. 1.5 CLOSEOUT SUBMITTALS A. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SELECTIVE STRUCTURE DEMOLITION 024119 - 2 1.6 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program. 1.7 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 1. Before selective demolition, Owner will remove the following items: a. Decorative Glass Chandelier C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. Hazardous materials will be removed by Owner before start of the Work. 2. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. E. Storage or sale of removed items or materials on-site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.8 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SELECTIVE STRUCTURE DEMOLITION 024119 - 3 B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. D. Perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. E. Survey of Existing Conditions: Record existing conditions by use of measured drawings and preconstruction photographs. 1. Contractor to submit photo documentation to County for GSA. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. 1. Comply with requirements for existing services/systems interruptions specified in Division 01 Section "Summary." B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated services/systems when requested by Contractor. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems, equipment, and components indicated to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SELECTIVE STRUCTURE DEMOLITION 024119 - 4 c. Equipment to Be Removed: Disconnect and cap services and remove equipment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material. C. Refrigerant: Remove refrigerant from mechanical equipment to be selectively demolished according to 40 CFR 82 and regulations of authorities having jurisdiction. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access and protection specified in Division 01 Section "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame-cutting operations. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SELECTIVE STRUCTURE DEMOLITION 024119 - 5 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 5. Dispose of demolished items and materials promptly. Comply with requirements in Division 01 Section "Construction Waste Management and Disposal." B. Removed and Salvaged Items: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. C. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 4. Comply with requirements specified in Division 01 Section "Construction Waste Management and Disposal." 5. Comply with County Standard forms and procedures B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SELECTIVE STRUCTURE DEMOLITION 024119 - 6 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 024119 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CAST-IN-PLACE CONCRETE 033000 - 1 SECTION 033000 - CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes. B. Related Sections: 1. Division 31 Section "Earth Moving" for drainage fill under slabs-on-grade. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork. E. Welding certificates. F. Material certificates. G. Material test reports. H. Floor surface flatness and levelness measurements. 1.3 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." B. Testing Agency Qualifications: An independent agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. C. Welding Qualifications: Qualify procedures and personnel according to AWS D1.4/D 1.4M, "Structural Welding Code - Reinforcing Steel." SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CAST-IN-PLACE CONCRETE 033000 - 2 D. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete," 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." E. Concrete Testing Service: County shall engage the service of a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. F. Preinstallation Conference: Conduct conference at Project Site. PART 2 - PRODUCTS 2.1 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. 2.2 STEEL REINFORCEMENT A. Recycled Content of Steel Products: Provide products with an average recycled content of steel products so postconsumer recycled content plus one-half of preconsumer recycled content is not less than 60 percent. B. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 deformed or 1. Galvanized Reinforcing Bars: ASTM A 767/A 767M, Class II zinc coated after fabrication and bending. 2. Epoxy-Coated Reinforcing Bars: ASTM A 775/A 775M, epoxy coated, with less than 2 percent damaged coating in each 12-inch bar length. C. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from as- drawn steel wire into flat sheets. D. Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet. E. Galvanized-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from galvanized-steel wire into flat sheets. F. Epoxy-Coated Welded Wire Reinforcement: ASTM A 884/A 884M, Class A coated, Type 1, deformed steel. G. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CAST-IN-PLACE CONCRETE 033000 - 3 2.3 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I or Type II. B. Normal-Weight Aggregates: ASTM C 33, graded. 1. Maximum Coarse-Aggregate Size: 1-1/2 inches nominal (Footings). 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: ASTM C 94/C 94M and potable. 2.4 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. 2.5 WATERSTOPS A. Flexible Rubber Waterstops: CE CRD-C 513, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. B. Chemically Resistant Flexible Waterstops: Thermoplastic elastomer rubber waterstops for embedding in concrete to prevent passage of fluids through joints; resistant to oils, solvents, and chemicals. Factory fabricate corners, intersections, and directional changes. C. Flexible PVC Waterstops: CE CRD-C 572, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. D. Self-Expanding Butyl Strip Waterstops: Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4 by 1 inch. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CAST-IN-PLACE CONCRETE 033000 - 4 E. Self-Expanding Rubber Strip Waterstops: Manufactured rectangular or trapezoidal strip, bentonite-free hydrophilic polymer modified chloroprene rubber, for adhesive bonding to concrete, 3/8 by 3/4 inch. 2.6 VAPOR RETARDERS A. Sheet Vapor Retarder: ASTM E 1745, Class A. Include manufacturer's recommended adhesive or pressure-sensitive tape. B. Sheet Vapor Retarder: Polyethylene sheet, ASTM D 4397, not less than 10 mils thick. 2.7 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, nondissipating, certified by curing compound manufacturer to not interfere with bonding of floor covering. G. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. H. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 2.8 RELATED MATERIALS A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 175, asphalt-saturated cellulosic fiber or ASTM D 1752, cork or self-expanding cork. 2.9 CONCRETE MIXTURES A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CAST-IN-PLACE CONCRETE 033000 - 5 B. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast-furnace slag, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 40 percent. C. Admixtures: Use admixtures according to manufacturer's written instructions. Mix Design shall be submitted to Architect and Engineer. D. Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 3000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.55 for all slabs, walls and columns and 0.60 or less for all foundations. 3. Slump Limit: 5 inches at point of placement 4. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size. 2.10 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.11 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F , reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CAST-IN-PLACE CONCRETE 033000 - 6 3.3 VAPOR RETARDERS A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. 3.4 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 3.5 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs-on-Grade: After removing formwork, install joint-filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. E. Waterstops: Install in construction joints and at other joints indicated according to manufacturer's written instructions. 3.6 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CAST-IN-PLACE CONCRETE 033000 - 7 weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. C. Cold-Weather Placement: Comply with ACI 306.1. D. Hot-Weather Placement: Comply with ACI 301. 3.7 FINISHING FLOORS AND SLABS A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. C. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, ramps, and elsewhere as indicated. 3.8 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot- weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CAST-IN-PLACE CONCRETE 033000 - 8 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.9 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. 3.10 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. END OF SECTION 033000 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ROUGH CARPENTRY 061000 - 1 SECTION 061000 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Framing with dimension lumber. 2. Framing with engineered wood products. 3. Shear wall panels. 4. Rooftop equipment bases and support curbs. 5. Wood blocking and nailers. 6. Wood furring. 7. Wood sleepers. 8. Plywood backing panels. 1.2 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. 1.3 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. B. Evaluation Reports: For the following, from ICC-ES: 1. Wood-preservative-treated wood. 2. Fire-retardant-treated wood. 3. Engineered wood products. 4. Shear panels. 5. Power-driven fasteners. 6. Powder-actuated fasteners. 7. Expansion anchors. 8. Metal framing anchors. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ROUGH CARPENTRY 061000 - 2 PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Certified Wood: Materials shall be produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship." B. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 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 or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Provide dressed lumber, S4S, unless otherwise indicated. C. Maximum Moisture Content of Lumber: 19 percent unless otherwise indicated. D. Engineered Wood Products: Provide engineered wood products acceptable to authorities having jurisdiction and for which current model code research or evaluation reports exist that show compliance with building code in effect for Project. 1. Allowable Design Stresses: Provide engineered wood products with allowable design stresses, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. 2.2 WOOD-PRESERVATIVE-TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application: Treat items indicated on Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ROUGH CARPENTRY 061000 - 3 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 3. Wood framing and furring attached directly to the interior of below-grade exterior masonry or concrete walls. 4. Wood framing members that are less than 18 inches above the ground in crawlspaces or unexcavated areas. 5. Wood floor plates that are installed over concrete slabs-on-grade. 2.3 DIMENSION LUMBER FRAMING A. Non-Load-Bearing Interior Partitions Stud, or No. 3 grade. 1. Application: Interior partitions not indicated as load-bearing. 2. Species: a. Western woods; WCLIB or WWPA. B. Framing Other Than Non-Load-Bearing Interior Partitions: Construction, Stud, or No. 3, UNO grade. 1. Application: Framing other than interior partitions not indicated as load-bearing. 2. Species: a. Douglas fir-larch; WCLIB or WWPA. C. Framing Other Than Non-Load-Bearing Interior Partitions: As Specified on approved plans. D. Exposed Framing: Provide material hand-selected for uniformity of appearance and freedom from characteristics, on exposed surfaces and edges, that would impair finish appearance, including decay, honeycomb, knot-holes, shake, splits, torn grain, and wane. 1. Application: Exposed framing indicated to receive a stained or natural finish. 2. Species and Grade: As indicated above for load-bearing construction of same type. 2.4 ENGINEERED WOOD PRODUCTS A. Engineered Wood Products, General: Products shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." B. Laminated-Veneer Lumber: Structural composite lumber made from wood veneers with grain primarily parallel to member lengths, evaluated and monitored according to ASTM D 5456 and manufactured with an exterior-type adhesive complying with ASTM D 2559. 1. Extreme Fiber Stress in Bending, Edgewise: 2600 psi 2. Modulus of Elasticity, Edgewise: 1,900,000 psi C. Wood I-Joists: Prefabricated units, I-shaped in cross section, made with solid or structural composite lumber flanges and wood-based structural panel webs, let into and bonded to flanges. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ROUGH CARPENTRY 061000 - 4 Provide units complying with material requirements of and with structural capacities established and monitored according to ASTM D 5055. 1. Web Material: Either oriented strand board or plywood, complying with DOC PS 1 or DOC PS 2, Exposure 1. 2. Structural Properties: Provide units with depths and design values not less than those indicated. 3. Provide units complying with APA PRI-400, factory marked with APA trademark indicating nominal joist depth, joist class, span ratings, mill identification, and compliance with APA standard. D. Rim Boards: Product designed to be used as a load-bearing member and to brace wood I-joists at bearing ends, complying with research/evaluation report for I-joists. 1. Material: Product made from any combination solid lumber, wood strands, and veneers. 2. Thickness: 1-1/8 inches 3. Referencing APA standard may reduce competition by eliminating manufacturers that do not participate in APA program. See Evaluations. Provide performance-rated product complying with APA PRR-401, rim board, factory marked with APA trademark indicating thickness, grade, and compliance with APA standard. 2.5 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, pressure-preservative treated, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M. B. Power-Driven Fasteners: NES NER-272. C. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. 2.6 METAL FRAMING ANCHORS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Cleveland Steel Specialty Co. 2. KC Metals Products, Inc. 3. Phoenix Metal Products, Inc. 4. Simpson Strong-Tie Co., Inc. 5. USP Structural Connectors. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ROUGH CARPENTRY 061000 - 5 C. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. D. Galvanized-Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A 653/A 653M, G60 coating designation. 1. Use for interior locations unless otherwise indicated. E. Hot-Dip, Heavy-Galvanized Steel Sheet: ASTM A 653/A 653M; structural steel (SS), high- strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B (HSLAS Type B); G185 coating designation; and not less than 0.036 inch) thick. 1. Use for wood-preservative-treated lumber and where indicated. 2.7 MISCELLANEOUS MATERIALS A. Sill-Sealer Gaskets: Glass-fiber-resilient insulation, fabricated in strip form, for use as a sill sealer; 1-inch nominal thickness, compressible to 1/32 inch; selected from manufacturer's standard widths to suit width of sill members indicated. B. Sill-Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch thick, selected from manufacturer's standard widths to suit width of sill members indicated. C. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber, or rubberized-asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch. 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 furring, nailers, blocking and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. C. Framing with Engineered Wood Products: Install engineered wood products to comply with manufacturer's written instructions. D. Install fire-retardant treated plywood backing panels with classification marking of testing agency exposed to view. E. Shear Wall Panels: Install shear wall panels to comply with manufacturer's written instructions. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ROUGH CARPENTRY 061000 - 6 F. Metal Framing Anchors: Install metal framing anchors to comply with manufacturer's written instructions. Install fasteners through each fastener hole. G. Do not splice structural members between supports unless otherwise indicated. H. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. I. Where wood-preservative-treated lumber is installed adjacent to metal decking, install continuous flexible flashing separator between wood and metal decking. J. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two- Family Dwellings. 3.2 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet that moisture content exceeds that specified, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. END OF SECTION 061000 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR FINISH CARPENTRY 062023 - 1 SECTION 062023 - INTERIOR FINISH CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Interior trim. 2. Interior plywood paneling. B. Related Requirements: 1. Division 06 Section "Rough Carpentry" for furring, blocking, and other carpentry work not exposed to view. 2. Division 06 Section "Interior Architectural Woodwork" for shop-fabricated interior woodwork. 3. Division 06 Section "Interior Architectural Woodwork" for architectural paneling. 1.3 DEFINITIONS A. MDF: Medium-density fiberboard. B. MDO: Plywood with a medium-density overlay on the face. 1.4 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials, dimensions, profiles, textures, and colors and include construction and application details. 1. Include data for wood-preservative treatment from chemical-treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. Include chemical-treatment manufacturer's written instructions for finishing treated material. 2. Include data for fire-retardant treatment from chemical-treatment manufacturer and certification by treating plant that treated materials comply with requirements. 3. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced before shipment to Project site to levels specified. 4. Include copies of warranties from chemical-treatment manufacturers for each type of treatment. B. Samples for Initial Selection: For each type of product involving selection of colors, profiles, or textures. C. Samples for Verification: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR FINISH CARPENTRY 062023 - 2 1. For each species and cut of lumber and panel products with non-factory-applied finish, with 1/2 of exposed surface finished, 50 sq. in. for lumber and 8 by 10 inches for panels. 2. For each finish system and color of lumber and panel products with factory-applied finish, 50 sq. in. for lumber and 8 by 10 inches for panels. 1.5 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For fire-retardant-treated wood, from ICC-ES. B. Sample Warranty: For manufacturer's warranty. 1.6 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels flat with spacers between each bundle to provide air circulation. Protect materials from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. B. Deliver interior finish carpentry materials only when environmental conditions meet requirements specified for installation areas. If interior finish carpentry materials must be stored in other than installation areas, store only where environmental conditions meet requirements specified for installation areas. 1.7 FIELD CONDITIONS A. Environmental Limitations: Do not deliver or install interior finish carpentry materials until building is enclosed and weatherproof, wet work in space is completed and nominally dry, and HVAC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period. B. Do not install finish carpentry materials that are wet, moisture damaged, or mold damaged. 1. Indications that materials are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that materials are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Regional Materials: The following wood products shall be manufactured within 500 miles of Project site from materials that have been extracted, harvested, or recovered, as well as manufactured, within 500 miles of Project site. 1. Interior trim. 2. Interior plywood paneling SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR FINISH CARPENTRY 062023 - 3 B. Certified Wood: The following wood products shall be produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship": 1. Interior trim. 2. Interior plywood paneling. C. Low-Emitting Materials: Composite wood products shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." D. Lumber: DOC PS 20 and the following grading rules: 1. NeLMA: Northeastern Lumber Manufacturers' Association, "Standard Grading Rules for Northeastern Lumber." 2. NHLA: National Hardwood Lumber Association, "Rules for the Measurement and Inspection of Hardwood & Cypress." 3. NLGA: National Lumber Grades Authority, "Standard Grading Rules for Canadian Lumber." 4. WCLIB: West Coast Lumber Inspection Bureau, Standard No. 17, "Grading Rules for West Coast Lumber." 5. WWPA: Western Wood Products Association, "Western Lumber Grading Rules." E. Factory mark each piece of lumber with grade stamp of inspection agency indicating grade, species, moisture content at time of surfacing, and mill. 1. For exposed lumber, mark grade stamp on end or back of each piece, or omit grade stamp and provide certificates of grade compliance issued by inspection agency. F. Softwood Plywood: DOC PS 1. G. Hardboard: AHA A135.4. H. MDF: ANSI A208.2, Grade 130, made with binder containing no urea-formaldehyde resin. I. Particleboard: ANSI A208.1, Grade M-2, made with binder containing no urea-formaldehyde resin. J. Melamine-Faced Particleboard: Particleboard complying with ANSI A208.1, Grade M-2, finished on both faces with thermally fused, melamine-impregnated decorative paper and complying with requirements of NEMA LD3, Grade VGL, for test methods 3.3, 3.4, 3.6, 3.8, and 3.10. 1. Color: White. 2.2 INTERIOR TRIM A. Hardwood Lumber Trim for Transparent Finish (Stain or Clear Finish): 1. Species and Grade: Cherry; Clear; NHLA. 2. Maximum Moisture Content: 9 percent. 3. Finger Jointing: Not allowed. 4. Gluing for Width: Not allowed. 5. Veneered Material: Not allowed. 6. Face Surface: Surfaced (smooth). 7. Matching: Selected for compatible grain and color. . SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR FINISH CARPENTRY 062023 - 4 B. Hardwood Moldings for Transparent Finish (Stain or Clear Finish): WMMPA HWM 2, N-grade wood moldings made to patterns included in WMMPA HWM 1. 1. Species: Cherry. 2. Kiln-dried softwood or MDF, with exposed surfaces veneered with species indicated, may be used in lieu of solid wood. 3. Maximum Moisture Content: 9 percent. 4. Finger Jointing: Not allowed. 5. Matching: Selected for compatible grain and color. . 2.3 PANELING A. Hardwood Veneer Plywood Paneling: Manufacturer's stock hardwood plywood panels complying with HPVA HP-1, made without urea-formaldehyde adhesive. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated or comparable product by one of the following: a. Chesapeake Hardwood Products, Inc. b. Georgia-Pacific Corp. c. Holland Southwest International. 3. Face Veneer Species and Cut: Plain-quarter sliced cherry. 4. Veneer Matching: slip matched Selected for similar color and grain. 5. Backing Veneer Species: Any hardwood compatible with face species. 6. Construction: Veneer core. 7. Thickness: 1/4 inch 8. Panel Size: 48 by 96 inches. 9. Glue Bond: Type II (interior). 10. Face Pattern: Manufacturer's standard flush faced vertical grain pattern, with ship-lapped edges. 11. Finish: Manufacturer's standard, transparent, UV-resistant, protective finish. B. Hardboard Paneling: Interior factory-finished hardboard paneling complying with AHA 135.5. 1. Basis-of-Design Product: Subject to compliance with requirements, provide Marlite; Wood Veneer Wall System or comparable product by one of the following: a. Chesapeake Hardwood Products, Inc. b. Georgia-Pacific Corp. 2. Thickness: 1/4 inch. 3. Finish: Class I. 4. Surface-Burning Characteristics: As follows, tested according to ASTM E 84: a. Flame-Spread Index: 25 or less. b. Smoke-Developed Index: 450 or less. 5. Colors, Textures, and Patterns: As indicated by manufacturer's designations. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR FINISH CARPENTRY 062023 - 5 2.4 MISCELLANEOUS MATERIALS A. Fasteners for Interior Finish Carpentry: Nails, screws, and other anchoring devices of type, size, material, and finish required for application indicated to provide secure attachment, concealed where possible. B. Low-Emitting Materials: Adhesives shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Glue: Aliphatic-resin, polyurethane, or resorcinol wood glue recommended by manufacturer for general carpentry use. 1. Wood glue shall have a VOC content of 30 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). D. Paneling Adhesive: Comply with paneling manufacturer's written recommendations for adhesives. 1. Adhesive shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). E. Multipurpose Construction Adhesive: Formulation complying with ASTM D 3498 that is recommended for indicated use by adhesive manufacturer. 1. Adhesive shall have a VOC content of 70 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2.5 FABRICATION A. Ease edges of lumber less than 1 inch in nominal thickness to 1/16-inch radius and edges of lumber 1 inch or more in nominal thickness to 1/8-inch radius. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. B. Examine finish carpentry materials before installation. Reject materials that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrates of projections and substances detrimental to application. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR FINISH CARPENTRY 062023 - 6 B. Before installing interior finish carpentry, condition materials to average prevailing humidity in installation areas for a minimum of 24 hours unless longer conditioning is recommended by manufacturer. 3.3 INSTALLATION, GENERAL A. Do not use materials that are unsound, warped, improperly treated or finished, inadequately seasoned, too small to fabricate with proper jointing arrangements, or with defective surfaces, sizes, or patterns. B. Install interior finish carpentry level, plumb, true, and aligned with adjacent materials. Use concealed shims where necessary for alignment. 1. Scribe and cut interior finish carpentry to fit adjoining work. Refinish and seal cuts as recommended by manufacturer. 2. Where face fastening is unavoidable, countersink fasteners, fill surface flush, and sand unless otherwise indicated. 3. Install to tolerance of 1/8 inch in 96 inches for level and plumb. Install adjoining interior finish carpentry with 1/32-inch maximum offset for flush installation and 1/16-inch maximum offset for reveal installation. 4. Coordinate interior finish carpentry with materials and systems in or adjacent to it. Provide cutouts for mechanical and electrical items that penetrate interior finish carpentry. 3.4 STANDING AND RUNNING TRIM INSTALLATION A. Install with minimum number of joints practical, using full-length pieces from maximum lengths of lumber available. Do not use pieces less than 24 inches long, except where necessary. Stagger joints in adjacent and related standing and running trim. Miter at returns, miter at outside corners, and cope at inside corners to produce tight-fitting joints with full-surface contact throughout length of joint. Use scarf joints for end-to-end joints. Plane backs of casings to provide uniform thickness across joints where necessary for alignment. 1. Install without splitting; drill pilot holes before fastening where necessary to prevent splitting. Fasten to prevent movement or warping. Countersink fastener heads on exposed carpentry work and fill holes. 3.5 ADJUSTING A. Replace interior finish carpentry that is damaged or does not comply with requirements. Interior finish carpentry may be repaired or refinished if work complies with requirements and shows no evidence of repair or refinishing. Adjust joinery for uniform appearance. 3.6 CLEANING A. Clean interior finish carpentry on exposed and semiexposed surfaces. Restore damaged or soiled areas and touch up factory-applied finishes, if any. 3.7 PROTECTION A. Protect installed products from damage from weather and other causes during construction. B. Remove and replace finish carpentry materials that are wet, moisture damaged, and mold damaged. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR FINISH CARPENTRY 062023 - 7 1. Indications that materials are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that materials are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION 062023   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 1 SECTION 081113 - HOLLOW METAL DOORS AND FRAMES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Standard hollow metal doors and frames. B. Related Sections: 1. Division 04 Section "Unit Masonry" for embedding anchors for hollow metal work into masonry construction. 2. Division 08 Section "Door Hardware" for door hardware for hollow metal doors. 3. Division 09 Sections "Exterior Painting" and "Interior Painting" for field painting hollow metal doors and frames. 4. Division 26 Sections for electrical connections including conduit and wiring for door controls and operators. 1.3 DEFINITIONS A. Minimum Thickness: Minimum thickness of base metal without coatings. B. Standard Hollow Metal Work: Hollow metal work fabricated according to ANSI/SDI A250.8. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, core descriptions, fire-resistance rating, and finishes. B. Shop Drawings: Include the following: 1. Elevations of each door design. 2. Details of doors, including vertical and horizontal edge details and metal thicknesses. 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, joints, field splices, and connections. 7. Details of accessories. 8. Details of moldings, removable stops, and glazing. 9. Details of conduit and preparations for power, signal, and control systems. C. Other Action Submittals: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 2 1. Schedule: Provide a schedule of hollow metal work prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. Coordinate with door hardware schedule. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain hollow metal work from single source from single manufacturer. B. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire-protection ratings indicated, based on testing at positive pressure as close to neutral pressure as possible according to UBC Standard 7-2 or UL 10C. 1. Oversize Fire-Rated Door Assemblies: For units exceeding sizes of tested assemblies, provide certification by a qualified testing agency that doors comply with standard construction requirements for tested and labeled fire-rated door assemblies except for size. 2. Temperature-Rise Limit: At vertical exit enclosures and exit passageways, provide doors that have a maximum transmitted temperature end point of not more than 450 deg F above ambient after 30 minutes of standard fire-test exposure. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during transit and Project- site storage. Do not use nonvented plastic. 1. Provide additional protection to prevent damage to finish of factory-finished units. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. C. Store hollow metal work under cover at Project site. Place in stacks of five units maximum in a vertical position with heads up, spaced by blocking, on minimum 4-inch high wood blocking. Do not store in a manner that traps excess humidity. 1. Provide minimum 1/4-inch space between each stacked door to permit air circulation. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual dimensions of openings by field measurements before fabrication. 1.8 COORDINATION A. Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. PART 2 - PRODUCTS 2.1 MANUFACTURERS SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 3 A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Steelcraft; an Ingersoll-Rand company. 2.2 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Hot-Rolled Steel Sheet: ASTM A 1011/A 1011M, Commercial Steel (CS), Type B; free of scale, pitting, or surface defects; pickled and oiled. C. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum A40 metallic coating. D. Frame Anchors: ASTM A 591/A 591M, Commercial Steel (CS), 40Z coating designation; mill phosphatized. 1. For anchors built into exterior walls, steel sheet complying with ASTM A 1008/A 1008M or ASTM A 1011/A 1011M, hot-dip galvanized according to ASTM A 153/A 153M, Class B. E. Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M. F. Powder-Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion-resistant materials, with clips or other accessory devices for attaching hollow metal frames of type indicated. G. Grout: ASTM C 476, except with a maximum slump of 4 inches, as measured according to ASTM C 143/C 143M. H. Mineral-Fiber Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool with 6- to 12-lb/cu. ft. density; with maximum flame-spread and smoke-development indexes of 25 and 50, respectively; passing ASTM E 136 for combustion characteristics. I. Glazing: Comply with requirements in Division 08 Section "Glazing." J. Bituminous Coating: Cold-applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil dry film thickness per coat. Provide inert-type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. 2.3 STANDARD HOLLOW METAL DOORS A. General: Provide doors of design indicated, not less than thickness indicated; fabricated with smooth surfaces, without visible joints or seams on exposed faces unless otherwise indicated. Comply with ANSI/SDI A250.8. 1. Design: Flush panel. 2. Core Construction: Manufacturer's standard kraft-paper honeycomb, polystyrene, polyurethane, polyisocyanurate, mineral-board, or vertical steel-stiffener core. a. Fire Door Core: As required to provide fire-protection and temperature-rise ratings indicated. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 4 b. Thermal-Rated (Insulated) Doors: Where indicated, provide doors fabricated with thermal- resistance value (R-value) of not less than 4.0 deg F x h x sq. ft./Btu when tested according to ASTM C 1363. 1) Locations: Exterior doors and interior doors where indicated. 3. Vertical Edges for Single-Acting Doors: Beveled edge. a. Beveled Edge: 1/8 inch in 2 inches. 4. Vertical Edges for Double-Acting Doors: Round vertical edges with 2-1/8-inch radius. 5. Top and Bottom Edges: Closed with flush or inverted 0.042-inch thick, end closures or channels of same material as face sheets. 6. Tolerances: Comply with SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." B. Exterior Doors: Face sheets fabricated from metallic-coated steel sheet. Provide doors complying with requirements indicated below by referencing ANSI/SDI A250.8 for level and model and ANSI/SDI A250.4 for physical performance level: 1. Level 4 and Physical Performance Level A (Maximum Duty), Model 1 (Full Flush). C. Interior Doors: Face sheets fabricated from cold-rolled steel sheet. Provide doors complying with requirements indicated below by referencing ANSI/SDI A250.8 for level and model and ANSI/SDI A250.4 for physical performance level: 1. Level 4 and Physical Performance Level A (Maximum Duty), Model 1 (Full Flush). D. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 with reinforcing plates from same material as door face sheets. E. Fabricate concealed stiffeners and hardware reinforcement from either cold- or hot-rolled steel sheet. 2.4 STANDARD HOLLOW METAL FRAMES A. General: Comply with ANSI/SDI A250.8 and with details indicated for type and profile. B. Exterior Frames: Fabricated from metallic-coated steel sheet. 1. Fabricate frames with mitered or coped corners. 2. Fabricate frames as full profile welded unless otherwise indicated. 3. Frames for Level 4 Steel Doors: 0.067-inch thick steel sheet. C. Interior Frames: Fabricated from cold-rolled steel sheet. 1. Fabricate frames with mitered or coped corners. 2. Fabricate frames as full profile welded unless otherwise indicated. 3. Fabricate knocked-down, drywall slip-on frames for in-place gypsum board partitions. 4. Frames for Level 4 Steel Doors: 0.067-inch thick steel sheet. D. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 with reinforcement plates from same material as frames. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 5 2.5 FRAME ANCHORS A. Jamb Anchors: 1. Masonry Type: Adjustable strap-and-stirrup or T-shaped anchors to suit frame size, not less than 0.042 inch thick, with corrugated or perforated straps not less than 2 inches wide by 10 inches long; or wire anchors not less than 0.177 inch thick. 2. Compression Type for Drywall Slip-on Frames: Adjustable compression anchors. B. Floor Anchors: Formed from same material as frames, not less than 0.042 inch thick, and as follows: 1. Monolithic Concrete Slabs: Clip-type anchors, with two holes to receive fasteners. 2.6 STOPS AND MOLDINGS A. Moldings for Glazed Lites in Doors: Minimum 0.032 inch thick, fabricated from same material as door face sheet in which they are installed. B. Fixed Frame Moldings: Formed integral with hollow metal frames, a minimum of 5/8 inch high unless otherwise indicated. C. Loose Stops for Glazed Lites in Frames: Minimum 0.032 inch thick, fabricated from same material as frames in which they are installed. 2.7 FABRICATION A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment. B. Tolerances: Fabricate hollow metal work to tolerances indicated in SDI 117. C. Hollow Metal Doors: 1. Exterior Doors: Provide weep-hole openings in bottom of exterior doors to permit moisture to escape. Seal joints in top edges of doors against water penetration. 2. Glazed Lites: Factory cut openings in doors. 3. Astragals: Provide overlapping astragal on one leaf of pairs of doors where required by NFPA 80 for fire-performance rating or where indicated. Extend minimum 3/4 inch beyond edge of door on which astragal is mounted. D. Hollow Metal Frames: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames. 1. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, flush, and invisible. 2. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated. 3. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 4. Jamb Anchors: Provide number and spacing of anchors as follows: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 6 a. Masonry Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows: 1) Two anchors per jamb up to 60 inches high. 2) Three anchors per jamb from 60 to 90 inches high. 3) Four anchors per jamb from 90 to 120 inches high. 4) Four anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof above 120 inches high. b. Compression Type: Not less than two anchors in each jamb. 5. Door Silencers: Except on weather-stripped doors, drill stops to receive door silencers as follows. Keep holes clear during construction. a. Single-Door Frames: Drill stop in strike jamb to receive three door silencers. b. Double-Door Frames: Drill stop in head jamb to receive two door silencers.  Fabricate concealed stiffeners, edge channels, and hardware reinforcement from either cold- or hot-rolled steel sheet. E. Hardware Preparation: Factory prepare hollow metal work to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to the Door Hardware Schedule and templates furnished as specified in Division 08 Section "Door Hardware." 1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8. 2. Reinforce doors and frames to receive nontemplated, mortised and surface-mounted door hardware. 3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI A115 Series specifications for preparation of hollow metal work for hardware. 4. Coordinate locations of conduit and wiring boxes for electrical connections with Division 26 Sections. F. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. Form corners of stops and moldings with butted or mitered hairline joints. 1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of hollow metal work. 2. Multiple Glazed Lites: Provide fixed and removable stops and moldings so that each glazed lite is capable of being removed independently. 3. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. 4. Provide loose stops and moldings on inside of hollow metal work. 5. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. 2.8 STEEL FINISHES A. Prime Finish: Apply manufacturer’s standard primer immediately after cleaning and preteating. 1. Shop Primer: Manufacturer’s standard, fast-curing, lead- and chromate-free primer complying with ANSI/SDI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; compatible with substrate and field-applied coatings despite prolonged exposure. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 7 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine roughing-in for embedded and built-in anchors to verify actual locations before frame installation. C. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove welded-in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. B. Prior to installation, adjust and securely brace welded hollow metal frames for squareness, alignment, twist, and plumbness to the following tolerances: 1. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. 2. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. 3. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. 4. Plumbness: Plus or minus 1/16 inch, measured at jambs on a perpendicular line from head to floor. C. Drill and tap doors and frames to receive nontemplated, mortised, and surface-mounted door hardware. 3.3 INSTALLATION A. General: Install hollow metal work plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions. B. Hollow Metal Frames: Install hollow metal frames of size and profile indicated. Comply with ANSI/SDI A250.11. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. At fire-protection-rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. c. Install frames with removable glazing stops located on secure side of opening. d. Install door silencers in frames before grouting. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 8 e. Remove temporary braces necessary for installation only after frames have been properly set and secured. f. Check plumbness, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Field apply bituminous coating to backs of frames that are filled with grout containing antifreezing agents. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with postinstalled expansion anchors. a. Floor anchors may be set with powder-actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Concrete Walls: Solidly fill space between frames and concrete with grout. Take precautions, including bracing frames, to ensure that frames are not deformed or damaged by grout forces. 4. In-Place Gypsum Board Partitions: Secure frames in place with postinstalled expansion anchors through floor anchors at each jamb. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. 5. Installation Tolerances: Adjust hollow metal door frames for squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. c. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. C. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non-Fire-Rated Standard Steel Doors: a. Jambs and Head: 1/8 inch plus or minus 1/16 inch. b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch. c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch. d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 inch. 2. Fire-Rated Doors: Install doors with clearances according to NFPA 80. D. Glazing: Comply with installation requirements in Division 08 Section "Glazing" and with hollow metal manufacturer's written instructions. 1. Secure stops with countersunk flat- or oval-head machine screws spaced uniformly not more than 9 inches o.c. and not more than 2 inches o.c. from each corner. 3.4 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow metal work that is warped, bowed, or otherwise unacceptable. B. Remove grout and other bonding material from hollow metal work immediately after installation. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications HOLLOW METAL DOORS AND FRAMES 081113 - 9 C. Metallic-Coated Surfaces: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 081113   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-1 SECTION 087100 – DOOR HARDWARE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Door Hardware, including electric hardware. 2. Storefront and entrance door hardware. 3. Digital keypad access control devices. 4. Key cabinets. B. Related Sections: 1. Section 06200 - Finish Carpentry: Finish Hardware Installation 2. Section 07900 - Joint Sealers – exterior thresholds 3. Section 08100 - Metal Doors and Frames 4. Section 08240 - Integrated Security Systems 5. Section 08300 - Special Doors 6. Section 08400 - Entrances and Storefronts 7. Section 08900 - Glazed Curtain Walls 8. Section 10650 - Operable Partitions 9. Section 16200 - Electrical Power 10. Section 16722 - Fire/Life-Safety System 11. Section 16724 - Security Access Systems C. Specific Omissions: Hardware for the following is specified or indicated elsewhere. 1. Windows. 2. Cabinets, including open wall shelving and locks. 3. Signs, except where scheduled. 4. Toilet accessories, including grab bars. 5. Installation. 6. Rough hardware. 7. Conduit, junction boxes & wiring. 8. Folding partitions, except cylinders where detailed. 9. Sliding aluminum doors, except cylinders where detailed. 10. Access doors and panels, except cylinders where detailed. 11. Corner Guards. 12. Wrought Iron railing gates and supports. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-2 1.2 REFERENCES: Use date of standard in effect as of Bid date. A. American National Standards Institute – ANSI 156.18 – Materials and Finishes. B. BHMA – Builders Hardware Manufacturers Association C. DHI – Door and Hardware Institute D. 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 E. UL – Underwriters Laboratories 1. UL10C – Positive Pressure Fire Tests of Door Assemblies. 2. UL 305 – Panic Hardware F. WHI – Warnock Hersey Incorporated G. 2010 State of California Building Code H. Local applicable codes I. SDI – Steel Door Institute J. WI – Woodwork Institute K. AWI – Architectural Woodwork Institute L. NAAMM – National Association of Architectural Metal Manufacturers 1.3 SUBMITTALS & SUBSTITUTIONS A. SUBMITTALS: Submit six copies of schedule per Section 01330. Only submittals printed one sided will be accepted and reviewed. 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. Description of door location using space names and numbers as published in the drawings. 6. Explanation of abbreviations, symbols, and codes contained in schedule. 7. Mounting locations for hardware. 8. Door and frame sizes, handing, materials, fire-rating and degrees of swing. 9. List of manufacturers used and their nearest representative with address and phone number. 10. Catalog cuts. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-3 11. Wiring Diagrams. 12. Manufacturer’s technical data and installation instructions for electronic hardware. B. C. Bid and submit manufacturer’s updated/improved item if scheduled item is discontinued. D. Deviations: Highlight, encircle or otherwise identify deviations from “Schedule of Finish Hardware” on submittal with notations clearly designating those portions as deviating from this section. E. If discrepancy between drawings and scheduled material in this section, bid the more expensive of the two choices, note the discrepancy in the submittal and request direction from Architect for resolution. F. Substitutions per Division 1. Include product data and indicate benefit to the Project. Furnish operating samples on request. G. Items listed with no substitute manufacturers have been requested by Owner to meet existing standard. H. 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. 1.4 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. Detailing implies that the submitted schedule of hardware is correct and complete for the intended function and performance of the openings. B. Hardware: 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 / California State Fire Marshal Standard 12-7-4 (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. 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 intent, complying with manufacturers’ instructions. 1.5 DELIVERY, STORAGE AND HANDLING: A. Delivery: coordinate delivery to appropriate locations (shop or field). SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-4 1. Permanent keys and cores: secured delivery direct to Owner’s representative. B. Acceptance at Site: Items individually packaged in manufacturers’ original containers, complete with proper fasteners and related pieces. Clearly mark packages to indicate contents, locations in hardware schedule and door numbers. C. Storage: Provide securely locked storage area for hardware, protect from moisture, sunlight, paint, chemicals, dust, excessive heat and cold, etc. 1.6 PROJECT CONDITIONS AND COORDINATION: A. Where exact types of hardware specified are not adaptable to finished shape or size of members requiring hardware, provide suitable types having as nearly as practical the same operation and quality as type specified, subject to Architect’s approval. B. Coordination: Coordinate hardware with other work. Furnish hardware items of proper design for use on doors and frames of the thickness, profile, swing, security and similar requirements indicated, as necessary for proper installation and function, regardless of omissions or conflicts in the information on the Contract Documents. Furnish related trades with the following information: 1. Location of embedded and attached items to concrete. 2. Location of wall-mounted hardware, including wall stops. 3. Location of finish floor materials and floor-mounted hardware. 4. Locations for conduit and raceways as needed for electrical, electronic and electro- pneumatic hardware items. Fire/life-safety system interfacing. Point-to-point wiring diagrams plus riser diagrams to related trades. 5. Manufacturer templates to door and frame fabricators. C. Check Shop Drawings for doors and entrances to confirm that adequate provisions will be made for proper hardware installation. Do not order hardware until the submittal has been reviewed by the frame and door suppliers for compatibility with their products. 1.7 WARRANTY: A. Part of respective manufacturers’ regular terms of sale. Provide manufacturers’ written warranties: 1. Locksets: Three years 2. Extra Heavy Duty Cylindrical Lock: Seven Years 3. Exit Devices: Three years mechanical One year electrical 4. Closers: Ten years mechanical Two years electrical 5. Hinges: One year 6. Other Hardware Two years SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-5 1.8 COMMISSIONING: A. Conduct these tests prior to request for certificate of substantial completion: 1. With installer present, test door hardware operation with climate control system and stairwell pressurization system both at rest and while in full operation. 2. With installer, access control contractor and electrical contractor present, test electrical, electronic and electro-pneumatic hardware systems for satisfactory operation. 3. With installer and electrical contractor present, test hardware interfaced with fire/life- safety system for proper operation and release. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-6 PART 2 PRODUCTS 2.1 MANUFACTURERS: A. Listed acceptable alternate manufacturers: submit for review products with equivalent function and features of scheduled products. ITEM: MANUFACTURER: ACCEPTABLE SUB: Hinges (IVE) Ives Bommer Continuous Hinges (IVE) Ives Zero Key System (SCH) Schlage Locks (SCH) Schlage Exit Devices (VON) Von Duprin Closers (LCN) LCN Auto Flush Bolts (IVE) Ives DCI Coordinators (IVE) Ives DCI Silencers (IVE) Ives Hiawatha Push & Pull Plates (IVE) Ives Hiawatha Kickplates (IVE) Ives Hiawatha Stops & Holders (IVE) Ives Hiawatha Overhead Stops (GLY) Glynn-Johnson None available Thresholds (NGP) NGP Zero Seals & Bottoms (NGP) NGP Zero Key Cabinets (LUN) Lund TelKee Aluminum Door Locks (ADA) Adams Rite None Signs SBH) Specialized Builders Hardware SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-7 2.2 HINGING METHODS: A. Drawings typically depict doors at 90 degrees, doors will actually swing to maximum allowable. Use wide-throw conventional or continuous hinges as needed up to 8 inches in width to allow door to stand parallel to wall for true 180-degree opening. Advise architect if 8-inch width is insufficient. B. Conform to manufacturer’s published hinge selection standard for door dimensions, weight and frequency, and to hinge selection as scheduled. Where manufacturer’s standard exceeds the scheduled product, furnish the heavier of the two choices, notify Architect of deviation from scheduled hardware. C. Conventional Hinges: Steel or stainless steel pins and concealed bearings. Hinge open widths minimum, but of sufficient throw to permit maximum door swing. 1. Outswinging exterior doors: non-ferrous with non-removable (NRP) pins and security studs. 2. Non-ferrous material exteriors and at doors subject to corrosive atmospheric conditions. D. Continuous Hinges: 1. Geared-type aluminum. a) Use wide-throw units where needed for maximum degree of swing, advise architect if commonly available hinges are insufficient. 2.3 LOCKSETS, LATCHSETS, DEADBOLTS: A. Mortise Locksets and Latchsets: as scheduled. 1. Chassis: cold-rolled steel, handing field-changeable without disassembly. 2. Latchbolts: 3/4 inch throw stainless steel anti-friction type. 3. Lever Trim: through-bolted, accessible design, cast lever or solid extruded bar type levers as scheduled. Filled hollow tube design unacceptable. a) Spindles: security design independent breakaway. Breakage of outside lever does not allow access to inside lever’s hubworks to gain wrongful entry. 4. Furnish solid cylinder collars with wave springs. Wall of collar to cover rim of mortise cylinder. 5. Thumbturns: accessible design not requiring pinching or twisting motions to operate. 6. Deadbolts: stainless steel 1-inch throw. 7. Electric operation: Manufacturer-installed continuous duty solenoid. 8. Strikes: 16 gage curved steel, bronze or brass with 1 inch deep box construction, lips of sufficient length to clear trim and protect clothing. 9. Scheduled Lock Series and Design: Schlage L series, 17A design. 10. Certifications: a) ANSI A156.13, 1994, Grade 1 Operational, Grade 1 Security. b) ANSI/ASTM F476-84 Grade 31 UL Listed. B. Access Control Locks: as scheduled. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-8 1. Schlage Electronics AD-200 MS MTK 8B series 2.4 EXIT DEVICES / PANIC HARDWARE A. General features: 1. Independent lab-tested 1,000,000 cycles. 2. Push-through push-pad design. No exposed push-pad fasteners, no exposed cavities when operated. Return stroke fluid dampeners and rubber bottoming dampeners, plus anti-rattle devices. 3. 0.75-inch throw deadlocking latchbolts. 4. End caps: impact-resistant, flush-mounted. No raised edges or lips to catch carts or other equipment. 5. No exposed screws to show through glass doors. 6. Non-handed basic device design with center case interchangeable with all functions, no extra parts required to effect change of function. 7. Releasable in normal operation with 15-lb. maximum operating force per California State Fire Marshal Standard 12-10-3, and with 32 lb. maximum pressure under 250-lb. load to the door. 8. Exterior doors scheduled with XP-series devices: Static load force resistance of at least 2000 pounds. 9. Where devices span over door lite frame and the face of the selected lite manufacturer’s frame is raised from the face of the door, furnish panic hardware manufacturer’s fitted shims or glass-bead kits at no additional cost to the project. 10. Comply with CBC Section 1003.3.1.9. B. Specific features: 1. Non-Fire Rated Devices: cylinder dogging. 2. Lever Trim: breakaway type, forged brass or bronze escutcheon min .130” thickness, compression spring drive, match lockset lever design. 3. Rod and latch guards with sloped full-width kickplates for doors fitted with surface vertical rod devices with bottom latches. 4. Fire-Labeled Devices: UL label indicating “Fire Exit Hardware”. Vertical rod devices less bottom rod (LBR) unless otherwise scheduled. 5. Removable Mullions: Removable with single turn of building key. Securely reinstalled without need for key. Furnish storage brackets for securely stowing the mullion away from the door when removed. 2.5 CLOSERS A. Surface Closers: [4041] 1. Full rack-and-pinion type cylinder with removable non-ferrous cover and cast iron body. Double heat-treated pinion shaft, single piece forged piston, chrome-silicon steel spring. 2. ISO 2000 certified. Units stamped with date-of-manufacture code. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-9 3. Independent lab-tested 10,000,000 cycles. 4. Non-sized, non-handed, and adjustable. Place closer inside building, stairs, and rooms. 5. Plates, brackets and special templating when needed for interface with particular header, door and wall conditions and neighboring hardware. 6. Adjustable to open with not more than 5.0lbs pressure to open at exterior doors and 5.0lbs at interior doors. As allowed per California Building Code, Section 1133B.2.5, local authority may increase the allowable pressure for fire doors to achieve positive latching, but not to exceed 15lbs. 7. Separate adjusting valves for closing speed, latching speed and backcheck, fourth valve for delayed action where scheduled. 8. Extra-duty arms (EDA) at exterior doors scheduled with parallel arm units. 9. Exterior door closers: tested to 100 hours of ASTM B117 salt spray test, furnish data on request. 10. Exterior doors: seasonal adjustments not required for temperatures from 120 degrees F to -30 degrees F, furnish checking fluid data on request. 11. Non-flaming fluid, will not fuel door or floor covering fires. 12. Pressure Relief Valves (PRV) not permitted. 2.6 OTHER HARDWARE A. Automatic Flush Bolts: Low operating force design. B. Overhead Stops: Non-plastic mechanisms and finished metal end caps. Field-changeable hold- open, friction and stop-only functions. C. Kick Plates: Four beveled edges, .050 inches minimum thickness, height and width as scheduled. Sheet-metal screws of bronze or stainless steel to match other hardware. D. Door Stops: Provide stops to protect walls, casework or other hardware. 1. Unless otherwise noted in Hardware Sets, provide wall type with appropriate fasteners. Where wall type cannot be used, provide floor type. If neither can be used, provide overhead type. 2. Locate overhead stops for maximum possible opening. Consult with Owner for furniture locations. Minimum: 90deg stop / 95deg deadstop. Note degree of opening in submittal. E. Seals: Finished to match adjacent frame color. Resilient seal material: polyurethane, polypropylene, nylon brush, silicone rubber or solid high-grade neoprene as scheduled. Do not furnish vinyl seal material. UL label applied to seals on rated doors. Substitute products: certify that the products equal or exceed specified material’s thickness and durability. 1. Proposed substitutions: submit for approval. 2. Solid neoprene: MIL Spec. R6855-CL III, Grade 40. 3. Non-corroding fasteners at in-swinging exterior doors. 4. Sound control openings: Use components tested as a system using nationally accepted standards by independent laboratories. Ensure that the door leafs have the necessary sealed-in-place STC ratings. Fasten applied seals over bead of sealant. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-10 5. Fire-rated Doors, Resilient Seals: UL10C / UBC Standard 7-2 compliant. Coordinate with selected door manufacturers' and selected frame manufacturers' requirements. Where rigid housed resilient seals are scheduled in this section and the selected door manufacturer only requires an adhesive-mounted resilient seal, furnish rigid housed seal at minimum, or both the rigid housed seal plus the adhesive applied seal. Adhesive applied seals alone are deemed insufficient for this project where rigid housed seals are scheduled. 6. Fire-rated Doors, Intumescent Seals: Furnished by selected door manufacturer. Furnish fire-labeled opening assembly complete and in full compliance with UL10C / UBC Standard 7-2. Where required, intumescent seals vary in requirement by door type and door manufacture -- careful coordination required F. Automatic door bottoms: low operating force units. Doors with automatic door bottoms plus head and jamb seals cannot require more than two pounds operating force to open when closer is disconnected. G. Thresholds: As scheduled and per details. Comply with CBC Section 1133B.2.4.1. Substitute products: certify that the products equal or exceed specified material’s thickness. Proposed substitutions: submit for approval. 1. Exteriors: Seal perimeter to exclude water and vermin. Use sealant complying with requirements in Division 7 "Thermal and Moisture Protection". Non-ferrous 1/4inch fasteners and lead expansion shield anchors, or Red-Head #SFS-1420 (or approved equivalent) Flat Head Sleeve Anchors (SS/FHSL). 2. Fire-rated openings, 90min or less duration: use thresholds to interrupt floor covering material under the door where that material has a critical radiant flux value less than 0.22 watts per square centimeter, per NFPA 253. Use threshold unit as scheduled. If none scheduled, request direction from Architect. 3. Fire-rated openings, 3hour duration: Thresholds, where scheduled, to extend full jamb depth. 4. Acoustic openings: Set units in full bed of Division-7-compliant, leave no air space between threshold and substrate. 5. Plastic plugs with wood or sheet metal screws are not an acceptable substitute for specified fastening methods. 6. Fasteners: Generally, exposed screws to be Phillips or Robertson drive. Pinned TORX drive at high security areas. Flat head sleeve anchors (FHSL) may be slotted drive. Sheet metal and wood screws: full-thread. Sleeve nuts: full length to prevent door compression. H. Exposed Through-Bolts: Do not use SNB, grommet nuts, sleeve nuts or other such clamping type fasteners, intent is for minimal exposed hardware. Coordinate with wood doors; ensure provision of proper blocking to support wood screws for mounting panic hardware and door closers. Coordinate with metal doors and frames; ensure provision of proper reinforcement to support machine screws for mounting panic hardware and door closers. I. Silencers: Interior hollow metal frames, 3 for single doors, 4 for pairs of doors. Omit where adhesive mounted seal occurs. Leave no unfilled/uncovered pre-punched silencer holes. 2.7 FINISH: A. Generally BHMA 613 Oxidized and Oil Rubbed Bronze and Ingersoll Rand Aged Bronze 643E. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-11 1. Areas using BHMA 626 to have push-plates, pulls and protection plates of BHMA 630, Satin Stainless Steel, unless otherwise noted. B. Door closers: factory powder coated to match other hardware, unless otherwise noted. 2.8 KEYING REQUIREMENTS: A. Key System: Schlage Classic keyway “111111” bitted 1. Owner will furnish and install primus cores. 2. Furnish 10 construction keys. 3. Furnish 2 construction control keys. 4. Key Cylinders: furnish 6-pin solid brass construction. B. Cylinders/cores: keyed at factory of lock manufacturer where permanent records are maintained. Locksets and cylinders same manufacturer. PART 3 - EXECUTION 3.1 ACCEPTABLE INSTALLERS: A. Can read and understand manufacturers’ templates, suppliers’ hardware schedules and printed installation instructions. Can readily distinguish drywall screws from manufacturers’ furnished fasteners. Available to meet with manufacturers’ representatives and related trades to discuss installation of hardware. 3.2 PREPARATION: A. Ensure that walls and frames are square and plumb before hardware installation. Make corrections before commencing hardware installation. B. Locate hardware per SDI-100 and applicable building, fire, life-safety, accessibility, and security codes. 1. Notify Architect of code conflicts before ordering material. 2. Locate levers, key cylinders, t-turn pieces, touchbars and other operable portions of latching hardware between 30 inches to 44 inches above the finished floor, per CBC Section 1133B.2.5.1. 3. Where new hardware is to be installed near existing doors/hardware scheduled to remain, match locations of existing hardware. C. Overhead stops: before installing, determine proposed locations of furniture items, fixtures, and other items to be protected by the overhead stop's action. 3.3 INSTALLATION A. Install hardware per manufacturer’s instructions and recommendations. Do not install surface- mounted items until finishes have been completed on substrate. Set units level, plumb and true to line and location. Adjust and reinforce attachment substrate for proper installation and operation. Remove and reinstall or replace work deemed defective by Architect. 1. Gaskets: install jamb-applied gaskets before closers, overhead stops, rim strikes, etc; fasten hardware over and through these seals. Install sweeps across bottoms of doors before astragals, cope sweeps around bottom pivots, trim astragals to tops of sweeps. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-12 2. When hardware is to be attached to existing metal surface and insufficient reinforcement exists, use RivNuts, NutSerts or similar anchoring device for screws. 3. Use manufacturers' fasteners furnished with hardware items, or submit Request for Substitution with Architect. 4. Replace fasteners damaged by power-driven tools. B. Locate floor stops no more that 4 inches from walls and not within paths of travel. See paragraph 2.2 regarding hinge widths, door should be well clear of point of wall reveal. Point of door contact no closer to the hinge edge than half the door width. Where situation is questionable or difficult, contact Architect for direction. C. Core concrete for exterior door stop anchors. Set anchors in approved non-shrink grout. D. Locate overhead stops for minimum 90 degrees and maximum allowable degree of swing. E. Drill pilot holes for fasteners in wood doors and/or frames. Centerpunch hole locations before using self-drilling type screws to prevent skating. Replace screws that are not centered in their holes. F. Lubricate and adjust existing hardware scheduled to remain. Carefully remove and give to Owner items not scheduled for reuse. 3.4. ADJUSTING A. Adjust and check for proper operation and function. Replace units, which cannot be adjusted to operate freely and smoothly. 1. Hardware damaged by improper installation or adjustment methods: repair or replace to Owner’s satisfaction. 2. Adjust doors to fully latch with no more than 1 pound of pressure. 3. Adjust delayed-action closers on fire-rated doors to fully close from fully-opened position in no more than 10 seconds. 4. Adjust door closers per 1.9 this section. B. Inspection: Use hardware supplier’s consultant or consultant’s agent. Include supplier's report with closeout documents. C. Final inspection: Installer to provide letter to Owner that upon completion installer has visited the Project and has accomplished the following: 1. Re-adjust hardware. 2. Evaluate maintenance procedures and recommend changes or additions, and instruct Owner’s personnel. 3. Identify items that have deteriorated or failed. 4. Submit written report identifying problems 3.5 DEMONSTRATION: A. Demonstrate mechanical hardware and electrical, electronic and pneumatic hardware systems, including adjustment and maintenance procedures. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-13 3.6 PROTECTION/CLEANING: A. Cover installed hardware, protect from paint, cleaning agents, weathering, carts/barrows, etc. Remove covering materials and clean hardware just prior to substantial completion. B. Clean adjacent wall, frame and door surfaces soiled from installation/reinstallation process. 3.7 SCHEDULE OF FINISH HARDWARE A. See door schedule in drawings for hardware set assignments. B. No hardware shall be ordered until Finished Hardware has been reviewed and approved by Architect’s hardware consultant. C. Miscellaneous Material. SPECWORKS # 128650 HW SET: 01R DOOR NUMBER: 001 EACH TO HAVE: 1 EA PANIC HARDWARE QEL3549A-EO 626 VON 1 EA PANIC HARDWARE QEL3549A-L-NL-17 626 VON 1 EA RIM CYLINDER 20-057 613 SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA POWER SUPPLY PS902 SCE 1 EA POWER SUPPLY PS902 2RS GRY VON 1 EA CONTROLLER CT5000 SCE 1 EA READER MTK15 READER WITH KEYPAD WALL MOUNT SCE 1 EA MEMO BALANCE BY AUTO DOOR SUPPLIER VERIFY TYPE AND QUANTITY OF HARDWARE WITH THE AUTO DOOR SUPPLIER. USE MA490P SERIES MAGNETIC LOCKS IN LIEW OD QEL PANICS IF REQUIRED BY DOOR MANUFACTURER'S BREAK-A-WAY SYSTEM. HW SET: 02R DOOR NUMBER: 011 EACH TO HAVE: 1 EA CONTINUOUS HINGE 224HD 313 IVE 1 EA PANIC HARDWARE XP98L 996L 643E SPL VON 1 EA RIM CYLINDER 20-057 613 SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA SURFACE CLOSER 4040XP SCUSH 695 LCN 1 SET SEALS 9700E DKB NGP 1 EA DOOR SWEEP C627D DKB NGP 1 EA THRESHOLD 513 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP 1 MEMO MOUNT SEALS BEFORE INSTALLING CLOSER SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-14 HW SET: 03 DOOR NUMBER: 017 018 EACH TO HAVE: 6 EA HINGE 3CB1SH 4.5 X 4.5 NRP 600 IVE 1 EA MULLION KR9954 313 VON 1 EA FIRE EXIT HARDWARE 22EO-F 313 VON 1 EA FIRE EXIT HARDWARE 22NL-F 313 VON 1 EA RIM CYLINDER 20-057 613 SCH 1 EA MORTISE CYLINDER 20-061 613 SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA MULLION SEAL 5100S OPENING HEIGHT BLK NGP 2 EA SURFACE CLOSER 4040XP SCUSH 695 LCN 1 SET SEALS 9700E DKB NGP 2 EA DOOR SWEEP C627D DKB NGP 1 EA THRESHOLD 513 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP 1 MEMO MOUNT SEALS BEFORE INSTALLING CLOSER HW SET: 04 DOOR NUMBER: 004 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA STOREROOM LOCK L9080R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA SURFACE CLOSER 4040XP SCUSH 695 LCN 1 SET SEALS 5050B BRN NGP 1 SET SEALS 9700E DKB NGP 1 EA DOOR BOTTOM 220NDKB DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP 1 MEMO MOUNT SEALS BEFORE INSTALLING CLOSER USE TWO JAMB SEALS SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-15 HW SET: 05R DOOR NUMBER: 036 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 NRP 641 IVE 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA CORE ONLY 23-030 626 SCH 1 EA ELECTRONIC LOCK AD-200-MS-70-MTK-SPA-JD-8B 643E SPL SCE 1 EA SURFACE CLOSER 4040XP EDA 695 LCN 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 06 DOOR NUMBER: 024 EACH TO HAVE: 1 EA HINGE 3CB1 4.5 X 4.5 NRP 641 IVE 1 EA FIRE EXIT HARDWARE XP98EO-F 98ALK 643E SPL VON 1 EA ELECTRONIC EXIT TRIM AD-200-993R-70-MTK-SPA-JD-8B 643E SPL SCE 1 EA MORTISE CYLINDER 20-061 613 SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA DOOR SWEEP C607DKB DKB NGP 1 EA THRESHOLD 513 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-16 HW SET: 06A DOOR NUMBER: 006 EACH TO HAVE: 1 EA HINGE 3CB1 4.5 X 4.5 NRP 641 IVE 1 EA FIRE EXIT HARDWARE XP98EO-F 98ALK 643E SPL VON 1 EA ELECTRONIC EXIT TRIM AD-200-993R-70-MTK-SPA-JD-8B 643E SPL SCE 1 EA MORTISE CYLINDER 20-061 613 SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA CORE ONLY 23-030 626 SCH 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA DOOR SWEEP C607DKB DKB NGP 1 EA THRESHOLD 513 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP USE RX SWITCH FOR ALK SO THAT OUTSIDE OPERATION OF THE AD TRIM WILL NOT ALARM EXIT DEVICE. HW SET: 07 DOOR NUMBER: 003 EACH TO HAVE: 2 EA MORTISE CYLINDER 20-062 613 SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA MEMO BALANCE BY AUTO DOOR SUPPLIER VERIFY CYLINDER TYPE AND QUANTITY WITH DOOR MANUFACTURER. HW SET: 08 DOOR NUMBER: 005 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA CLASSROOM LOCK L9071R 17A 643E SPL SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-17 HW SET: 09 DOOR NUMBER: 051 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA STOREROOM LOCK L9080R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA SURFACE CLOSER 4041 DEL 695 LCN 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 10 DOOR NUMBER: 021 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA STOREROOM LOCK L9080R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA KICK PLATE 8400 16" X 2" LDW 613 IVE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 11R DOOR NUMBER: 047 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA CLASSROOM LOCK L9070R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA SURFACE CLOSER 4041 DEL 695 LCN 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-18 HW SET: 11R1 DOOR NUMBER: 032 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA CLASSROOM LOCK L9070R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 12 DOOR NUMBER: 035 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA OFFICE LOCK L9050R 17A L583-363 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA SURFACE CLOSER 4041 DEL 695 LCN 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 12R DOOR NUMBER: 031 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA OFFICE LOCK L9050R 17A L583-363 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-19 HW SET: 13 DOOR NUMBER: 009 010 015 016 028 029 030 045 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA OFFICE LOCK L9050R 17A L583-363 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 13R DOOR NUMBER: 019 020 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA CLASSROOM LOCK L9071R 17A 643E SPL SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 13R1 DOOR NUMBER: 044 046 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA CORE ONLY 23-030 626 SCH 1 EA ELECTRONIC LOCK AD-200-MS-70-MTK-SPA-JD-8B 643E SPL SCE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-20 HW SET: 14 DOOR NUMBER: 013 022 EACH TO HAVE: 3 EA HINGE 3CB1HW 4.5 X 4.5 641 IVE 1 EA PUSH PLATE 8200 4" X 16" 613 IVE 1 EA PULL PLATE 8302-8 4" X 16" 613 IVE 1 EA SURFACE CLOSER 4041 DEL 695 LCN 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP 1 EA MEMO SIGNAGE BY OTHERS HW SET: 14R DOOR NUMBER: 048 050 EACH TO HAVE: 3 EA HINGE 3CB1HW 4.5 X 4.5 641 IVE 1 EA CLASSROOM LOCK L9076R17A 626 SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA SURFACE CLOSER 4041 DEL 695 LCN 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP 1 EA MEMO SIGNAGE BY OTHERS HW SET: 15 DOOR NUMBER: 014 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA PRIVACY SET L9040 17A L583-363 643E SPL SCH 1 EA SURFACE CLOSER 4041 DEL 695 LCN 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-21 HW SET: 15R DOOR NUMBER: 033 034 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA PRIVACY SET L9040 17A L583-363 643E SPL SCH 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 16R DOOR NUMBER: 027 043 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 NRP 641 IVE 1 EA PANIC HARDWARE XP98EO 643E SPL VON 1 EA ELECTRONIC EXIT TRIM AD-200-993R-70-MTK-SPA-JD-8B 643E SPL SCE 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA CORE ONLY 23-030 626 SCH 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA DOOR SWEEP C607DKB DKB NGP 1 EA THRESHOLD 513 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 17R DOOR NUMBER: 012 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA OFFICE LOCK L9050R 17A L583-363 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA SURFACE CLOSER 4040XP SCUSH 695 LCN 1 EA KICK PLATE 8400 10" X 2" LDW 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-22 HW SET: 18R DOOR NUMBER: 026 EACH TO HAVE: 6 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 SET CONST LATCHING BOLT FB52 613 IVE 1 EA APT ENTRANCE LOCK L9060R 17A 643E SPL SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA COORDINATOR COR X FL 628 IVE 2 EA MOUNTING BRKTS MB1/MB2 AS REQUIRED 600 IVE 1 EA ASTRAGAL 139SP 600 NGP 2 EA SURFACE CLOSER 4040XP EDA 695 LCN 2 EA DOME STOP FS436/FS438 AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP MOUNT COORDINATOR BEFORE CLOSERS. HW SET: 19 DOOR NUMBER: 037 038 039 EACH TO HAVE: 6 EA HINGE 3CB1 4.5 X 4.5 NRP 641 IVE 1 SET CONST LATCHING BOLT FB51P 613 IVE 1 EA DUST PROOF STRIKE DP1/DP2 613 IVE 1 EA CLASSROOM LOCK L9070R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA ASTRAGAL 139SP 600 NGP 2 EA OVERHEAD STOP 450S 613 GLY HW SET: 20 DOOR NUMBER: 040 EACH TO HAVE: 6 EA HINGE 3CB1 4.5 X 4.5 NRP 641 IVE 1 SET CONST LATCHING BOLT FB51P 613 IVE 1 EA DUST PROOF STRIKE DP1/DP2 613 IVE 1 EA CLASSROOM LOCK L9070R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA ASTRAGAL 139SP 600 NGP 2 EA OVERHEAD STOP 450S 613 GLY SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-23 HW SET: 21 DOOR NUMBER: 049 EACH TO HAVE: 3 EA HINGE 3CB1 4.5 X 4.5 641 IVE 1 EA STOREROOM LOCK L9080R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 1 EA DOOR BOTTOM 320N DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 22 DOOR NUMBER: 042 EACH TO HAVE: 6 EA HINGE 3CB1HW 4.5 X 4.5 641 IVE 2 EA PANIC HARDWARE 9949L-LBL 996L 643E SPL VON 2 EA RIM CYLINDER 20-057 613 SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 SET ASTRAGAL 9600DKB DKB NGP 2 EA SURFACE CLOSER 4040XP EDA 695 LCN 2 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 2 EA DOOR BOTTOM 220NDKB DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP HW SET: 22R DOOR NUMBER: 041 EACH TO HAVE: 6 EA HINGE 3CB1HW 4.5 X 4.5 641 IVE 2 EA PANIC HARDWARE 9949EO-LBL 643E SPL VON 2 EA ELECTRONIC EXIT TRIM AD-200-993R-70-MTK-SPA-JD-8B 643E SPL SCE 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA CORE ONLY 23-030 626 SCH 1 SET ASTRAGAL 9600DKB DKB NGP 2 EA SURFACE CLOSER 4040XP EDA 695 LCN 2 EA WALL STOP WS406/WS407 CONVEX /CONCAVE AS REQUIRED 613 IVE 1 SET SEALS 5050B BRN NGP 2 EA DOOR BOTTOM 220NDKB DKB NGP 1 EA THRESHOLD 411 1/4"-20 COMBO ANCHOR OR AS DETAILED DKB NGP SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-24 HW SET: 23 DOOR NUMBER: 002 EACH TO HAVE: 2 EA MORTISE CYLINDER 20-061 613 SCH 2 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA MEMO BALANCE BY DOOR MFGR. VERIFY CYLINDER TYPE AND QUANTITY WITH DOOR MANUFACTURER. HW SET: 24 DOOR NUMBER: 007 025 EACH TO HAVE: 1 EA FIRE EXIT HARDWARE 98EO-F 643E SPL VON 1 EA ELECTRONIC EXIT TRIM AD-200-993R-70-MTK-SPA-JD-8B 643E SPL SCE 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH 1 EA CORE ONLY 23-030 626 SCH 1 EA MEMO BALANCE OF HARDWARE IS EXISTING MODIFY EXISTING DOOR AND FRAME FOR NEW HARDWARE. IF LABELED HAVE DOORS RECERTIFIED PER THE DOOR MANUFACTURER'S LABEL PROGRAM. PATCH AND MAKE NEW ANY EXISTING CUT OUTS NOT COVERED BY NEW HARDWARE. HW SET: 25 DOOR NUMBER: 008 023 052 EACH TO HAVE: 1 EA STOREROOM LOCK L9080R 17A 643E SPL SCH 1 EA PRIMUS CORE ONLY 20-740 (OWNER FURNISHED AND INSTALLED) 606 SCH MODIFY EXISTING DOOR AND FRAME FOR NEW HARDWARE. IF LABELED HAVE DOORS RECERTIFIED PER THE DOOR MANUFACTURER'S LABEL PROGRAM. PATCH AND MAKE NEW ANY EXISTING CUT OUTS NOT COVERED BY NEW HARDWARE. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications DOOR HARDWARE 087100-25 MISC ITEMS 50 EA KEY BLANKS 35-053 SCH 75 EA IBUTTON ON FOB IBF-X (SPECIFY COLOR: BLU, GRY, GRN, RED, YEL) SCE 20 EA KEYFOB IBWB-151 (OWNER FURNISHED) BLK SCE 50 EA PROXIMITY CARD SXF7410SCH SCE END OF SECTION 087100   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GYPSUM BOARD 092900 - 1 SECTION 092900 - GYPSUM BOARD PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Interior gypsum board. B. Related Requirements: 1. Division 06 Section "Sheathing" for gypsum sheathing for exterior walls. 2. Division 06 Section "Rough Carpentry" for structural and non-structural framing that support gypsum board panels. 3. Division 09 Section "Tiling" for cementitious backer units installed as substrates for ceramic tile. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For the following products: 1. Trim Accessories: Full-size Sample in 12-inch long length for each trim accessory indicated. 1.4 QUALITY ASSURANCE A. Mockups: Before beginning gypsum board installation, install mockups of at least 100 sq. ft. in surface area to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Install mockups for the following: a. Each level of gypsum board finish indicated for use in exposed locations. 2. Apply or install final decoration indicated, including painting and wallcoverings, on exposed surfaces for review of mockups. 3. Simulate finished lighting conditions for review of mockups. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.5 DELIVERY, STORAGE AND HANDLING SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GYPSUM BOARD 092900 - 2 A. Store materials inside under cover and keep them dry and protected against weather, condensation, direct sunlight, construction traffic, and other potential causes of damage. Stack panels flat and supported on risers on a flat platform to prevent sagging. 1.6 FIELD CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent. B. Do not install paper-faced gypsum panels until installation areas are enclosed and conditioned. C. Do not install panels that are wet, those that are moisture damaged, and those that are mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire-Resistance-Rated Assemblies: For fire-resistance-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. 2.2 GYPSUM BOARD, GENERAL A. Recycled Content of Gypsum Panel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 20 percent. B. Size: Provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. 2.3 INTERIOR GYPSUM BOARD A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Georgia-Pacific Gypsum LLC. 2. National Gypsum Company 3. USG Corporation. B. Gypsum Wallboard: ASTM C 1396/C 1396M. C. Gypsum Board, Type X: ASTM C 1396/C 1396M. 1. Thickness: 5/8 inch. 2. Long Edges: Tapered. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GYPSUM BOARD 092900 - 3 D. Moisture- and Mold-Resistant Gypsum Board: ASTM C 1396/C 1396M. With moisture- and mold- resistant core and paper surfaces. 1. Core: 5/8 inch, Type X. 2. Long Edges: Tapered. 3. Mold Resistance: ASTM D 3273, score of 10. 2.4 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum-coated steel sheet or rolled zinc. 2. Shapes: Fry Reglet, per drawings. a. Cornerbead. b. LC-Bead: J-shaped; exposed long flange receives joint compound. c. Chamfered corners. 2.5 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M. B. Joint Tape: 1. Interior Gypsum Board: Paper. 2. Glass-Mat Gypsum Sheathing Board: 10-by-10 glass mesh. C. Joint Compound for Interior Gypsum Board: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints and damaged surface areas, use setting-type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use drying-type, all-purpose compound. a. Use setting-type compound for installing paper-faced metal trim accessories. 3. Fill Coat: For second coat, use drying-type, all-purpose compound. 4. Finish Coat: For third coat, use drying-type, all-purpose compound. 5. Skim Coat: For final coat of Level 5 finish, use high-build interior coating product designed for application by airless sprayer and to be used instead of skim coat to produce Level 5 finish. D. Joint Compound for Exterior Applications: 1. Glass-Mat Gypsum Sheathing Board: As recommended by sheathing board manufacturer. 2.6 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written recommendations. B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GYPSUM BOARD 092900 - 4 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to 0.112 inch thick. 2. For fastening cementitious backer units, use screws of type and size recommended by panel manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates including welded hollow-metal frames and framing, with Installer present, for compliance with requirements and other conditions affecting performance. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1/16 inch of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back-blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at corners of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. F. Cover both faces of support framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. 2. Fit gypsum panels around ducts, pipes, and conduits. 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1/4- to 3/8-inch- wide joints to install sealant. G. Isolate perimeter of gypsum board applied to non-load-bearing partitions at structural abutments, except floors. Provide 1/4- to 1/2-inch wide spaces at these locations and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. H. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GYPSUM BOARD 092900 - 5 I. Wood Framing: Install gypsum panels over wood framing, with floating internal corner construction. Do not attach gypsum panels across the flat grain of wide-dimension lumber, including floor joists and headers. Float gypsum panels over these members or provide control joints to counteract wood shrinkage. 3.3 APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Type X: Except where indicated otherwise on Drawings. 2. Moisture- and Mold-Resistant Type: As indicated on Drawings. B. Single-Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to greatest extent possible and at right angles to framing unless otherwise indicated. 2. On partitions/walls, apply gypsum panels horizontally (perpendicular to framing) unless otherwise indicated or required by fire-resistance-rated assembly, and minimize end joints. a. Stagger abutting end joints not less than one framing member in alternate courses of panels. 3. On Z-furring members, apply gypsum panels vertically (parallel to framing) with no end joints. Locate edge joints over furring members. 4. Fastening Methods: Apply gypsum panels to supports with steel drill screws. C. Multilayer Application: 1. On partitions/walls, apply gypsum board indicated for base layers and face layers vertically (parallel to framing) with joints of base layers located over stud or furring member and face-layer joints offset at least one stud or furring member with base-layer joints, unless otherwise indicated or required by fire-resistance-rated assembly. Stagger joints on opposite sides of partitions. 2. On Z-furring members, apply base layer vertically (parallel to framing) and face layer either vertically (parallel to framing) or horizontally (perpendicular to framing) with vertical joints offset at least one furring member. Locate edge joints of base layer over furring members. 3. Fastening Methods: Fasten base layers and face layers separately to supports with screws. 3.4 APPLYING EXTERIOR GYPSUM PANELS FOR CEILINGS AND SOFFITS A. Apply panels perpendicular to supports, with end joints staggered and located over supports. 1. Install with 1/4-inch open space where panels abut other construction or structural penetrations. 2. Fasten with corrosion-resistant screws. 3.5 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Interior Trim: Install in the following locations: 1. Cornerbead: Use at outside corners unless otherwise indicated. 2. LC-Bead: Use at exposed panel edges. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GYPSUM BOARD 092900 - 6 C. Exterior Trim: Install in the following locations: 1. Cornerbead: Use at outside corners. 3.6 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints, rounded or beveled edges, and damaged surface areas. C. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C 840: 1. Level 1: Ceiling plenum areas, concealed areas, and where indicated. 2. Level 2: Panels that are substrate for tile. 3. Level 5: All gypsum board locations unless otherwise indicated. a. Primer and its application to surfaces are specified in other Division 09 Sections. E. Glass-Mat Gypsum Sheathing Board: Finish according to manufacturer's written instructions. 3.7 PROTECTION A. Protect adjacent surfaces from drywall compound and promptly remove from floors and other non- drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during drywall application. B. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. C. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION 092900 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 1 SECTION 093000 - TILING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Ceramic tile. 2. Stone thresholds. 3. Waterproof membrane. 4. Crack isolation membrane. 5. Tile backing panels. 6. Metal edge strips. B. Related Sections: 1. Division 07 Section "Joint Sealants" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 2. Division 09 Section "Portland Cement Plastering" for portland cement scratch coat over metal lath on wall surfaces. 3. Division 09 Section "Gypsum Board" for glass-mat, water-resistant backer board. 4. Division 09 Section "Stone Tiling." 1.3 DEFINITIONS A. General: Definitions in the ANSI A108 series of tile installation standards and in ANSI A137.1 apply to Work of this Section unless otherwise specified. B. ANSI A108 Series: ANSI A108.01, ANSI A108.02, ANSI A108.1A, ANSI A108.1B, ANSI A108.1C, ANSI A108.4, ANSI A108.5, ANSI A108.6, ANSI A108.8, ANSI A108.9, ANSI A108.10, ANSI A108.11, ANSI A108.12, ANSI A108.13, ANSI A108.14, ANSI A108.15, ANSI A108.16, and ANSI A108.17, which are contained in "American National Standard Specifications for Installation of Ceramic Tile." C. Module Size: Actual tile size plus joint width indicated. D. Face Size: Actual tile size, excluding spacer lugs. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 2 1.4 PERFORMANCE REQUIREMENTS A. Static Coefficient of Friction: For tile installed on walkway surfaces, provide products with the following values as determined by testing identical products per ASTM C 1028: 1. Level Surfaces: Minimum 0.6. 2. Step Treads: Minimum 0.6. 3. Ramp Surfaces: Minimum 0.8. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show locations of each type of tile and tile pattern. Show widths, details, and locations of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. C. Samples for Initial Selection: For each type of tile and grout indicated. Include Samples of accessories involving color selection. D. Samples for Verification: 1. Full-size units of each type and composition of tile and for each color and finish required. For ceramic mosaic tile in color blend patterns, provide full sheets of each color blend. 2. Full-size units of each type of trim and accessory for each color and finish required. 3. Stone thresholds in 6-inch lengths. 4. Metal edge strips in 6-inch lengths. E. Qualification Data: For qualified Installer. F. Master Grade Certificates: For each shipment, type, and composition of tile, signed by tile manufacturer and Installer. G. Product Certificates: For each type of product, signed by product manufacturer. H. Material Test Reports: For each tile-setting and -grouting product. 1.6 QUALITY ASSURANCE A. Source Limitations for Tile: Obtain tile of each type from one source or producer. 1. Obtain tile of each type and color or finish from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from one manufacturer and each aggregate from one source or producer. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 3 C. Source Limitations for Other Products: Obtain each of the following products specified in this Section from a single manufacturer for each product: 1. Stone thresholds. 2. Waterproof membrane. 3. Crack isolation membrane. 4. Joint sealants. 5. Cementitious backer units. 6. Metal edge strips. D. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockup of each type of floor tile installation. 2. Build mockup of each type of wall tile installation. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. E. Preinstallation Conference: Conduct conference at Project site. 1. Review requirements in ANSI A108.01 for substrates and for preparation by other trades. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirements in ANSI A137.1 for labeling tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination can be avoided. D. Store liquid materials in unopened containers and protected from freezing. E. Handle tile that has temporary protective coating on exposed surfaces to prevent coated surfaces from contacting backs or edges of other units. If coating does contact bonding surfaces of tile, remove coating from bonding surfaces before setting tile. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 4 1.9 EXTRA MATERIALS A. Furnish extra materials that match and are from same production runs as products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed for each type, composition, color, pattern, and size indicated. 2. Grout: Furnish quantity of grout equal to 3 percent of amount installed for each type, composition, and color indicated. PART 2 - PRODUCTS 2.1 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1 for types, compositions, and other characteristics indicated. 1. Provide tile complying with Standard grade requirements unless otherwise indicated. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part 2 articles, ANSI standards referenced by TCA installation methods specified in tile installation schedules, and other requirements specified. C. Factory Blending: For tile exhibiting color variations within ranges, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. D. Mounting: For factory-mounted tile, provide back- or edge-mounted tile assemblies as standard with manufacturer unless otherwise indicated. 1. Where tile is indicated for installation in wet areas, do not use back- or edge-mounted tile assemblies unless tile manufacturer specifies in writing that this type of mounting is suitable for installation indicated and has a record of successful in-service performance. E. Factory-Applied Temporary Protective Coating: Where indicated under tile type, protect exposed surfaces of tile against adherence of mortar and grout by precoating with continuous film of petroleum paraffin wax, applied hot. Do not coat unexposed tile surfaces. 2.2 TILE PRODUCTS A. Floor Tile. 1. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings, Crossville. 2. Composition: Porcelain. 3. Face Size: As indicated on drawings. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 5 4. Thickness: 3/8 inch. 5. Face: Plain with square edges. 6. Tile Color and Pattern: As indicated by manufacturer's designations. 7. Grout Color: As indicated by manufacturer's designations. B. Wall Tile. 1. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings. 2. Module Size: As indicated on drawings. 3. Thickness: 3/8 inch. 4. Face: Plain with square edges. 5. Tile Color and Pattern: As indicated by manufacturer's designations. 6. Grout Color: As indicated by manufacturer's designations. 7. Trim Units: Coordinated with sizes and coursing of adjoining flat tile where applicable and matching characteristics of adjoining flat tile. Provide shapes as follows, selected from manufacturer's standard shapes: a. Cove Base for Thin-Set Mortar Installations: Straight, module size 12 by 6 inches. b. Wainscot Cap for Thin-Set Mortar Installations: Surface bullnose, module size 4 by 12 inches. c. Wainscot Cap for Flush Conditions: Regular flat tile for conditions where tile wainscot is shown flush with wall surface above it, same size as adjoining flat tile. d. External Corners for Thin-Set Mortar Installations: Surface bullnose, same size as adjoining flat tile. e. Internal Corners: Field-butted square corners. For coved base and cap use angle pieces designed to fit with stretcher shapes. 2.3 THRESHOLDS A. General: Fabricate to sizes and profiles indicated or required to provide transition between adjacent floor finishes. 1. Bevel edges at 1:2 slope, with lower edge of bevel aligned with or up to 1/16 inch above adjacent floor surface. Finish bevel to match top surface of threshold. Limit height of threshold to 1/2 inch or less above adjacent floor surface. 2.4 TILE BACKING PANELS A. Cementitious Backer Units: ANSI A118.9 or ASTM C 1325, in maximum lengths available to minimize end-to-end butt joints. 1. Products: Subject to compliance with requirements, provide one of the following: a. Custom Building Products; Wonderboard. b. FinPan, Inc.; Util-A-Crete Concrete Backer Board. c. USG Corporation; DUROCK Cement Board. 2. Thickness: 5/8 inch. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 6 2.5 WATERPROOF MEMBRANE A. General: Manufacturer's standard product, that complies with ANSI A118.10 and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. 2.6 CRACK ISOLATION MEMBRANE A. General: Manufacturer's standard product, that complies with ANSI A118.12 for high performance and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. . 2.7 SETTING MATERIALS A. Portland Cement Mortar (Thickset) Installation Materials: ANSI A108.02. 1. Cleavage Membrane: Asphalt felt, ASTM D 226, Type I (No. 15); or polyethylene sheeting, ASTM D 4397, 4.0 mils thick. 2. Reinforcing Wire Fabric: Galvanized, welded wire fabric, 2 by 2 inches by 0.062-inch diameter; comply with ASTM A 185 and ASTM A 82 except for minimum wire size. 3. Latex Additive: Manufacturer's standard water emulsion, serving as replacement for part or all of gaging water, of type specifically recommended by latex-additive manufacturer for use with field-mixed portland cement and aggregate mortar bed. B. Latex-Portland Cement Mortar (Thin Set): ANSI A118.4. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Custom Building Products. b. Laticrete International, Inc. c. MAPEI Corporation. 2. Provide prepackaged, dry-mortar mix containing dry, redispersible, vinyl acetate or acrylic additive to which only water must be added at Project site. 3. For wall applications, provide mortar that complies with requirements for nonsagging mortar in addition to the other requirements in ANSI A118.4. C. EGP (Exterior Glue Plywood) Latex-Portland Cement Mortar (Thin Set): ANSI A118.11. D. Water-Cleanable, Tile-Setting Epoxy: ANSI A118.3, with a VOC content of 65 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 7 a. Custom Building Products. b. Laticrete International, Inc. c. MAPEI Corporation. 2. Provide product capable of withstanding continuous and intermittent exposure to temperatures of up to 140 deg F and 212 deg F, respectively, and certified by manufacturer for intended use. 2.8 GROUT MATERIALS A. Polymer-Modified Tile Grout: ANSI A118.7. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Custom Building Products. b. Laticrete International, Inc. c. MAPEI Corporation. 2. Polymer Type: Ethylene vinyl acetate or acrylic additive, in dry, redispersible form, prepackaged with other dry ingredients. B. Water-Cleanable Epoxy Grout: ANSI A118.3. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Custom Building Products. b. Laticrete International, Inc. c. MAPEI Corporation. 2. Provide product capable of withstanding continuous and intermittent exposure to temperatures of up to 140 deg F and 212 deg F, respectively, and certified by manufacturer for intended use. 2.9 ELASTOMERIC SEALANTS A. General: Provide sealants, primers, backer rods, and other sealant accessories that comply with the following requirements and with the applicable requirements in Division 07 Section "Joint Sealants." 1. Use sealants that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Use primers, backer rods, and sealant accessories recommended by sealant manufacturer. B. Colors: Provide colors of exposed sealants to match colors of grout in tile adjoining sealed joints unless otherwise indicated. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 8 C. One-Part, Mildew-Resistant Silicone Sealant: ASTM C 920; Type S; Grade NS; Class 25; Uses NT, G, A, and, as applicable to nonporous joint substrates indicated, O; formulated with fungicide, intended for sealing interior ceramic tile joints and other nonporous substrates that are subject to in-service exposures of high humidity and extreme temperatures. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. DAP Inc.; 100 percent Silicone Kitchen and Bath Sealant. b. Dow Corning Corporation; Dow Corning 786. c. GE Silicones; a division of GE Specialty Materials; Sanitary 1700. 2.10 MISCELLANEOUS MATERIALS A. Metal Edge Strips: Angle or L-shape, height to match tile and setting-bed thickness, metallic or combination of metal and PVC or neoprene base, designed specifically for flooring applications; nickel silver exposed-edge material. B. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. C. Grout Sealer: Manufacturer's standard silicone product for sealing grout joints and that does not change color or appearance of grout. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Custom Building Products; Grout Sealer. b. Jamo Inc.; Matte Finish Penetrating Sealer. c. MAPEI Corporation; KER 003, Silicone Spray Sealer for Cementitious Tile Grout. 2.11 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 9 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. 1. Verify that substrates for setting tile are firm, dry, clean, free of coatings that are incompatible with tile-setting materials including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated. 2. Verify that concrete substrates for tile floors installed with bonded mortar bed comply with surface finish requirements in ANSI A108.01 for installations indicated. a. Verify that surfaces that received a steel trowel finish have been mechanically scarified. b. Verify that protrusions, bumps, and ridges have been removed by sanding or grinding. 3. 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. 4. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if not coordinated, adjust joint locations in consultation with Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Fill cracks, holes, and depressions in concrete substrates for tile floors installed with thin-set mortar with trowelable leveling and patching compound specifically recommended by tile- setting material manufacturer. B. Where indicated, prepare substrates to receive waterproofing by applying a reinforced mortar bed that complies with ANSI A108.1A and is sloped 1/4 inch per foot toward drains. C. Blending: For tile exhibiting color variations, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. D. Field-Applied Temporary Protective Coating: If indicated under tile type or needed to prevent grout from staining or adhering to exposed tile surfaces, precoat them with continuous film of temporary protective coating, taking care not to coat unexposed tile surfaces. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 10 3.3 TILE INSTALLATION A. Comply with TCA's "Handbook for Ceramic Tile Installation" for TCA installation methods specified in tile installation schedules. Comply with parts of the ANSI A108 Series "Specifications for Installation of Ceramic Tile" that are referenced in TCA installation methods, specified in tile installation schedules, and apply to types of setting and grouting materials used. 1. For the following installations, follow procedures in the ANSI A108 Series of tile installation standards for providing 95 percent mortar coverage: a. Tile floors in wet areas. b. Tile floors composed of tiles 8 by 8 inches or larger. c. Tile floors composed of rib-backed tiles. B. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. C. 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. D. Jointing Pattern: Lay tile in grid pattern unless otherwise indicated. Lay out tile work and center tile fields in both directions in each space or on each wall area. Lay out tile work to minimize the use of pieces that are less than half of a tile. Provide uniform joint widths unless otherwise indicated. 1. For tile mounted in sheets, make joints between tile sheets same width as joints within tile sheets so joints between sheets are not apparent in finished work. 2. Where adjoining tiles on floor, base, walls, or trim are specified or indicated to be same size, align joints. 3. Where tiles are specified or indicated to be whole integer multiples of adjoining tiles on floor, base, walls, or trim, align joints unless otherwise indicated. E. Joint Widths: Unless otherwise indicated, install tile with the following joint widths: 1. Ceramic Floor Tile: 1/8 inch. 2. Ceramic Wall Tile: 1/8 inch. F. Lay out tile wainscots to dimensions indicated or to next full tile beyond dimensions indicated. G. Expansion Joints: Provide expansion joints and other sealant-filled joints, including control, contraction, and isolation joints, where indicated. Form joints during installation of setting materials, mortar beds, and tile. Do not saw-cut joints after installing tiles. 1. Where joints occur in concrete substrates, locate joints in tile surfaces directly above them. 2. Prepare joints and apply sealants to comply with requirements in Division 07 Section "Joint Sealants." SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 11 H. Tile Thresholds: Install one piece thresholds in same type of setting bed as adjacent floor unless otherwise indicated. I. Metal Edge Strips: Install where exposed edge of tile flooring meets carpet, wood, or other flooring that finishes flush with or below top of tile and no threshold is indicated. J. Grout Sealer: Apply grout sealer to cementitious grout joints in tile floors according to grout- sealer manufacturer's written instructions. As soon as grout sealer has penetrated grout joints, remove excess sealer and sealer from tile faces by wiping with soft cloth. 3.4 TILE BACKING PANEL INSTALLATION A. Install cementitious backer units and treat joints according to ANSI A108.11 and manufacturer's written instructions for type of application indicated. Use latex-portland cement mortar for bonding material unless otherwise directed in manufacturer's written instructions. 3.5 WATERPROOFING INSTALLATION A. Install waterproofing to comply with ANSI A108.13 and manufacturer's written instructions to produce waterproof membrane of uniform thickness and bonded securely to substrate. B. Do not install tile or setting materials over waterproofing until waterproofing has cured and been tested to determine that it is watertight. 3.6 CRACK ISOLATION MEMBRANE INSTALLATION A. Install crack isolation membrane to comply with ANSI A108.17 and manufacturer's written instructions to produce membrane of uniform thickness and bonded securely to substrate. B. Do not install tile or setting materials over crack isolation membrane until membrane has cured. 3.7 CLEANING AND PROTECTING A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove epoxy and latex-portland cement grout residue from tile as soon as possible. 2. Clean grout smears and haze from tile according to tile and grout manufacturer's written instructions but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning. 3. Remove temporary protective coating by method recommended by coating manufacturer and that is acceptable to tile and grout manufacturer. Trap and remove coating to prevent drain clogging. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILING 093000 - 12 B. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. If recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. C. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. D. Before final inspection, remove protective coverings and rinse neutral protective cleaner from tile surfaces. E. Interior Floor Installations, Concrete Subfloor: 1. Tile Installation F132: Water-cleanable, tile-setting epoxy on cured cement mortar bed bonded to concrete subfloor; epoxy grout; TCA F132. a. Tile Type: Floor Tile. b. Grout: Water-cleanable epoxy grout. F. Interior Wall Installations, Wood Studs or Furring: 1. Tile Installation W243: Thin-set mortar on gypsum board; TCA W243. a. Tile Type: Wall Tile. b. Thin-Set Mortar: Latex- portland cement mortar. c. Grout: Polymer-modified unsanded grout. END OF SECTION 093000 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ACOUSTICAL TILE CEILINGS 095123 - 1 SECTION 095123 - ACOUSTICAL TILE CEILINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Acoustical tiles for ceilings. 2. Concealed suspension systems. B. Related Requirements: 1. Division 09 Section "Linear Metal Ceilings." C. Products furnished, but not installed under this Section, include anchors, clips, and other ceiling attachment devices to be cast in concrete. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified, 6-inches in size. 1.4 INFORMATIONAL SUBMITTALS A. Product Test Reports: For each acoustical tile ceiling, for tests performed by a qualified testing agency. B. Field quality-control reports. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to the National Voluntary Laboratory Accreditation Program (NVLAP) for testing indicated. B. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockup of typical ceiling area as shown on Drawings. 2. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ACOUSTICAL TILE CEILINGS 095123 - 2 A. Deliver acoustical tiles, suspension-system components, and accessories to Project site in original, unopened packages and store them in a fully enclosed, conditioned space where they will be protected against damage from moisture, humidity, temperature extremes, direct sunlight, surface contamination, and other causes. B. Before installing acoustical tiles, permit them to reach room temperature and a stabilized moisture content. C. Handle acoustical tiles carefully to avoid chipping edges or damaging units in any way. 1.7 FIELD CONDITIONS A. Environmental Limitations: Do not install acoustical tile ceilings until spaces are enclosed and weatherproof, wet work in spaces is complete and dry, work above ceilings is complete, and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. 1. Pressurized Plenums: Operate ventilation system for not less than 48 hours before beginning acoustical tile ceiling installation. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Seismic Performance: Acoustical ceiling shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. B. Surface-Burning Characteristics: Comply with ASTM E 84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: Comply with ASTM E 1264 for Class A materials. 2. Smoke-Developed Index: 50 or less. 2.2 ACOUSTICAL TILES, GENERAL A. Source Limitations: 1. Acoustical Ceiling Tile: Obtain each type from single source from single manufacturer. 2. Suspension System: Obtain each type from single source from single manufacturer. B. Source Limitations: Obtain each type of acoustical ceiling tile and supporting suspension system from single source from single manufacturer. C. Recycled Content: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 66 percent. D. Acoustical Tile Standard: Provide manufacturer's standard tiles of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectances unless otherwise indicated. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ACOUSTICAL TILE CEILINGS 095123 - 3 1. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which face of test specimen is 15-3/4 inches away from test surface according to ASTM E 795. E. Acoustical Tile Colors and Patterns: Match appearance characteristics indicated for each product type. 1. Where appearance characteristics of acoustical tiles are indicated by referencing pattern designations in ASTM E 1264 and not manufacturers' proprietary product designations, provide products selected by Architect from each manufacturer's full range that comply with requirements indicated for type, pattern, color, light reflectance, acoustical performance, edge detail, and size. 2.3 ACOUSTICAL TILES - SC1 A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. USG, Inc. B. Classification: Provide tiles complying with ASTM E 1264 for type, form, and pattern as follows: 1. Type and Form: Type III, mineral base with painted finish; Form 1, nodular. 2. Pattern: Halcyon Panel 3. Logix, 30x60, Halcyon Panel C. Color: White . D. LR: Not less than 0.80. E. NRC: Not less than 0.70. F. CAC: Not less than 38. G. AC: Not less than 170. H. Edge/Joint Detail: Per Drawings. I. Thickness: 7/8 inch. J. Modular Size: Per Drawings. K. Broad Spectrum Antimicrobial Fungicide and Bactericide Treatment: Provide acoustical tiles treated with manufacturer's standard antimicrobial formulation that inhibits fungus, mold, mildew, and gram- positive and gram-negative bacteria and showing no mold, mildew, or bacterial growth when tested according to ASTM D 3273 and evaluated according to ASTM D 3274 or ASTM G 21. 2.4 METAL SUSPENSION SYSTEMS, GENERAL A. Recycled Content: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent. B. Metal Suspension-System Standard: Provide manufacturer's standard metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements in ASTM C 635/C 635M. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ACOUSTICAL TILE CEILINGS 095123 - 4 C. Attachment Devices: Size for five times the design load indicated in ASTM C 635/C 635M, Table 1, "Direct Hung," unless otherwise indicated. Comply with seismic design requirements. a. Corrosion Protection: Carbon-steel components zinc plated to comply with ASTM B 633, Class Fe/Zn 5 for Class SC 1 service condition. b. Corrosion Protection: Stainless-steel components complying with ASTM F 593 and ASTM F 594, Group 1 Alloy 304 or 316 for bolts; Alloy 304 or 316 for anchors. D. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements: 1. Zinc-Coated, Carbon-Steel Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper. 2. Size: Select wire diameter so its stress at three times hanger design load (ASTM C 635/C 635M, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.106-inch diameter wire. E. Seismic Struts: Manufacturer's standard compression struts designed to accommodate lateral forces. F. Seismic Clips: Manufacturer's standard seismic clips designed and spaced to secure acoustical tiles in- place. 2.5 METAL SUSPENSION SYSTEM - SC1 A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. USG, Inc. B. Direct-Hung, Double-WebSuspension System: Main and cross runners roll formed from and capped with cold-rolled steel sheet, prepainted, electrolytically zinc coated, or hot-dip galvanized according to ASTM A 653/A 653M, G30 coating designation. 1. Structural Classification: Heavy-duty system. 2. Access: Upward and end pivoted or side pivoted, with initial access openings of size indicated below and located throughout ceiling within each module formed by main and cross runners, with additional access available by progressively removing remaining acoustical tiles. a. Initial Access Opening: In each module, 24 by 24 inches. 2.6 METAL EDGE MOLDINGS AND TRIM - SC1 A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. USG, Inc. B. Roll-Formed, Sheet-Metal Edge Moldings and Trim: Type and profile indicated, manufacturer's standard moldings for edges and penetrations complying with seismic design requirements; formed from sheet metal of same material, finish, and color as that used for exposed flanges of suspension-system runners. 1. Provide manufacturer's standard edge moldings that fit acoustical tile edge details and suspension systems indicated and that match width and configuration of exposed runners unless otherwise indicated. 2. For circular penetrations of ceiling, provide edge moldings fabricated to diameter required to fit penetration exactly. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ACOUSTICAL TILE CEILINGS 095123 - 5 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, including structural framing and substrates to which acoustical tile ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other Sections that affect ceiling installation and anchorage and for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine acoustical tiles before installation. Reject acoustical tiles that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Testing Substrates: Before installing adhesively applied tiles on wet-placed substrates such as cast-in- place concrete or plaster, test and verify that moisture level is below tile manufacturer's recommended limits. B. Measure each ceiling area and establish layout of acoustical tiles to balance border widths at opposite edges of each ceiling. Avoid using less-than-half-width tiles at borders, and comply with layout shown on reflected ceiling plans. 3.3 INSTALLATION OF SUSPENDED ACOUSTICAL TILE CEILINGS A. General: Install acoustical panel ceilings to comply with ASTM C 636/C 636M and seismic design requirements indicated, according to manufacturer's written instructions and CISCA's "Ceiling Systems Handbook." B. Suspend ceiling hangers from building's structural members and as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2. Splay hangers only where requiredto miss obstructions; offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 3. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with location of hangers at spacings required to support standard suspension-system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. 4. Secure wire hangers to ceiling suspension members and to supports above with a minimum of three tight turns. Connect hangers directly either to structures or to inserts, eye screws, or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures. 5. Secure flat, angle, channel, and rod hangers to structure, including intermediate framing members, by attaching to inserts, eye screws, or other devices that are secure and appropriate for both the structure to which hangers are attached and the type of hanger involved. Install hangers in a manner that will not cause them to deteriorate or fail due to age, corrosion, or elevated temperatures. 6. Do not support ceilings directly from permanent metal forms or floor deck. Fasten hangers to cast-in-place hanger inserts, postinstalled mechanical or adhesive anchors, or power-actuated fasteners that extend through forms into concrete. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ACOUSTICAL TILE CEILINGS 095123 - 6 7. When steel framing does not permit installation of hanger wires at spacing required, install carrying channels or other supplemental support for attachment of hanger wires. 8. Do not attach hangers to steel deck tabs. 9. Space hangers not more than 48 inches o.c. along each member supported directly from hangers unless otherwise indicated; provide hangers not more than 8 inches from ends of each member. 10. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards and publications. C. Secure bracing wires to ceiling suspension members and to supports with a minimum of four tight turns. Suspend bracing from building's structural members as required for hangers without attaching to permanent metal forms, steel deck, or steel deck tabs. Fasten bracing wires into concrete with cast-in- place or postinstalled anchors. D. Install edge moldings and trim of type indicated at perimeter of acoustical tile ceiling area and where necessary to conceal edges of acoustical tiles. 1. Screw attach moldings to substrate at intervals not more than 16 inches o.c. and not more than 3 inches from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet. Miter corners accurately and connect securely. 2. Do not use exposed fasteners, including pop rivets, on moldings and trim. E. Install suspension-system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. F. Install acoustical tiles in coordination with suspension system and exposed moldings and trim. Place splines or suspension-system flanges into kerfed edges so tile-to-tile joints are closed by double lap of material. 1. Fit adjoining tile to form flush, tight joints. Scribe and cut tile for accurate fit at borders and around penetrations through tile. 2. Hold tile field in compression by inserting leaf-type, spring-steel spacers between tile and moldings, spaced 12 inches o.c. 3. Protect lighting fixtures and air ducts to comply with requirements indicated for fire-resistance- rated assembly. 3.4 FIELD QUALITY CONTROL A. Special Inspections: Engage a qualified special inspector to perform the following special inspections: 1. Compliance of seismic design. B. Testing Agency: Engage a qualified testing agency to perform tests and inspections and prepare test reports. C. Acoustical tile ceiling hangers and anchors and fasteners will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. 3.5 CLEANING A. Clean exposed surfaces of acoustical tile ceilings, including trim and edge moldings. Comply with manufacturer's written instructions for cleaning and touchup of minor finish damage. Remove and SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ACOUSTICAL TILE CEILINGS 095123 - 7 replace tiles and other ceiling components that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. END OF SECTION 095123   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESILIENT BASE AND ACCESSORIES 096513 - 1 SECTION 096513 - RESILIENT BASE AND ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Resilient base. B. Related Sections: 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.4 QUALITY ASSURANCE A. Fire-Test-Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency. 1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm. B. Mockups: Provide resilient products with mockups specified in other Sections. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store resilient products and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 deg F or more than 90 deg F. 1.6 PROJECT CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 95 deg F, in spaces to receive resilient products during the following time periods: 1. 48 hours before installation. 2. During installation. 3. 48 hours after installation. B. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer, but not less than 55 deg F or more than 95 deg F. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESILIENT BASE AND ACCESSORIES 096513 - 2 C. Install resilient products after other finishing operations, including painting, have been completed. PART 2 - PRODUCTS 2.1 RESILIENT BASE A. Resilient Base: 1. Manufacturers: Subject to compliance with requirements: a. Burk Industries, Montego Designer Wall Base, 003 B. Resilient Base Standard: ASTM F 1861. C. Minimum Thickness: 0.375 inch. D. Outside Corners: Preformed. E. Inside Corners: Preformed. F. Finish: Satin. G. Colors and Patterns: As indicated by manufacturer's designations. 2.2 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or blended hydraulic-cement-based formulation provided or approved by manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated. 1. Adhesives shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). a. Cove Base Adhesives: Not more than 50 g/L. C. Metal Edge Strips: Extruded aluminum with mill finish of width shown, of height required to protect exposed edges of tiles, and in maximum available lengths to minimize running joints. D. Floor Polish: Provide protective liquid floor polish products as recommended by resilient stair tread manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESILIENT BASE AND ACCESSORIES 096513 - 3 B. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of resilient products. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. B. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate. C. Do not install resilient products until they are same temperature as the space where they are to be installed. 1. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation. D. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. 3.3 RESILIENT BASE INSTALLATION A. Comply with manufacturer's written instructions for installing resilient base. B. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required. C. Install resilient base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned. D. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. E. Do not stretch resilient base during installation. F. On masonry surfaces or other similar irregular substrates, fill voids along top edge of resilient base with manufacturer's recommended adhesive filler material. G. Preformed Corners: Install preformed corners before installing straight pieces. 3.4 CLEANING AND PROTECTION A. Comply with manufacturer's written instructions for cleaning and protection of resilient products. B. Perform the following operations immediately after completing resilient product installation: 1. Remove adhesive and other blemishes from exposed surfaces. 2. Sweep and vacuum surfaces thoroughly. 3. Damp-mop surfaces to remove marks and soil. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESILIENT BASE AND ACCESSORIES 096513 - 4 C. Protect resilient products from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. D. Cover resilient products until Substantial Completion. END OF SECTION 096513 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILE CARPETING 096813 - 1 SECTION 096813 - TILE CARPETING PART 1 - GENERAL 1.1 SUMMARY A. Section includes modular, fusion-bonded carpet tile. B. Carpet to be purchased by County C. Contractor to pick up at County warehouse and install 1.2 PREINSTALLATION MEETINGS A. Pre-installation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show the following: 1. Columns, doorways, enclosing walls or partitions, built-in cabinets, and locations where cutouts are required in carpet tiles. 2. Type of subfloor. 3. Type of installation. 4. Pattern of installation. 5. Pattern type, location, and direction. 6. Pile direction. C. Samples: For each exposed product and for each color and texture specified. 1.4 INFORMATIONAL SUBMITTALS A. Product test reports. B. Sample warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance data. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILE CARPETING 096813 - 2 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who is certified by the International Certified Floorcovering Installers Association at the Commercial II certification level. B. Fire-Test-Response Ratings: Where indicated, provide carpet tile identical to those of assemblies tested for fire response according to NFPA 253 by a qualified testing agency. 1.7 DELIVERY, STORAGE, AND HANDLING A. Comply with CRI 104. B. Storage of carpet at County warehouse. 1.8 FIELD CONDITIONS A. Comply with CRI 104 for temperature, humidity, and ventilation limitations. 1.9 WARRANTY A. Special Warranty for Carpet Tiles: Manufacturer agrees to repair or replace components of carpet tile installation that fail in materials or workmanship within specified warranty period. 1. Warranty does not include deterioration or failure of carpet tile due to unusual traffic, failure of substrate, vandalism, or abuse. 2. Failures include, but are not limited to, more than 10 percent edge raveling, snags, runs, dimensional stability, excess static discharge, loss of tuft bind strength, loss of face fiber, and delamination. 3. Warranty Period: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 CARPET TILE A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Shaw Contract 2. Collins and Aikman B. Color: As indicated on plans. C. Pattern: As indicated on plans. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILE CARPETING 096813 - 3 2.2 INSTALLATION ACCESSORIES A. Trowelable Leveling and Patching Compounds: Latex-modified, hydraulic-cement-based formulation provided or recommended by carpet tile manufacturer. B. Adhesives: Water-resistant, mildew-resistant, nonstaining, pressure-sensitive type to suit products and subfloor conditions indicated, that complies with flammability requirements for installed carpet tile and is recommended by carpet tile manufacturer for releasable installation. 1. Adhesives shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Adhesives shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." PART 3 - EXECUTION 3.1 INSTALLATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for maximum moisture content, alkalinity range, installation tolerances, and other conditions affecting carpet tile performance. Examine carpet tile for type, color, pattern, and potential defects. B. Concrete Subfloors: Verify that concrete slabs comply with ASTM F 710. C. Proceed with installation only after unsatisfactory conditions have been corrected. D. Preparation: Comply with CRI 104, Section 6.2, "Site Conditions; Floor Preparation," and with carpet tile manufacturer's written installation instructions for preparing substrates indicated to receive carpet tile installation. E. Installation: Comply with CRI 104, Section 14, "Carpet Modules," and with carpet tile manufacturer's written installation instructions. F. Installation Method: As recommended in writing by carpet tile manufacturer. G. Maintain dye lot integrity. Do not mix dye lots in same area. H. Cut and fit carpet tile to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut edges as recommended by carpet tile manufacturer. I. Extend carpet tile into toe spaces, door reveals, closets, open-bottomed obstructions, removable flanges, alcoves, and similar openings. J. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on finish flooring as marked on subfloor. Use nonpermanent, nonstaining marking device. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TILE CARPETING 096813 - 4 K. Install pattern parallel to walls and borders. L. Perform the following operations immediately after installing carpet tile: 1. Remove excess adhesive, seam sealer, and other surface blemishes using cleaner recommended by carpet tile manufacturer. 2. Remove yarns that protrude from carpet tile surface. 3. Vacuum carpet tile using commercial machine with face-beater element. M. Protect installed carpet tile to comply with CRI 104, Section 16, "Protecting Indoor Installations." END OF SECTION 096813 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR PAINTING 099123 - 1 SECTION 099123 - INTERIOR PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on interior substrates. B. Related Requirements: 1. Division 05 Sections for shop priming of metal substrates with primers specified in this Section. 2. Division 06 Sections for shop priming carpentry with primers specified in this Section. 3. Division 08 Sections for factory priming windows and doors with primers specified in this Section. 4. Division 09 Section "Exterior Painting" for surface preparation and the application of paint systems on exterior substrates. 5. Division 09 Section "Staining and Transparent Finishing" for surface preparation and the application of wood stains and transparent finishes on interior wood substrates. 1.3 DEFINITIONS A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. C. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. 1.5 QUALITY ASSURANCE SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR PAINTING 099123 - 2 A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each paint system specified in Part 3. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. b. Other Items: Architect will designate items or areas required. 2. Final approval of color selections will be based on mockups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Dunn-Edwards Corporation. 2. Sherwin-Williams Company (The). B. Products: Subject to compliance with requirements, provide one of the products listed in other Part 2 articles for the paint category indicated. 2.2 PAINT, GENERAL SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR PAINTING 099123 - 3 A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. VOC Content: Products shall comply with VOC limits of authorities having jurisdiction and, for interior paints and coatings applied at Project site, the following VOC limits, exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 1. Flat Paints and Coatings: 50 g/L. 2. Nonflat Paints and Coatings: 150 g/L. 3. Dry-Fog Coatings: 400 g/L. 4. Primers, Sealers, and Undercoaters: 200 g/L. 5. Anticorrosive and Antirust Paints Applied to Ferrous Metals: 250 g/L. 6. Zinc-Rich Industrial Maintenance Primers: 340 g/L. 7. Pretreatment Wash Primers: 420 g/L. 8. Floor Coatings: 100 g/L. 9. Shellacs, Clear: 730 g/L. 10. Shellacs, Pigmented: 550 g/L. D. Colors: As indicated in a color schedule 2.3 PRIMERS/SEALERS A. Primer Sealer, Interior, Institutional Low Odor/VOC: MPI #149. 1. Dunn-Edwards Corporation; W101V Vinylastic Pigmented Sealer. 2.4 METAL PRIMERS A. Primer, Anti-Corrosive, for Metal: MPI #79. 1. Dunn-Edwards Corporation; W715 Ultra-Grip Acrylic Multi-Purpose Primer 2.5 WATER-BASED PAINTS A. Latex, Interior, Institutional Low Odor/VOC, Eggshell (Satin) (Gloss Level 3): MPI #145. 1. Dunn-Edwards Corporation; W440V Decosheen Acrylic Eggshell Paint. B. Latex, Interior, Institutional Low Odor/VOC, Semi-Gloss (Gloss Level 5): MPI #147. 1. Dunn-Edwards Corporation; W450V Decoglo Acrylic Semi-Gloss Paint. PART 3 - EXECUTION SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR PAINTING 099123 - 4 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Masonry (Clay and CMU): 12 percent. 3. Wood: 15 percent. 4. Gypsum Board: 12 percent. 5. Plaster: 12 percent. C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. D. Plaster Substrates: Verify that plaster is fully cured. E. Spray-Textured Ceiling Substrates: Verify that surfaces are dry. F. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. G. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface- applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer, but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." E. Shop-Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop-primed surfaces. F. Wood Substrates: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR PAINTING 099123 - 5 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed in equipment rooms: a. Equipment, including panelboards. 2. Paint the following work where exposed in occupied spaces: a. Other items as directed by Architect. 3. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR PAINTING 099123 - 6 coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A. Steel Substrates: 1. Latex over Alkyd Primer System: a. Prime Coat: Primer, alkyd, anti-corrosive, for metal, MPI #79. b. Intermediate Coat: Latex, interior, matching topcoat. c. Topcoat: Latex, interior, semi-gloss, (Gloss Level 5), MPI #54. B. Gypsum Board Substrates: 1. Institutional Low-Odor/VOC Latex System: a. Prime Coat: Primer sealer, interior, institutional low odor/VOC, MPI #149. b. Intermediate Coat: Latex, interior, institutional low odor/VOC, matching topcoat. c. Topcoat: Latex, interior, institutional low odor/VOC, eggshell (Gloss Level 3), MPI #145. d. Topcoat: Latex, interior, institutional low odor/VOC, semi-gloss (Gloss Level 5), MPI #147. END OF SECTION 099123 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SIGNAGE 101400 - 1 SECTION 101400 - SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Plaques. 2. Panel signs. 1.2 DEFINITIONS A. ADA-ABA Accessibility Guidelines: U.S. Architectural & Transportation Barriers Compliance Board's "Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Architectural Barriers Act (ABA) Accessibility Guidelines." 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication and installation details for signs. 1. Show sign mounting heights, locations of supplementary supports to be provided by others, and accessories. 2. Provide message list, typestyles, graphic elements, including tactile characters and Braille, and layout for each sign. 3. Wiring Diagrams: Power, signal, and control wiring. C. Samples: For each sign type and for each color and texture required. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Comply with applicable provisions in ADA-ABA Accessibility Guidelines.. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SIGNAGE 101400 - 2 PART 2 - PRODUCTS 2.1 MATERIALS A. Aluminum Castings: ASTM B 26/B 26M, of alloy and temper recommended by sign manufacturer for casting process used and for use and finish indicated. B. Bronze Plate: ASTM B 36/B 36M. C. Acrylic Sheet: ASTM D 4802, Category A-1 (cell-cast sheet), Type UVA (UV absorbing). D. Polycarbonate Sheet: Of thickness indicated, manufactured by extrusion process, coated on both surfaces with abrasion-resistant coating: 1. Impact Resistance: 16 ft-lbf/in. per ASTM D 256, Method A. 2. Tensile Strength: 9000 lbf/sq. in. per ASTM D 638. 3. Flexural Modulus of Elasticity: 340,000 lbf/sq. in. per ASTM D 790. 4. Heat Deflection: 265 deg F at 264 lbf/sq. in. per ASTM D 648. 5. Abrasion Resistance: 1.5 percent maximum haze increase for 100 revolutions of a Taber abraser with a load of 500 g per ASTM D 1044. 2.2 PLAQUES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: C. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following: 1. Rockwood, BF Series. D. Cast Plaques: Provide castings free of pits, scale, sand holes, and other defects, as follows: 1. Plaque Material: Bronze. 2. Background Texture: Manufacturer's standard matte texture. 3. Border Style: Plain bevel. 4. Mounting: Concealed studs for substrates encountered. 2.3 PANEL SIGNS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SIGNAGE 101400 - 3 C. Basis-of-Design Product: Subject to compliance with requirements, provide a product by one of the following: 1. ACE Sign Systems, Inc. 2. Advance Corporation; Braille-Tac Division. 3. Allen Industries Architectural Signage 4. Allenite Signs; Allen Marking Products, Inc. 5. APCO Graphics, Inc. 6. ASI-Modulex, Inc. 7. Best Sign Systems Inc. 8. Bunting Graphics, Inc. 9. Fossil Industries, Inc. 10. Gemini Incorporated. 11. Grimco, Inc. 12. Innerface Sign Systems, Inc. 13. InPro Corporation 14. Matthews International Corporation; Bronze Division. 15. Mills Manufacturing Company. 16. Mohawk Sign Systems. 17. Nelson-Harkins Industries. 18. Seton Identification Products. 19. Signature Signs, Incorporated. 20. Supersine Company (The) D. Interior Panel Signs: Provide smooth sign panel surfaces constructed to remain flat under installed conditions within a tolerance of plus or minus 1/16 inch (1.5 mm) measured diagonally from corner to corner, complying with the following requirements: 1. Acrylic Sheet: 0.080 inch thick. 2. Edge Condition: Bullnose. 3. Corner Condition: Square. 4. Mounting: As indicated. a. Wall mounted with concealed anchors. b. Manufacturer's standard anchors for substrates encountered. 5. Color: As indicated. 6. Tactile Characters: Characters and Grade 2 Braille raised 1/32 inch above surface with contrasting colors. E. Brackets: Fabricate brackets and fittings for bracket-mounted signs from extruded aluminum to suit panel sign construction and mounting conditions indicated. Factory paint brackets in color matching background color of panel sign . 2.4 ACCESSORIES A. Anchors and Inserts: Provide nonferrous-metal or hot-dip galvanized anchors and inserts for exterior installations and elsewhere as required for corrosion resistance. Use toothed steel or lead expansion-bolt devices for drilled-in-place anchors. Furnish inserts, as required, to be set into concrete or masonry work. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SIGNAGE 101400 - 4 2.5 FABRICATION A. General: Provide manufacturer's standard signs of configurations indicated. 1. Welded Connections: Comply with AWS standards for recommended practices in shop welding. Provide welds behind finished surfaces without distortion or discoloration of exposed side. Clean exposed welded surfaces of welding flux and dress exposed and contact surfaces. 2. Mill joints to tight, hairline fit. Form joints exposed to weather to exclude water penetration. 3. Conceal fasteners if possible; otherwise, locate fasteners where they will be inconspicuous. 2.6 ACRYLIC SHEET FINISHES A. Colored Coatings for Acrylic Sheet: For copy colors, provide colored coatings, including inks, dyes, and paints, that are recommended by acrylic manufacturers for optimum adherence to acrylic surface and that are UV and water resistant for five years for application intended. PART 3 - EXECUTION 3.1 INSTALLATION A. Locate signs and accessories where indicated, using mounting methods of types described and complying with manufacturer's written instructions. 1. Install signs level, plumb, and at heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Interior Wall Signs: Install signs on walls adjacent to latch side of door where applicable. Where not indicated or possible, such as double doors, install signs on nearest adjacent walls. Locate to allow approach within 3 inches of sign without encountering protruding objects or standing within swing of door. B. Wall-Mounted Signs: Comply with sign manufacturer's written instructions except where more stringent requirements apply. 1. Two-Face Tape: Mount signs to smooth, nonporous surfaces. Do not use this method for vinyl-covered or rough surfaces. 2. Hook-and-Loop Tapes: Mount signs to smooth, nonporous surfaces. 3. Magnetic Tape: Mount signs to smooth, nonporous surfaces. 4. Silicone-Adhesive Mounting: Attach signs to irregular, porous, or vinyl-covered surfaces. 5. Shim Plate Mounting: Provide 1/8-inch thick, concealed aluminum shim plates with predrilled and countersunk holes, at locations indicated, and where other mounting methods are not practicable. Attach plate with fasteners and anchors suitable for secure attachment to substrate. Attach panel signs to plate using method specified above. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SIGNAGE 101400 - 5 6. Mechanical Fasteners: Use nonremovable mechanical fasteners placed through predrilled holes. Attach signs with fasteners and anchors suitable for secure attachment to substrate as recommended in writing by sign manufacturer. 7. Signs Mounted on Glass: Provide matching opaque plate on opposite side of glass to conceal mounting materials. C. Bracket-Mounted Signs: Provide manufacturer's standard brackets, fittings, and hardware for mounting signs that project at right angles from walls and ceilings. Attach brackets and fittings securely to walls and ceilings with concealed fasteners and anchoring devices to comply with manufacturer's written instructions. D. Dimensional Characters: Mount characters using standard fastening methods to comply with manufacturer's written instructions for character form, type of mounting, wall construction, and condition of exposure indicated. Provide heavy paper template to establish character spacing and to locate holes for fasteners. 1. Flush Mounting: Mount characters with backs in contact with wall surface. 2. Projected Mounting: Mount characters at projection distance from wall surface indicated. E. Cast-Metal Plaques: Mount plaques using standard fastening methods to comply with manufacturer's written instructions for type of wall surface indicated. 1. Concealed Mounting: Mount plaques by inserting threaded studs into tapped lugs on back of plaque. Set in predrilled holes filled with quick-setting cement. 2. Face Mounting: Mount plaques using exposed fasteners with rosettes attached through face of plaque into wall surface. END OF SECTION 101400   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TOILET AND BATH ACCESSORIES 102800 - 1 SECTION 102800 - TOILET AND BATH ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Public-use washroom accessories. 2. Public-use shower room accessories. 3. Childcare accessories. 4. Underlavatory guards. 5. Custodial accessories. 6. Division 09 Section "Tiling" for ceramic toilet and bath accessories. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include the following: 1. Construction details and dimensions. 2. Anchoring and mounting requirements, including requirements for cutouts in other work and substrate preparation. 3. Material and finish descriptions. 4. Features that will be included for Project. 5. Manufacturer's warranty. 1.4 CLOSEOUT SUBMITTALS A. Maintenance Data: For toilet and bath accessories to include in maintenance manuals. 1.5 QUALITY ASSURANCE A. Source Limitations: For products listed together in the same Part 2 articles, obtain products from single source from single manufacturer. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 1.6 COORDINATION SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TOILET AND BATH ACCESSORIES 102800 - 2 A. Coordinate accessory locations with other work to prevent interference with clearances required for access by people with disabilities, and for proper installation, adjustment, operation, cleaning, and servicing of accessories. B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work. 1.7 WARRANTY A. Special Mirror Warranty: Manufacturer's standard form in which manufacturer agrees to replace mirrors that develop visible silver spoilage defects and that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 15 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MATERIALS A. Stainless Steel: ASTM A 666, Type 304, 0.031-inch minimum nominal thickness unless otherwise indicated. B. Brass: ASTM B 19, flat products; ASTM B 16/B 16M, rods, shapes, forgings, and flat products with finished edges; or ASTM B 30, castings. C. Steel Sheet: ASTM A 1008/A 1008M, Designation CS (cold rolled, commercial steel), 0.036-inch minimum nominal thickness. D. Galvanized-Steel Sheet: ASTM A 653/A 653M, with G60 hot-dip zinc coating. E. Galvanized-Steel Mounting Devices: ASTM A 153/A 153M, hot-dip galvanized after fabrication. F. Fasteners: Screws, bolts, and other devices of same material as accessory unit and tamper-and-theft resistant where exposed, and of galvanized steel where concealed. G. Chrome Plating: ASTM B 456, Service Condition Number SC 2 (moderate service). H. Mirrors: ASTM C 1503, Mirror Glazing Quality, clear-glass mirrors, nominal 6.0 mm thick. I. ABS Plastic: Acrylonitrile-butadiene-styrene resin formulation. 2.2 PUBLIC-USE WASHROOM ACCESSORIES A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Bobrick Washroom Equipment, Inc. 2. ASI Washroom Equip. Inc. 3. Dyson Airblade SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TOILET AND BATH ACCESSORIES 102800 - 3 B. Toilet Tissue Dispenser, Sanitary Napkin Disposal and Seat-Cover Dispenser (at female non-accessible toilet partitions): Bobrick #B-3471. 1. Mounting: Patition. 2. Material: Stainless-steel. 3. Dimensions: 15-3/16 inches wide by 28-5/16 inches high by 4-5/16 inches deep. 4. Capacity: Two standard core toilet tissue rolls and 1000 toilet seat covers. 5. Operation: Continuous-flow delivery of toilet tissues (No controlled delivery); theft resistant spindles and door with tumbler key locks for access. C. Toilet Tissue Dispenser, Sanitary Napkin Disposal and Seat-Cover Dispenser (at recessed wall location) Bobrick #B-3474. 1. Mounting: Recessed. 2. Material: Stainless-steel. 3. Dimensions: 15-3/16 inches wide by 28-5/16 inches high by 4-5/16 inches deep. 4. Capacity: Two standard core toilet tissue rolls and 1000 toilet seat covers. 5. Operation: Continuous-flow delivery of toilet tissues (No controlled delivery); theft resistant spindles and door with tumbler key locks for access. D. Paper Towel Dispenser/Waste Receptacle: ASI 20469. 1. Mounting: Recessed. 2. Material: Stainless-steel. 3. Dimensions: 15-5/16 inches wide by 54-1/8 inches high by 4 inches deep. 4. Waste Receptacle Capacity: 12 gallon. 5. Hardware: Tumbler key lock to release removable waste receptacle. E. Liquid-Soap Dispenser: ASI 20364. 1. Mounting: Surface. 2. Material: Stainless-steel. 3. Dimensions: 4-3/4 inches wide by 8-7/8 inches high by 3-1/2 inches deep. 4. Capacity: 40 fluid oz all-purpose hand soaps. 5. Features: Clear acrylic refill indicator window; lockable lid for top filling. F. Grab Bar: ASI 3200. 1. Mounting: Concealed mounting plates with three slotted screw holes; Provide stainless-steel snap flange cover. 2. Material: Stainless-steel tubing, satin finish, 18 ga. wall thickness. 3. Diameter: 1-1/2 inches (outside diameter). 4. Length: As indicated on Drawings. 5. Clearance between grab bar and face of wall: 1-1/2 inches. G. Mirror Unit: Beveled Edge Mirror. 1. Mounting: Flush with tile, concealed wall. 2. Frame: Frameless. 3. Hangers: Produce rigid, tamper- and theft-resistant installation, using method indicated below. a. One-piece, galvanized-steel, wall-hanger device with spring-action locking mechanism to hold mirror unit in position with no exposed screws or bolts. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TOILET AND BATH ACCESSORIES 102800 - 4 4. Size: As indicated on Drawings. 2.3 POWER HAND DRYERS A. Power Hand Dryer: Dyson Airblade, AB02 1. Mounting: Concealed wall 2. Finish: As indicated on drawings. 2.4 CHILDCARE ACCESSORIES A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. ASI 9013-9 B. Diaper-Changing Station: 1. Basis-of-Design Product: ASI 9013-9 2. Description: Horizontal unit that opens by folding down from stored position and with child- protection strap. a. Engineered to support a minimum of 250-lb static load when opened. 3. Mounting: Surface mounted, with unit projecting not more than 4 inches from wall when closed. 4. Operation: By pneumatic shock-absorbing mechanism. 5. Material and Finish: Stainless steel, No. 4 finish (satin), with replaceable insulated polystyrene tray liner and rounded plastic corners. 6. Liner Dispenser: Built in. 2.5 CUSTODIAL ACCESSORIES A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Bobrick Washroom Equipment, Inc. B. Mop and Broom Holder: Bobrick #B223 1. Mounting: Surface. 2. Material: Stainless-steel. 3. Length: 36 inches. 4. Operation: Holder designed to keep mops and brooms away from wall. Spring-loaded, rubber cam holders accommodate handles from 7/8 to 1-1/4 inch diameter. 5. Number fo mop/broom holders: Four. 2.6 FABRICATION A. General: Fabricate units with tight seams and joints, and exposed edges rolled. Hang doors and access panels with full-length, continuous hinges. Equip units for concealed anchorage and with corrosion- resistant backing plates. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications TOILET AND BATH ACCESSORIES 102800 - 5 B. Keys: Provide universal keys for internal access to accessories for servicing and resupplying. Provide minimum of six keys to Owner's representative. PART 3 - EXECUTION 3.1 INSTALLATION A. Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. B. Grab Bars: Install to withstand a downward load of at least 250 lbf when tested according to ASTM F 446. 3.2 ADJUSTING AND CLEANING A. Adjust accessories for unencumbered, smooth operation. Replace damaged or defective items. B. Remove temporary labels and protective coatings. C. Clean and polish exposed surfaces according to manufacturer's written recommendations. END OF SECTION 102800   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING 220517 - 1 SECTION 220517 – SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sleeves. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. PART 2 - PRODUCTS 2.1 SLEEVES A. Galvanized-Steel-Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, zinc coated, with plain ends. B. PVC-Pipe Sleeves: ASTM D 1785, Schedule 40. C. Galvanized-Steel-Sheet Sleeves: 0.0239-inch (0.6-mm) minimum thickness; round tube closed with welded longitudinal joint. 2.2 SLEEVE-SEAL SYSTEMS 1. Not required. Not required. 2.3 GROUT A. Standard: ASTM C 1107/C 1107M, Grade B, post-hardening and volume-adjusting, dry, hydraulic-cement grout. B. Characteristics: Nonshrink; recommended for interior and exterior applications. C. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. D. Packaging: Premixed and factory packaged. PART 3 - EXECUTION 3.1 SLEEVE INSTALLATION A. Install sleeves for piping passing through floors, partitions, and walls. B. Install sleeves for pipes passing through interior partitions. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING 220517 - 2 1. Cut sleeves to length for mounting flush with both surfaces. 2. Install sleeves that are large enough to provide 1/4-inch (6.4-mm) annular clear space between sleeve and pipe or pipe insulation. 3. Seal annular space between sleeve and piping or piping insulation; use joint sealants appropriate for size, depth, and location of joint. Comply with requirements for sealants specified in Division 07 Section "Joint Sealants." C. Fire-Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials. Comply with requirements for firestopping specified in Division 07 Section "Penetration Firestopping." 3.2 SLEEVE AND SLEEVE-SEAL SCHEDULE A. Use sleeves for the following piping-penetration applications: 1. Interior Partitions: a. Piping smaller than NPS 6 (DN 150) Galvanized-steel-pipe sleeves for fire rated assemblies and PVC-pipe sleeves for non-fire rated assemblies. END OF SECTION 220517 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ESCUTCHEONS FOR PLUMBING PIPING 220518 - 1 SECTION 220518 - ESCUTCHEONS FOR PLUMBING PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Escutcheons. 2. Floor plates. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. PART 2 - PRODUCTS 2.1 ESCUTCHEONS A. One-Piece, Cast-Brass Type: With [polished, chrome-plated] [and] [rough-brass] finish and setscrew fastener. B. One-Piece, Deep-Pattern Type: Deep-drawn, box-shaped brass with chrome-plated finish and spring-clip fasteners. 2.2 FLOOR PLATES A. One-Piece Floor Plates: Cast-iron flange with holes for fasteners. PART 3 - EXECUTION 3.1 INSTALLATION A. Install escutcheons for piping penetrations of walls, ceilings, and finished floors. B. Install escutcheons with ID to closely fit around pipe, tube, and insulation of piping and with OD that completely covers opening. 1. Escutcheons for New Piping: a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep-pattern type. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ESCUTCHEONS FOR PLUMBING PIPING 220518 - 2 b. Chrome-Plated Piping: One-piece, cast-brass type with polished, chrome-plated finish. c. Insulated Piping: One-piece, stamped-steel type. d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, cast- brass type with polished, chrome-plated finish. e. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, cast-brass type with polished, chrome-plated finish. f. Bare Piping in Unfinished Service Spaces: One-piece, cast-brass type with rough- brass finish. g. Bare Piping in Equipment Rooms: One-piece, cast-brass type with rough-brass finish. C. Install floor plates for piping penetrations of equipment-room floors. D. Install floor plates with ID to closely fit around pipe, tube, and insulation of piping and with OD that completely covers opening. 1. New Piping: One-piece, floor-plate type. 3.2 FIELD QUALITY CONTROL A. Replace broken and damaged escutcheons and floor plates using new materials. END OF SECTION 220518 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GENERAL-DUTY VALVES FOR PLUMBING PIPING 220523 - 1 SECTION 220523 – GENERAL-DUTY VALVES FOR PLUMBING PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Bronze ball valves. 2. Bronze gate valves. B. Related Sections: 1. Division 22 plumbing piping Sections for specialty valves applicable to those Sections only. 2. Division 22 Section "Identification for Plumbing Piping and Equipment" for valve tags and schedules. 1.2 SUBMITTALS A. Product Data: For each type of valve indicated. 1.3 QUALITY ASSURANCE A. ASME Compliance: ASME B16.10 and ASME B16.34 for ferrous valve dimensions and design criteria. B. NSF Compliance: NSF 61 for valve materials for potable-water service. PART 2 - PRODUCTS 2.1 GENERAL REQUIREMENTS FOR VALVES A. Refer to valve schedule articles for applications of valves. B. Valve Pressure and Temperature Ratings: Not less than indicated and as required for system pressures and temperatures. C. Valve Sizes: Same as upstream piping unless otherwise indicated. D. Valve Actuator Types: 1. Handwheel: For valves other than quarter-turn types. 2. Handlever: For quarter-turn valves NPS 6 (DN 150) and smaller except plug valves. E. Valves in Insulated Piping: With 2-inch (50-mm) stem extensions and the following features: 1. Gate Valves: With rising stem. 2. Ball Valves: With extended operating handle of non-thermal-conductive material, and protective sleeve that allows operation of valve without breaking the vapor seal or disturbing insulation. F. Valve-End Connections: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GENERAL-DUTY VALVES FOR PLUMBING PIPING 220523 - 2 1. Flanged: With flanges according to ASME B16.1 for iron valves. 2. Solder Joint: With sockets according to ASME B16.18. 3. Threaded: With threads according to ASME B1.20.1. 2.2 BRONZE BALL VALVES A. Two-Piece, Full-Port, Bronze Ball Valves with Bronze Trim: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Valve, Inc. b. Crane Co.; Crane Valve Group; Crane Valves. c. NIBCO INC. 2. Description: a. Standard: MSS SP-110. b. SWP Rating: 150 psig (1035 kPa). c. CWP Rating: 600 psig (4140 kPa). d. Body Design: Two piece. e. Body Material: Bronze. f. Ends: Threaded. g. Seats: PTFE or TFE. h. Stem: Bronze. i. Ball: Chrome-plated brass. j. Port: Full. 2.3 BRONZE GATE VALVES A. Class 125, NRS Bronze Gate Valves: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Valve, Inc. b. Crane Co.; Crane Valve Group; Crane Valves. c. NIBCO INC. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GENERAL-DUTY VALVES FOR PLUMBING PIPING 220523 - 3 2. Description: a. Standard: MSS SP-80, Type 1. b. CWP Rating: 200 psig (1380 kPa). c. Body Material: ASTM B 62, bronze with integral seat and screw-in bonnet. d. Ends: Threaded or solder joint. e. Stem: Bronze. f. Disc: Solid wedge; bronze. g. Packing: Asbestos free. h. Handwheel: Malleable iron, bronze, or aluminum. PART 3 - EXECUTION 3.1 VALVE INSTALLATION A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. B. Locate valves for easy access and provide separate support where necessary. C. Install valves in horizontal piping with stem at or above center of pipe. D. Install valves in position to allow full stem movement. 3.2 ADJUSTING A. Adjust or replace valve packing after piping systems have been tested and put into service but before final adjusting and balancing. Replace valves if persistent leaking occurs. 3.3 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS A. If valve applications are not indicated, use the following: 1. Shutoff Service: Ball, or gate valves. B. If valves with specified SWP classes or CWP ratings are not available, the same types of valves with higher SWP class or CWP ratings may be substituted. C. Select valves, except wafer types, with the following end connections: 1. For Copper Tubing, NPS 2 (DN 50) and Smaller: Threaded ends except where solder-joint valve-end option is indicated in valve schedules below. 2. For Copper Tubing, NPS 2-1/2 to NPS 4 (DN 65 to DN 100): Flanged ends except where threaded valve-end option is indicated in valve schedules below. 3.4 DOMESTIC, HOT- AND COLD-WATER VALVE SCHEDULE SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GENERAL-DUTY VALVES FOR PLUMBING PIPING 220523 - 4 A. Pipe NPS 2 (DN 50) and Smaller: 1. BronzeValves: May be provided with solder-joint ends instead of threaded ends. 2. Ball Valves: Two piece, full port, bronze with bronze trim. 3. Bronze Gate Valves: Class 125, NRS. END OF SECTION 220523 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 - 1 SECTION 220553 - IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Equipment labels. 2. Pipe labels. 1.2 SUBMITTAL A. Product Data: For each type of product indicated. PART 2 - PRODUCTS 2.1 EQUIPMENT LABELS A. Plastic Labels for Equipment: 1. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/8 inch (3.2 mm) thick, and having predrilled holes for attachment hardware. 2. Letter Color: Black. 3. Background Color: White. 4. Maximum Temperature: Able to withstand temperatures up to 160 deg F (71 deg C). 5. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch (64 by 19 mm). 6. Minimum Letter Size: 1/4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering. 7. Fasteners: Stainless-steel rivets or self-tapping screws. 8. Adhesive: Contact-type permanent adhesive, compatible with label and with substrate. B. Label Content: Include equipment's Drawing designation or unique equipment number, Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. C. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-11-inch (A4) bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 - 2 number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data. 2.2 PIPE LABELS A. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with lettering indicating service, and showing flow direction. B. Pretensioned Pipe Labels: Precoiled, semirigid plastic formed to cover full circumference of pipe and to attach to pipe without fasteners or adhesive. C. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive backing. D. Pipe Label Contents: Include identification of piping service using same designations or abbreviations as used on Drawings, pipe size, and an arrow indicating flow direction. 1. Flow-Direction Arrows: Integral with piping system service lettering to accommodate both directions, or as separate unit on each pipe label to indicate flow direction. 2. Lettering Size: At least 1-1/2 inches (38 mm) high. PART 3 - EXECUTION 3.1 PREPARATION A. Clean piping and equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants. 3.2 EQUIPMENT LABEL INSTALLATION A. Install or permanently fasten labels on each major item of mechanical equipment. B. Locate equipment labels where accessible and visible. 3.3 PIPE LABEL INSTALLATION A. Piping Color-Coding: Painting of piping is specified in Division 09 Section "Interior Painting." B. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows: 1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553 - 3 3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 50 feet (15 m) along each run. Reduce intervals to 25 feet (7.6 m) in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced labels. C. Pipe Label Color Schedule: 1. Domestic Water Piping: a. Background Color: White. b. Letter Color: Blue. 2. Sanitary Waste and Storm Drainage Piping: a. Background Color: White. b. Letter Color: Black. END OF SECTION 220553   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PLUMBING PIPING INSULATION 220719 - 1 SECTION 220719 - PLUMBING PIPING INSULATION PART 1 - GENERAL 1.1 SUMMARY A. Section includes insulating the following plumbing piping services: 1. Domestic hot-water piping. 2. Domestic recirculating hot-water piping. 3. Supplies and drains for handicap-accessible lavatories and sinks. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Detail application of protective shields, saddles, and inserts at hangers for each type of insulation and hanger. 2. Detail insulation application at elbows, fittings, flanges, valves, and specialties for each type of insulation. 3. Detail removable insulation at piping specialties, equipment connections, and access panels. C. Field quality-control reports. 1.3 QUALITY ASSURANCE A. Surface-Burning Characteristics: For insulation and related materials, as determined by testing identical products according to ASTM E 84 by a testing agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing agency. 1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smoke-developed index of 50 or less. B. Comply with the following applicable standards and other requirements specified for miscellaneous components: 1. Supply and Drain Protective Shielding Guards: ICC A117.1. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PLUMBING PIPING INSULATION 220719 - 2 PART 2 - PRODUCTS 2.1 INSULATION MATERIALS A. Comply with requirements in "Piping Insulation Schedule, General," and "Indoor Piping Insulation Schedule," articles for where insulating materials shall be applied. B. Products shall not contain asbestos, lead, mercury, or mercury compounds. C. Products that come in contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested according to ASTM C 871. D. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable according to ASTM C 795. E. Foam insulation materials shall not use CFC or HCFC blowing agents in the manufacturing process. F. Flexible Elastomeric Insulation: Closed-cell, sponge- or expanded-rubber materials. Comply with ASTM C 534, Type I for tubular materials. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Aeroflex USA, Inc.; Aerocel. b. Armacell LLC; AP Armaflex. c. K-Flex USA; Insul-Lock, Insul-Tube, and K-FLEX LS. 2.2 ADHESIVES A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated. B. Flexible Elastomeric and Polyolefin Adhesive: Comply with MIL-A-24179A, Type II, Class I. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Aeroflex USA, Inc.; Aeroseal. b. Armacell LLC; Armaflex 520 Adhesive. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; 85-75. 2.3 PROTECTIVE SHIELDING GUARDS A. Protective Shielding Pipe Covers: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PLUMBING PIPING INSULATION 220719 - 3 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Plumberex. b. Truebro; a brand of IPS Corporation. c. Zurn Industries, LLC; Tubular Brass Plumbing Products Operation. 2. Description: Manufactured plastic wraps for covering plumbing fixture hot-water hot- and cold-water supplies and trap and drain piping. Comply with Americans with Disabilities Act (ADA) requirements. B. Protective Shielding Piping Enclosures: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Truebro; a brand of IPS Corporation. b. Zurn Industries, LLC; Tubular Brass Plumbing Products Operation. 2. Description: Manufactured plastic enclosure for covering plumbing fixture hot- and cold-water supplies and trap and drain piping. Comply with ADA requirements. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. B. Coordinate insulation installation with the trade installing heat tracing. Comply with requirements for heat tracing that apply to insulation. 3.2 GENERAL INSTALLATION REQUIREMENTS A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of piping including fittings, valves, and specialties. B. Install insulation materials and thicknesses required for each item of pipe system as specified in insulation system schedules. C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. D. Install insulation with longitudinal seams at top and bottom of horizontal runs. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PLUMBING PIPING INSULATION 220719 - 4 E. Install multiple layers of insulation with longitudinal and end seams staggered. F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties. G. Keep insulation materials dry during application and finishing. H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. I. Install insulation with least number of joints practical. J. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness. K. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement. L. For above-ambient services, do not install insulation to the following: 1. Testing agency labels and stamps. 2. Nameplates and data plates. 3. Cleanouts. 3.3 PENETRATIONS A. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions. B. Insulation Installation at Fire-Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire-rated walls and partitions. 1. Comply with requirements in Division 07 Section "Penetration Firestopping" for firestopping and fire-resistive joint sealers. C. Insulation Installation at Floor Penetrations: 1. Pipe: Install insulation continuously through floor penetrations. 2. Seal penetrations through fire-rated assemblies. Comply with requirements in Division 07 Section "Penetration Firestopping." 3.4 GENERAL PIPE INSULATION INSTALLATION A. Requirements in this article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles. B. Insulation Installation on Fittings, Valves, Strainers, Flanges, and Unions: 1. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties with continuous thermal integrity unless otherwise indicated. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PLUMBING PIPING INSULATION 220719 - 5 2. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation. 3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. 4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing-box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. 5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below-ambient services, provide a design that maintains vapor barrier. 6. Insulate flanges and unions using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. 7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor-barrier mastic for below-ambient services and a breather mastic for above-ambient services. Reinforce the mastic with fabric-reinforcing mesh. Trowel the mastic to a smooth and well-shaped contour. 8. Stencil or label the outside insulation jacket of each union with the word "union." Match size and color of pipe labels. C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes. Shape insulation at these connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant. D. Install removable insulation covers at locations indicated. Installation shall conform to the following: 1. Make removable flange and union insulation from sectional pipe insulation of same thickness as that on adjoining pipe. Install same insulation jacket as adjoining pipe insulation. 2. When flange and union covers are made from sectional pipe insulation, extend insulation from flanges or union long at least two times the insulation thickness over adjacent pipe insulation on each side of flange or union. Secure flange cover in place with stainless- steel or aluminum bands. Select band material compatible with insulation and jacket. 3. Construct removable valve insulation covers in same manner as for flanges, except divide the two-part section on the vertical center line of valve body. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PLUMBING PIPING INSULATION 220719 - 6 3.5 INSTALLATION OF FLEXIBLE ELASTOMERIC INSULATION A. Seal longitudinal seams and end joints with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. B. Insulation Installation on Pipe Flanges: 1. Install pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of sheet insulation of same thickness as pipe insulation. 4. Secure insulation to flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install mitered sections of pipe insulation. 2. Secure insulation materials and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. D. Insulation Installation on Valves and Pipe Specialties: 1. Install preformed valve covers manufactured of same material as pipe insulation when available. 2. When preformed valve covers are not available, install cut sections of pipe and sheet insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 3. Install insulation to flanges as specified for flange insulation application. 4. Secure insulation to valves and specialties and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. 3.6 FINISHES A. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two coats of insulation manufacturer's recommended protective coating. 3.7 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Tests and Inspections: 1. Inspect pipe, fittings, strainers, and valves, randomly selected by Owners representative, by removing field-applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to three locations of straight pipe, three SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PLUMBING PIPING INSULATION 220719 - 7 locations of threaded fittings, three locations of threaded or flanged valves for each pipe service defined in the "Piping Insulation Schedule, General" Article. C. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements. 3.8 PIPING INSULATION SCHEDULE, GENERAL A. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the following: 1. Drainage piping located in crawl spaces. 2. Underground piping. 3. Chrome-plated pipes and fittings unless there is a potential for personnel injury. 3.9 INDOOR PIPING INSULATION SCHEDULE A. Domestic Hot and Recirculated Hot Water: Insulation shall be the following: 1. Flexible Elastomeric: 3/4 inch (19 mm) thick. END OF SECTION 220719   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SANITARY WASTE AND VENT PIPING 221316 - 1 SECTION 221316 - SANITARY WASTE AND VENT PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipe, tube, and fittings. 2. Specialty pipe fittings. B. Related Section: 1. Division 22 Section "Facility Sanitary Sewers" for sanitary sewerage piping and structures outside the building. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Field quality-control reports. 1.3 QUALITY ASSURANCE A. Piping materials shall bear label, stamp, or other markings of specified testing agency. B. Comply with NSF/ANSI 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. Include marking with "NSF-dwv" for plastic drain, waste, and vent piping and "NSF-sewer" for plastic sewer piping. PART 2 - PRODUCTS 2.1 PIPING MATERIALS A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes. 2.2 PVC PIPE AND FITTINGS A. Solid-Wall PVC Pipe: ASTM D 2665, drain, waste, and vent. B. PVC Socket Fittings: ASTM D 2665, made to ASTM D 3311, drain, waste, and vent patterns and to fit Schedule 40 pipe. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SANITARY WASTE AND VENT PIPING 221316 - 2 C. Adhesive Primer: ASTM F 656. 1. adhesive primer shall have a VOC content of 550 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Adhesive primer shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." D. Solvent Cement: ASTM D 2564. 1. PVC solvent cement shall have a VOC content of 510 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Solvent cement shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.3 SPECIALTY PIPE FITTINGS A. Transition Couplings: 1. General Requirements: Fitting or device for joining piping with small differences in OD's or of different materials. Include end connections same size as and compatible with pipes to be joined. 2. Fitting-Type Transition Couplings: Manufactured piping coupling or specified piping system fitting. 3. Shielded, Nonpressure Transition Couplings: a. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1) Cascade Waterworks Mfg. Co. 2) Mission Rubber Company; a division of MCP Industries, Inc. b. Standard: ASTM C 1460. c. Description: Elastomeric or rubber sleeve with full-length, corrosion-resistant outer shield and corrosion-resistant-metal tension band and tightening mechanism on each end. PART 3 - EXECUTION 3.1 PIPING INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SANITARY WASTE AND VENT PIPING 221316 - 3 loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings. B. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping at indicated slopes. E. Install piping free of sags and bends. F. Install fittings for changes in direction and branch connections. G. Make changes in direction for soil and waste drainage and vent piping using appropriate branches, bends, and long-sweep bends. Sanitary tees and short-sweep 1/4 bends may be used on vertical stacks if change in direction of flow is from horizontal to vertical. Use long-turn, double Y-branch and 1/8-bend fittings if two fixtures are installed back to back or side by side with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. H. Lay buried building drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab in piping and pull past each joint as completed. I. Install soil and waste drainage and vent piping at the following minimum slopes unless otherwise indicated: 1. Building Sanitary Drain: 2 percent downward in direction of. 2. Horizontal Sanitary Drainage Piping: 2 percent downward in direction of flow. 3. Vent Piping: 1 percent down toward vertical fixture vent or toward vent stack. J. Install aboveground PVC piping according to ASTM D 2665. K. Install underground PVC piping according to ASTM D 2321. L. Plumbing Specialties: 1. Install cleanouts at grade and extend to where building sanitary drains connect to building sanitary sewers in sanitary drainage gravity-flow piping. M. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SANITARY WASTE AND VENT PIPING 221316 - 4 N. Install sleeves for piping penetrations of walls, ceilings, and floors. Comply with requirements for sleeves specified in Division 22 Section "Sleeves and Sleeve Seals for Plumbing Piping." O. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Division 22 Section "Escutcheons for Plumbing Piping." 3.2 JOINT CONSTRUCTION A. Plastic, Nonpressure-Piping, Solvent-Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements. 2. PVC Piping: Join according to ASTM D 2855 and ASTM D 2665 Appendixes. 3.3 SPECIALTY PIPE FITTING INSTALLATION A. Transition Couplings: 1. Install transition couplings at joints of piping with small differences in OD's. 2. In Drainage Piping: Shielded, nonpressure transition couplings. 3.4 HANGER AND SUPPORT INSTALLATION A. Comply with requirements for seismic-restraint devices specified in Division 22 Section "Vibration and Seismic Controls for Plumbing Piping and Equipment." B. Comply with requirements for pipe hanger and support devices and installation specified in Division 22 Section "Hangers and Supports for Plumbing Piping and Equipment." 1. Install carbon-steel pipe hangers for horizontal piping in noncorrosive environments. 2. Install carbon-steel pipe support clamps for vertical piping in noncorrosive environments. 3. Vertical Piping: MSS Type 8 or Type 42, clamps. 4. Install individual, straight, horizontal piping runs: a. MSS Type 1, adjustable, steel clevis hangers. C. Support horizontal piping and tubing within 12 inches (300 mm) of each fitting and coupling. D. Support vertical piping and tubing at base. E. Rod diameter may be reduced one size for double-rod hangers, with 3/8-inch (10-mm) minimum rods. F. Install hangers for PVC piping with the following maximum horizontal spacing and minimum rod diameters: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SANITARY WASTE AND VENT PIPING 221316 - 5 1. NPS 1-1/2 and NPS 2 (DN 40 and DN 50): 48 inches (1200 mm) with 3/8-inch (10-mm) rod. 2. NPS 3 (DN 80): 48 inches (1200 mm) with 1/2-inch (13-mm) rod. 3. NPS 4 and NPS 5 (DN 100 and DN 125): 48 inches (1200 mm) with 5/8-inch (16-mm) rod. 4. NPS 6 and NPS 8 (DN 150 and DN 200): 48 inches (1200 mm) with 3/4-inch (19-mm) rod. G. Install supports for vertical PVC piping every 48 inches (1200 mm). H. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions. 3.5 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect soil and waste piping to exterior sanitary sewerage piping. Use transition fitting to join dissimilar piping materials. C. Connect drainage and vent piping to the following: 1. Plumbing Fixtures: Connect drainage piping in sizes indicated, but not smaller than required by plumbing code. 2. Plumbing Fixtures and Equipment: Connect atmospheric vent piping in sizes indicated, but not smaller than required by authorities having jurisdiction. 3. Install test tees (wall cleanouts) in conductors near floor and floor cleanouts with cover flush with floor. D. Where installing piping adjacent to equipment, allow space for service and maintenance of equipment. E. Make connections according to the following unless otherwise indicated: 1. Install unions, in piping NPS 2 (DN 50) and smaller, adjacent to each valve and at final connection to each piece of equipment. 3.6 IDENTIFICATION A. Identify exposed sanitary waste and vent piping. Comply with requirements for identification specified in Division 22 Section "Identification for Plumbing Piping and Equipment." 3.7 FIELD QUALITY CONTROL A. During installation, notify Owners Representative at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SANITARY WASTE AND VENT PIPING 221316 - 6 1. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in and before setting fixtures. 2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. B. Reinspection: If Owner’s Representative finds that piping will not pass test or inspection, make required corrections and arrange for reinspection. C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. D. Test sanitary drainage and vent piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows: 1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested. 2. Leave uncovered and unconcealed new, altered, extended, or replaced drainage and vent piping until it has been tested and approved. Expose work that was covered or concealed before it was tested. 3. Roughing-in Plumbing Test Procedure: Test drainage and vent piping except outside leaders on completion of roughing-in. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water (30 kPa). From 15 minutes before inspection starts to completion of inspection, water level must not drop. Inspect joints for leaks. 4. Finished Plumbing Test Procedure: After plumbing fixtures have been set and traps filled with water, test connections and prove they are gastight and watertight. Plug vent- stack openings on roof and building drains where they leave building. Introduce air into piping system equal to pressure of 1-inch wg (250 Pa). Use U-tube or manometer inserted in trap of water closet to measure this pressure. Air pressure must remain constant without introducing additional air throughout period of inspection. Inspect plumbing fixture connections for gas and water leaks. 5. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 6. Prepare reports for tests and required corrective action. 3.8 CLEANING AND PROTECTION A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. C. Place plugs in ends of uncompleted piping at end of day and when work stops. D. Exposed PVC Piping: Protect plumbing vents exposed to sunlight with two coats of water- based latex paint. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications SANITARY WASTE AND VENT PIPING 221316 - 7 3.9 PIPING SCHEDULE A. Aboveground, soil and waste piping shall be the following: 1. Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Dissimilar Pipe-Material Couplings: Shielded nonpressure transition couplings. B. Aboveground, vent piping shall be the following: 1. Solid-wall PVC pipe, PVC socket fittings, and solvent-cemented joints. C. Underground, soil, waste, and vent piping shall be the following: 1. Solid wall PVC pipe, PVC socket fittings, and solvent-cemented joints. 2. Dissimilar Pipe-Material Couplings: Shielded, nonpressure transition couplings. END OF SECTION 221316   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FUEL-FIRED, DOMESTIC-WATER HEATERS 223400 - 1 SECTION 223400 - FUEL-FIRED, DOMESTIC-WATER HEATERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Gas-fired, tankless, domestic-water heaters. 2. Domestic-water heater accessories. 1.3 SUBMITTALS A. Product Data: For each type and size of domestic-water heater indicated. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories] B. Shop Drawings: 1. Wiring Diagrams: For power, signal, and control wiring. C. Product Certificates: For each type of gas-fired, tankless, domestic-water heater, from manufacturer. D. Domestic-Water Heater Labeling: Certified and labeled by testing agency acceptable to authorities having jurisdiction. E. Source quality-control reports. F. Field quality-control reports. G. Operation and Maintenance Data: For fuel-fired, domestic-water heaters to include in emergency, operation, and maintenance manuals. H. Warranty: Sample of special warranty. 1.4 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FUEL-FIRED, DOMESTIC-WATER HEATERS 223400 - 2 B. ASHRAE/IESNA 90.1 Compliance: Fabricate and label fuel-fired, domestic-water heaters to comply with ASHRAE/IESNA 90.1. C. ASME Compliance: 1. Where ASME-code construction is indicated, fabricate and label commercial, domestic- water heater storage tanks to comply with ASME Boiler and Pressure Vessel Code: Section VIII, Division 1. 2. Where ASME-code construction is indicated, fabricate and label commercial, finned- tube, domestic-water heaters to comply with ASME Boiler and Pressure Vessel Code: Section IV. D. NSF Compliance: Fabricate and label equipment components that will be in contact with potable water to comply with NSF 61, "Drinking Water System Components - Health Effects." 1.5 COORDINATION A. Coordinate sizes and locations of concrete bases with actual equipment provided. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of fuel-fired, domestic-water heaters that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including storage tank and supports. b. Faulty operation of controls. c. Deterioration of metals, metal finishes, and other materials beyond normal use. 2. Warranty Periods: From date of Substantial Completion. a. Gas-Fired, Tankless, Domestic-Water Heaters: 1) Heat Exchanger: Five years. 2) Controls and Other Components: Three years. b. Compression Tanks: Five years. PART 2 - PRODUCTS 2.1 GAS-FIRED, TANKLESS, DOMESTIC-WATER HEATERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FUEL-FIRED, DOMESTIC-WATER HEATERS 223400 - 3 1. Takagi. 2. NORITZ America Corp. 3. Rinnai Corporation. B. Standard: ANSI Z21.10.3/CSA 4.3 for gas-fired, instantaneous, domestic-water heaters for indoor application. C. Construction: Copper piping or tubing complying with NSF 61 barrier materials for potable water, without storage capacity. 1. Tappings: ASME B1.20.1 pipe thread. 2. Pressure Rating: 150 psig (1035 kPa). 3. Heat Exchanger: Copper tubing. 4. Insulation: Comply with ASHRAE/IESNA 90.1 or ASHRAE 90.2. 5. Jacket: Metal, with enameled finish, or plastic. 6. Burner: For use with tankless, domestic-water heaters and natural-gas fuel. 7. Automatic Ignition: Manufacturer's proprietary system for automatic, gas ignition. 8. Temperature Control: Adjustable thermostat. D. Support: Bracket for wall mounting. 2.2 DOMESTIC-WATER HEATER ACCESSORIES A. Domestic-Water Compression Tanks: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Bell & Gossett. b. Smith, A. O. Water Products Co.; a division of A. O. Smith Corporation. c. Taco, Inc. 2. Description: Steel, pressure-rated tank constructed with welded joints and factory- installed butyl-rubber diaphragm. Include air precharge to minimum system-operating pressure at tank. 3. Construction: a. Tappings: Factory-fabricated steel, welded to tank before testing and labeling. Include ASME B1.20.1 pipe thread. b. Interior Finish: Comply with NSF 61 barrier materials for potable-water tank linings, including extending finish into and through tank fittings and outlets. c. Air-Charging Valve: Factory installed. B. Drain Pans: Corrosion-resistant metal with raised edge. Comply with ANSI/CSA LC 3. Include dimensions not less than base of domestic-water heater, and include drain outlet not less than NPS 3/4 (DN 20) with ASME B1.20.1 pipe threads or with ASME B1.20.7 garden-hose threads. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FUEL-FIRED, DOMESTIC-WATER HEATERS 223400 - 4 C. Piping-Type Heat Traps: Field-fabricated piping arrangement according to ASHRAE/IESNA 90.1 or ASHRAE 90.2. D. Gas Shutoff Valves: ANSI Z21.15/CSA 9.1-M, manually operated. Furnish for installation in piping. E. Combination Temperature-and-Pressure Relief Valves: Include relieving capacity at least as great as heat input, and include pressure setting less than domestic-water heater working- pressure rating. Select relief valves with sensing element that extends into storage tank. 1. Gas-Fired, Domestic-Water Heaters: ANSI Z21.22/CSA 4.4-M. F. Domestic-Water Heater Mounting Brackets: Manufacturer's factory-fabricated steel bracket for wall mounting, capable of supporting domestic-water heater and water. 2.3 SOURCE QUALITY CONTROL A. Hydrostatically test commercial domestic-water heaters and storage tanks to minimum of one and one-half times pressure rating before shipment. B. Domestic-water heaters will be considered defective if they do not pass tests and inspections. Comply with requirements in Division 01 Section "Quality Requirements" for retesting and reinspecting requirements and Division 01 Section "Execution" for requirements for correcting the Work. C. Prepare test and inspection reports. PART 3 - EXECUTION 3.1 DOMESTIC-WATER HEATER INSTALLATION A. Commercial, Domestic-Water Heater Mounting: 1. Maintain manufacturer's recommended clearances. 2. Arrange units so controls and devices that require servicing are accessible. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. B. Tankless, Domestic-Water Heater Mounting: Install tankless, domestic-water heaters at least 18 inches (457 mm) above floor on wall bracket. 1. Anchor domestic-water heaters to substrate. C. Install domestic-water heaters level and plumb, according to layout drawings, original design, and referenced standards. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FUEL-FIRED, DOMESTIC-WATER HEATERS 223400 - 5 1. Install shutoff valves on domestic-water-supply piping to domestic-water heaters and on domestic-hot-water outlet piping. Comply with requirements for shutoff valves specified in Division 22 Section "General-Duty Valves for Plumbing Piping." D. Install gas-fired, domestic-water heaters according to NFPA 54. 1. Install gas shutoff valves on gas supply piping to gas-fired, domestic-water heaters without shutoff valves. 2. Comply with requirements for gas shutoff valves, gas pressure regulators, and automatic gas valves specified in Division 23 Section "Facility Natural-Gas Piping." E. Install commercial domestic-water heaters with seismic-restraint devices. F. Install combination temperature-and-pressure relief valves in top portion of storage tanks. Use relief valves with sensing elements that extend into tanks. Extend commercial-water-heater relief-valve outlet, with drain piping same as domestic-water piping in continuous downward pitch, and discharge per the drawings. G. Install combination temperature-and-pressure relief valves in water piping for domestic-water heaters without storage. Extend commercial-water-heater relief-valve outlet, with drain piping same as domestic-water piping in continuous downward pitch, and discharge per the drawings. H. Install water-heater drain piping as indirect. Install hose-end drain valves at low points in water piping for domestic-water heaters that do not have tank drains. I. Install thermometer on outlet piping of domestic-water tanks. Comply with requirements for thermometers specified in Division 22 Section "Meters and Gages for Plumbing Piping." J. Install piping-type heat traps on inlet and outlet piping of domestic-water heater storage tanks without integral or fitting-type heat traps. K. Fill domestic-water heaters with water. L. Charge domestic-water compression tanks with air. 3.2 CONNECTIONS A. Comply with requirements for domestic-water piping specified in Division 22 Section "Domestic Water Piping." B. Comply with requirements for gas piping specified in Division 23 Section "Facility Natural-Gas Piping." C. Drawings indicate general arrangement of piping, fittings, and specialties. D. Where installing piping adjacent to fuel-fired, domestic-water heaters, allow space for service and maintenance of water heaters. Arrange piping for easy removal of domestic-water heaters. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FUEL-FIRED, DOMESTIC-WATER HEATERS 223400 - 6 3.3 IDENTIFICATION A. Identify system components. Comply with requirements for identification specified in Division 22 Section "Identification for Plumbing Piping and Equipment." 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. 2. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 3. Operational Test: After electrical circuitry has been energized, start units to confirm proper operation. 4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. B. Domestic-water heaters will be considered defective if they do not pass tests and inspections. Comply with requirements in Division 01 Section "Quality Requirements" for retesting and reinspecting requirements and Division 01 Section "Execution" for requirements for correcting the Work. C. Prepare test and inspection reports. 3.5 DEMONSTRATION A. Train Owner's maintenance personnel to adjust, operate, and maintain gas-fired, tankless domestic-water heaters. END OF SECTION 223400 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESIDENTIAL PLUMBING FIXTURES 224100 - 1 SECTION 224100 - RESIDENTIAL PLUMBING FIXTURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Faucets. 2. Lavatories. 3. Showers. 4. Water closets. 5. Toilet seats. 6. Supply fittings. 7. Waste fittings. B. Related Requirements: 1. Division 22 Section "Commercial Sinks." 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for lavatories. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: Include diagrams for power, signal, and control wiring. 1.4 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Counter cutout templates for mounting of counter-mounted plumbing fixtures. B. Sample Warranty: For special warranty. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESIDENTIAL PLUMBING FIXTURES 224100 - 2 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For plumbing fixtures and faucets to include in emergency, operation, and operation and maintenance manuals. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Faucet Washers and O-Rings: Equal to 10 percent of amount of each type and size installed but not less than 2 of each type. 2. Faucet Cartridges and O-Rings: Equal to 5 percent of amount of each type and size installed but not less than 2 of each. PART 2 - PRODUCTS 2.1 LAVATORIES A. Lavatories: Solid surface integral with counter. 1. Faucet: from "Lavatory Faucets" Article. 2. Supply Fittings: Comply with requirements in "Supply Fittings" Article. 3. Waste Fittings: Comply with requirements in "Waste Fittings" Article. 2.2 LAVATORY FAUCETS A. NSF Standard: Comply with NSF/ANSI 61, "Drinking Water System Components - Health Effects," for faucet materials that will be in contact with potable water. B. Lavatory Faucets: Single-control mixing valve. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Chicago Faucets. b. Moen Incorporated. c. Zurn Industries, LLC; Commercial Brass and Fixtures. 2. Standard: ASME A112.18.1/CSA B125.1. 3. General: Include hot- and cold-water indicators; coordinate faucet inlets with supplies and fixture holes; coordinate outlet with spout and fixture receptor. 4. Body Material: General-duty, solid brass. 5. Finish: Polished chrome plate. 6. Maximum Flow Rate: 2.2 gpm (8.3 L/min). 7. Centers: coordinate with architectural drawings. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESIDENTIAL PLUMBING FIXTURES 224100 - 3 8. Mounting: Deck, exposed. 9. Valve Handle: Lever. 10. Spout: Rigid. 11. Drain: Pop up. 2.3 SHOWERS A. Showers: See architectural drawings for base and surround. 1. Faucet: from "Shower Faucets" Article. 2. Drain: Grid, NPS 2 (DN 50). 2.4 SHOWER FAUCETS A. NSF Standard: Comply with NSF/ANSI 61, "Drinking Water System Components - Health Effects," for faucet materials that will be in contact with potable water. B. Shower Faucets Single handle, pressure balance, mixing valve. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Moen Incorporated. b. Powers; a division of Watts Water Technologies, Inc. c. Zurn Industries, LLC; AquaSpec Commercial Faucet Products. 2. Fixture: a. Standard: ASME A112.18.1/CSA B125.1. b. General: Include hot- and cold-water indicators; check stops; and fixed shower head, arm, and flange. Coordinate faucet inlets with supplies. c. Body Material: Solid brass. d. Finish: Polished chrome plate. e. Maximum Flow Rate: 2.5 gpm (9.5 L/min.) unless otherwise indicated. f. Mounting: Concealed. g. Check Stops: Check-valve type, integral with or attached to body; on hot- and cold-water supply connections. 3. Shower Head: a. Type: Ball joint. b. Shower Head Material: Combined, metallic and nonmetallic with chrome-plated finish. c. Spray Pattern: Adjustable. 2.5 WATER CLOSETS A. Water Closets: Floor mounted, floor outlet, close coupled (gravity tank), vitreous china. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESIDENTIAL PLUMBING FIXTURES 224100 - 4 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard America. b. Eljer, Inc. c. Kohler Co. 2. Bowl: a. Standards: ASME A112.19.2/CSA B45.1, ASME A112.19.5, and ASSE 1037. b. Bowl Type: Siphon jet. c. Height: Standard. d. Rim Contour: Elongated. e. Water Consumption: 1.6 gpf. f. Color: White. 3. Toilet Seat: from "Toilet Seats" Article. 4. Supply Fittings: a. Standard: ASME A112.18.1/CSA B125.1. b. Supply Piping: Chrome-plated-brass pipe or chrome-plated-copper tube matching water-supply piping size. Include chrome-plated wall flange. c. Stop: Chrome-plated-brass, one-quarter-turn, ball-type or compression stop with inlet connection matching water-supply piping type and size. 1) Operation: Wheel handle. d. Riser: 1) Material: ASME A112.18.6, braided-stainless-steel flexible hose riser. 2.6 TOILET SEATS A. Toilet Seats: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard America. b. Bemis Manufacturing Company. c. Olsonite Seat Co. 2. Standard: IAPMO/ANSI Z124.5. 3. Material: Plastic. 4. Type: Residential. 5. Shape: Elongated rim (Open front). 6. Configuration: Open front with cover. 7. Size: Elongated. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESIDENTIAL PLUMBING FIXTURES 224100 - 5 8. Hinge Material: Plastic. 9. Seat Cover: Required. 10. Color: White. 2.7 SUPPLY FITTINGS A. NSF Standard: Comply with NSF/ANSI 61, "Drinking Water System Components - Health Effects," for faucet materials that will be in contact with potable water. B. Standard: ASME A112.18.1/CSA B125.1. C. Supply Fittings: 1. Supply Piping: Chrome-plated-brass pipe or chrome-plated-copper tube matching water- supply piping size. Include chrome-plated wall flange. 2. Stops: Chrome-plated-brass, one-quarter-turn, ball-type or compression stop with inlet connection matching water-supply piping type and size. a. Operation: Wheel handle. 3. Risers: a. Material: braided-stainless-steel flexible hose riser. 2.8 WASTE FITTINGS A. Standard: ASME A112.18.2/CSA B125.2. B. Drain: Pop-up type with NPS 1-1/4 (DN 32) straight tailpiece as part of faucet for standard lavatories. C. Trap: 1. Material: Chrome-plated, two-piece, cast-brass trap and swivel elbow with 0.032-inch- (0.83-mm-) thick brass tube to wall ; and chrome-plated-brass or -steel wall flange. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing-in of water-supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before plumbing-fixture installation. B. Examine walls, floors, cabinets, and counters for suitable conditions where fixtures will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESIDENTIAL PLUMBING FIXTURES 224100 - 6 3.2 INSTALLATION A. Install plumbing fixtures level and plumb according to roughing-in drawings. B. Install floor-mounted water closets on closet flange attachments to drainage piping. C. Install counter-mounting fixtures in and attached to casework. D. Install pedestal lavatories on pedestals and secured to wood blocking in wall. E. Install water-supply piping with stop on each supply to each fixture to be connected to water distribution piping. Attach supplies to supports or substrate within pipe spaces behind fixtures. Install stops in locations where they can be easily reached for operation. 1. Exception: Use ball, gate, or globe valves if supply stops are not specified with fixture. Comply with valve requirements specified in Division 22 Section "General-Duty Valves for Plumbing Piping." F. Install tanks for accessible, tank-type water closets with lever handle mounted on wide side of compartment. G. Install toilet seats on water closets. H. Install faucet flow-control fittings with specified flow rates and patterns in faucet spouts if faucets are not available with required rates and patterns. Include adapters if required. I. Install traps on fixture outlets. 1. Exception: Omit trap on fixtures with integral traps. J. Set shower receptors in leveling bed of cement grout. K. Install protective shielding pipe covers and enclosures on exposed supplies and waste piping of accessible lavatories. Comply with requirements in Division 22 Section "Plumbing Piping Insulation." L. Install wall flanges or escutcheons at piping wall penetrations in exposed, finished locations. Use deep-pattern escutcheons if required to conceal protruding fittings. Comply with escutcheon requirements specified in Division 22 Section "Escutcheons for Plumbing Piping." M. Seal joints between plumbing fixtures, counters, floors, and walls using sanitary-type, one-part, mildew-resistant silicone sealant. Match sealant color to fixture color. Comply with sealant requirements specified in Division 07 Section "Joint Sealants." 3.3 CONNECTIONS A. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications RESIDENTIAL PLUMBING FIXTURES 224100 - 7 B. Comply with water piping requirements specified in Division 22 Section "Domestic Water Piping." C. Comply with soil and waste piping requirements specified in Division 22 Section "Sanitary Waste and Vent Piping." 3.4 ADJUSTING A. Operate and adjust plumbing fixtures and controls. Replace damaged and malfunctioning fixtures, fittings, and controls. B. Adjust water pressure at faucets to produce proper flow. 3.5 CLEANING AND PROTECTION A. After completing installation of plumbing fixtures, inspect and repair damaged finishes. B. Clean plumbing fixtures, faucets, and other fittings with manufacturers' recommended cleaning methods and materials. C. Provide protective covering for installed plumbing fixtures and fittings. D. Do not allow use of plumbing fixtures for temporary facilities unless approved in writing by Owner. END OF SECTION 224100   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications COMMERCIAL SINKS 224216.16 - 1 SECTION 224216.16 - COMMERCIAL SINKS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Service basins. 2. Sink faucets. B. Related Requirements: 1. Division 22 Section "Residential Plumbing Fixtures" for residential sinks. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for sinks. 2. Include rated capacities, operating characteristicsand furnished specialties and accessories. 1.4 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Counter cutout templates for mounting of counter-mounted lavatories. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For sinks to include in maintenance manuals. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications COMMERCIAL SINKS 224216.16 - 2 1. Faucet Washers and O-Rings: Equal to 10 percent of amount of each type and size installed but not less than 2 of each. 2. Faucet Cartridges and O-Rings: Equal to 5 percent of amount of each type and size installed but not less than two of each. PART 2 - PRODUCTS 2.1 SERVICE BASINS A. Service Basins <Insert drawing designation>: Enamaled cast iron, floor mounted. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard b. Crane Plumbing, L.L.C. c. Kohler. 2. Fixture: a. Standard: IAPMO PS 99. b. Shape: Radial front. c. Tiling Flange: On two sides. d. Rim Guard: On front top surfaces. e. Color: White. f. Drain: Grid with NPS 2 (DN 50) outlet. 3. Mounting: On floor and flush to wall. 4. Faucet: from "Sink Faucets". 2.2 SINK FAUCETS A. NSF Standard: Comply with NSF/ANSI 61, "Drinking Water System Components - Health Effects," for faucet-spout materials that will be in contact with potable water. B. Sink Faucets: Manual type, two-lever-handle mixing valve. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Standard America. b. Chicago Faucets. c. Moen Incorporated. 2. Standard: ASME A112.18.1/CSA B125.1. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications COMMERCIAL SINKS 224216.16 - 3 3. General: Include hot- and cold-water indicators; coordinate faucet inlets with supplies and fixture hole punchings; coordinate outlet with spout and sink receptor. 4. Body Type: adjustable Widespread. 5. Body Material: Commercial, solid brass. 6. Finish: Chrome plated. 7. Maximum Flow Rate: 4.0 gpm (15 L/min.). 8. Handle(s): Lever. 9. Mounting Type: Back/wall, exposed. 10. Spout Type: Rigid, solid brass with wall brace. 11. Vacuum Breaker: Required for hose outlet. 12. Spout Outlet: Hose thread according to ASME B1.20.7. 2.3 GROUT A. Standard: ASTM C 1107/C 1107M, Grade B, post-hardening and volume-adjusting, dry, hydraulic-cement grout. B. Characteristics: Nonshrink; recommended for interior and exterior applications. C. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. D. Packaging: Premixed and factory packaged. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing-in of water supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before sink installation. B. Examine walls, floors, and counters for suitable conditions where sinks will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install sinks level and plumb according to roughing-in drawings. B. Set floor-mounted sinks in leveling bed of cement grout. C. Install wall flanges or escutcheons at piping wall penetrations in exposed, finished locations. Use deep-pattern escutcheons if required to conceal protruding fittings. Comply with escutcheon requirements specified in Division 22 Section "Escutcheons for Plumbing Piping." D. Seal joints between sinks and counters, floors, and walls using sanitary-type, one-part, mildew- resistant silicone sealant. Match sealant color to fixture color. Comply with sealant requirements specified in Division 07 Section "Joint Sealants." SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications COMMERCIAL SINKS 224216.16 - 4 3.3 CONNECTIONS A. Connect sinks with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures. B. Comply with water piping requirements specified in Division 22 Section "Domestic Water Piping." C. Comply with soil and waste piping requirements specified in Division 22 Section "Sanitary Waste and Vent Piping." 3.4 ADJUSTING A. Operate and adjust sinks and controls. Replace damaged and malfunctioning sinks, fittings, and controls. B. Adjust water pressure at faucets to produce proper flow. 3.5 CLEANING AND PROTECTION A. After completing installation of sinks, inspect and repair damaged finishes. B. Clean sinks, faucets, and other fittings with manufacturers' recommended cleaning methods and materials. C. Provide protective covering for installed sinks and fittings. D. Do not allow use of sinks for temporary facilities unless approved in writing by Owner. END OF SECTION 224216.16 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 1 SECTION 231123 - FACILITY NATURAL-GAS PIPING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipes, tubes, and fittings. 2. Piping specialties. 3. Piping and tubing joining materials. 4. Valves. 5. Pressure regulators. 1.2 PERFORMANCE REQUIREMENTS A. Minimum Operating-Pressure Ratings: 1. Piping and Valves: 100 psig (690 kPa) minimum unless otherwise indicated. 2. Service Regulators: 65 psig (450 kPa) minimum unless otherwise indicated. B. Natural-Gas System Pressure within Buildings: 0.5 psig (3.45 kPa) or less. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For facility natural-gas piping layout. Include plans, piping layout and elevations, sections, and details for fabrication of pipe anchors, hangers, supports for multiple pipes, alignment guides, expansion joints and loops, and attachments of the same to building structure. Detail location of anchors, alignment guides, and expansion joints and loops. C. Field quality-control reports. D. Operation and maintenance data. PART 2 - PRODUCTS 2.1 PIPES, TUBES, AND FITTINGS A. Steel Pipe: ASTM A 53/A 53M, black steel, Schedule 40, Type E or S, Grade B. 1. Malleable-Iron Threaded Fittings: ASME B16.3, Class 150, standard pattern. 2. Unions: ASME B16.39, Class 150, malleable iron with brass-to-iron seat, ground joint, and threaded ends. 3. Protective Coating for Underground Piping: Factory-applied, three-layer coating of epoxy, adhesive, and PE. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 2 a. Joint Cover Kits: Epoxy paint, adhesive, and heat-shrink PE sleeves. B. PE Pipe: ASTM D 2513, SDR 11. 1. PE Fittings: ASTM D 2683, socket-fusion type or ASTM D 3261, butt-fusion type with dimensions matching PE pipe. 2. PE Transition Fittings: Factory-fabricated fittings with PE pipe complying with ASTM D 2513, SDR 11; and steel pipe complying with ASTM A 53/A 53M, black steel, Schedule 40, Type E or S, Grade B. 3. Anodeless Service-Line Risers: Factory fabricated and leak tested. a. Underground Portion: PE pipe complying with ASTM D 2513, SDR 11 inlet. b. Casing: Steel pipe complying with ASTM A 53/A 53M, Schedule 40, black steel, Type E or S, Grade B, with corrosion-protective coating covering. c. Aboveground Portion: PE transition fitting. d. Outlet shall be threaded or suitable for welded connection. e. Tracer wire connection. f. Ultraviolet shield. g. Stake supports with factory finish to match steel pipe casing or carrier pipe. 4. Transition Service-Line Risers: Factory fabricated and leak tested. a. Underground Portion: PE pipe complying with ASTM D 2513, SDR 11 inlet connected to steel pipe complying with ASTM A 53/A 53M, Schedule 40, Type E or S, Grade B, with corrosion-protective coating for aboveground outlet. b. Outlet shall be threaded or suitable for welded connection. c. Bridging sleeve over mechanical coupling. d. Factory-connected anode. e. Tracer wire connection. f. Ultraviolet shield. g. Stake supports with factory finish to match steel pipe casing or carrier pipe. 2.2 PIPING SPECIALTIES A. Appliance Flexible Connectors: 1. Indoor, Fixed-Appliance Flexible Connectors: Comply with ANSI Z21.24. 2. Corrugated stainless-steel tubing with polymer coating. 3. Operating-Pressure Rating: 0.5 psig (3.45 kPa). 4. End Fittings: Zinc-coated steel. 5. Threaded Ends: Comply with ASME B1.20.1. 6. Maximum Length: 72 inches (1830 mm). B. Y-Pattern Strainers: 1. Body: ASTM A 126, Class B, cast iron with bolted cover and bottom drain connection. 2. End Connections: Threaded ends for NPS 2 (DN 50) and smaller. 3. Strainer Screen: 60-mesh startup strainer, and perforated stainless-steel basket with 50 percent free area. 4. CWP Rating: 125 psig (862 kPa). SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 3 2.3 JOINING MATERIALS A. Joint Compound and Tape: Suitable for natural gas. 2.4 MANUAL GAS SHUTOFF VALVES A. See "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles for where each valve type is applied in various services. B. General Requirements for Metallic Valves, NPS 2 (DN 50) and Smaller: Comply with ASME B16.33. 1. CWP Rating: 125 psig (862 kPa) . 2. Threaded Ends: Comply with ASME B1.20.1. 3. Dryseal Threads on Flare Ends: Comply with ASME B1.20.3. 4. Tamperproof Feature: Locking feature for valves indicated in "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles. 5. Listing: Listed and labeled by an NRTL acceptable to authorities having jurisdiction for valves 1 inch (25 mm) and smaller. 6. Service Mark: Valves 1-1/4 inches (32 mm) to NPS 2 (DN 50) shall have initials "WOG" permanently marked on valve body. C. Bronze Plug Valves: MSS SP-78. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Lee Brass Company. b. McDonald, A. Y. Mfg. Co. 2. Body: Bronze, complying with ASTM B 584. 3. Plug: Bronze. 4. Ends: Threaded, socket, as indicated in "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles. 5. Operator: Square head or lug type with tamperproof feature where indicated. 6. Pressure Class: 125 psig (862 kPa). 7. Listing: Valves NPS 1 (DN 25) and smaller shall be listed and labeled by an NRTL acceptable to authorities having jurisdiction. 8. Service: Suitable for natural-gas service with "WOG" indicated on valve body. D. PE Ball Valves: Comply with ASME B16.40. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Kerotest Manufacturing Corp. b. Lyall, R. W. & Company, Inc. c. Perfection Corporation; a subsidiary of American Meter Company. 2. Body: PE. 3. Ball: PE. 4. Stem: Acetal. 5. Seats and Seals: Nitrile. 6. Ends: Plain or fusible to match piping. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 4 7. CWP Rating: 80 psig (552 kPa) . 8. Operating Temperature: Minus 20 to plus 140 deg F (Minus 29 to plus 60 deg C). 9. Operator: Nut or flat head for key operation. 10. Include plastic valve extension. 11. Include tamperproof locking feature for valves where indicated on Drawings. E. Valve Boxes: 1. Cast-iron, two-section box. 2. Top section with cover with "GAS" lettering. 3. Bottom section with base to fit over valve and barrel a minimum of 5 inches (125 mm) in diameter. 4. Adjustable cast-iron extensions of length required for depth of bury. 5. Include tee-handle, steel operating wrench with socket end fitting valve nut or flat head, and with stem of length required to operate valve. 6. 2.5 EARTHQUAKE VALVES A. Earthquake Valves: Comply with ASCE 25. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Vanguard Valves, Inc. 2. Listing: Listed and labeled by an NRTL acceptable to authorities having jurisdiction. 3. Maximum Operating Pressure: 5 psig (34.5 kPa). 4. Cast-aluminum body with nickel-plated chrome steel internal parts. 5. Nitrile-rubber valve washer. 6. Sight windows for visual indication of valve position. 7. Threaded end connections complying with ASME B1.20.1. 8. Wall mounting bracket with bubble level indicator. B. Earthquake Valves: Comply with ASCE 25. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. a. Pacific Seismic Products, Inc. 3. Listing: Listed and labeled by an NRTL acceptable to authorities having jurisdiction. 4. Maximum Operating Pressure: 7 psig (48 kPa). 5. Cast-aluminum body with stainless-steel internal parts. 6. Nitrile-rubber, reset-stem o-ring seal. 7. Valve position, open or closed, indicator. 8. Composition valve seat with clapper held by spring or magnet locking mechanism. 9. Level indicator. 10. End Connections: Threaded for valves NPS 2 (DN 50) and smaller. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 5 2.6 PRESSURE REGULATORS A. General Requirements: 1. Single stage and suitable for natural gas. 2. Steel jacket and corrosion-resistant components. 3. Elevation compensator. 4. End Connections: Threaded for regulators NPS 2 (DN 50) and smaller. B. Line Pressure Regulators: Comply with ANSI Z21.80. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. American Meter Company. b. Fisher Control Valves and Regulators; Division of Emerson Process Management. c. Maxitrol Company. 2. Body and Diaphragm Case: Cast iron or die-cast aluminum. 3. Springs: Zinc-plated steel; interchangeable. 4. Diaphragm Plate: Zinc-plated steel. 5. Seat Disc: Nitrile rubber resistant to gas impurities, abrasion, and deformation at the valve port. 6. Orifice: Aluminum; interchangeable. 7. Seal Plug: Ultraviolet-stabilized, mineral-filled nylon. 8. Single-port, self-contained regulator with orifice no larger than required at maximum pressure inlet, and no pressure sensing piping external to the regulator. 9. Pressure regulator shall maintain discharge pressure setting downstream, and not exceed 150 percent of design discharge pressure at shutoff. 10. Overpressure Protection Device: Factory mounted on pressure regulator. 11. Atmospheric Vent: Factory- or field-installed, stainless-steel screen in opening if not connected to vent piping. 12. Maximum Inlet Pressure: 10 psig (69 kPa). 2.7 LABELING AND IDENTIFYING A. Detectable Warning Tape: Acid- and alkali-resistant, PE film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches (750 mm) deep; colored yellow. PART 3 - EXECUTION 3.1 OUTDOOR PIPING INSTALLATION A. Comply with California Mechanical Code for installation and purging of natural-gas piping. B. Install underground, natural-gas piping buried at least 36 inches (900 mm) below finished grade. Comply with requirements in Division 31 Section "Earth Moving" for excavating, trenching, and backfilling. 1. If natural-gas piping is installed less than 36 inches (900 mm) below finished grade, install it in containment conduit. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 6 C. Install underground, PE, natural-gas piping according to ASTM D 2774. D. Steel Piping with Protective Coating: 1. Apply joint cover kits to pipe after joining to cover, seal, and protect joints. 2. Repair damage to PE coating on pipe as recommended in writing by protective coating manufacturer. 3. Replace pipe having damaged PE coating with new pipe. E. Install fittings for changes in direction and branch connections. 3.2 INDOOR PIPING INSTALLATION A. Comply with California Mechanical Code for installation and purging of natural-gas piping. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. C. Arrange for pipe spaces, chases, slots, sleeves, and openings in building structure during progress of construction, to allow for mechanical installations. D. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas. E. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. F. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. G. Locate valves for easy access. H. Install natural-gas piping at uniform grade of 2 percent down toward drip and sediment traps. I. Install piping free of sags and bends. J. Install fittings for changes in direction and branch connections. K. Verify final equipment locations for roughing-in. L. Comply with requirements in Sections specifying gas-fired appliances and equipment for roughing-in requirements. M. Drips and Sediment Traps: Install drips at points where condensate may collect, including service-meter outlets. Locate where accessible to permit cleaning and emptying. Do not install where condensate is subject to freezing. 1. Construct drips and sediment traps using tee fitting with bottom outlet plugged or capped. Use nipple a minimum length of 3 pipe diameters, but not less than 3 inches (75 mm) long and same size as connected pipe. Install with space below bottom of drip to remove plug or cap. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 7 N. Conceal pipe installations in walls, pipe spaces, utility spaces, above ceilings, below grade or floors, and in floor channels unless indicated to be exposed to view. O. Use eccentric reducer fittings to make reductions in pipe sizes. Install fittings with level side down. P. Connect branch piping from top or side of horizontal piping. Q. Install unions in pipes NPS 2 (DN 50) and smaller, adjacent to each valve, at final connection to each piece of equipment. R. Do not use natural-gas piping as grounding electrode. S. Install strainer on inlet of each line-pressure regulator. T. Install sleeves for piping penetrations of walls, ceilings, and floors. Comply with requirements for sleeves specified in Division 23 Section "Sleeves and Sleeve Seals for HVAC Piping." U. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Division 23 Section "Escutcheons for HVAC Piping." 3.3 VALVE INSTALLATION A. Install manual gas shutoff valve for each gas appliance ahead of corrugated stainless-steel tubing or copper connector. B. Install underground valves with valve boxes. C. Install regulators and overpressure protection devices with maintenance access space adequate for servicing and testing. D. Install earthquake valves aboveground outside buildings according to listing. E. Install anode for metallic valves in underground PE piping. 3.4 PIPING JOINT CONSTRUCTION A. Ream ends of pipes and tubes and remove burrs. B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. C. Threaded Joints: 1. Thread pipe with tapered pipe threads complying with ASME B1.20.1. 2. Cut threads full and clean using sharp dies. 3. Ream threaded pipe ends to remove burrs and restore full inside diameter of pipe. 4. Apply appropriate tape or thread compound to external pipe threads unless dryseal threading is specified. 5. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. D. Flared Joints: Cut tubing with roll cutting tool. Flare tube end with tool to result in flare dimensions complying with SAE J513. Tighten finger tight, then use wrench. Do not overtighten. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 8 E. PE Piping Heat-Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels. Join according to ASTM D 2657. 1. Plain-End Pipe and Fittings: Use butt fusion. 2. Plain-End Pipe and Socket Fittings: Use socket fusion. 3.5 HANGER AND SUPPORT INSTALLATION A. Comply with requirements for pipe hangers and supports specified in Division 23 Section "Hangers and Supports for HVAC Piping and Equipment." B. Install hangers for horizontal steel piping with the following maximum spacing and minimum rod sizes: 1. NPS 1 (DN 25) and Smaller: Maximum span, 96 inches (2438 mm); minimum rod size, 3/8 inch (10 mm). 2. NPS 1-1/4 (DN 32): Maximum span, 108 inches (2743 mm); minimum rod size, 3/8 inch (10 mm). 3. NPS 1-1/2 and NPS 2 (DN 40 and DN 50): Maximum span, 108 inches (2743 mm); minimum rod size, 3/8 inch (10 mm). 3.6 CONNECTIONS A. Connect to utility's gas main according to utility's procedures and requirements. B. Install natural-gas piping electrically continuous, and bonded to gas appliance equipment grounding conductor of the circuit powering the appliance according to NFPA 70. C. Install piping adjacent to appliances to allow service and maintenance of appliances. D. Connect piping to appliances using manual gas shutoff valves and unions. Install valve within 72 inches (1800 mm) of each gas-fired appliance and equipment. Install union between valve and appliances or equipment. E. Sediment Traps: Install tee fitting with capped nipple in bottom to form drip, as close as practical to inlet of each appliance. 3.7 LABELING AND IDENTIFYING A. Comply with requirements in Division 23 Section "Identification for HVAC Piping and Equipment" for piping and valve identification. B. Install detectable warning tape directly above gas piping, 12 inches (300 mm) below finished grade, except 6 inches (150 mm) below subgrade under pavements and slabs. 3.8 FIELD QUALITY CONTROL A. Test, inspect, and purge natural gas according to California Mechanical Code and authorities having jurisdiction. B. Natural-gas piping will be considered defective if it does not pass tests and inspections. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications FACILITY NATURAL-GAS PIPING 231123 - 9 C. Prepare test and inspection reports. 3.9 OUTDOOR PIPING SCHEDULE A. Underground natural-gas piping shall be the following: 1. PE pipe and fittings joined by heat fusion; service-line risers with tracer wire terminated in an accessible location. B. Aboveground natural-gas piping shall be the following: 1. Steel pipe with malleable-iron fittings and threaded joints. 3.10 INDOOR PIPING SCHEDULE A. Aboveground, branch piping NPS 1 (DN 25) and smaller shall be the following: 1. Steel pipe with malleable-iron fittings and threaded joints. B. Aboveground, distribution piping shall be the following: 1. Steel pipe with malleable-iron fittings and threaded joints. 3.11 UNDERGROUND MANUAL GAS SHUTOFF VALVE SCHEDULE A. Connections to Existing Gas Piping: Use valve and fitting assemblies made for tapping utility's gas mains and listed by an NRTL. B. Underground: PE or Bronze plug valves. 3.12 ABOVEGROUND MANUAL GAS SHUTOFF VALVE SCHEDULE A. Valves for pipe sizes NPS 2 (DN 50) and smaller at service meter shall be the following: 1. Bronze plug valve. B. Distribution piping valves for pipe sizes NPS 2 (DN 50) and smaller shall be the following: 1. Bronze plug valve. C. Valves in branch piping for single appliance shall be the following: 1. Bronze plug valve. END OF SECTION 231123   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 1 SECTION 233113 - METAL DUCTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Rectangular ducts and fittings. 2. Round ducts and fittings. 3. Sheet metal materials. 4. Sealants and gaskets. 5. Hangers and supports. 6. Seismic-restraint devices. B. Related Sections: 1. Division 23 Section "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and balancing requirements for metal ducts. 1.2 PERFORMANCE REQUIREMENTS A. Delegated Duct Design: Duct construction, including sheet metal thicknesses, seam and joint construction, reinforcements, and hangers and supports, shall comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" and performance requirements and design criteria indicated in "Duct Schedule" Article. B. Structural Performance: Duct hangers and supports and seismic restraints shall withstand the effects of gravity and seismic loads and stresses within limits and under conditions described in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" and SMACNA's "Seismic Restraint Manual: Guidelines for Mechanical Systems." 1. Seismic Hazard Level A: Seismic force to weight ratio, 0.48. 2. Seismic Hazard Level B: Seismic force to weight ratio, 0.30. 3. Seismic Hazard Level C: Seismic force to weight ratio, 0.15. C. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: 1. Fabrication, assembly, and installation, including plans, elevations, sections, components, and attachments to other work. 2. Factory- and shop-fabricated ducts and fittings. 3. Duct layout indicating sizes, configuration, and static-pressure classes. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 2 4. Elevation of top of ducts. 5. Dimensions of main duct runs from building grid lines. 6. Fittings. 7. Reinforcement and spacing. 8. Seam and joint construction. 9. Penetrations through fire-rated and other partitions. 10. Equipment installation based on equipment being used on Project. 11. Locations for duct accessories, including dampers, turning vanes, and access doors and panels. 12. Hangers and supports, including methods for duct and building attachment, seismic restraints, and vibration isolation. C. Welding certificates. 1.4 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code - Steel," for hangers and supports. 2. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum," for aluminum supports. 3. AWS D9.1M/D9.1, "Sheet Metal Welding Code," for duct joint and seam welding. B. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 5 - "Systems and Equipment" and Section 7 - "Construction and System Start-Up." C. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1, Section 6.4.4 - "HVAC System Construction and Insulation." PART 2 - PRODUCTS 2.1 RECTANGULAR DUCTS AND FITTINGS A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" based on indicated static-pressure class unless otherwise indicated. B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-1, "Rectangular Duct/Transverse Joints," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-2, "Rectangular Duct/Longitudinal Seams," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." D. Elbows, Transitions, Offsets, Branch Connections, and Other Duct Construction: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 4, "Fittings and Other Construction," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 3 2.2 ROUND DUCTS AND FITTINGS A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 3, "Round, Oval, and Flexible Duct," based on indicated static-pressure class unless otherwise indicated. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Lindab Inc. b. McGill AirFlow LLC. c. SEMCO Incorporated. d. Sheet Metal Connectors, Inc. e. Spiral Manufacturing Co., Inc. B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-1, "Round Duct Transverse Joints," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 1. Transverse Joints in Ducts Larger Than 60 Inches (1524 mm) in Diameter: Flanged. C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-2, "Round Duct Longitudinal Seams," for static- pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 1. Fabricate round ducts larger Than 90 inches (2286 mm) in diameter with butt-welded longitudinal seams. D. Tees and Laterals: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-5, "90 Degree Tees and Laterals," and Figure 3-6, "Conical Tees," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 2.3 SHEET METAL MATERIALS A. General Material Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. 1. Galvanized Coating Designation: G60 (Z180). 2. Finishes for Surfaces Exposed to View: Mill phosphatized. C. Carbon-Steel Sheets: Comply with ASTM A 1008/A 1008M, with oiled, matte finish for exposed ducts. D. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 4 1. Where black- and galvanized-steel shapes and plates are used to reinforce aluminum ducts, isolate the different metals with butyl rubber, neoprene, or EPDM gasket materials. E. Tie Rods: Galvanized steel, 1/4-inch (6-mm) minimum diameter for lengths 36 inches (900 mm) or less; 3/8-inch (10-mm) minimum diameter for lengths longer than 36 inches (900 mm). 2.4 SEALANT AND GASKETS A. General Sealant and Gasket Requirements: Surface-burning characteristics for sealants and gaskets shall be a maximum flame-spread index of 25 and a maximum smoke-developed index of 50 when tested according to UL 723; certified by an NRTL. B. Two-Part Tape Sealing System: 1. Tape: Woven cotton fiber impregnated with mineral gypsum and modified acrylic/silicone activator to react exothermically with tape to form hard, durable, airtight seal. 2. Tape Width: 3 inches (76 mm). 3. Sealant: Modified styrene acrylic. 4. Water resistant. 5. Mold and mildew resistant. 6. Maximum Static-Pressure Class: 10-inch wg (2500 Pa), positive and negative. 7. Service: Indoor and outdoor. 8. Service Temperature: Minus 40 to plus 200 deg F (Minus 40 to plus 93 deg C). 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum. 10. For indoor applications, use sealant that has a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 11. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Water-Based Joint and Seam Sealant: 1. Application Method: Brush on. 2. Solids Content: Minimum 65 percent. 3. Shore A Hardness: Minimum 20. 4. Water resistant. 5. Mold and mildew resistant. 6. VOC: Maximum 75 g/L (less water). 7. Maximum Static-Pressure Class: 10-inch wg (2500 Pa), positive and negative. 8. Service: Indoor or outdoor. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum sheets. D. Flanged Joint Sealant: Comply with ASTM C 920. 1. General: Single-component, acid-curing, silicone, elastomeric. 2. Type: S. 3. Grade: NS. 4. Class: 25. 5. Use: O. 6. For indoor applications, use sealant that has a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 5 7. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." E. Flange Gaskets: Butyl rubber, neoprene, or EPDM polymer with polyisobutylene plasticizer. F. Round Duct Joint O-Ring Seals: 1. Seal shall provide maximum leakage class of 3 cfm/100 sq. ft. at 1-inch wg (0.14 L/s per sq. m at 250 Pa) and shall be rated for 10-inch wg (2500-Pa) static-pressure class, positive or negative. 2. EPDM O-ring to seal in concave bead in coupling or fitting spigot. 3. Double-lipped, EPDM O-ring seal, mechanically fastened to factory-fabricated couplings and fitting spigots. 2.5 HANGERS AND SUPPORTS A. Hanger Rods for Noncorrosive Environments: Cadmium-plated steel rods and nuts. B. Hanger Rods for Corrosive Environments: Electrogalvanized, all-thread rods or galvanized rods with threads painted with zinc-chromate primer after installation. C. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1 (Table 5-1M), "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct." D. Steel Cables for Galvanized-Steel Ducts: Galvanized steel complying with ASTM A 603. E. Steel Cables for Stainless-Steel Ducts: Stainless steel complying with ASTM A 492. F. Steel Cable End Connections: Cadmium-plated steel assemblies with brackets, swivel, and bolts designed for duct hanger service; with an automatic-locking and clamping device. G. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws; compatible with duct materials. H. Trapeze and Riser Supports: 1. Supports for Galvanized-Steel Ducts: Galvanized-steel shapes and plates. 2. Supports for Stainless-Steel Ducts: Stainless-steel shapes and plates. 3. Supports for Aluminum Ducts: Aluminum or galvanized steel coated with zinc chromate. 2.6 SEISMIC-RESTRAINT DEVICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Cooper B-Line, Inc.; a division of Cooper Industries. 2. Ductmate Industries, Inc. 3. Hilti Corp. 4. Kinetics Noise Control. 5. Loos & Co.; Cableware Division. 6. Mason Industries. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 6 7. TOLCO; a brand of NIBCO INC. 8. Unistrut Corporation; Tyco International, Ltd. B. General Requirements for Restraint Components: Rated strengths, features, and applications shall be as defined in reports by an evaluation service member of the ICC Evaluation Service or an agency acceptable to authorities having jurisdiction. 1. Structural Safety Factor: Allowable strength in tension, shear, and pullout force of components shall be at least four times the maximum seismic forces to which they will be subjected. C. Channel Support System: Shop- or field-fabricated support assembly made of slotted steel channels rated in tension, compression, and torsion forces and with accessories for attachment to braced component at one end and to building structure at the other end. Include matching components and corrosion-resistant coating. D. Restraint Cables: ASTM A 603, galvanized or ASTM A 492, stainless-steel cables with end connections made of cadmium-plated steel assemblies with brackets, swivel, and bolts designed for restraining cable service; and with an automatic-locking and clamping device or double-cable clips. E. Hanger Rod Stiffener: Steel tube or steel slotted-support-system sleeve with internally bolted connections to hanger rod. F. Mechanical Anchor Bolts: Drilled-in and stud-wedge or female-wedge type. Select anchor bolts with strength required for anchor and as tested according to ASTM E 488. PART 3 - EXECUTION 3.1 DUCT INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct system. Indicated duct locations, configurations, and arrangements were used to size ducts and calculate friction loss for air-handling equipment sizing and for other design considerations. Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and Coordination Drawings. B. Install ducts according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" unless otherwise indicated. C. Install round ducts in maximum practical lengths. D. Install ducts with fewest possible joints. E. Install factory- or shop-fabricated fittings for changes in direction, size, and shape and for branch connections. F. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and perpendicular to building lines. G. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. H. Install ducts with a clearance of 1 inch (25 mm), plus allowance for insulation thickness. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 7 I. Route ducts to avoid passing through transformer vaults and electrical equipment rooms and enclosures. J. Where ducts pass through non-fire-rated interior partitions and exterior walls and are exposed to view, cover the opening between the partition and duct or duct insulation with sheet metal flanges of same metal thickness as the duct. Overlap openings on four sides by at least 1-1/2 inches (38 mm). K. Where ducts pass through fire-rated interior partitions and exterior walls, install fire dampers. Comply with requirements in Division 23 Section "Air Duct Accessories" for fire and smoke dampers. L. Protect duct interiors from moisture, construction debris and dust, and other foreign materials. 3.2 INSTALLATION OF EXPOSED DUCTWORK A. Protect ducts exposed in finished spaces from being dented, scratched, or damaged. B. Trim duct sealants flush with metal. Create a smooth and uniform exposed bead. Do not use two-part tape sealing system. C. Grind welds to provide smooth surface free of burrs, sharp edges, and weld splatter. When welding stainless steel with a No. 3 or 4 finish, grind the welds flush, polish the exposed welds, and treat the welds to remove discoloration caused by welding. D. Maintain consistency, symmetry, and uniformity in the arrangement and fabrication of fittings, hangers and supports, duct accessories, and air outlets. E. Repair or replace damaged sections and finished work that does not comply with these requirements. 3.3 ADDITIONAL INSTALLATION REQUIREMENTS FOR COMMERCIAL KITCHEN HOOD EXHAUST DUCT A. Install commercial kitchen hood exhaust ducts without dips and traps that may hold grease, and sloped a minimum of 2 percent to drain grease back to the hood. B. Install fire-rated access panel assemblies at each change in direction and at maximum intervals of 20 feet (6 m) in horizontal ducts, and at every floor for vertical ducts, or as indicated on Drawings. Locate access panel on top or sides of duct a minimum of 1-1/2 inches (38 mm) from bottom of duct. C. Do not penetrate fire-rated assemblies except as allowed by applicable building codes and authorities having jurisdiction. 3.4 DUCT SEALING A. Seal ducts for duct static-pressure, seal classes, and leakage classes specified in "Duct Schedule" Article according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." B. Seal ducts to the following seal classes according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible": 1. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 2. Outdoor, Supply-Air Ducts: Seal Class A. 3. Outdoor, Exhaust Ducts: Seal Class C. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 8 4. Outdoor, Return-Air Ducts: Seal Class C. 5. Unconditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg (500 Pa) and Lower: Seal Class B. 6. Unconditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch wg (500 Pa): Seal Class A. 7. Unconditioned Space, Exhaust Ducts: Seal Class C. 8. Unconditioned Space, Return-Air Ducts: Seal Class B. 9. Conditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg (500 Pa) and Lower: Seal Class C. 10. Conditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch wg (500 Pa): Seal Class B. 11. Conditioned Space, Exhaust Ducts: Seal Class B. 12. Conditioned Space, Return-Air Ducts: Seal Class C. 3.5 HANGER AND SUPPORT INSTALLATION A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 5, "Hangers and Supports." B. Building Attachments: Concrete inserts, powder-actuated fasteners, or structural-steel fasteners appropriate for construction materials to which hangers are being attached. 1. Where practical, install concrete inserts before placing concrete. 2. Install powder-actuated concrete fasteners after concrete is placed and completely cured. 3. Use powder-actuated concrete fasteners for standard-weight aggregate concretes or for slabs more than 4 inches (100 mm) thick. 4. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or for slabs less than 4 inches (100 mm) thick. 5. Do not use powder-actuated concrete fasteners for seismic restraints. C. Hanger Spacing: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1 (Table 5-1M), "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct," for maximum hanger spacing; install hangers and supports within 24 inches (610 mm) of each elbow and within 48 inches (1200 mm) of each branch intersection. D. Hangers Exposed to View: Threaded rod and angle or channel supports. E. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds, bolts, sheet metal screws, or blind rivets; support at each floor and at a maximum intervals of 16 feet (5 m). F. Install upper attachments to structures. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 3.6 SEISMIC-RESTRAINT-DEVICE INSTALLATION A. Install ducts with hangers and braces designed to support the duct and to restrain against seismic forces required by applicable building codes. Comply with SMACNA's "Seismic Restraint Manual: Guidelines for Mechanical Systems." 1. Space lateral supports a maximum of 40 feet (12 m) o.c., and longitudinal supports a maximum of 80 feet (24 m) o.c. 2. Brace a change of direction longer than 12 feet (3.7 m). SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 9 B. Select seismic-restraint devices with capacities adequate to carry present and future static and seismic loads. C. Install cables so they do not bend across edges of adjacent equipment or building structure. D. Install cable restraints on ducts that are suspended with vibration isolators. E. Install seismic-restraint devices using methods approved by an evaluation service member of the ICC Evaluation Service or an agency acceptable to authorities having jurisdiction. F. Attachment to Structure: If specific attachment is not indicated, anchor bracing and restraints to structure, to flanges of beams, to upper truss chords of bar joists, or to concrete members. G. Drilling for and Setting Anchors: 1. Identify position of reinforcing steel and other embedded items prior to drilling holes for anchors. Do not damage existing reinforcement or embedded items during drilling. Notify the Architect if reinforcing steel or other embedded items are encountered during drilling. Locate and avoid prestressed tendons, electrical and telecommunications conduit, and gas lines. 2. Do not drill holes in concrete or masonry until concrete, mortar, or grout has achieved full design strength. 3. Wedge Anchors: Protect threads from damage during anchor installation. Heavy-duty sleeve anchors shall be installed with sleeve fully engaged in the structural element to which anchor is to be fastened. 4. Set anchors to manufacturer's recommended torque, using a torque wrench. 5. Install zinc-coated steel anchors for interior applications and stainless-steel anchors for applications exposed to weather. 3.7 CONNECTIONS A. Make connections to equipment with flexible connectors complying with Division 23 Section "Air Duct Accessories." B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. 3.8 START UP A. Air Balance: Comply with requirements in Division 23 Section "Testing, Adjusting, and Balancing for HVAC." 3.9 DUCT SCHEDULE A. Fabricate ducts with galvanized sheet steel except as otherwise indicated. B. Supply Ducts: 1. Ducts Connected to Fan Coil Units, Furnaces, Heat Pumps, and Terminal Units: a. Pressure Class: Positive 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 10 c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. 2. Ducts Connected to Constant-Volume Air-Handling Units: a. Pressure Class: Positive 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. 3. Ducts Connected to Equipment Not Listed Above: a. Pressure Class: Positive 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. C. Return Ducts: 1. Ducts Connected to Fan Coil Units, Furnaces, Heat Pumps, and Terminal Units: a. Pressure Class: Positive 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. 2. Ducts Connected to Constant-Volume Air-Handling Units: a. Pressure Class: Positive 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. 3. Ducts Connected to Equipment Not Listed Above: a. Pressure Class: Positive 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. D. Exhaust Ducts: 1. Ducts Connected to Fans Exhausting (ASHRAE 62.1, Class 1 and 2) Air: a. Pressure Class: Negative 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B if negative pressure, and A if positive pressure. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. 2. Ducts Connected to Air-Handling Units: a. Pressure Class: Positive or negative 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B if negative pressure, and A if positive pressure. c. SMACNA Leakage Class for Rectangular: 12. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 11 d. SMACNA Leakage Class for Round and Flat Oval: 12. 3. Ducts Connected to Equipment Not Listed Above: a. Pressure Class: Positive or negative 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B if negative pressure, and A if positive pressure. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. E. Outdoor-Air (Not Filtered, Heated, or Cooled) Ducts: 1. Ducts Connected to Fan Coil Units, Furnaces, Heat Pumps, and Terminal Units: a. Pressure Class: Positive or negative 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. 2. Ducts Connected to Air-Handling Units: a. Pressure Class: Positive or negative 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. 3. Ducts Connected to Equipment Not Listed Above: a. Pressure Class: Positive or negative 2-inch wg (500 Pa). b. Minimum SMACNA Seal Class: B. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12. F. Intermediate Reinforcement: 1. Galvanized-Steel Ducts: Galvanized steel. G. Elbow Configuration: 1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-2, "Rectangular Elbows." a. Velocity 1000 fpm (5 m/s) or Lower: 1) Radius Type RE 1 with minimum 0.5 radius-to-diameter ratio. 2) Mitered Type RE 4 without vanes. b. Velocity 1000 to 1500 fpm (5 to 7.6 m/s): 1) Radius Type RE 1 with minimum 1.0 radius-to-diameter ratio. 2) Radius Type RE 3 with minimum 0.5 radius-to-diameter ratio and two vanes. 3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications METAL DUCTS 233113 - 12 c. Velocity 1500 fpm (7.6 m/s) or Higher: 1) Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio. 2) Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two vanes. 3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." 2. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-2, "Rectangular Elbows." a. Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio. b. Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two vanes. c. Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." 3. Round Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-4, "Round Duct Elbows." a. Minimum Radius-to-Diameter Ratio and Elbow Segments: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 3-1, "Mitered Elbows." Elbows with less than 90-degree change of direction have proportionately fewer segments. 1) Velocity 1000 fpm (5 m/s) or Lower: 0.5 radius-to-diameter ratio and three segments for 90-degree elbow. 2) Velocity 1000 to 1500 fpm (5 to 7.6 m/s): 1.0 radius-to-diameter ratio and four segments for 90-degree elbow. 3) Velocity 1500 fpm (7.6 m/s) or Higher: 1.5 radius-to-diameter ratio and five segments for 90-degree elbow. 4) Radius-to Diameter Ratio: 1.5. b. Round Elbows, 12 Inches (305 mm) and Smaller in Diameter: Stamped or pleated. c. Round Elbows, 14 Inches (356 mm) and Larger in Diameter: Standing seam or welded. H. Branch Configuration: 1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-6, "Branch Connection." a. Rectangular Main to Rectangular Branch: 45-degree entry. b. Rectangular Main to Round Branch: Spin in. 2. Round: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-5, "90 Degree Tees and Laterals," and Figure 3-6, "Conical Tees." Saddle taps are permitted in existing duct. a. Velocity 1000 fpm (5 m/s) or Lower: 90-degree tap. b. Velocity 1000 to 1500 fpm (5 to 7.6 m/s): Conical tap. c. Velocity 1500 fpm (7.6 m/s) or Higher: 45-degree lateral. END OF SECTION 233113 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CENTRIFUGAL HVAC FANS 233416 - 1 SECTION 233416 - CENTRIFUGAL HVAC FANS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: For each product. 1. Forward-curved centrifugal fans. 1.2 SUBMITTALS A. Action Submittals: Product data for each type of product. B. Informational Submittals: Field quality-control reports. C. Closeout Submittals: Operation and maintenance data. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. AMCA Compliance: Comply with AMCA performance requirements and bear the AMCA-Certified Ratings Seal. 2.2 FORWARD-CURVED CENTRIFUGAL FANS A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Acme Engineering & Mfg. Corp. 2. Broan-Nu Tone LLC. 3. Central Blower Company. 4. Howden Buffalo Inc. 5. Lau Industries. 6. Loren Cook Company. 7. New York Blower Company (The). B. Description: 1. Factory-fabricated, -assembled, -tested, and -finished, belt-driven centrifugal fans consisting of housing, wheel, fan shaft, bearings, motor, drive assembly, and support structure. 2. Deliver fans as factory-assembled units, to the extent allowable by shipping limitations. 3. Factory-installed and -wired disconnect switch. C. Housings: SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CENTRIFUGAL HVAC FANS 233416 - 2 1. Formed panels to make curved-scroll housings with shaped cutoff. 2. Panel Bracing: Steel angle- or channel-iron member supports for mounting and supporting fan scroll, wheel, motor, and accessories. 3. Horizontally split, bolted-flange housing. 4. Spun inlet cone with flange. 5. Outlet flange. D. Forward-Curved Wheels: 1. Black-enameled or galvanized-steel construction with inlet flange, backplate, shallow blades with inlet and tip curved forward in direction of airflow. 2. Mechanically secured to flange and backplate; cast-steel hub swaged to backplate and fastened to shaft with set screws. E. Shafts: 1. Statically and dynamically balanced and selected for continuous operation at maximum rated fan speed and motor horsepower, with adjustable alignment and belt tensioning. 2. Turned, ground, and polished hot-rolled steel with keyway. Ship with protective coating of lubricating oil. 3. Designed to operate at no more than 70 percent of first critical speed at top of fan's speed range. F. Grease-Lubricated Shaft Bearings: 1. Self-aligning, pillow-block-type, ball or roller bearings with adapter mount and two-piece, cast- iron housing. G. Accessories: 1. Access for Inspection, Cleaning, and Maintenance: Comply with requirements in ASHRAE 62.1. 2. Scroll Drain Connection: NPS 1 (DN 25) steel pipe coupling welded to low point of fan scroll. 3. Companion Flanges: Rolled flanges for duct connections of same material as housing. 4. Variable Inlet Vanes: With blades supported at both ends with two permanently lubricated bearings of same material as housing. Variable mechanism terminating in single control lever with control shaft for double-width fans. 5. Discharge Dampers: Assembly with parallel blades constructed of two plates formed around and to shaft, channel frame, and sealed ball bearings; with blades linked outside of airstream to single control lever of same material as housing. 6. Inlet Screens: Grid screen of same material as housing. 7. Shaft Cooler: Metal disk between bearings and fan wheel, designed to dissipate heat from shaft. 8. Spark-Resistant Construction: AMCA 99. 9. Shaft Seals: Airtight seals installed around shaft on drive side of single-width fans. 10. Weather Cover: Enameled-steel sheet with ventilation slots, bolted to housing. 2.3 SOURCE QUALITY CONTROL A. Sound-Power Level Ratings: Comply with AMCA 301, "Methods for Calculating Fan Sound Ratings from Laboratory Test Data." Factory test fans according to AMCA 300, "Reverberant Room Method for Sound Testing of Fans." Label fans with the AMCA-Certified Ratings Seal. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CENTRIFUGAL HVAC FANS 233416 - 3 PART 3 - EXECUTION 3.1 INSTALLATION A. Install centrifugal fans level and plumb. B. Disassemble and reassemble units, as required for moving to the final location, according to manufacturer's written instructions. C. Lift and support units with manufacturer's designated lifting or supporting points. D. Equipment Mounting: Install centrifugal fans using elastomeric mounts. Comply with requirements for vibration isolation devices specified in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment." 1. Minimum Deflection: 1/4 inch (6 mm). E. Equipment Mounting: Install centrifugal fans on vibration isolation equipment base. Comply with requirements specified in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment." F. Equipment Mounting: Install continuous-thread hanger rods and elastomeric hangers of size required to support weight of dehumidification unit. 1. Comply with requirements for seismic-restraint devices specified in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment." 2. Comply with requirements for hangers and supports specified in Division 23 Section "Hangers and Supports for HVAC Piping and Equipment." G. Isolation Curb Support: Install centrifugal fans on isolation curbs, and install flexible duct connectors and vibration isolation and seismic-control devices. 1. Comply with requirements in Division 23 Section "Air Duct Accessories" for flexible duct connectors. 2. Comply with requirements in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment" for vibration isolation and seismic-control devices. H. Install units with clearances for service and maintenance. I. Label fans according to requirements specified in Division 23 Section "Identification for HVAC Piping and Equipment." 3.2 CONNECTIONS A. Duct installation and connection requirements are specified in other Division 23 Sections. Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors. Flexible connectors are specified in Division 23 Section "Air Duct Accessories." B. Install ducts adjacent to fans to allow service and maintenance. C. Install piping from scroll drain connection, with trap with seal equal to 1.5 times specified static pressure, to nearest floor drain with pipe sizes matching the drain connection. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications CENTRIFUGAL HVAC FANS 233416 - 4 3.3 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal-overload protection is installed in motors, starters, and disconnect switches. 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. 5. Adjust belt tension. 6. Adjust damper linkages for proper damper operation. 7. Verify lubrication for bearings and other moving parts. 8. Verify that manual and automatic volume control and fire and smoke dampers in connected ductwork systems are in fully open position. 9. See Division 23 Section "Testing, Adjusting, and Balancing For HVAC" for testing, adjusting, and balancing procedures. 10. Remove and replace malfunctioning units and retest as specified above. B. Test and adjust controls and safeties. Controls and equipment will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. END OF SECTION 233416 SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 1 SECTION 260010 – ELECTRICAL GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 CONDITIONS AND REQUIREMENTS A. Refer to the General Conditions, Supplementary General Conditions and Division I - General Requirements. The Contractor shall read the conditions and be responsible for, and governed by, all requirements there under. This Condition applies to all Sections of Specification Division 260010. B. The Contractor agrees that his submitted price for the work hereunder includes sufficient money allowance to make his work complete and operable. He agrees that inadvertent discrepancies or omissions, failure to show details, or repeat notes or figures on each Drawing will not be cause for additional charges or claims. C. This Specification, the Drawings, and Division 1 cover the complete furnishing and installation of the electrical system and all related work including, but not limited to, the following: 1.2 CORRELATION, INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS A. It is the intent of the Specifications and Drawings to describe a complete, safe, operating Project and the materials and installation work to be performed under the Contract. B. The Contract Documents are complementary; what is called for by one is binding as if called for by all. If the Contractor finds a conflict, error or discrepancy in the Contract Documents, he shall call it to the Architect's/Engineer's attention in writing before proceeding with the work affected. Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for or not. Work, materials or equipment described in words which so applied have a well-known technical or trade meaning shall be deemed to refer to such recognized materials or work. The Contractor assumes full responsibility for familiarizing himself with the nature and extent of the Contract Documents, work, locality and local conditions that may in any manner affect the work to be done. C. The Drawings are, in general, drawn to scale and the Contractor may obtain approximate distance and dimensions by scaling the Drawings. It is distinctly understood, however, that he does so entirely on his own responsibility. The accuracy of the Drawings is not guaranteed. Refer to Architect's Drawings, Specifications and Room Schedules for construction details, which will affect this work and equipment. Examine the Civil, Structural, Plumbing, Heating and Ventilating Drawings and Specifications to ensure that the Electrical work does not conflict with the above trades. Mechanical and Electrical Drawings are largely schematic and, therefore, do not necessarily represent the exact installations; it is the Contractor's responsibility to cover all conditions on his prepared Shop Drawings and by arrangement with other trades in the field. D. Install conduit and equipment in a manner and in locations avoiding all obstructions, preserving headroom, keeping openings and passageways clear and readily accessible for Building 850 Interior Renovation Sept 6, 2013 Camp San Luis Obispo Ravatt-Albrecht Associates Job #13.509 San Luis Obispo, CA 100% CD Project Specifications maintenance and repairs. Make changes in locations of conduit or equipment, which may be necessary to accomplish this. E. Contractor will be responsible to review, Civil, Security, Mechanical, Plumbing, and Architectural drawings, for electrical requirements noted therein, including in his bid all work required for complete systems under the scope of this contract. Contractor will be responsible to furnish and install all miscellaneous 120 volt, control circuit SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 2 power for mechanical controllers, time clocks, pumps, bell circuits, thermostats, window cranks, projection screens, furnace igniters, exhaust fans, and other miscellaneous equipment. F. Be responsible for all work of every description in connection with this Contract. Specifically and distinctly assume all risk for damage or injury, from whatever cause, to property or person used or employed on, or in connection with, the work and of all damage or injury to any persons or property, wherever located, resulting from any action or operation, under the Contractor or in connection with the work, and undertake the promise to defend COUNTY and tenant against all claims on account of any such damage or injury. G. Be responsible for execution of a satisfactory and complete piece of work, in accordance with the true intent of the Drawings and Specifications and all bulletins and addenda, which may be issued during the time of bidding. Provide, without extra charge, all incidental items required as part of this work, even though not particularly specified or indicated. H. The contractor will be required to have access to a digital camera with JPG formatted files, and internet access on the site. Requests for Information (RFI) may be required to be supplemented by a visual representation of the exact field condition. Contractor shall have the capability to provide these pictures to the engineer upon request. 1.3 REGULATIONS A. The Contractor shall give all required notices to the building inspectors, the Engineer and the COUNTY and comply with all laws, ordinances, rules and regulations applicable to the work and safety. Authorities include, but are not limited to: 1. The latest revision of the 201 National Electrical code.. 2. The applicable Rules and Regulations of the National Fire Protection Association. 3. County and City Fire Marshalls. 4. Any other applicable Federal, State, COUNTY or City Codes or Regulations, including O.S.H.A. B. Nothing in these Drawings or Specifications shall be construed to permit work not conforming to the above Regulations and Codes. 1.4 PRICE ABD PAYMENT PROCEDURES A. The Contractor shall secure and pay for all permits, licenses, inspection fees and all governmental and public utility charges necessary for the completion of the work. See Division I, Section 01 20 00. 1.5 SAFETY AND INDEMNITY A. Safety: The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the contract. This requirement will apply continuously and not be limited to normal working hours. See also Section 01 35 26 and General Conditions. B. No act, service, drawing review or construction review by the COUNTY, the Architect, the Engineers or their Consultants is intended to accept responsibility for the adequacy of the Contractor's safety measures, in, on, or near the construction site. C. Be responsible in preventing any and all energized switches, circuit breakers, or circuits from being turned to the "ON" position during the construction period. D. Be responsible for all damages to personnel and/or property resulting from contact with energized circuits, switches, circuit breakers, transformers, busses, or other electrical apparatus. Construct all electrical work with SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 3 electrical system de-energized in the area. At no time permit anyone to work on the equipment or apparatus with energized circuits. 1.6 DRAWINGS AND SPECIFICATIONS A. All Drawings and all Divisions of these specifications shall be considered as a whole and work shown anywhere herein shall be furnished under this Division. B. Drawings are diagrammatic and indicate the general arrangement of equipment and wiring. Exact requirements shall be governed by architectural, structural and mechanical conditions of the job. Consult all other drawings in preparation of the bid. 1. Extra lengths of wiring or pull boxes or junction boxes, etc., necessitated by conditions shall be included in the bid. Report any apparent discrepancies before submitting bid. C. Right is reserved by the COUNTY to make changes of up to ten feet in location of any outlet or equipment prior to roughing-in without increasing contract cost. 1.7 EXAMINATION OF SITE A. The Contractor shall examine the site and the existing conditions and make allowances for them in preparing his proposal. In the event of discrepancies between existing conditions and the Drawings, the Contractor shall bid the conditions necessary to complete the job and provide a fully operable and acceptable system. 1. Extra charges will not be allowed for work that must be done and is apparent from an inspection of the premises at that time, even though the work is not shown on the drawings or called for in the Specification. 1.8 RECORD DRAWINGS A. Provide Record drawings for the work of Division 26 00 10. B. Keep up-to-date a complete "As Built" locations, sizes, and kind of equipment. Print for this purpose may be obtained from COUNTY at cost of printing. This set of Drawings shall be kept on the job and shall be used only as a Record set. C. The Drawings shall also serve as work progress sheets. Make neat and legible notations in red ink thereon, daily as work proceeds, showing work as actually installed. Drawings shall be available at all times for inspection and shall be kept at a location designated by COUNTY. D. On completion of the work, submit record drawings in conformance with requirements of the general specifications. 1.9 GUARANTEE A. Guarantee all workmanship, equipment, and materials for a period of not less than one year from date of Notice of Completion. Should any defect occur during this period, promptly repair or replace the defective items free of charge to COUNTY including cost of labor based upon normal working hours. B. Guarantee complete and perfect operation of the entire system and that all apparatus will perform in accordance with the detailed Drawings and Specifications. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 4 C. Guarantee that all equipment shall be supported in such a way as to be free from objectionable vibrations and noise. D. Guarantee that all licenses and royalties for use of any patented features of the systems will be paid by Contractor before acceptance of the installation. 1.10 DEFINITIONS: A. Engineer as described under this section shall mean a Licensed Electrical Engineer in the State of California. B. UL as utilized under these specifications shall mean the Underwriters Laboratories, Inc. C. NFPA as utilized under these specifications shall mean the National Fire Protection Association. D. Close Proximity shall be defined as devices depicted at the same elevation and within a four-foot window of each other, unless otherwise noted. PART 2 - PRODUCTS 2.1 MATERIAL APPROVAL A. The design, manufacture and testing of electrical equipment and materials shall conform to or exceed latest applicable NEMA, IEEE and ANSI standards. B. All materials must be new and bear Underwriters Laboratories label or other accepted testing laboratory certification. Materials that are not labeled by U.L. testing standards shall be tested and approved by an independent testing laboratory or a governmental agency, which laboratory shall be acceptable to the Engineer, COUNTY and code enforcing authority. 2.2 SUBSTITUTIONS A. See Division 0I, Section 01 33 00. B. A list of materials, methods and/or equipment proposed as substitutes for that specified shall be submitted to the Electrical Engineer and COUNTY for approval per Section 01300, Division I. Where proposed substitutions are disapproved, the specified materials, methods and/or equipment shall be provided. C. All subsequent changes and substitutions shall be requested by letter from the Contractor to the Architect and shall be considered as authorized only upon written approval from the Architect and Engineer. D. Any item which is proposed as a substitute shall be accompanied by Drawings and/or data giving sizes, capacities and all other necessary information for determining equality. When Drawings are submitted to the Architect for the purpose of showing the installation in greater detail, approval of them shall not excuse the Contractor from other requirements of the Plans or Specifications. E. No work involving substitution materials shall proceed until written approval is received from the Architect and Engineer. 2.3 SHOP DRAWINGS AND MATERIALS LIST A. Submit Shop Drawings for all equipment and material as required in Article 23. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 5 B. Submittals shall be required for the following: 1. Materials: A list identifying hardware items proposed for installation, including manufacturers names, part numbers, finishes, colors, materials, shape and dimensions. 2. Lighting fixtures: Catalog cuts and ETL photometric data. 3. Wiring devices and boxes. 4. Signal systems equipment and wiring diagrams. 5. Panel boards and switchboards: shop fabrication details and components. 2.4 OPERATING AND MAINTENANCE MANUALS A. Submit three copies of Operating and Maintenance Manuals of equipment as noted herein. B. Operating manuals and parts list are required for the following equipment: 1. Panelboards and low voltage substation switchboards. 2. Lighting fixtures and lighting control systems (indoors and outdoors). 2.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Receive, store and handle materials in a manner to prevent damage. Any costs of damage shall be borne by the Contractor. B. Protect equipment from weather and dampness. C. Provide adequate means for and fully protect all finished parts of the materials and equipment against damages from any cause during the progress of the work and until acceptance by COUNTY. Cover all material and equipment in storage and during construction in such a manner that no finished surfaces will be damaged, marred or splattered with paint. Keep all moving parts perfectly clean and dry. No paint spraying will be permitted in the building. Replace all damaged material or equipment including face plates or panels without additional costs to COUNTY. D. Cleaning Equipment and Premises: Thoroughly clean all parts of the materials and equipment. Thoroughly clean exposed parts of cement, plaster, and other materials. Remove all oil and grease spots with a non-flammable cleaning solvent. Brush exposed metal work carefully with steel brushes to remove rust and other spots and leave smooth and clean. During the progress of the work, carefully clean up and leave premises and all portions of the building, where working, free from debris. 2.6 ELECTRICAL SUPERINTENDENT OR FOREMAN A. Include the services of a qualified electrical superintendent or foreman capable of interpreting intent of Plans and Specifications. Study Plans, Specifications, and references and coordinate all requirements with other trades, be authorized to make decisions and issue instructions, be constantly in charge of the work, available at job site at all times, at final inspection and on opening day. Instruct County’s representative for proper operation and recommend maintenance of all systems. B. Stand-By Time Start-Up Days: Provide one (1) journeyman electrician familiar with the building wiring for continuous duty for a period of not less than eight (8) hours on one (1) day, to be arranged by the COUNTY. C. See section 01 30 00 “Administrative Requirements” for further requirements. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 6 2.7 TEMPRORARY SERVICE FOR CONSTRUCTION A. Provide a 200-ampere, 120/208-volt, 3 phase minimum service for construction. The extension cords for lights, power, and the lamps will be furnished by Contractor requiring such equipment. All temporary wiring shall be installed in a manner satisfactory to local codes and ordinances. Electrical current charges shall be paid by others. Provide lighting necessary for safe movement in working areas throughout the building during construction period. PART 3 - EXECUTION 3.1 WORKMANSHIP AND CONTRACTOR'S QUALIFICATIONS A. Installation of parts and connection of parts into systems shall be done by skilled electrical journeymen. Material assemblies and installation work shall be securely fastened to structure, attractive in appearance and safe to operate. The COUNTY and the Electrical Engineer shall be the sole judges of structural integrity, appearance, and safe operation. Assembly work or installations that are judged to be improper, unsafe or unattractive shall be removed and replaced with satisfactory work at no additional cost to the COUNTY. B. Provide a foreman or superintendent in charge of this work at all times. 3.2 COORDINATION A. Coordinate work with other trades to avoid conflict and to provide correct rough-in and connection for equipment furnished by other trades. Inform other trades Sub-contractors of the required access to and clearances around electrical equipment to maintain serviceability and code compliance. B. Verify equipment dimensions and requirements. Check actual job conditions before installing work. Report necessary changes in design to Architect/ Engineer /General Contractor in time to prevent needless work. Changes, or additions subject to additional compensation, which are made without written authorization and an agreed price, shall be at Contractor's risk and expense. C. Cooperate with the other trades in the interest of obtaining the most practical overall arrangement of equipment, piping, conduit, and ducts and to maintain maximum headroom and accessibility. No extras will be allowed for changes made necessary by interference with work of other trades. Examine all Drawings prepared by manufacturers, suppliers, and installers of all equipment, bin and storage shelving fixtures, plumbing equipment, etc. for requirements and locations of outlets. Verify with COUNTY the exact locations of all special electrical equipment, or apparatus before proceeding with their installation. D. The Contractor will be required too coordinate his efforts with those of each of the serving utility companies. Obtain each respective utility company site engineering drawings, and perform their respective work in strict compliance with each utility companies requirements. The contractor will be required to locate the appropriate utility company substructures with assistance of each utility company. Coordinate duct sizes based upon each utility companies requirements. 3.3 MANUFACTURER'S INSTRUCTIONS A. Where the specifications call for an installation to be made in accordance with Manufacturer's recommendations, a copy of such recommendations shall at all times be kept in the job superintendent's office and shall be available to the County’s representative. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 7 B. Follow manufacturer's instructions where they cover points not specifically indicated on drawings and specifications. If instructions are in conflict with the drawings and specifications, obtain clarification from the Architect before starting work. 3.4 QUALITY ASSURANCE A. Provide a Quality Assurance program. These specifications set forth the minimum acceptable requirements. The specifications do not prohibit the Contractor from executing other Quality Assurance measures which can improve any operating facility, improve the construction schedule, reduce costs, and conserve energy within the scope of this project. B. The Contractor shall insure that all workmen's practices, all materials employed, all equipment and all methods of installation conform to accepted construction and engineering practices, and that each piece of equipment can satisfactorily perform its functional operation. 3.5 SITE WORK AND PROTECTION A. The nature of the work requires disturbances of existing site surface installations by trenching. Contractor shall consult with COUNTY's representative a minimum of seven days prior to opening any trench or doing any excavation in order that COUNTY may protect or temporarily remove existing plantings in the area to be disturbed. B. Trench routes are generally shown on the Drawings, which were prepared without indication of existing vegetation. Contractor, consulting with the Architect where necessary, shall route trenches to avoid trees, and where possible, shrubbery. The route of trenches shall be staked, and sufficient time allowed, prior to excavation, for County’s forces to remove shrubs and sodding which may be retained and re-used. C. It shall be the responsibility of the COUNTY to remove, replant and/or protect site vegetation. Contractor shall, however, plan his operation to avoid damage to adjacent plantings. Do not disturb earth grades within the drip line of existing trees to remain. 3.6 EXCAVATION AND BACKFILL A. The Contractor shall do all excavating and backfilling required for the Electrical Work. Trenches shall be straight and true to line and grade; bottom shall be smooth and undisturbed. Backfill material shall be approved fill, free of organic matter, air hammer tamped in six (6) inch layers under buildings, slabs, roadways, pavements and walks. All other locations as determined by the Architect may be jetted. Excess material shall be removed from the site. Trenches shall be backfilled immediately after approval by inspectors. B. Subgrade for area to be paved shall be of material approved for the purpose by the Architect and shall be similar and equal to that elsewhere in the project area. Paving finish shall be the same as found in the area, and approved by the Architect. 3.7 CUTTING, MOUNTING AND PATCHING A. The Contractor shall do all structural cutting and patching and shall provide all openings and supports, which may be required for the installation of the work under this Division of the Specifications. Patching shall be of the same workmanship, materials and finish as all surrounding construction. No cutting of the structure shall be permitted without written permission of the Architect. B. All structural work shall be compliant with the latest issue of the California Uniform Building code. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 8 C. Mount lighting fixtures in strict compliance with the 1998 California Building Code (CBC). Provide all blocking necessary to install lighting fixtures and panel boards. D. Mount switchgear in strict compliance with CBC requirements for Seismic Zone 4 requirements. 3.8 LABELING A. Thoroughly clean all receptacles, panelboards, and other parts of the work, delivering same in perfect condition. Clearly and permanently label all circuit breakers, switches, circuits, and panelboards with riveted or screwed-on bake-lite nameplates indicating their exact function. B. Identify all motor starters, disconnects, pull boxes, junction boxes, and equipment permanently as to circuit, voltage, function, and/or destination; i.e. "Compressor No. 5", "B-20", "208 volts". 3.9 CLOSING IN UNINSPECTED WORK A. The Contractor shall not allow or cause any of his work to be covered up or enclosed until it has been inspected, tested and approved. This inspection does not waive the inspections required by the Building Permit and performed by the local inspection authority. B. Should any of the work be enclosed or covered up prior to inspection and testing, the contractor shall uncover the work at his own expense, and after it has been tested, inspected and approved, make all repairs with such materials as may be necessary to restore the uncovered work to its original condition. 3.10 PRELIMINARY OPERATION A. Should the COUNTY request that any portion of the plant, apparatus or equipment be operated prior to final completion and acceptance of the work, the Contractor shall consent, and such operation shall be under the supervision and direction of the Contractor, but all expense thereof will be paid by the COUNTY, separate and distinct from money paid on account of the Contract. Such preliminary operation and payment thereof shall not be construed as an acceptance of any of the work of this Contract. 3.11 ACCEPTANCE DEMONSTRATION A. Upon completion of work, at a time to be designated by the Architect, the Contractor shall demonstrate for the COUNTY, the operation of the electrical installation, including any and all special items installed by him or installed under his supervision. A minimum of four (4) hours of time for each electrical system must be allowed for this purpose. B. The system demonstrations shall be held by this Contractor in the presence of the County’s plant facilities manager or his designated representative and the manufacturer's representative. C. Demonstrate the function (in the structure) of each system and indicate its relationship to the single line diagrams and drawings. D. Demonstrate by "start-stop operation", of the controls, how to reset protective devices, how to replace fuses and what to do in case of emergency. E. Demonstrate how maintenance and spare parts manuals are related to the equipment and systems installed. 3.12 TESTS SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications ELECTRICAL GENERAL REQUIREMENTS 260010 - 9 A. Where the Contract Documents, laws, ordinances or any public authority requires any work to be tested specifically or reviewed by another authority, the Contractor shall give the Engineer/COUNTY timely notice of readiness therefor. The Contractor shall give the Engineer/COUNTY the test results for review. If any work to be tested is covered up without written approval or consent of the Architect, it must, if directed by the Architect, be uncovered for examination at the Contractor's expense. B. The cost of all such tests shall be borne by the Contractor. C. Any work which fails to meet the requirements of any test or any work which does not meet the requirements of the Contract Documents shall be considered defective and may be rejected. Rejected work shall be corrected promptly by the Contractor or removed from the site. D. See section 26 09 13 for further requirements. 3.13 ENGINEERS FINAL REVIEW A. Arrange for the Engineer's final review. Before calling for final review, the various systems shall properly operate for a period of 48 continuous hours. B. If there are any discrepancies between the installation and the Plans, Specifications, Shop Drawings, Details, etc., the Engineer will notify the Contractor in writing. The Contractor shall make adjustments to correct the installation. If the discrepancies noted above are major, the Contractor shall arrange for a re-review. C. At the engineers request and prior to subsequent field visits to verify punch list or corrected installation discrepancies the contractor will be required to provide a digital image, JPG format, for each instance to the engineer for verification of performance. D. Subsequent reviews made necessary by the Contractor's failure to correct any item noted prior to the re-review, shall be paid for by the Contractor. The Engineers invoices to the Contractor shall include a charge of $200.00 per hour, plus traveling time and expenses. E. See sections 01 20 00 and 01 22 00 for further requirements. END OF SECTION 26 00 10   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications BASIC CONSTRUCTION MATERIALS AND METHODS 260050 - 1 SECTION 260050 – BASIC CONSTRUCTION MATERIALS AND METHODS PART 1 - GENERAL 1.1 CONDITIONS AND REQUIREMENTS: Refer to the General Conditions, Supplementary General Conditions and Division I General Requirements. 1.2 DESCRIPTION A. Work included in this Section are conduits, wires and other miscellaneous materials not specifically mentioned in other Sections of Division 16000 but which are necessary for equipment or system operation, and the labor to install them. B. Related work included in other Sections: All other Sections of Divisions 260010, and 13000. 1.3 INCORPORATED DOCUMENTS: Section 260010, Electrical General Requirements, applies to this Section. A. Section 26 00 10 .................................................................... General Electrical Requirements B. Section 26 05 26 .............................................. Grounding and Bonding for Electrical Systems C. Section 26 24 16 ...................................................................................................Panel Boards D. Section 26 51 00………….……………………………………………..……….Interior Lighting 1.4 SUBMITTALS A. Materials list with manufacturer, style, series or model identified. B. Manufacturer's descriptive literature and sample if requested by the Engineer. 1.5 MATERIALS AND INSTALLATION WORK A. Materials, workmanship and installation shall conform to all requirements of the legally constituted authorities having jurisdiction. B. Where larger sizes or better grade materials than required by the Regulations or Codes are specified herein, the Specifications shall have precedence. C. All Electrical equipment and material shall be new, unless otherwise noted or indicated on the Drawings, and all new equipment and material shall be as labeled by the Underwriters' Laboratories, Inc., and/or listed by the Laboratories, wherever applicable, and shall be in perfect condition after installation. D. All material furnished under these Specifications shall be the standard products of manufacturers regularly engaged in the production of such equipment, and shall be that manufacturer's latest standard design. Similar items for similar uses shall be identical insofar as practical, and shall be the product of one manufacturer. E. Work performed by electricians shall conform to the best standard practices of the trade. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications BASIC CONSTRUCTION MATERIALS AND METHODS 260050 - 2 PART 2 - PRODUCTS 2.1 CONDUIT, RACEWAYS AND FITTINGS A. Rigid Steel Conduit (RSC): Standard Weight, mild steel, zinc coated, not dipped galvanized conforming to UL 6. Where used underground, rigid steel conduit shall be plastic coated or double tape wrapped with 3M tape. Where 3” trade size or larger is used above ground the conduit shall be Rigid Steel Conduit. B. NM or NMC cable will be NOT be allowed for use on this project. C. Armored cable and BX UL listed cable may be used D. Electrical Metallic Tubing (EMT): steel tubing, zinc coated conforming to UL797 E. Liquid Tight Flexible Steel Conduit: Galvanized flexible locked steel strip construction with smooth moisture and oil-proof, abrasion-resistant, extruded-plastic jacket, conforming to UL 360. For use for six foot exterior motor connections only and fixture whips. All lighting fixtures shall be provided with 6-foot whips unless mounted end to end. F. Electrical Nonmetallic Conduit: ENT: May be used concealed within walls, as allowed by the California Electrical Code for Data and communications system ONLY. ENT shall be colored as follows: 1. Blue for Power circuits 2. Yellow for Data and Communications conveyances 3. Red for Fire Alarm Systems 4. Orange for Fiber optic Systems. G. Flexible Steel Conduit: Galvanized flexible locked steel strip construction UL 1. For use as six-foot fixtures whips only and fishing circuits into existing walls. H. Rigid Nonmetallic Conduit: Schedule 40 or 80 PVC, high impact, polyvinyl chloride, rated 90 degrees, conforming to UL 651; For use underground only. I. Auxiliary Gutters: Code gauge steel, with knockouts and hinged cover. Corrosion resistant gray baked enamel finishes conforming to UL 870. Exterior gutters shall be rated for NEMA 3R conditions. J. Conduit Bushings: O-Z Gedney Type IB for rigid and IMC. K. Grounding Bushings: Insulated surface rated 150 degree's C, O-Z Gedney type SBLG, conforming to UL 467. L. Special Fittings: Crouse Hinds "Condulets", or Appleton M. "Unilets" conforming to 514B. N. Factory Ells: Of the same make, quality and finish as conduit used. O. Expansion Joints: OZ Gedney Type "AX", or Crouse-Hinds Type "XJ" complete with bonding jumper. P. Conduit Seals: Fiber Optic Duct Plugs with Bushing sleeves; JackMoon products, configure as required for various cable entries. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications BASIC CONSTRUCTION MATERIALS AND METHODS 260050 - 3 Q. EMT Connectors: Watertight compression connection type conforming to UL 514B. Indentor type (screws) not acceptable. R. Thru wall and Floor Seals: O-Z Gedney type FSK. S. Conduit Fire Stops: three hour rating, O-Z Gedney type CFS tested per UL 1479. Flameseal may be used on conduits 3/4" and smaller and shall be Nelson type 35L or approved equal. 2.2 CONDUCTORS A. All conductors shall be new, single conductor copper cable; rated at 600 volts; bear the label of Underwriters' Laboratories, Inc., and shall be continuous from terminal to terminal. Cables shall have Type THWN/THHN insulation, and shall be tested as specified. B. Connectors: Conforming to UL 468C with the exception that connectors for splicing underground-insulated conductors shall conform to UL 486D. C. All conductors shall be delivered to the job in complete coils, with enclosure or reel marked to indicate manufacturer's name, conductor size and type of insulation. All feeder conductors shall be identified by using colored tape or plastic bands at all terminations, junctions and wherever accessible in pull boxes. White shall be used for neutral conductors only, and green shall be used for ground conductors only. CONDUCTOR COLOR CODE CHART CONDUCTOR 120/208 277/480 Phase A Black Yellow Phase B Red Orange Phase C Blue Brown Neutral White White or Light Grey Equipment Ground Green 2.3 OUTLET BOXES, JUNCTION AND PULL BOXES A. Outlet boxes shall be hot dipped galvanized electro-plated conforming to UL 514B. B. Where outlets are depicted to be cut-in type they shall utilize Thomas and Betts 52-0W series metallic 2 1/2” deep type old Work boxes, ganged and barriered as required. C. Surface mounted receptacles and switches at wet locations shall be installed in cast boxes (FS or FSD Type). D. Junction and pull boxes: Code gauge steel and provided with removable covers, secured with machine screws. The interior and exterior: painted with only two (2) coats of primer coat and the exterior surfaces finished with one (1) coat of ASTM No. 61, light grey enamel. E. Exterior Subsurface Pull Boxes: shall be constructed of polymer concrete reinforced by heavy-weave fiberglass. Boxes shall be approved for Light Vehicular Traffic; H20. Boxes shall meet ASTM D-756, D-543, D-1501, D- 570, D-790, and D-635. P and C systems or submitted approved equal. Verify all sizes as required. Boxes shall have boltable covers labeled for the system installed. Provide extensions were necessary and a minimum of six inches of crushed rock base. Size as noted on the drawings. All outdoor boxes shall have tamper resistant access covers. 2.4 WIRING DEVICES AND PLATES A. Network wiring devices, jacks and connectors shall be as specified on the per the County requirements. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications BASIC CONSTRUCTION MATERIALS AND METHODS 260050 - 4 B. Power receptacles shall be as noted on the plans. 2.5 SURGE PROTECTION A. See plans for further requirements. PART 3 - EXECUTION 3.1 GENERAL A. All homeruns to panel-boards are indicated as starting from the outlet nearest the panel and continuing in the general direction of that panel; continue such circuits to the panel as though the routes were completely indicated. Provide junction boxes for multiple homeruns on a common circuit, prior to entering each designated panel. B. Avoid cutting and boring holes through structure or structural members wherever possible. Obtain prior approval of COUNTY and conform to all structural requirements of the CBC when cutting or boring the structure is necessary and permitted by the engineer of COUNTY. All holes in block walls or concrete floors shall be core drilled. Chipping of block of concrete is not permitted. C. Furnish and install all necessary hardware, hangers, blocking, brackets, bracing, runners, etc., required to support equipment specified under this Section and Division. D. Provide necessary backing required to insure rigid mounting of electrical equipment and lighting fixtures. E. All through wall penetrations shall be appropriately sealed to insure water tightness and fire rating. After installation of cables, conduit entries shall be sealed to prevent bugs dust and other means of intrusion. 3.2 WIRING METHOD A. Install all wiring in raceway or conduit unless specifically shown otherwise. B. Minimum conduit size shall be 3/4" for interior lighting and power circuits or where shown otherwise on drawings. C. All conduit of trade sizes 3” and over above ground shall be rigid steel conduit if above garde. D. Conduit shall be rigid steel (RSC), EMT or PVC as follows (Refer to Sheet E006 for further requirements) 1. Above ground on exterior building walls or on roof: Use rigid steel (not intermediate steel), hot dipped galvanized . a. Wet locations: Rigid steel, double taped wrapped at sweeps and transitions.. b. Locations subject to mechanical injury: Rigid steel. c. All interior exposed conduit surface on interior walls up to 8’ shall be RSC. d. In concrete floors, ceilings, walls or block walls: Rigid steel or nonmetallic. e. Use EMT for dry locations and those not subject to mechanical injury. 2. Underground, under buildings: PVC, schedule 40 or 80. All riser shall be schedule 80. 3. EMT shall be used in stud walls, above tee-bar ceilings and for exposed conduit in dry locations. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications BASIC CONSTRUCTION MATERIALS AND METHODS 260050 - 5 3.3 SUPPORTS AND FASTENING A. Conduit and equipment shall be supported from structural elements. (Not suspended ceilings, tee-bars or tiles.) Hangers, brackets, beam clamps, etc., shall be manufactured products designed for purpose used. (Kindorf, Unistrut, Superstrut, etc.) Wire and perforated strap iron shall not be used. B. General Fasteners, unless specifically noted in plan, shall be of a type approved by the Structural Engineer (having a safety factor of 4). 1. Concrete/Concrete Block: ITW ramset/redhead-Dynabolt Phillips sleeve anchor 1/2” diameter by 1 3/8” embed 1 1/2”; ITW Polydrive 3/16” by 1 3/8” embed- 1 3/4”; ITW Hammer set 3/16” diameter by 7/8” embed 1 1/8”; Hilti sleeve anchor RS 1/4 by 1 1/4”- embed 1 1/2”. 2. Steel: Beam clamps, (drill and tap or punch holes only if approved by structural Engineer). Beam clamps shall have seismic retaining clips. 3. Wood: (use nails only in shear). #8 by 2” pan head screw with fender washer or self-drilling sheet metal screw with over sized washer. 4. Gypsum board or Lath and Plaster Surfaces: ITW ramset/redhead E-Z anchor . C. Hangers shall be provided with necessary diagonal bracings, retaining clips, etc. to meet the requirements "SMACNA" (Sheet Metal and Air Conditioning Contractors National Association Inc.) manual. D. All pendant supports for lighting fixtures shall be in strict compliance with the California Building Code and ASCE 705. Provide all seismic and sway bracing as required. E. All boxes shall be rigidly secured in position using screws fasteners. Bracket outlets shall be set as directed by Engineer. When located on beams, columns or over doors, they shall be set symmetrical with beam, column or door. Receptacles and junction boxes shall be 18" above finished floor, switches 48" above finish floor, (unless otherwise noted) and set flush in walls. Single gang rings on boxes shall have long axis vertical wherever possible. F. No outlets shall be mounted back-to-back on any common wall unless otherwise noted. 3.4 GENERAL INSTALLATION REQUIREMENTS A. Rigid conduit and Electrical Metallic Tubing conduit installed where more than three 90-degree radius bends are required shall be provided with pull boxes. Raceways shall be tightly corked or plastic capped during construction and shall be blown out and swabbed prior to wires being pulled. After cutting conduit and EMT, ends shall be reamed to remove burrs and prevent damage to conductor insulation. B. Running threads shall not be used for connecting conduits. If required, approved conduit unions shall be used. C. All conduits shall be concealed except where specifically noted on the Drawings. D. All raceway runs indicated on the Drawings shall be routed at right angles to or parallel with the structure. Conduits shall be secured at 5'-0" maximum intervals and within 3'-0" of every outlet or box termination. E. All ducts shall slope toward manholes or pull boxes with 0.3% minimum grade. F. Flashing and sleeves for roof penetrations shall comply with drawings and specifications. G. All conduit risers inside concrete columns or walls shall be verified with Engineer or COUNTY prior to installation. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications BASIC CONSTRUCTION MATERIALS AND METHODS 260050 - 6 H. All electrical equipment in mechanical rooms shall be installed so that Code required clearances are maintained. I. PVC conduit installation: 1. No PVC conduit shall extend above finish grade. The final fittings on raceways, which extend above finish floor level shall consist of rigid steel 90 degree Elbows or long sweep bends. 2. All changes in direction under the concrete slab shall be accomplished by recognized and U.L. labeled fittings, or by large sweep bends of the conduit lengths. 3. PVC conduit, when routed through interior footings in the project shall pass through sleeved openings which are two (2) times the outside diameter of the PVC conduit, in order to prevent any damage to conduit during differential settling on the project. 4. Where the contractor is require to transition from a new trench into an existing campus underground pull box the transition shall be made in a centrally coordinated location to accommodate the new conduit installations. 3.5 INSTALLATION OF WIRES A. All wire shall be continuous from outlet to outlet and/or terminal to terminal, and shall be identified by suitable tags indicating circuit connections. B. Wire shall not be pulled into any portion of the raceway system until all construction work, which might cause damage to the conductors, has been completed. Provide Kellems cable grips in each feeder riser for support of vertical feeder cables. C. All cables shall be installed per manufacturer's recommendations. Methods of gripping cables, tension limitations shall be contractor's responsibility. To limit sidewall pressure at bends in ducts and conduit runs, the pulling force in pounds shall not exceed values set forth by the cable manufacturer. D. All connections shall be made so that they will not loosen under vibration and normal strain. 3.6 ANCHORING A. Anchor all floor standing electrical equipment to structural floor or concrete housekeeping pads with anchor bolts. Bolts and washers shall be galvanized. Strength of materials used to secure the equipment shall be sufficient to resist shear and uplift produced by force equal to the equipment mass applied horizontally at center of gravity. 3.7 SEALING: A. Contractor will be required to patch and water seal all external surfaces penetrated by conduits. Patching of surface shall be with sealants specifically approved for the surfaces applied. B. All fire rated walls shall be appropriately fire stopped with a UL listed fire stopping compound. 3.8 TESTING A. Tests: Furnish the necessary equipment and personnel to perform all required tests of the work for approval. Test all wiring and connections for continuity, short circuits, phase rotation and improper grounds in accordance with the requirements of the National Electrical, latest version, and in accordance with the requirements of subsections 1 through 3 below. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications BASIC CONSTRUCTION MATERIALS AND METHODS 260050 - 7 1. Perform a continuity and isolation test, on all new and modified electrical wiring installations involved under the scope of this contract. 2. Test each lighting panel board with mains disconnected from the feeder, branches connected, wall switches closed, receptacles, disconnects, fixtures permanently connected and without lamps. Test each individual power circuit at the panel or switchboard with power equipment connected for proper operation. Correct all failures in a manner acceptable to the ENGINEER. Pay all costs of test including costs of correcting failures and of replacing or repairing any damage to associated work or surrounding areas resulting therefrom. Test each new feeder installation and modified feeder installation for proper voltage levels and proper phase rotation. Correct improperly connected feeders and identify to the engineer any voltage levels outside plus or minus 10% on the 480 volt and 208 volt busses. 3. Test Reports: Contractor at conclusion of work and testing shall submit to the ENGINEER a copy of all circuit continuity, isolation, phase rotation, voltage level and grounding/bonding systems tests. The report shall clearly define the test methods, and circuits/conductors tested along with test locations. 4. Refer to section 26 09 13 for further requirements. END OF SECTION 26 00 50   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 1 SECTION 260526 – GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 OVERVIEW A. Refer to the General Conditions, Supplementary General Conditions and Division I - General Requirements. 1.2 DESCRIPTION A. Work included in this Section: Conduits, wires, ground rods and other materials for the electrical grounding system. 1.3 DEFINITIONS A. Section 26 00 01, General Electrical Requirements, applies to this Section. 1.4 RELATED SECTIONS A. Section 26 00 01 .................................................................... General Electrical Requirements B. Section 26 00 10 ..........................................................................Basic Materials and Methods C. Section 26 24 16 ....................................................................................................Panelboards D. Section 26 51 00…………….…………………………………………..……….Interior Lighting PART 2 - PRODUCTS 2.1 GROUND ROD A. "Copperweld" ground rod conforming to or exceeding requirements of U.L. Specification No. 467 (ANSI C- 33.8). Rod shall be 3/4" diameter and 10' in length, unless otherwise noted on the Drawings. 2.2 BELOW GRADE CONNECTIONS A. Exothermic fusion welding: Cadwell Products. B. Compression fittings, Thomas & Betts, Series 52000, 53000 or 54000 or approved equal. 2.3 HARDWARE A. Bolts, nuts and washers shall be bronze, cadmium plated steel or other non-corrosive materials, approved for the purpose. 2.4 WATERPROOF SEALANT A. Use Kearney "Aqua Seal" mastic sealant on all below grade clamp or compression type connections. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 2 PART 3 - EXECUTION 3.1 SYSTEM NEUTRAL GROUND A. Ground the neutral conductor of every transformer to limit the maximum potential above ground due to normal operating voltage and limit the voltage level due to abnormal conditions. B. Ground transformers with secondary voltage in the 600V class or less as follows: 1. 3 phase, 4 wire, Wye connected: ground neutral point. 2. Single phase, 3 wire: ground the mid-point of the secondary winding. C. Refer to detail on Sheet E400 for special grounding considerations for the generator. 3.2 GROUNDING AND BONDING A. Grounding and bonding shall be as required by codes and local authorities. B. All electrical equipment shall be grounded, specifically the main switchboard, circuit breaker, panelboards, terminal cabinets, outlet boxes, transformer cases and motors of refrigeration, heating and ventilating equipment. C. See special grounding and bonding requirements for the Data/Communication/ Security room on the drawings. D. Grounding of the service and each of the distribution panels shall be completed as indicated on the Plans. The continuous grounding electrode conductor used to ground system neutral shall be connected to the grounding electrode as directed by the local authorities, verify prior to installation. Where the cold water pipe is used for neutral ground connection, the water pipe shall be 1 inch or larger and shall meet code requirements. E. Water pipe connections shall be made with a T & B ground fitting which bonds both conduit and conductor to water pipe. Ground connections shall be accessible for inspection at all times, shall be unobtrusive as possible, and shall be verified with the Engineer prior to installation. F. Internal ground bonding conductor shall be provided within all lengths of flexible metallic conduit, unless the conduit assembly is U.L. listed for grounding. All equipment received with two conductor cords shall be rewired on the job site with three (3) conductor, Type "S" cord and grounding type caps (plugs). G. A copper ground conductor shall be provided in all non-metallic raceways sized in accordance with the codes. This conductor may or may not be shown on the Plans. H. All metal parts of pull boxes or manholes shall be grounded per code requirements. I. Concrete encased distributed ground electrode may consist of at least 20 feet of bare copper conductor, size as indicated on the Drawings, be installed 2" above the bottom of the building concrete footing. J. The ground system electrodes shall be tested for resistance before the equipment ground conductors are connected. Maximum ground system resistance shall be 5 ohms. K. All ground conductors shall be copper, and shall be bare in non-metallic raceways, and green insulated in metallic raceways. 1. BUILDING STRUCTURAL GROUND SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 3 L. Concrete encased electrode shall be 2" above the bottom of concrete footing where shown on drawings. See drawings for details. M. Provide a ground plate system per plan for the Data/Security room. N. Domestic, chilled and hot water mains and fire protection metallic water pipes shall be connected to the ground bus loop with #4/0 AWG bare copper conductor. O. Miscellaneous metal objects including piping, vessels, and structural shapes within six feet of metallic objects connected to the ground system and which are not interconnected mechanically with the grounding system, shall be interconnected with a minimum #6 AWG bare copper conductor. When required, bond building natural gas supply pipe to the grounding system. END OF SECTION 260526   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PANEL BOARDS 262416 - 1 SECTION 262416 – PANEL BOARDS PART 1 - GENERAL 1.1 DESCRIPTION A. Refer to the General Conditions, Supplementary General Conditions and Division I General Requirements. 1.2 DESCRIPTION A. Work included in this Section: Panelboards. 1.3 DEFINITIONS A. UL - Underwriters Laboratories 1.4 RELATED SECTIONS A. Section 26 0016, Electrical General Requirements, applies to all work in this Section. 1.5 SUBMITTALS A. Manufacturer's literature describing the product and shop drawings showing dimensions, mounting method, trim, appearance, circuit breakers, nameplates, and finish. PART 2 - PRODUCTS 2.1 GENERAL CLASSIFICATION A. Panelboards shall be of the bolt-on circuit breaker type, complete with number of branch circuits indicated. All panels shall be labeled by Underwriters' Laboratories, Inc. and shall be manufactured by Square D, General Elec- tric. or Cutler Hammer. 2.2 BRANCH CIRCUIT PANELBOARDS A. Cabinets shall be of code gauge galvanized sheet steel, sized to provide a minimum wireway of four inches at the top, bottom and sides. Panels shall be door-in- door construction with continuous hinges along the door height, and shall have concealed combination spring catch and lock. All panelboards shall be keyed alike. All exposed portions of the panelboards shall be finished with two (2) coats of gray enamel (ANSI 61) unless otherwise noted on the Drawings. Where flush cabinets are indicated, the maximum depth shall be 5 3/4". All latches shall be flush, no "T" handles or plastic pulls shall be approved. B. Each panelboard which has branch circuits which are routed through PVC raceways or 480/277 volt circuits, shall be provided with a separate bond conductor bus which is secured directly to the interior of the panelboard cabi- net. This bond bus shall be constructed like the insulated neutral bus, but securely bonded to the enclosure. C. All panels shall be set with top +6'-0" above the floor except those with relay compartments shall be +6'-6" (un- less otherwise noted) and exact location coordinated with the Architect. Panels shall be secured to the structure using screws, bolts or other threaded fasteners. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PANEL BOARDS 262416 - 2 D. Lighting panels and other terminal cabinets whenever grouped, shall be mounted with their top at the same height as the larger box for uniform appearance. E. Each lighting panel provided with auxiliary relays or contactors shall have a separate compartment with hinged door and captive screws for the auxiliary equipment. Time switches shall be installed in a separate compartment from relays or contactors with its own hinged door and lock. Barriered wireways to be provided on each side for through wiring. Provide common enclosure and trim, unless otherwise noted. Provide control circuit disconnect switch in each relay compartment. F. Back fed Main devices on panel boards will not be acceptable. All main breakers shall be separately mounted from the branch devices. G. Provide a minimum of 5-1" spare conduits from each flush mounted panel to ceiling space in addition to circuit conduits. H. All surface mounted panels shall be provided with code gauge metal skirts from bottom of panel to floor. I. All panelboards replacing existing boards shall be provided with integral wiring/splicing cabinets above or below to accommodate the extension of existing circuits into the new panel board. J. Refer to drawings for specific details of panelboards. K. Bus Bars: 1. Busses shall be electrical grade copper, sized in accordance with the requirements of Underwriters' Laboratories, Inc. 2. Attach circuit breakers to bus in such a way that circuits 1, 3 and 5; or 2, 4 and 6; or any three similarly odd (or even) numbered circuits form one three-phase, four-wire circuit. 3. Provide all mounting and connection hardware for future breakers, identified on drawings as SPACES, or for the full length of usable bus, whichever is longer. 4. Provide ground bus with full complement of terminals in addition to insulated neutral bus L. Circuit Breakers: All system breakers shall be of the Time-Inverse type, with exception to motor protection breakers, which shall be of the instantaneous type. All breakers shall be U.L. listed, meet NEMA standard B1- 1975, Federal Specification W-C-375B/GEN and be CSA listed. They shall be typically constructed for group mounting where applicable and shall come furnished with a shunt trip device were required. All breakers shall have an interrupting rating integrated with the switchboard, motor control center or panelboard therein installed. All breakers installed within panelboards shall be constructed for group mounting. They shall have terminations approved for the type of wire specified and shall be removable. Construction shall be of the molded case type, thermal magnetic, where Time-Inverse; and magnetic, only were instantaneous. Trip shall be permanent with quick-make, quick-break action and shall common trip all poles with a single action. There shall be a single magnetic trip adjustment and they shall be calibrated at 40 degree C. temperature. 1. To provide "disconnecting means for fluorescent fixtures", all circuit breakers protecting branch circuits supply- ing lighting loads shall be provided with a device which will permit the breaker to be padlocked in the "OPEN" position. 2. All panel circuit breakers used to switch lighting circuits shall be of the "SWD" (Switching Duty Breaker) type. 3. Handle-ties shall be provided for all multi-wire branch circuits so as to provide the common disconnecting means. This applies to all single pole circuit breakers which provide over-current protection to individual ungrounded conductors of multi-wire branch circuits. 4. All circuit breakers 100 ampere trip or above shall have UL listed terminations for 75 degree rated conductors. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications PANEL BOARDS 262416 - 3 5. Acceptable circuit breakers are Square D, General Electrical and Cuttler Hammer. M. Nameplate: 1. Provide screwed-on (no adhesives) engraved phenolic laminated nameplate on outside of each panel showing panel designation in minimum 1/4" high letters on top line and voltage and phases in 5/32" high letters on second line. N. Circuit Directory: 1. Each branch circuit breaker shall have a permanently fixed identification number of metal or plastic attached be- side it to the panel. A single circuit directory completely typewritten, mounted in metal frame and protected with a clear plastic cover, shall be provided on the interior face of the panel door. PART 3 - EXECUTION 3.1 CLEARANCES A. Minimum code required clearances around panelboards must be maintained. 3.2 MOUNTING HEIGHT A. Mount panelboards with center of top circuit breaker handle no higher than 6'-0" above finished floor. Mount flush mounted panelboards as indicated on architectural interior elevation drawings. 3.3 MOUNTING HARDWARE A. Provide all necessary blocking, channels and other hardware needed to secure panelboards to walls, building col- umns or other parts of building structure. END OF SECTION 26 24 16   SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR LIGHTING SYSTEMS 265100 - 1 SECTION 265100 – INTERIOR LIGHTING SYSTEMS PART 1 - GENERAL CONDITIONS AND REQUIREMENTS A. Refer to the General Conditions, Supplementary General Conditions and Division I - General Requirements. DESCRIPTION B. Work included in this Section: 1. Lighting fixtures and installation. C. Related work included in other Sections: 1. Basic Construction Materials and Methods: Section 26 005 0. 2. Grounding: Section 26 05 26. INCORPORATED DOCUMENTS A. Section 26 00 10, Electrical General Provisions, applies to all work in this Section. SUBMITTALS A. Shop drawings and/or manufacturer's literature describing product components. 4 copies, approved prior to order- ing by architect or electrical engineer. If the submittals include substitutions from specified lighting fixtures, the submittals shall include full complete photometrics fo the areas, where substitutions occur, for complete review by the County and for County approval shall be provided. Photometrics shall include data on lighting fixture lo- cation and a point my point by point foot candle color presentation. Submittal shall be electronic for ready ease of distribution to those involved in the approval process. B. Photometric test data by an independent testing laboratory when requested. C. Layout drawings showing locations of tee-bar ceiling mounted fixtures and locations of cable assemblies. PART 2 - PRODUCT FIXTURES A. Lighting fixtures shall be complete, including lamps and ready for service and shall bear the label of Underwrit- ers' Laboratories, Inc. 1. All fixtures shall be wired in accordance with the manufacturer's recommendations and shall be hung earthquake- resistant in accordance with the California Uniform Building Code, Basic Electrical Regulations. Refer the light- ing fixture schedule for exact fixture requirements. General requirements are contained herein. 2. This project includes institutional level hard duty vandal resistant lighting fixtures. The manufacture shall be in the regular business of fabricating and assembling lighting fixtures for the Bureau of Prison and Correction fa- cilities throughout the Country. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR LIGHTING SYSTEMS 265100 - 2 3. Substitutions of fixtures for those specified will be judged on the basis of equal or better efficiency, appearance, construction, and photometric data. The only photometric data acceptable will be that certified by the Electrical Testing Laboratories. The Architect will make all decisions relative to substitution of fixtures. 4. All fixtures shall be fully compliant with 2008 California Energy Commission requirements. LAMPS AND BALLASTS B. Incandescent lamps shall be rated at 125 volts as manufactured by General Electric, Philips or Westinghouse. C. Fluorescent ballasts shall have a high power factor and an average light output rating of 95%, shall have an "A" or better sound rating, shall bear the CBM emblem or approval indicating CBM certification of performance by ETL, and shall be labeled by Underwriters' Laboratories, Inc. D. All ballasts shall be equipped with automatic resetting thermal cutouts, Class P rated and shall be energy saver type, G.E. Maxi/Miser II, Advance Mark III or Universal SLH Watt-Reducer. E. Fluorescent lamps shall be energy saving type, G.E. Watt-Miser II or approved equal. F. Fluorescent fixtures shall be designed for 40oC ambient. G. Lamps and ballasts shall be fully compliant with 2008 California Energy Commission requirements. 3. EXECUTION A. Lighting fixtures shall comply with California Electrical Code, Article 410. B. Recessed fixtures mounted in hard surface ceilings shall be equipped with plaster rings and gaskets. C. Recessed fixtures in suspended ceilings shall be supported from roof structure in strict compliance with the CBC, including clip fasteners to ceiling T-Bar systems. D. Provide occupancy sensors as depicted on the drawings. E. Exact location of fixtures requiring field determination shall be coordinated with the Architect during construc- tion. Locate to clear ductwork and piping in mechanical rooms, height and stem length shall skirt structur- al/mechanical conditions. F. Fixtures which are exposed to weather or wet conditions shall be NEMA 3R. G. All flexible conduit connections between J-boxes and recessed fluorescent fixtures in T-bar ceiling areas shall be a maximum six feet long. H. Locate lighting fixtures in mechanical rooms to clear all duct work, piping, etc. I. Recessed fixtures shall be complete with appropriate mounting devices and trim. Checkroom the drawings for exact details prior to ordering of fixtures. J. In all areas, which require fire rated ceilings or walls, the Contractor shall provide continuous fire, rated construc- tion behind all recessed fixtures. K. Surface-mounted, adjacent Fluorescent fixtures shall be aligned and bolted together with two (2) 1/4" bolts. SLO Fire Station #2 August 17, 2015 San Luis Obispo County Ravatt Albrecht Associates Job #14.525 San Luis Obispo, CA 100% CD Project Specifications INTERIOR LIGHTING SYSTEMS 265100 - 3 L. Where a fixture containing a ballast is to be surface mounted on a combustible surface, it shall: 1. Be approved for this condition, OR 2. Be installed as detailed on the Drawings, with gyppsumboard backing, or spacers as directed. M. Fluorescent fixtures wired for step switching shall be pre-wired by the manufacturer. Four (4) lamp fixtures for 50% and 100% step switching shall be wired with the two (2) center lamps on one ballast and the two (2) outer lamps on the other ballast. Fixtures with more than four (4) lamps shall be wired with all odd numbered lamps on one switch and all even numbered lamps on the other switch. Three (3) lamp fixtures for 33%, 66% and 100% step switching shall be wired with the center lamp on one ballast and the outer two (2) lamps on the other ballast. N. Where two 1-lamp or two 3-lamp fluorescent fixtures are located in the same room, they shall be Tandem wired so that one ballast operates a lamp in one fixture and one lamp in the adjacent fixture. Where Tandem wiring is indicated on the Drawings, a master and slave fixture shall be provided. For 3-lamp fixtures, the master fixture shall contain two-two lamp ballasts and the slave fixture shall contain one-two lamp ballast. O. Tandem master/slave wired fixtures shall be interconnected by a flexible conduit wire assembly with required conductors. Each end of the flexible conduit shall be provided with a Tandem plug and each fixture shall be pro- vided with a Tandem receptacle. The wiring system manufacturer shall provide the flexible conduit with conduc- tors and plug and shall be U.L. listed. P. All open tube fluorescent lighting fixtures shall be provided with lamp retaining clips to secure lamps in place. Clips shall be McGill Cat. No. 175, 176 or 180 as required, or approved equal. (McGill Mfg. Co., Inc. Electrical Division, Valparaiso, Indiana 46383. Phone: (219) 465-2200). END OF SECTION 26 51 00